HomeMy WebLinkAboutBLAIR CONSTRUCTION FOR WATER AND SEWER SYSTEMS REPAIRS AND INSTALLATION
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04
J);
]0 <J~O
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
TASK ORDER CONTRACT FOR WATER AND SEWER SYSTEMS
REPAIRS AND INSTALLATION
Augusta, Georgia
The Honorable David S. Copenhaver, Mayor
Commissioners:
Betty Beard
Corey Johnson
Joe Bowles
Alvin Mason
Calvin Holland, Sr.
Joe Jackson
Jerry Brigham
Jimmy Smith
J.R. Hatney
Don A. Grantham
Clifford A. Goins
Interim Director, Augusta Utilities Department
Augusta Utilities Department
360 Bay Street
Suite 180
Augusta, GA 30901
AUGUST, 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
T ASK ORDER CONTRACT FOR WATER AND SEWER SYSTEMS
REPAIRS AND INSTALLATION
Augusta, Georgia
The Honorable David S. Copenhaver, Mayor
Commissioners:
Betty Beard
Corey Johnson
Joe Bowles
Alvin Mason
Calvin Holland, Sf.
J oe Jackson
Jerry Brigham
Jimmy Smith
J.R. Hatney
Don A. Grantham
Clifford A. Goins
Interim Director, Augusta Utilities Department
Augusta Utilities Department
360 Bay Street
Suite 180
Augusta, GA 30901
AUGUST, 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SOW
IB
A
P
WMP
SMP
B
GC
SGC
SC
F
TS
D
TASK ORDER CONTRACT
TABLE OF CONTENTS
Invitation To Bid
Statement Of Work
Instructions To Bidders
Section A - Agreement
Section P - Proposal and Quantity List
Water System Project - Measurement and Payment
Sanitary Sewer Project - Measurement and Payment
Performance Bond, Payment Bond, Certificate of Liability Insurance
General Conditions
Section SGC - Supplementary General Conditions
Supplementary Conditions
Various Forms
Section TS - Technical Specifications
AUD Standard Details
TOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Invitation To Bid
Sealed bids will be received at this office until 11 :00 a.m., Friday October 9,2009 for furnishing:
Bid Item #09-155 Task Order Contract for Water & Sewer System Repairs.& Installation for
Utilities Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement. Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene
Street - Room 605, Augusta, GA 30901. Plans and specifications for the.projeetshaU be obtained by all
prime, subcontractors and suppliers exclusively from Imaging T.echnology. The.feesfortheplansand
specifications which are non-refundable is $25.00
Documents may also be examined during regular business hours atlheAugusta Builders EXChanQe, 1262
Merry Street, Augusta, GA 30904; F. W. DodgePlan Room, 1281 Broad Street, AtJgusta, GA30901.ltis the
wish of the Owner that all businesses are given. the opportunity to submit on this project. To facilitate this
policy the Owner is providing the opportunity to view plans online (wwwJtrepro.com)at nochargethrotJgh
Imaging Technology (706 724-7924) beginning Thursday, August 27, 2009. Bidders are cautioned that
submitting a package without Procurement of a complete set are likely to overlook issuesofcol1struction
phasing, delivery of goods or services, or coordination with other work that is material to the successful
completion of the project. Bidders are cautioned that sequestration of documentsthroughanyother sOurce is
not advisable. Acquisition of documents from unauthorized sources places the bidder atthe risk ofreceiving
incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre-Bid Conference will be held on Friday, September 18,200!;J @ 2:00 p.m. in the
Procurement Department - Room 605. All questions must besubmittM in writing to the office of the
Procurement Department by fax at 706.0821-2811 or by mail. No bid will be accepted by fax, all rnustbe
received by mail or hand delivered. All questions are to be submitted in writing by TuesdaYl
September 22,2009 by 3:00 p.m.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. .A 10%
Bid bond is required to be submitted in a separate envelope so marked along with the bidders'
qualifications; a 100% performance bond and a 100% payment bond will be required for award.
Bidders will please note that the number of copies requested; all supporting documentsincludingfinanciaJ
statements and references and such other attachments that may be required by the bid are material
conditions of the package. Any package found incomplete or submitted late shall be rejected by the
Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from
bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the
Augusta Commission. Please mark Bid number on the outside of the envelope.
GERI A. SAMS. Procurement Director
Publish:
Augusta Chronicle
Metro Courier
cc; Tameka Allen
Drew Goins
Jerry Delaughter
Merrill Wilkie
August 27, September 3, 10, 17,2009
September 2, 2009
Interim Deputy Administrator
Utilities Department
Utilities Department
Utilities
~../
(if1Jf(1Nt~~PlenI
-
-
~ $"'" ~ ~*
DATE:
SU6J:
BID ITEM:
8\0 DUE:
BlddelS OIl this Il'oiect ore hefOby 11<)1ilied thai this JId<leOdurn shOll be a\l3Ched 10 and made pan of \h8
abO"e--named Bid Package.
ThelollowinQ ~erns are ~ \0 add 10, modifY, andlor G1arifY thO COOlracl DOCUrnen\S end s~ as
a resullof \h8 diSCUSSiOll during \h8 mandatorY pre-bid conference held septernbe< 16, 2Q09. These ~erns
shall _eluillorce and effacl as thO coolJac\ OOCUrnen\S and Spectr..,atiOllS. BidS 10 be subrnil\Od by thO
speclfi8d bid due dale shali conform 10 \h8 addill- and revis~ listed hOfeIn.
AclU'owiedllO ,..ceipl of this I\dd8lldurn by jnSOfling itS ""rnbe< and da\O OIl page P-1 of \hO ProPO"'I and
returning it with your bid.
Tho lollowinQ i\BIlls have """" revised in lhe eonvacl OOCUrnenlO & spec;tlC8\101lS:
section p _ proposal. Bid Schedule:
Pipe claSs s~ lor I\OIlls W-2A through W-3D shOll be 'ClasS 350".
I\OIlls W -lOA \hIOugh W -I OD shall be applied for """ line _ns~ Ollly. ()ther inslal- shall be
addressed per task order requirements.
IlSrn W -16 shall be a lie-in lor """ main ~. ()lhe< l\O-inS shall be addressed po< lask or(\el
requirements.
A\I Bidders
Phy\\is Mil\s. Qua\ity Assurance Ana\yst
DreW Goins, Utilities Department
Geri Sams ~ p:rt'"
procurement Director
september 28. 2009
Addil\OllS, ReVisions and ClariflC8liOllS 10 specmcations
09.155 Task Ofdo' Contraot 10' w- & sower system _'IS & ,......'o\lOn
frIdaY, C)CtOb8' 9, 2009 at 11:00 "-,,,.
ADDENDUM NO.1
TO:
FROM:
1.
2.
3.
. P 4.
. 5.
\a
6.
7.
8.
Pipe GlOSS spectrlC8lioOS forllernS 5-9A th<<JU9h s-9G shall be "ClaSS 350".
1_ S-17. JacI< & Bore steel casing dlarn- and wall thicl<"""s \0 be """"",;nod po< laSk or(\el
requirements.
Ilern 5-19. miscellaneous fillings, shall be addressed po< taSk orde' reQuirO"'anlO.
I\OIll 5-30 shall be bid al un~ ll'icO for """ conslructiOll. OlhOl SOI'I- shall be addressed po< \aS~
order requirements.
'lern p-9. _oval and rePlacernenl of concrete curt> and gullet \0 match ....lln9 unleSS ()I\lelWIS
specified per task order requirements.
\<Omo 605 _ 530 c;reene Street. Augusta Georgia 3090 \
(706) 82\-2422 _ pax (706) 82\-2811 __,...-00-
~ .....,
"egistO' at ~fo' automatic bid notification
Addend
um 1S'
Id Item
p 09-155
ag62 0'2
I
I
SECTION IB
INSTRUCTIONS TO BIDDERS
IB-Ol GENERAL
I
All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposal must
be filed with the OWNER on or before the time stated in the invitation for bids. Mailed proposals will
be treated in every respect as though filed in person and will be subject to the same requirements.
I
Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated
any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for
a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
I
IB-02 EXAMINATION OF WORK
I
Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the
conformation of the ground; the character, quality and quantity of the facilities needed preliminary to
and during the prosecution of the work; the general and local conditions; and all other matters which
can in any way affect the work or the cost thereof under the contract. No oral agreement or
conversation with any officer, agent, or employee of the OWNER, either before or after the execution of
the contract, shall affect or modify any of the terms or obligations therein.
I
I
IB-03 ADDENDA AND INTERPRETATIONS
I
No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to
any bidder orally.
I
Every request for such interpretation should be in writing addressed to the Geri A.
Sams, Director of Purchasing; Purchasing Department; Room 605; 530 Greene Street; Augusta, GA
30911 and to be given consideration must be received at least ten days prior to the date fixed for the
opening of bids. Any and all such interpretations and any supplemental instructions will be in the
form of written addenda to the specifications which, if issued, will be sent by facsimile or U.s. mail to
all prospective bidders (at the respective addresses furnished for such purposes), not later than five
days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such
addendum or interpretation shall not relieve such bidder from any obligation under his bid as
submitted. All addenda so issued shall become part of the Contract Documents.
I
I
I
IB-04 PREP ARA TION OF BIDS
I
Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized
representative. Any corrections to entries made on bid forms should be initialed by the person signing
the bid.
I
Bidders must quote on all items appearing on the bid forms, unless specific directions in the
advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote
on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert
the words "no bid" where appropriate.
I
Alternative bids will not be considered unless specifically called for.
I
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.
I
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
I
IB-1
I
who will affix the corporate seal to the proposal.
I
NOTE: A 10% Bid Bond is required in all cases.
IB-OS BASIS OF AWARD
I
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.
I
I
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.
I
IB-06 BIDDER'S QUALIFICATIONS
I
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.
I
I
I
I
IB-07 PERFORMANCE BOND
I
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.
I
I
Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated
copy of the power of attorney.
I
IB-08 REJECTION OF BIDS
I
These proposals are asked for in good faith, and awards will be made as soon as practicable, provided
satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to
reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed
to be in the best interest of the OWNER
I
IB-09 MINORITY AND ECONOMICALLY DISADV ANT AGED BUSINESS SUPPORT
I
I
It is the intent of the Augusta-Richmond County Commission to increase the involvement of qualified
minority and economically disadvantaged businesses in the contracted work of County Government.
I
In an effort to support this intention, this project is offered to all qualified firms. The bids will be
evaluated based on qualifications, price and construction time. With all other items being considered
equal, the contract, if awarded, will be awarded to a minority and economically disadvantaged firm or
a firm that has included such firms as subCONTRACTORs on this project.
I
The bidders shall include with their bid a statement of qualification for themselves
and/ or any qualified subCONTRACTORs explaining why they should be considered a minority or
economically disadvantaged firm. If the firm does not fall into this category, no information is
necessary.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IB-3
t
l
t
t
,
,
,
,
,
,
,
,
,
,
,
~
~
~. i
'. ,.I
. ...
~
ORIGINAL -
SECTION P
PROPOSAL
Date: Ccr~,ber '7/ Zc?OT
/
Gentlemen:
In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor,
equipment and material, and perform all work for the project referred to herein as:
TASK ORDER CONTRACT FOR WATER AND SEWER SYSTEMS
REPAIRS AND INSTALLATION
In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule
attached hereto and totaling:
&7dgd,d ~7 5ei/6Y 77fe>"'f~c/ ~/ ~-../~/ ~-/7 ~4e
And r&1 ~4e /100 Dollars ( B~~ ~3 7. ~ ). .
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 in accordance
with required contract performance dates based upon a written notice to proceed per each qualified task order. The
undersigned hereby also agrees that the work will be completed within a time frame reasonable to accomplish the
work, or that which has been mutually agreed upon by the Augusta Utilities Department, based on the scope for
work for the task order as assigned.
The undersigned acknowledges receipt of the following addenda:
Addendum No. Addendum Date
/ ~~c/ ~B~7.
I (
Enclosed is a bid guarantee consisting of .?A-
Amount of /e> % 0/3 ~/c/ G---o~_T
I (
-:23/ d' 73-=n"d"
(/BfL;7~J,Z:> )
in the
Respectfully Submitted,. "
~/- c:::::.;//~--cAo.v::z;?c- ~
Firm
'"7.0, /30><: /70 &~~/~
Address / 3080/
By:
TITLE:
H~fr~""..,?:
P-I
~
~
II
~
~
~
t
t
~
~.
,
,
,
,
,
,
~
~..
~
, .
AUGUSTA UTILITIES DEPARTMENT - WATER SYSTEM
Item Description Estimated ' Units '.. unit , 1J9J~l.."".. .'
....: .
.Quantity: ,Price' ,. ,'.: PrJ:ce: ." ....
..
WATER MAIN
W-1A 6" dia. PYC water transmission main 150 LF /3~. 5=
C 900, Class 200 2-.o5.o-='-
W-lB 8" dia. PYC, water transmission main, C900, 150 LF 5" ~
Class 200 /8~ 2)0) --
W-IC 10" dia. PYC, water transmission main, C 900, 150 LF 2-~~ 3&1:::.0 ~ e-
Class 200
W-lD 12" dia., PYC, water transmission main, C 900, 150 LF 32~ ~fL~~ oC;J
Class 200 -
W-2A 6" dia., DIP, water transmission main, Class 150 LF 2-0~ }' oBI ~
XXX, standard joint -
W-2B 8" dia., DIP, water transmission main, Class 150 LF ?r?- ~ .3 :; 3 2.- =:.=.
xxx, standardjoint
W-2C 10" dia.; DIP, water transmission main, Class 150 LF 3/~ e
XXX, standard joint ~~8c
W-2D 12" dia., DIP, water transmission main, Class 150 LF
3'7~ :=>Z5 ~.:J '5 c;;>
XXX, standard joint -
.
W-3A 6" dia., DIP, water transmission main, Class 150 LF 25 tl- 3?:?S- ~ .. .
XXX, restrained joint -
W-3B 8" dia., DIP, water transmission main, Class 150 LF :?
XXX, restrained joint 27'~ ~.3 S 0 c:::
W-3C 10" dia., DIP, water transmission main, Class 150 LF 37!f :.::...
XXX, restrained joint S-~O/ ~
.
W-3D 12" dia., DIP, water transmission main, Class 150 LF ~~ b~/8 ~ :.-
XXX, restrained joint
W-5' Select Backfill, GDOT Type I, Class I & II 5000 CY 7~ C>
(Sand/Clay) - Measured in-place volume 3)::>.00 ~ I--
W-6 Miscellaneous water pipe fittings and 1500 LBS 3~ S-zS-o ~ =
connections I--
.
W-8 Fire Hydrant, Installed complete with valve, 24 Each 285'"0 -= c::>O
lead pipe, joint restraint, and blocking 6&{I-oo --
W-IOA 6" in-line gate valve, including valve box, 4 Each 770/ ~ 27'7'g~ ~
installed, complete, open rightlleft
W -lOB 8" in-line gate valve, including valve box, 4 Each 9/ ,/,-'
installed, complete, open right/left /Ot;;;;/ - (?-2f?) ~::
P-2
~.'
h,
r.' )
~
~
~
~
~
~
t
t)
t
t
,
,
,
,
,
,~)
,
AUGUSTA UTILITIES DEPARTMENT - WATER SYSTEM
..Item Description 'lDstinl'a:fed::'. . 'Units,- -.. tv'n11L ;u ::1;otal: ."
... ...
.. .. ';~iri~~ :: ......." ..'
'<QuaItti'ty' . .. :C';,:::,Rffice: .' .
I. .:;... ", 'n ...........
",., ", ,.....,:...
WATER MAIN
W -lOC 10" in-line gate valve, including valve box, 2 Each /5'03 ;30 ~
installed, complete, open rightlleft 3/2- ro
W -1 OD 12" in-line gate valve, including valve box, 2 Each ~ 5"C:;
installed, complete, open rightlleft /70/ 38/r? --
W-13 6" tapping sleeve, valve, valve box, complete 2 Each 2fLo3 ~ ~J C>~ I:-
-
W-15 New 1" long side water service, installed 2 Each 9'2- /4>/7 $~
including re-connection, complete &08-- -
W-16 New 1" short side water service, installed 2 Each ~ 30 Bof?- ~
including re-connection, complete 2-
W-18 Tie-in to existing line 4 Each //3S- !S ,:-Sf?/ e ~
W-20 Cut and plug existing line 2 Each = 2/ ~o c:::: ~
/080-
W-21 Miscellaneous Class A Concrete 1000 SY 28~ 215000 ~ ::.-
P-3
,
t ,
,
,
,
t
,
t
,
,.)
,
,
,
,
,
\
~
\J
~
AUGUSTA UTILITIES DEPARTMENT - SEWER SYSTEM
Item:
,. ,',
DescriptIon
'"Estfui~~~di; 'iWriits-;, ;:<~p'i~i' .":;,:r.:[ota.l' -
'..Qll:ltH.itY, ,:; "" ,,:\i~j~~"::P'..);;;.;,t~~e;ir':;}
SANITARY SEWER
S-lA 8" dia. pve, san. sewer pipe SDR 35, depth 0- 200 LF I}!! 3~22- 0-
6', inc. type II (No. 67 stone) bedding material
S-lB 10" dia. pve, san. sewer pipe SDR 35, depth 0- 200 LF /rZ!- 3 7~2- ~:-
6', inc. type II (No. 67 stone) bedding material
S-lC 12" dia. pye, san. sewer pipe SDR 35, depth 0- 200 LF 23 ~ ~S- </- ~:=:.
6', inc. type II (No. 67 stone) bedding material
S-lE 18" dia. pye, san. sewer pipe SDR 26, depth 0- 100 LF ~~ ~03 .:.:b=
6', inc. type II (No. 67 stone) bedding material
S-lG 24" dia. pve, san. sewer pipe SDR 26, depth 0- 100 LF ? 32- 7.032-- ~~
6', inc. type II (No. 67 stone) bedding material 0-
S-2A 8" dia. pye, san. sewer pipe SDR 35, depth 6- 200 LF /}~.
8', inc. type II (No. 67 stone) bedding material 353Z~
S-2B 10" dia. pye, san. sewer pipe SDR 35, depth 6- 200 LF 24>~ ~5"D ~::.-
8', inc. type II (No. 67 stone) bedding material
S-2C 12" dia. pye, san. sewer pipe SDR 35, depth 6- 200 LF 23~ {?-;;jg.f?- ~~
8', inc. type II (No. 67 stone) bedding material
S-2E 18" dia. pye, san. sewer pipe SDR 26, depth 6- 100 LF ~)e {0J,//~~
8', inc. type II (No. 67 stone) bedding material
S-2G 24" dia. pve, san. sewer pipe SDR 26, depth 6- 100 LF '7/~ ?/~z. ~
8', inc. type II (No. 67 stone) bedding material
S-3A 8" dia. pye, san. sewer pipe SDR 35, depth 8- 200 LF ~a 2--0 JC;;,~ ~~
10', inc. type II (No. 67 stone) bedding material C/-
S-3B 10" dia. PYC, san. sewer pipe SDR 35, depth 8- 200 LF 3B~~~
10" inc. type II (No. 67 stone) bedding material //~
.
S-3C 12" dia. pye, san. sewer pipe SDR 35, depth 8- 200 LF 2f?~ ~~2f!- c;:~
10', inc. type II (No. 67 stone) bedding material
S-3E 18" dia. pve, san. sewer pipe SDR 26, depth 8- 150 LF ~~, ?Z:?&> ~~
10', inc. type II (No. 67 stone) bedding material
S-3G 24" dia. PVC, san. sewer pipe SDR 26, depth 8- 150 LF "/2. ,,?B /6 '7f?-/ -=~.
10', inc. type II (No. 67 stone) bedding material
S-4A 8" dia. pye, san. sewer pipe SDR 35, depth 10- 150 LF ~p !35J Z8Z.fL- ~::-
12', inc. type II (No. 67 stone) bedding material C? -
S-4B 10" dia. pye, san. sewer pipe SDR 35, depth 150 LF 2/~ 3ZZ7'~
10-12', inc. type II (No. 67 stone) bedding Illilt.
P-4
~
~
~
~
~
~
~
tt
t.
. I
t
,
,
,
~
~
,
~
~
~
AUGUSTA UTILITIES DEPARTMENT - SEWER SYSTEM
Item " Description . .'. .... . Units :'l)jlit; i?Wt#I';; ·
.'Estim~tC'd' ... '-'"
. 'Q1Jantity "llrlce: ;.!Pm~~.>
. .' . -, ..,',
SANITARY SEWER
S-4C 12" dia. pye, san. sewer pipe SDR 35, depth 75 LF 25~ /'7'/2- 5=
10-12', inc. type II (No. 67 stone) bedding mat. -
S-4E 18" dia. pye, san. sewer pipe SDR 26, depth 75 LF ~7~ 3/2.-0 ~
10-12', inc. type II (No. 67 stone) bedding mat.
S-4G 24" dia. pye, san. sewer pipe SDR 26, depth 50 LF 7<;? gfL- 37{?2 ~
10-12', inc. type II (No. 6istone) beddirigmat.
S-5A 8" dia. pve, san. sewer pipe SDR 35, depth 12- 150 LF /7~ 2-'7;?o~ ;;>
14', inc. type II (No. 67 stone) bedding material -
S-5B 10" dia. pye, san. sewer pipe SDR 35, depth 150 LF 22.~ 337'/ ::::::
10-12', inc. type IT (No. 67 stone) bedding mat.
S-5e 12" dia. pye, san. sewer pipe SDR 35, depth 100 LF z;) ZG>8.? ~
12-14', inc. type II (No. 67 stone) bedding mat. 2c- - -
S-5E 18" dia. pye, san. sewer pipe SDR 26, depth 75 iF ~/~ 3B~S ~ ::...-
12-14', inc. type II (No. 67 stone) bedding mat.
S-5G 24" dia. pye, san. sewer pipe SDR 26, depth 75 iF &;,,) S-82-:!r ~ -
12-14', inc. type II (No. 67 stone) bedding mat. ?) - -
S-6A 8" dia. pye, san. sewer pipe SDR 35, depth 14- 150 iF .2o~ . :9
16', inc. type II (No. 67 stone) bedding material 3/~- -.
S-6B 10" dia. pye, san. sewer pipe SDR 35, depth 150 iF 2. 3 '!t- 35"~ ~
14-16', inc. type IT (No. 67 stone) bedding mat.
S-6C 12" dia. pye, san. sewer pipe SDR 35, depth 75 LF 28~ 2/3~ ~
14-16', inc. type IT (No. 67 stone) bedding mat.
S-6E 18" dia. pye, san. sewer pipe SDR 26, depth 75 LF S3~ ~o#~ :::..-.
14-16', inc. type IT (No. 67 stone) bedding mat.
S-6G 24" dia. pve, san. sewer pipe SDR 26, depth 150 LF &/~ 0( ~
14-16', inc. type II (No. 67 stone) bedding mat. /22-58 -
S-7A 8" dia. PYC, san. sewer pipe SDR 35, depth 16- 150 LF 2-Z !!- 3:; f?-7 f5:.
18', inc. type II (No. 67 stone) bedding material
S-7B 10" dia. pye, san. sewer pipe SDR 35, depth 150 iF 2/ e. fho '7::> <? ~
16-18', inc. type II (No. 67 stone) bedding mat.
S-7C 12" dia. pye, san. sewer pipe SDR 35, depth 75 iF ,}o -E!- 2Zf!;2 ~ --
16-18', inc. type II (No. 67 stone) bedding mat. r
S-7E 18" dia. pve, san. sewer pipe SDR 26, depth 75 iF 5G>~ {?-DfL- ~
16-18', inc. type IT (No. 67 stone) bedding mat.
P-5
,
,
,
,
,
,
,
,
,
,
,
,
,
,
It
It
..
Ia!
Ii
AUGUSTA UTILITIES DEPARTlVIENT - SEWER SYSTEM
Item .... Description Esthtta:te~,:; , .UiiIts:k u 11:.::' :i;}i..U~~:~~,;..';H..
.. .."
.. .,
Quanti9+' j:, " ; ",:" .. "tE';::::
. . ..
... .,", ...
.-..... ..... ......,. .',.' ,"
SANITARY SEWER
S-7G 24" dia. PVC, san. sewer pipe SDR 26, depth 75 LF .8 '/ ::i. ~:r2 ~ z:: >-
16-18', inc. type II (No. 67 stone) bedding mat. f-
S-8A 8" dia. PVC, san. sewer pipe SDR 35, depth 18- 150 LF 7? ~ t:-
20', inc. type n (No. 67 stone) bedding material 23 - 3S-'7 L
S-8B 10" dia. PVC, san. sewer pipe SDR 35, depth 150 LF 27~ #28~ :...
18-20', inc. type II (No. 67 stone) bedding mat.
S-8C 12"dia. PVC, san. sewer pipe SDR 35, depth 75 LF 32~ 2~3~ ~
18-20', inc. type II (No. 67 stone) bedding mat. -
S-8E 18" dia. PVC, san. sewer pipe SDR 26, depth 75 LF ~ ,--
18-20', inc. type II (No. 67 stone) bedding mat. ~c; ~~7~ -
$-8G 24" dia. PVC, san. sewer pipe SDR 26, depth 75 LF ~<;L- ~ 707'2- ~
18-20', inc. type n (No. 67 stone) bedding mat.
S-9A 8" dia. Ductile Iron, san. sewer pipe Class 150 LF ~7~
XXX, depth 16-18', inc. type II (No. 67 stone) ?~Z~ t:-
bedding material
S-913 10" dia. Ductile Iron, san. sewer pipe Class 150 LF
~/~ c:>< ;>
XXX, depth 16-18', inc. type II (No. 67 stone) 7'/S-o - r-
bedding mat.
S-9C 12" dia. Ductile Iron, san. sewer pipe Class 100 LF &.:>7' ~ h7'hZ ~-
XXX, depth 16-18', inc. type IT (No. 67 stone)
bedding mat.
S-9E 16" dia. Ductile Iron, san. sewer pipe Class 150 LF ~f?
xxx, depth 16-18', inc. type II (No. 67 stone) 7S- - /~3// .~ ::....
bedding mat.
S-9G 20" dia. Ductile Iron, san. sewer pipe Class 150 LF
XXX, depth 16-18', inc. type II (No. 67 stone) /~~ 2/8f?o e :=:-
bedding mat.
S-17 Jack & Bore XX" dia. Steel casing. Min wall 200 LF
thick. O.XXX inch. Carrier pipe included. XX" OM,:,c ,A; ,. ,{.HC'"?~ ....,.
dia. Ductile Iron San. Sewer pipe, Class XXX, r4 ,,/
restrainedjoint, end seals.
S-l~: Select Backfill, GDOT Type I, Class I & n 5000 CY 7::::::- 3) 5'OC> "= =
I--
(Sand/Clay), Measured in-place volume
P-6
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
~
AUGUST A UTILITIES DEPARTMENT - SEWER SYSTEM
Item Description EstiIIlated: ..'l]:iJits: .... ..... ."Uriit ... Tot~li .........
. .
.. Quantity. ... I> . J>~ice .. · 'Ptice ..
SANITARY SEWER
S-19 Miscellaneous Sewer Pipe fittings and 5000 LBS /~ 7500 ~
connections
S-2C'A Pre-cast san. Manhole, GDOT STD lOllA, 20 Each /3{?-} ~ 2-~ 7'~b . ~.:>
-
Type 1, depth 0-6', (48" dia.)
S-2CB Pre-cast san. Manhole, GDOT STD lOllA, 20 Each /g~~ ~ 3}/8~ ~ ~
Type 1, depth 0-6', (60" dia.)
S-21A Add. San. Manhole depth, Type 1, depth Class 1 20 VF 27/~ 5"82/ ~---
(48" dia.) 3)5'" gf?
S-21B Add. San. Manhole depth, Type 1, depth Class 1 20 VF .7:S-/0 ~
(60" dia.)
S-29 Doghouse/Connector manhole, inc. base, cone, 2 Each /B33!.::- .J~~ :>
-
and ring and cover
8-30 6" sanitary sewer service, complete 20 Each //57 ~ 2-3/~ ~ ==-
8-31 Cut and plug existing sanitary sewer, diameter 1 Each //.Jf?~ //3f?~
vanes
S-32 Cut and plug existing manhole, diameter and 2 Each /2f?Z ~ 2743<;L-- ~ ~.
depth varies
S-33 Tie new san. Sewer to existing manholes, 2 Each /f?58 ~ 27/~ ~ t-
diameter varies
8-34 AC water main crossing 5 Each /577' ~ 7777' ;f:!-
8-35 Ductile Iron Pipe Polyethylene Encasement 100 LF ~:==- f?e>o ~
S-36 Cone. Encasement of san. Sewer (creek 100 CY /27~ <::> ~
/2 ?bO -
crossings, etc.)
PAVEMENT STRUCTURES
P-l Asphalt overlay, type F 1.5" thick, minimum 1750 SY 8~ /53/2 ~
P-2 Graded aggregate base, 10.5" thick, 7' wide and 1000 SY c::>c:> C> ::.
asphalt patch 2.5" thick, including removal of 2-<:P -- z.c&;.oc>c> =
2.5" GAB and placement of bituminous tack
coat
P-9 X,. concrete curb and/or gutter removal and 100 LF /82!:: /&'/0 ~ .
replacement (as appropriate and necessary)
P-7
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
~
~)
~
AUGUSTA UTILITIES DEPARTMENT - SEWER SYSTEM
Item
Description
..
'. .:E. n...:.s...tuiamn.ati".....f..:h.e...:.:d;..:.........'..:......~.....'. ....i ,.:lJriitsi: :.", iw.,;.:.~~itE/":i~ l!,i"':i.;ii~g!:~~;mi,
'l: .~J: . ... ......: :!,.;~l!~e,:f~h.; '/";!~F!ce,,:;
SANITARY SEWER
M-;.
Flowable Fill
l\USCELLANEOUS
245
150
M"
-~)
Foundation backfill GDOT Type II, for
additional unclassified excavation
Clearing and Grubbing
150
Cy 7~~ 232-/2- ~-
Cy 50 ~ 7S- oc> -::=:
CY //~ 2(;;;,78 ~:..
Acre ~CC;;>~ 22-5"0<> ~e.-
L.F /S-~ /5oo~l:-
M-2
Rock Excavation
M-Lf
M ,.
--'
Fence removal & replacement, new,
replacement in kind
5
100
LUMP SUM
LS-l
Lump Sum Construction
1
LS
//OS-3S-::!: //OS-3~ ~
~/r/
I
&~) f?--3/' f7'
I ~
P-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MARCH 19, 2004
AUGUSTA UTILITIES DEPARTMENT
WATER SYSTEM PROJECT- MEASUREMENT AND PAYMENT
WATER MAIN
ITEMS W-IA through W-3T - All piping line items shall be measured in linear feet and shall
include costs for piping and installation, trench excavation, trench box, dewatering, asphalt
cutting, normal joints and gaskets, normal backfill, pressure and leakage testing, pipe
sterilization, bacteriological testing, and flushing. No additional payment shall be made for
these items.
ITEM W-4 - Jack and bore line items shall be measured in linear feet and shall include costs
for casing piping, carrier piping, and installation, blasting, asphalt cutting, restrained joints
and gaskets, end seals, and normal backfill. No additional payment shall be made for these
items.
ITEM W -5 - Select backfill shall be measured in cubic yards and shall include costs for the
backfill and installation as well as all transportation and stockpiling charges. The volume of
material included shall be the actual measured "in-place" volume. The maximum trench
width used to calculate the volume will be 7 feet. No additional payment shall be made for
these items.
ITEM W-6 - Miscellaneous pipe fittings and connections shall be measured in pounds and
include costs for all fittings and installation including normal joints and gaskets, mechanical
joint restraint, etc., regardless of material. No additional payment shall be made for these
items.
ITEM W-7 - Transition couplings shall be measured individually (each) and shall include
costs for couplings, soil surface preparation, connection to water main, excavation,
asphalt/ concrete cutting, installation, normal backfill, and testing. No additional payment
shall be made for these items.
ITEM W-8 - Fire hydrants shall be measured individually (each) and shall include costs for
hydrants, soil surface preparation, connection to water main, all associated valves and
fittings, concrete pad (if required), excavation, asphalt/ concrete cutting, installation, normal
backfill, and testing. No additional payment shall be made for these items.
ITEMS W-9A through W-12 - All valve line items shall be measured individually (each) and
shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation,
dewatering, asphalt! concrete cutting, all associated fittings, installation, normal backfill,
and testing. No additional payment shall be made for these items.o
SECTlON_6.1_WA TER MEASURE & PMT 04 03 19.DOC
10F4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MARCH 19, 2004
ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include costs for
all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as
authorized by the project representative. The payment shall be based upon confirmed
delivery tickets. No additional payment shall be made for these items.
ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor,
equipment, and material removal and disposal costs. No additional payment shall be made
for these items.
ITEMS P-5 through P-6 - Concrete sidewalk and driveways shall be measured in square
yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete,
installation, site preparation, formwork, and finishing. Existing concrete shall be removed to
the nearest joint as directed by the project representative. No additional payment shall be
made for these items.
ITEM P-7 - Asphalt driveway replacement shall be measured in square yards and shall
include costs for existing asphalt removal and disposal, asphalt, installation, site
preparation. Existing asphalt shall be removed to the nearest joint as directed by the project
representative. No additional payment shall be made for these items.
ITEM P-8 - Curb and/ or gutter placement shall be measured in linear feet and shall include
costs for existing curb and/ or gutter removal and disposal, concrete, installation, site
preparation, formwork, and finishing. No additional payment shall be made for these items.
ITEM P-9 - Curb and gutter removal and replacement shall be measured in linear feet and
shall include costs for removal and disposal of existing concrete curb and gutter, concrete,
installation, site preparation, formwork, and finishing. No additional payment shall be
made for these items.
MISCELLANEOUS
ITEM M-l- 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.
ITEM M-2 - 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.
ITEM M-3 - 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-4 - 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-5 - 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
SECTION_6.1_WA TER MEASURE & PMT 04 03 19.DOC
30F4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MARCH 19, 2004
materials of like quality as necessary for water line installation. No additional payment
shall be made for these items.
LUMP SUM CONSTRUCTION
ITEM LS-l- Lump sum construction includes, but is not limited to, the items described in
the bid schedule. No separate or additional payment shall be made for these items.
SECTION_6.1_WATER MEASURE & PMT 040319.DOC
40F4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MARCH 19,2004
AUGUSTA UTILITIES DEPARTMENT
SANITARY SEWER PROJECT - MEASUREMENT AND PAYMENT
SANITARY SEWER
ITEMS S-1A through S-161 - All piping line items shall be measured in linear feet and shall
include costs for piping and installation, trench excavation, trench box, dewatering, asphalt
cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing,
mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include
all costs for closed circuit camera inspection of the sanitary sewer system, including
mobilization, demobilization, inspection, video tape copies, and field reports. No additional
payment shall be made for these items.
ITEM S-17 - Jack and bore line items shall be measured in linear feet and shall include costs
for casing piping, carrier piping, installation, blasting, asphalt cutting, restrained joints and
gaskets, end seals, and normal backfill. No additional payment shall be made for these
items.
ITEM S-18 - Select backfill shall be measured in cubic yards for both Types I and II and shall
include costs for the backfill and installation as well as all transportation and stockpiling
charges. The volume of material included shall be the actual measured "in-place" volume.
The standard trench width used to calculate the volume will be 7 feet. No additional
payment shall be made for these items.
ITEM S-19 - Miscellaneous pipe fittings and connections shall be measured in pounds and
include costs for all fittings and installation except normal joints and gaskets regardless of
material. No additional payment shall be made for these items.
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.
ITEMS S-21A through S-21F, 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.
SECTION] 1_SAN SEWER MEASURE & PMT 04 0319.DOC
10F4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MARCH 19, 2004
ITEM5 5-26A through 5-26F - 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.
ITEM5 5-27 A through 5-27F - 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 5-28 - 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 5-29 - 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 5-30 - 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, cleanout, excavation, dewatering, asphalt/ concrete cutting
(including service markings), installation, normal backfill, and property restoration. No
additional payment shall be made for these items.
ITEM 5-31- 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 5-32 - 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 5-33 - 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.
ITEM 5-34 - AC water main crossings shall be measured individually (each) and shall
include costs for AC pipe cutting, excavation, ductile iron piping, sleeves, backfill, and
property restoration. No additional payment shall be made for these items.
ITEM 5-35 - Ductile iron pipe polyethylene pipe encasement shall be measured in linear
feet and shall include costs for pipe wrap materials and installation. No additional payment
shall be made for these items.
ITEM 5-36 - Concrete pipe encasement shall be measured in cubic yards and shall include
costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization,
asphalt cutting, and normal backfill. No additional payment shall be made for these items.
SECTION] 1_SAN SEWER MEASURE & PMT 04 0319.DOC
20F4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MARCH 19.2004
PAVEMENT STRUCTURES
ITEM P-l- Asphalt overlay shall be measured in square yards and shall include costs for
asphalt materials and installation, temporary striping and permanent striping (replaced in
kind), and markers (both temporary and permanent). No additional payment shall be made
for these items.
ITEM P-2 - Aggregate base (10 W' thick) and asphalt patch (2 112" thick) shall be measured in
square yards and shall include costs for all aggregates (regardless of type), 2 1/2" graded
aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation,
striping (both temporary and permanent), and markers (both temporary and permanent).
The square yardage calculation shall be based upon a standard width of seven (7) feet for
payment purposes. No additional payment shall be made for these items.
ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include costs for
all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as
authorized by the project representative. The payment shall be based upon confirmed
delivery tickets. No additional payment shall be made for these items.
ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor,
equipment, and material removal and disposal costs. No additional payment shall be made
for these items.
ITEMS P-5 through P-6 - Concrete sidewalk and driveways shall be measured in square
yards and shall include costs for 3000 psi concrete, installation, site preparation, formwork,
and finishing. Existing concrete shall be removed to the nearest joint as directed by the
project representative. Payment shall included all removal and disposal costs. No
additional payment shall be made for these items.
ITEM P-7 - Asphalt driveway replacement shall be measured in square yards and shall
include costs for asphalt, installation, and site preparation, including necessary subgrade
preparation, base removal, and base installation. Existing asphalt shall be removed to the
nearest joint as directed by the project representative. No additional payment shall be made
for these items.
ITEM P-8 - Curb and/ or gutter placement shall be measured in linear feet and shall include
costs for concrete, installation, site preparation, formwork, and finishing. Payment shall
included all removal and disposal costs. No additional payment shall be made for these
items.
ITEM P-9 - Curb and gutter removal and replacement shall be measured in linear feet and
shall include costs for removal and disposal of existing concrete curb and gutter, concrete,
installation, site preparation, formwork, and finishing. Payment shall included all removal
and disposal costs. No additional payment shall be made for these items.
MISCELLANEOUS
ITEM M-l- Plowable 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.
SECTION] UAN SEWER MEASURE & PMT 04 0319,DOC
30F4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MARCH 19.2004
ITEM M-2 - 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.
ITEM M-3 - 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-4 - 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-S - 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.
LUMP SUM CONSTRUCTION
ITEM LS-l- Lump sum construction includes, but is not limited to, the items described in
the bid schedule. No separate or additional payment shall be made for these items.
SECTION] 1_SAN SEWER MEASURE & PMT 04 0319.DOC
40F4
I
I
Bm BOND
I
KNOW ALL BY THESE PRESENTS, That we, Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
I of
(hereinafter called the Principal),
I
as Principal, and Western Surety Company
(hereinafter called the Surety), as Surety are held and firmly bound unto Augusta Commission, 530 Greene Street, Room 605,
I
Augusta, GA 309'11
I
(hereinafter called the Obligee) in the penal sum of 10% of Bid Amount - - - - - - - '" - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - -
I
- - - - - - - - -- - - -- - -- - -- - - -- - -- - - -- - -- - - - - - - - - - - - - -- -- -- Dollars ($ 10% of Bid Amount )
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
I
THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal
to the Obligee on a contract for Task Order Contract for Water and Sewer Repairs
I
NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be
specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful
performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect.
I
I
Signed and sealed this
9th
day of
October
2009
I
Witness
Blair Construction, Inc., PO Box 770,
Evans, Georgia 30809
{W~((.~
,?r&N~.?r
(Seal)
, Principai
I
~~.7~~~
Title
I
'11t O-F(J k/- J ". ~~
'-.... (/
Witness
{ :es;.::::om:JYv
Buck Leigh !7 Attorney-in-Fact
I
I
I
I S-0053/GEEF 10/9,9.
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 Attomey(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
I?/ifg
Paul . Bruflat, Senior 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
+~~~~~~~~~~~~~~~~~~~~~~~~+
s s
: D.KRELL $
$~NOTARY PUBLIC~$
s~SOUTH DAKOTA~s
s s
+.."'........................................... +
~
~Mlk
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 ofthe 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 9th day of cctrl:Er' , 2009
I
..............
.....\lIlEr)'''''.
~~/-~-, ('0'-.
is o"'Ofl"t;\~\)
i={(i Cft}:
~\'i-. .s-t:"'...../i{~
.r~..~_....~...$
'"ri~
WESTERN SURETY COMPANY
I
q. ~{~I'~S~_
Fonn F4280-09-06
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STATEMENT OF WORK
The OWNER seeks qualified bidders to provide all materials, tools, labor and equipment to
perform all work for the CONTRACT as specified by individual TASK ORDERS.
The CONTRACT is a Firm-Fixed-Price Task Order Contract, which contains a guaranteed
minimum award of 20% of the total contract amount, based on the bidder's unit prices to
remain in effect for the duration of the CONTRACT.
The CONTRACT does not have renewal options. It shall begin upon the approval of the Augusta
Commission and shall run continuously for 365 calendar days. TASK ORDERS are subject to
issuance on any day and at any time of day. Multiple TASK ORDERS may be in effect at the
same time. All TASK ORDERS will be issued within the CONTRACT limits and are to be
completed per a negotiated schedule specific to each TASK ORDER.
TASK ORDERS shall consist of, but are not limited to, the installation, maintenance and/or
repair of water and sewer lines. Said work shall be performed in accordance with all contract
documents, terms, conditions, specifications, and/or special instructions required to complete
each task order covered by the CONTRACT.
TASK ORDERS are to be issued only by the OWNER.
CONTRACTOR shall provide the following minimum equipment listed and provide all necessary
tools, equipment and personnel to properly operate said equipment such that multiple task
orders may be accommodated simultaneously:
Caterpillar 329 D Excavator or equivalent 200 hp excavator
924 H Wheeled Loader or equivalent 128 hp loader
Wacker RT56-SC Vibratory Roller or equivalent
Five yard dump truck or larger.
SOW-l
THIS AGREEMENT, made on theJ!tday of J- .vtv~by and between AUGUSTA,
GEORGIA, BY AND THROUGH THE AUGUST A-RICHMONp COUNTY COMMISSION, party of
the first part, hereinafter called the OWNER, and 'B ,e n~ &.-,... d~~t~rty of the
second part, hereinafter called the CONTRACTOR.
WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations
hereinafter named, agree as follows:
ARTICLE I - SCOPE OF THE WORK
The CONTRACTOR hereby agrees to furnish all of the materials (when specified in each
Task Order), equipment and labor necessary to perform all of the work shown for each individual Task
Order as a part of the:
TASK ORDER CONTRACT FOR WATER AND SEWER SYSTEMS
REPAIRS AND INSTALLATION
and, in accordance with the requirements and provisions of the General and Supplemental General
Conditions attached, which are hereby made a part of this agreement. In addition, the unit price by which
Task Orders are negotiated shall be considered valid for 365 calendar days from contract approval.
CONTRACTOR shall be compensated in accordance ,ith the compensation provisions below and in
accordance with the rates established in Bid Itemtl1.J~r as may be amended and approved by OWNER.
ARTICLE II - TIME OF COMPLETION /LIQUIDATED DAMAGES
The work to be performed for each Task Order shall be reviewed with the
CONTRACTOR prior to OWNER issuing notice to proceed. Once both parties have agreed, in writing, to
the work described in the Task Order, a written notice to proceed shall be issued by OWNER. Work on
the Task Order shall be commenced within 10 calendar days after the date of notice to proceed with each
Task Order. All work shall be completed within the calendar days specified in the Task Order with all
such extensions of time as are provided for in the Task Order documents. All task orders for this contract
will be issued within the 12 month contract period.
It is hereby understood and mutually agreed, by and between the CONTRACTOR and
the OWNER, that the date of beginning, rate of progress and the time for completion of the work to be
done hereunder are ESSENTIAL CONDITIONS of this contract. CONTRACTOR agrees that said work
shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full
completion thereof within the time specified. It is expressly understood and agreed by and between the
CONTRACTOR and the OWNER, that the time for completion of the work described in each authorized
Task Order is a reasonable time for completion of the same, taking into consideration the average climatic
range and construction conditions prevailing in this locality.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE
TASK ORDER 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/lOOs ($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
A-I
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 Task Order to be
assigned under 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.
Points of Contact and Direction
All administrative deliverables including notices, certificates and permits required under this Agreement
shall be submitted to the OWNER. All technical deliverables required by the Task Order shall be submitted to
OWNER technical point of contact (POC) noted below. Any administrative or technical direction received
from these individuals, unless received in the form of a revision to this Agreement, shall be considered
informational only and shall not be binding by the parties. All notices and actions by OWNER under this
Agreement shall be submitted to the CONTRACTOR POC identified below.
OWNER Technical POC: AUD assigned project engineers
CONTRACTOR POC:
ARTICLE III - PAYMENT
(A) The Contract Sum
The OWNER shall pay to the CONTRACTOR for the performance oj-the Contract the
amount as stated in the Task Order based upon rates stated in the Bid Itempl/-IS.:> , with a guaranty of
TASK ORDERS EQUALING, at least, the minimum of 20% of the total CONTRACT amount for the
duration of the contract Fixed Unit Rate Services - Compensation for services rendered on the basis of
fixed unit rates shall be at the rates established as specified in the Bid Itembq.. IS r. Unless otherwise
stated, these rates are firm for the period of performance and include all elements of labor, overhead, .
other direct costs and profit. Total compensation under this Agreement currently is $ -t l.J 7; l./ ? 9. ' yr
I
(B)
Progress Payment
On no later than the fifth day of every month, the Contractor shall submit to the OWNER
an estimate covering the quantities used toward completion of Task Order which has been completed
from the start of the Task Order to and including the last working day of the preceding month, together
with such supporting evidence as may be required by the OWNER. This estimate shall include only the
unit prices as set forth in the Bid Schedule.
I
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.
I
A-2
I
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt of written notice that the work for a given Task Order is ready for
final inspection and acceptance, the OWNER's designated representative shall within 10 days make such
inspection, and when he finds the work acceptable under the Contract and the authorized Task Order
fully performed, he will promptly issue a final certificate for that Task Order, over his own signature,
stating that the work required by this Task Order has been completed and is accepted by him under the
terms and conditions thereof, and the entire balance found to be due the CONTRACTOR, including the
retained percentage, shall be paid to the CONTRACTOR by the OWNER within 15 days after the date of
said final certificate.
(B) Before final payment is due, the CONTRACTOR shall submit evidence
satisfactory to the OWNER that all payrolls, material bills, and other indebtedness connected with work
have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such
disputed amounts when adjudicated in cases where such payment has not already been guaranteed by
surety bond.
I
(C) The making and acceptance of the final payment for each Task Order shall
constitute a waiver of all claims by the OWNER regarding the work done as part of that Task Order, other
than those arising from unsettled liens, from faulty work appearing within 12 months after final payment,
from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a
waiver of all claims by the CONTRACTOR except those previously made and still unsettled.
(D) If after the work has been substantially completed, full completion thereof is
materially delayed through no fault of the CONTRACTOR, and the OWNER Representative so certifies,
the OWNER shall upon certification of the OWNER representative, and without terminating the Contract,
make payment of the balance due for that portion of the work fully completed and accepted.
Each payment shall be made under the terms and conditions governing final payment,
except that it shall not constitute a waiver of claims.
Entire Agreement
This Agreement supersedes all prior agreements and understandings and may only be changed by written
revision executed by both parties.
A-3
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.
OWNER: AUGUST A, GEORGIA
By:
~Gw.
~ pV
JJl~
~r
~~I&}I~
[~;a).Bonne'
Clerk of,~e co,mission
Date: 1//f;i I ()
SEAL
The Honorable Deke Copenhaver
Mayor
Date: l/ I t 1/ c(
APPROVED AS TO FORM:
DEPARTMENT APPROVAL:
By:
-- ~. ,
By: r (O'"Y""'-'t:>. W~
Attorney
Date:
Cliff Old A. Coil13THOMRS .D. u)IFDMuEIC.
Interim Director, Augusta Utilities Department
Date:
CONTRACTOR:
2/.:::0-/ /- C:::O/7~r<./c-h"'=v? ~c/
/
By /J~ /ft~tv!J
Name: M/%;;......., ~. /J~~;.....e/ Jr- /
'T'''_1~. \/-'.-" ~~s.'h'7+-
liUc:. y,'-..--c I' ~.~-
Date:
2//5'#0
( I
~:T~A !/Jid{~
Name: 3/<"-/...... L., ~~---e"- ~
/- - A___ - - ~ -s;;:::...r".~,4;'--7
'--""//~',---r.....- _ ~~
''l'':Ll.__
llllc.
Date: ~?O
.1\-4
I
I
I
Bond No. 586 68239
I
PERFORMANCE BOND
Conforms with The American Institute of Architects
A.IA document No. A-311
I
KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
(I-t~n::. inc:~rt filii n~rnf? ?nrl ~rlrlrt?~~ nr ljQ~?' tit!/? nf ~"n~r~,...tr'lr)
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 Seven Thousand Four Hundred Thirty Nine and
49/100 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars ($ 847,439.49 .).
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 Task Order Contract for Water and Sewerage Repairs & Installations
City of Augusta, GA (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
I
PERFORMANCE BOND
586 68239
I NOW, THEREFORE, THE CONDITION OF THIS OBLIGA nON 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.
I The Surety hereby waives notice
extension of time made by the Owner.
of any alteration or
I 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
I the default, or shall promptly
I) Complete the Contract in accordance with its terms and
I conditions, or
2) Obtain a bid or bids for completing the Contract in accordance
I 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
I Owner, and make available as Work progresses (even though there
should be a default or a succession of defaults under the
I
I
I
Signed and sealed this
I
/5" -e--
day of
~6rvc-c-7
, 2.0/0.
I
~A-~. ~ - ~~
(Witness)
I
I
7fL/A^ C ,-X~
(Witness)
I
I
I
l
IS-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.
Blair Construction, Inc., PO Box 770, Evans,
Georgia 30809
(Seal)
(Principal)
(Title)
Western Surety Company, CNA Plaza, Chicago,
Illinois 60685
(Seal)
(Surety)
(ri~le)
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 68239
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, Aug usta, GA 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 Seven Thousand Four Hundred Thirty Nine and 49/100 - - - - - - - - - - - - - - - - - Dollars ($ 847,439.49 .).
I
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
I
WHEREAS,
Principal has by written agreement dated
entered into a contract
I
with Owner for Task Order Contract for Water and Sewerage Repairs and Installations
City of Augusta, GA (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 68239
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
I Principal or with a Subcontractor of the Principal for labor, material, or
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 suit 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
I with substantial accuracy the amount claimed and the name of the party to
whom the materials
I Signed and sealed this
/5~
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 oflimitation 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
thereot: 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
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.
day of
~ b,...,,-c:...-,-y
I
, z.o../o .
I~
I
<S
-~~
(Witness)
I
I
/J(~~~
(Witness)
I
I
I S-1220/GEEF 10/99
Page 2 of 2
Blair Construction, Inc., PO Box 770, Evans,
Georgia 30809
. (Seal)
(Principal)
~~
(Title)
Western Surety Company, CNA Plaza, Chicago,
Illinois 60685
(Seal)
(Surety)
17 .' '
- ') A.~...G)< / f/(;J --10-
Buck Leigh, Attorne~ 'n-Fact
(Title)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
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
Thomas M Albus, Buck Leigh, Individually
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-
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.
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.
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 8th day of January, 2010.
WESTERN SURETY COMPANY
~~';",Vi"P~id'"
State of South Dakota
County of Minnehaha
} ss
On this 8th day of January, 2010, before me personally came Paul 1. 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.
My commission expires
+~~~~~~~~~~~~~~~~~~~~~~~+
I I
: D.KRELL :
$~NOTARY PUBLIC~$
I SOUTH DAKOTA~I
I I
+~~~~~~~~~~~~~~~~~~~~~~~+
~
~P'b]k
November 30, 2012
CERTIFICATE
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 /S'"&- day of h br-........c:::-..- y 2-0/0
/
WESTERN SURETY COMPANY
Cf ~~,~s=,.,
Form F4280-09-06
I
CERTIFICATE OF' LIABiliTY INSURANCE
DATE (MM/DDIYYYY)
ACORD
TM
02/14/2010
THIS CERTIFICATE IS ISSUED AS A MAHER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICA TE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
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.
P. O. Box 770
Evans, GA 30809
22292
I
NAIC#
INSURERS AFFORDING COVERAGE
INSURER A: National Trust Insurance
INSURER B FCCI Insurance CO.
INSURERC: Hanover Insurance CO.
INSURER D:
INSURER E:
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 N~~E TYPE OF INSURANCE POLICY NUMBER 6~}J~~~j6g~1 6~~~iM~~b~~ LIMITS
LTR
GENERAL LIABILITY CPPOO04476 02/14/2010 02/14/2011 EACH OCCURRENCE $ 1,000,000
-
X COMMERCIAL GENERAL LIABILITY ~~~~I~;'ES (Ea occurrence) $ 100,000
r- ~ CLAIMS MADE [8] OCCUR 5,000
I-- MED EXP (Anyone person) $
A PERSONAL & ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000
n [Xl PRO- nLOC
POLICY JECT
AUTOMOBILE LIABILITY CA 0005458 02/14/2010 02/14/2011 COMBINED SINGLE LIMIT
7 (Ea accident) $ l,OOO,OOC
ANY AUTO
I--
ALL OWNED AUTOS BODILY INJURY
I-- $
SCHEDULED AUTOS (Per person)
A I--
X HIRED AUTOS BODILY INJURY
I-- $
X NON-OWNED AUTOS (Per accident)
r-
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
R ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS / UMBRELLA LIABILITY UMBOO02841 02/14/2010 02/14/2011 EACH OCCURRENCE $ 5,000,00c
o OCCUR D CLAIMS MADE AGGREGATE $ 5,000,00C
B $
~ DEDUCTIBLE $
X RETENTION $ 10,00C $
WORKERS COMPENSATION 010-WClOA-54981 02/14/2010 02/14/2011 X I /6'R.?' L~MNs I IUER-
AND EMPLOYERS' LIABILITY
Y/N OFFICERS INCLUDED 1,000,00C
A ANY PROPRIETOR/PARTNER/EXECUTIVD E.L. EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? l,OOO,OOC
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $
If ves. describe under 1,OOO,OOC
SPECIAL PROVISIONS below I E.L. DISEASE - POLICY LIMIT $
OTHER . IHA4999540 02/14/2010 02/14/2011 $310,000 anyone item
Leased and Rented
C ~quipment $500,000 policy limit
DESCRIPTION OF OPERATIONS / LOCA TIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
~roj: Task order contract for Water & Sewer, contract amount: $847,439.49
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE HOLDER
CANCELLA TION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ....!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
REPRESENTA TlVES.
AUTHORIZED REPRESENTATlVE
I
Augusta GA Commission
Room 605, Municipal Building
Au usta, GA 30911
ACORD 25 (2009/01)
All rights reserved.
~7-.k C ,/~_
I
Mark Ja nes CSP/LINDAM
@ 1988-2009 ACORD CORPORATION.
The ACORD name and logo are registered marks of ACORD
I
I
I
I
IMPORTANT
I
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).
I
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).
I
DISCLAIMER
I
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.
I
I
I
I
I
I
I
I
I
I
I ACORD 25 (2009/01)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
GENERAL CONDITIONS
ARTICLE I.-DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms have the
meanings indicated, which are applicable to both the singular and plural thereof:
Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by
OWNER to prospective Bidders prior to the time of opening of Bids.
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement and made a part thereof as provided therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in
requesting progress or final payments and which is to include such supporting documentation as is required by
the Contract Documents.
Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work
to be performed.
Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR
and its Surety in accordance with the Contract Documents.
Change Order-- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and
OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price
or the Contract Time, issued on or after the Effective Date of the Agreement.
Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's
Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the
Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the
Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically
identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after
execution of Contract together with all amendments, modifications and supplements issued pursuant to
paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement.
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated
in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work).
Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the
Agreement for the completion of the Work.
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the
Augusta-Richmond County Commission, and its authorized designees, agents, or employees.
Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a
legal holiday, that day will be omitted from the computation. legal Holidays: New Year's Day, Martin Luther
King Day, Memorial Day, 4th of July, labor Day, Veterans Day, Thanksgiving Day and the following Friday,
and Christmas Day.
Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or
GC-1
Page 1 of 56
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 theSpecifications.
Laws or Regulations-Laws, rules, regulations, ordinances, codes andlor orders.
Notice of A ward- 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 Architectural/Engineering firm or individual or in-house licensed person designated to
perform the design and/or 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.
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared
GC-2
Page 2 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revis ion Date
August 2001
by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard
schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and
submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work.
Specifications-Those portions of the Contract Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and workmanship as applied to the Work and certain
administrative details applicable thereto.
Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other
SUBCONTRACTOR for the performance of a part of the Work at the site.
Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the
opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or
specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued,
when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and
"substantially completed" as applied to any Work refer to Substantial Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or supplements these General
Conditions.
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other
such facilities or attachments, and any encasement containing such facilities which have been installed
underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable television, sewage and drainage removal, traffic or other
control systems, or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work is the result of performing services, furnishing labor and
furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as
required by the Contract Documents.
Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the
Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or
revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to
be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change
Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that
the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract
Time as provided in Article 10.
Written Amendment-A written amendment of the Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-engineering
or non-technical rather than strictly Work-related aspects of the Contract Documents.
GC-3
Page 3 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
Copies of Documents:
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
Page 4 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to
each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each
insurance policy (and other evidence of insurance which OWNER may reasonably request) which
CONTRACTOR is required to purchase and maintain in accordance with Article 5.
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER,
PROFESSIONAL and others as appropriate will be held to establish a working understanding among the
parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling
Shop Drawings and other submittals, processing applications for payment and maintaining required records.
Finalizing Schedules:
2.9. At least ten days before submission of the first Application for Payment, a conference attended by
CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the
schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10)
calendar days to make corrections and adjustments and to complete and resubmit the schedules. No
progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to
OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to
OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any
specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL
responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve
CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and
Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for
reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by
PROFESSIONAL as to form and substance.
CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for
maintaining the schedule, including updating schedule. Schedule updates shall include progression of work
as compared to scheduled progress on work. Schedule updates shall accompany each pay request.
GC-5
Page 5 of 56
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
Page 6 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
3.6.3. a Work Change Directive (pursuant to paragraph 10.4).
As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a
Change Order or a Written Amendment.
3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor
variations and deviations in the Work may be authorized in one or more of the following ways:
3.7.1. a Field Order (pursuant to paragraph 9.5).
3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and
6.26), or
3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4).
Reuse of documents:
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization
performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire
any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall
not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the
Project or any other project without written consent of OWNER and PROFESSIONAL and specific written
verification or adaptation by PROFESSIONAL.
GC-7
Page 7 of 56
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 tothe 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 of the "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
Page 8 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
performed after direction is provided by the PROFESSIONAL.
Physical Conditions-Underground Facilities:
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the site is based on information and data
furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless
it is otherwise expressly provided in the Supplementary Conditions:
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of
any such information or data; and
4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall
have full responsibility for reviewing and checking all such information and data for locating all Underground
Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of
such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph
6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as
having been included in the Contract Price.
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not
reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof
and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22,
identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to
OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine
the extent to which the Contract Documents should be modified to reflect and document the consequences of
the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to
the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of
such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the
Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the
existence of any Underground Facility that was not shown or indicated in the Contract Documents and which
CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree
as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and
12.
Reference Points:
4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in
PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General
Requirements), shall protect and preserve the established reference points and shall make no changes or
relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL
whenever any reference point is lost or destroyed or requires relocation because of necessary changes in
grades or locations, and shall be responsible for the accurate replacement or relocation of such reference
points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
GC-9
Page 9 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
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.
OW N ER 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
Page 10 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal
to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations
under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when
final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract
Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary
Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents
and be executed by such sureties as are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published
in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds
signed by an agent must be accompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained
by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds
signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance
companies shall also meet such additional requirements and qualifications as may be provided in the
Supplementary Conditions.
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in
5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of
insurance (and other evidence of insurance requested by OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain in accordance with 5.3.
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes
insolvent or its right to do business is terminated in any state where any part of the Project is located or it
ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute
another Bond and Surety, both of which must be acceptable to OWNER.
CONTRACTOR's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other
insurance as is appropriate for the Work being performed and furnished and as will provide protection from
claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of
the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed
or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of
them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable:
5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar
employee benefit acts;
5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of
CONTRACTOR's employees;
GC-11
Page 11 of 56
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 of fire 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
Page 12 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss
or incurred in the repair or replacement of any insured property (including but not limited to fees and charges
of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk"
insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and
maintain similar property insurance on portions of the Work stored on and off the site or in transit when such
portions of the Work are to be included in an Application for Payment.
5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property
insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include
the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's
consultants in the Work, all of whom shall be listed as insured or additional insured parties.
5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be
purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or
endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at
least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver
provisions in accordance with paragraph of 5.11.2.
5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to
protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible
amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will
be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes
property insurance coverage within the limits of such amounts, each may purchase and maintain it at the
purchaser's own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be included in the property
insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to
CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at
the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been
procured by OWNER.
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages
caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and
5.7 and other property insurance applicable to the Work, and also waive all such rights against the
Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in
such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between
CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of
OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as
insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the
proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and
5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by
the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event
of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named
as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms
are required of any Subcontractor, CONTRACTOR will obtain the same.
GC-13
Page 13 of 56
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.
Indemnification
5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its
employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and
GC-14
Page 14 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that
any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness,
disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom
and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone
directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or
not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder.
5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of
CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone
for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall
not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or
other employee benefit acts.
5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly
employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys'
fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in
connection with any alleged infringement of such rights.
GC-15
Page 15 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revis ion Da te
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 fumish 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
Page 16 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Substitutes or "Or-Equal" Items:
6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by
using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to
establish the type, function and quality required. Unless the name is followed by words indicating that no
substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if
sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material
or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL
will include the following as supplemented in the General Requirements. Requests for review of substitute
items of material and equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment,
CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the
proposed substitute will perform adequately the functions and achieve the results called for by the general
design, be similar and of equal substance to that specified and be suited to the same use as that specified.
The application will state that the evaluation and acceptance of the proposed substitute will not prejudice
CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute
for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other
direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and
whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any
license fee or royalty. All variations of the proposed substitute from that specified will be identified in the
application and available maintenance, repair and replacement service will be indicated. The application will
also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such
substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of
which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may
require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed
substitute.
6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in
or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method,
sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits
sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that
indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar
to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the Gen-
eral Requirements.
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed
substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed
or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change
Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's
expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will
record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby.
Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for
the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute.
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially
or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection.
CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to
furnish or perform any of the Work against whom CONTRACTOR has reasonable objection.
GC-17
Page 17 of 56
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 or furnishing 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.
Permits:
6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental
charges and inspection fees, and all public utility charges which are applicable and necessary for the
execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and
paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting
GC-18
Page 18 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
process will be considered for time extensions only and no damages or additional compensation for delay will
be allowed.
Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and
Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's
compliance with any Laws or Regulations.
6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such
laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall
then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or
should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to
the Project Manager, it shall bear all related costs.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with the Laws and Regulations of the place of the Project which are applicable during the
performance of the Work.
Use of Premises:
6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment
and the operations of workers to the Project site and land and areas identified in and permitted by the Contract
Documel'lts and other land and areas permitted by Laws and Regulations, rights-of~way, permits and
easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or
other materials or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is
solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any
such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting
from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any
such OWN ER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt
to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law.
CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER
harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of
PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising
directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party
against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the
completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about
the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials,
and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original
condition all property not designated for alteration by the Contract Documents.
GC-19
Page 19 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 theWork 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.
Emergencies:
GC-20
Page 20 of 56
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.
Indemnification:
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and
hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and
employees from and against all claims, damages, losses and expenses, direct, indirect or consequential
(including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects,
attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily
GC-22
Page 22 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself)
including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or
omission of CONTRACTOR, any Subcontractor, any 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,
regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by
Law and Regulations regardless of the negligence of any such party.
6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of
their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any 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, the indemnification obligation under paragraph 6.32 shall not be limited
in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit acts.
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of
PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or
approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications.
GC-23
Page 23 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 7 ---OTHER 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
Page 24 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE S-..OWNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all
communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a
PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the
Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such
appointment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and
14.13.
8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys
to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's
identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface
conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the
Drawings and Specifications.
8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property
insurance are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3.
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and
15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain
circumstances.
GC-25
Page 25 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
Page 26 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL
believes to be defective and will also have authority to require special inspection or testing of the Work as
provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see
paragraphs 6.23 through 6.29 inclusive.
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11
and 12.
9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment,
etc., see Article 14.
Determinations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work
performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's
preliminary determinations on such matters before rendering a written decision thereon (by recommendation
of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and
binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either
OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written
notice of intention to appeal from such a decision.
Decisions on Disputes:
9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents
and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the
acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the
performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the
Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a
formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a
reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant
to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after
the occurrence of the event giving rise thereto) and written supporting data will be submitted to
PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows
an additional period of time to ascertain more accurate data in support of the claim.
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 of final payment as provided in paragraph 14.16) will be a condition
GC-27
Page 27 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
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
Page 28 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 1 Q--CHANGES IN THE WORK
10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions,
deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request,
identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a
written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request
calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the
proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall
not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable
conditions of the Contract Documents.
10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not
entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the
case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall
prevail irrespective of any conflicting provisions contained in these Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency
as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the
Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and
CONTRACTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a
Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with
Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined
to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR
may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated
to fully perform the work as directed by the Work Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER,
regardless of pending claim actions, unless otherwise agreed to in writing.
10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract
Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any
Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the
amount of each applicable Bond will be adjusted accordingly.
GC-29
Page 29 of 56
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
GC-30
Page 30 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Change Order.
11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions
within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs
to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the
discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum
quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to
construct to plan or authorized dimensions.
Cost of the Work:
11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by
CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by
OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall
include only the following items and shall not include any of the costs itemized in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for
employees not employed full time on the Work shall be apportioned on the basis of their time spent on the
Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits
which shall include social security contributions, unemployment, excise and payroll taxes, workers' or
workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay
applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of
performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the
above to the extent authorized by OWNER.
11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to
make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and
refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors
acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid
on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the
same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions
of the Contract Documents insofar as applicable.
11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work.
11 .4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC-
TOR's employees incurred in discharge of duties connected with the Work.
GC-31
Page 31 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment,
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.
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.
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.
11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's
GC-32
Page 32 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
office at the site.
11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital
used for the Change Order Work and charges against CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is
required by the Contract Documents to purchase and maintain the same (except for the cost of premiums
covered by subparagraph 11.4.5.9 above).
11.5.5. Costs due to 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, including but not limited to,
the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any
damage to property.
11.5.6. Other overhead or general expense costs of any kind and the costs of any item not
specifically and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined
as follows:
11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon;
11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be
fifteen percent,
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a
subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on
account of overhead and profit of all Subcontractors shall be fifteen percent,
11.3,
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and
11.6.2.4. 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 plus a deduction in
CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and
11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in CON-
TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1
through 11.6.2.4, inclusive.
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
GC-33
Page 33 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
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:
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.
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
Page 34 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in
the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7)
calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be
submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the
OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time
must set forth in detail the reasons for and caUSes of the delay and clearly indicate why the subject delay was
beyond CONTRACTOR's control or fault.
12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or
completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or
by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor
disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by
CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the
Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine.
CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay
which OWNER may determine to be due solely to such causes and only to the extent such occurrences
actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all
the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract
Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance,
progress, commencement or completion of the Work for any cause whatsoever, including those for which
OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty
to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's
sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of
any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the
procedures set forth herein.
GC-35
Page 35 of 56
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
Page 36 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or
approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the
Work in accordance with the requirements of the Contract Documents.
Uncovering Work:
13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the
prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of
PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection,
testing or approval and replaced at CONTRACTOR's expense.
13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by
PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall
uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may
require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is
found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such
uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not
limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), 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, however,
such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or
an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,
inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent
thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
OWNER May Stop the Work:
13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or
. suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or
equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order
CONTRACTOR to stop the Work until the caUSe for such order has been eliminated. However, this right of
OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the
benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the
Contract Price or Contract Time or other damages for a stop work order under this paragraph.
Correction or Removal of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER
and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or
completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not
correct such defective Work or remove and replace such defective Work within a reasonable time, as
specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and
indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to
CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work
of others destroyed or damaged by the correction, removal, or replacement of the defective Work.
GC-37
Page 37 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 of final 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 of final 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,
OWN ER 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
GC-38
Page 38 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or
replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the
Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of
OWNER's rights and remedies hereunder.
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents,
including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit
a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen
and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put
the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective
action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and
have the Work done by others. The cost of completion under such procedure shall be charged against
CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract
Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are
not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER.
13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs
to OWNER of associated inspection, construction management and resident engineers shall be identified to
CONTRACTOR and the Contract Price reduced by a like amount via Change Order.
GC-39
Page 39 of 56
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 PROF-
ESSIONAL'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
Page 40 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that
CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such
payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous
on-site inspections have been made to check the quality or the quantity of the Work beyond the
responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be
other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by
OWNER or OWNER to withhold payment to CONTRACTOR.
14.6. PROFESSIONAL's recommendation offinal payment will constitute an additional representation
by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final
payment as set forth in paragraph 14.13 have been fulfilled.
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in
PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL
may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the
results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent
as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction or
replacement.
14.7.2. the Contract Price has been reduced by Written Amendment or Change Order.
14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with
paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.9 inclusive.
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims
have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or
Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set
against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a
copy to PROFESSIONAL) stating the reasons for such action.
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR
shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for
items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a
certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If
PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify
CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially
complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial
Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a
tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after
receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any
GC-41
Page 41 of 56
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
Page 42 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be
completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written
recommendation as to the division of responsibilities pending final payment between OWNER and
CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and
guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time
when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed
PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work,
OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to
complete other related Work.
14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to
compliance with the requirements of paragraph 5.15 in respect of property insurance.
14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial
Occupancy.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion
thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will
notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such defi-
ciencies.
Final Application for Payment:
14.12. After CONTRACTOR has completed all such corrections to the satisfaction of
PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance
and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required
by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may
make application for final payment following the procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety,
if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of
all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as
approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which
a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with
the Work for which OWNER or OWNER's property might in any way be responsible have been paid or
otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full,
CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against
any lien.
14.12.1. No application for final payment will be accepted by OWNER until approved as-built
documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
GC-43
Page 43 of 56
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
GC-44
Page 44 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
acceptance of Work not in accordance with the Contract Documents or a release of
CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents
(except as provided in paragraph 14.16).
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from
unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply
with the Contract Documents or the terms of any special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made
in writing and still unsettled.
GC-45
Page 45 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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;
Page 46 of 56
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,
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to
the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude
GC-46
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and use the same to the full extent they could be used by
CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all
materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are
stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall
not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract
Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to
fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and
arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance,
CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to
reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or
remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work
performed.
15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will be the
means for disposition of the balance of the contract obligations.
Termination for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER
may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the
Contract. In such case, CONTRACTOR shall be paid (without duplication of any items):
15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents
prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such
Work;
15.4.2. For expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials or equipment as required by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with
Subcontractors, suppliers and others; and
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will
not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
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
GC-47
Page 47 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
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
Page 48 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 16--DISPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both,
or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the
commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers
pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but
shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character
and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not
presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if
the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its
commencement, the claim will be considered only for a period commencing ten (10) working days prior to the
receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to
CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address.
16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR
arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia
Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract
consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to
contest same.
GC-49
Page 49 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 17-MISCELLANEOU5
Giving Notice:
17.1. Whenever any provision of the Contract Documents requires the giving of written notice, itwill
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.
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.
Page 50 of 56
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.
GC-50
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all
provisions of the Georgia Prompt Pay Act, O.C.G.A Section 13-11-1, et seq. In the event any provision of the
Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract
Documents shall control.
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and
CONTRACTOR specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of
materials that are not determined to be equivalent to those indicated or required in the contract documents
without an amendment to the contract.
Sanitary Sewer Overflow Prevention:
17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction:
17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to
waters of the State is a violation of Georgia Water Quality Regulations and is prohibited.
17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This
plan will include a list of key personnel with 24-hour contact information who will respond during an emergency
situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any
changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT
REPRESENTATIVE prior to implementation.
17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans
and supporting calculations must be submitted to the Augusta Utilities Department for review prior to
establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if
failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the
State.
17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation
and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to
waters of the State.
17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following
actions:
1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.
2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT
PROJECT REPRESENTATIVE (contact information will be provided at the preconstructjon
conference).
3. Maintain a chronicle of relevant information regarding the incident including specific actions taken
by the CONTRACTOR and estimates of the discharge volume.
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
GC-51
Page 51 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
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 lor 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
Page 52 of 56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION SGC
SUPPLEMENTAL GENERAL CONDITIONS
CONTRACTOR'S Liability Insurance
Insurance shall be written with limits of liability shown below or as required by law, whichever
is greater:
· Commercial General Liability (per occurrence) Each Occurrence
· General Aggregate
· Products
· Personal & Adv Injury
· Fire Damage
· Automobile Liability (any auto) Combined Single Limit
· Excess Liability (Umbrella) Each Occurrence
· Workers Compensation
· Employer Liability
$ 1,000,000
$ 2,000,000
$ 2,000,000
$ 1,000,000
$ 500,000
$1,000,000
$5,000,000
Statutory Limits
$ 1,000,000
SGC-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION
SC-Ol
SC-02
SC-03
SC-04
SC-05
SC-06
SC-07
SC-08
SC-09
SC-I0
Sc-ll
SC-12
SC-13
SC-14
SC-15
SC-16
SC-17
SC-18
SC-19
SC-20
SC-21
SC-22
SC-23
SC-24
SC-25
SC-26
SC-27
SC-28
SC-29
SECTION SC-O
INDEX TO SUPPLEMENTARY CONDITIONS
Scope of the Work
List of Drawings
Bonds
Contractor's Liability Insurance
Project Sign
Protection of the Environment
Temporary Toilets
Plans and Specifications Furnished
Record Drawings
Shop Drawings
Existing Structures
Salvage Material
Referenced Specifications
Traffic Control
Surveys
Construction Order and Schedule
Consulting Engineers
Inspection and Testing of Work
Site Access
Tree Save
Georgia Prompt Pay Act
City Acceptance
Disputes
Specified Materials
Interest Not Earned on Retainage
Basis of Payment
Compliance with Laws, Codes, Regulations, Etc.
Equivalent Materials
After Hours Inspection
5C-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION SC
SUPPLEMENTARY CONDITIONS
-01. SCOPE OF THE WORK:
The project referred to in the Agreement shall consist of the following major elements
or portion thereof as outlined in each contract.
The construction and installation of water mains with appurtenances, sanitary sewer
lines with appurtenances and property restoration.
-02. LIST OF DRAWINGS:
C-l
C-2
C-3
Cover Sheet
Plan & Profile
Details
02/12/09
02/12/09
02/12/09
The following drawings, prepared by The Augusta Utilities Department comprise the plans for the
project.
SHEET NO.
TITLE
DATE
ORIGINAL REVISED REVISED
-03. BONDS:
The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his
performance and payment bonds.
-04. CONTRACTOR'S LIABILITY INSURANCE:
Insurance shall be written with limits of liability shown below or as required by law, whichever is greater:
Commercial General Liability (per occurrence) Each Occurrence $ 1,000,000
General Aggregate $ 2,000,000
Products $ 2,000,000
Personal & Adv Injury $ 1,000,000
Fire Damage $ 500,000
Automobile Liability (any auto) Combined Single Limit $ 1,000,000
Excess Liability (any auto) Each Occurrence $ 5,000,000
Workers Compensation Statutory Limits
Employer Liability $ 1,000,000
-05. PROJECT SIGN:
The Contractor will provide and install two (2) project signs at prominent locations on the construction
site as directed by the Engineer. The signs will carry in a prominent manner the names of the project, the
Owner, and the names of the Contractor and the Engineer and a 24-hour phone number for the Contractor
in 4-inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 8-feet
above the ground. The full size stencil shall be approved along with colors before fabrication. The
Contractor shall include the cost of the project signs in his Lump Sum Construction bid item.
5C-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-06. PROTECTION OF THE ENVIRONMENT:
The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be
subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize
the transportation of silt and other deleterious material from the project area onto adjacent properties or
into adjacent water courses.
All chemicals used during project construction or furnished for project operation, whether herbicide,
pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EP A or
USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed
instructions.
-07. TEMPORARY TOILETS:
Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction
work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and
sanitary condition. Workmen shall be required to use only these toilets. At completion of the work,
toilets used by Contractor shall be removed and premises left in the condition required by the Contract.
-08. PLANS AND SPECIFICATIONS FURNISHED:
The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black line
prints together with a like number of complete bound specifications for construction purposes. Additional
sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his
written request.
-09. RECORD DRAWINGS:
The Contractor will maintain in his office one complete set of drawings (including any supplemental
sketches) pertaining to the project upon which, at the end of each day's work any deviations from the
construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red
pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and
these will be kept with the marked set. The drawings will be available to the Engineer for inspection
during construction and at the completion of construction. Prior to submitting his estimate for final
payment, as-built drawings are to be prepared and submitted by the contractor to the engineer. As-built
drawings shall include tap locations and manholes located to a minimum of two separate surface features.
-010. SHOP DRAWINGS:
The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel
details and other descriptive data on every item, where shown on the drawings or specified herein. The
Contractor shall check all submittals and so indicate on each copy thereof. Five copies of such shop
drawings shall be submitted to the Engineer before ordering of the material. Submittals which have not
been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of
submittals will cover only general conformity with the project requirements, while responsibility for
detailed conformity shall remain with the Contractor. The Contractor will be notified by mail of the
results of the submittal reviews within ten (10) days of the receipt by the Engineer thereof.
5C-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-011. EXISTING STRUCTURES:
Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in
accomplishing the work, each and every item will be replaced in the same or better manner or condition
than that in which it was before construction began. The Contractor will protect and hold harmless the
Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private
property .
-012. SALVAGE MATERIAL:
All existing installations to be removed, including but not limited to masonry and concrete rubble,
asphalt, pipe, etc. will be disposed of at an approved location by the Contractor.
-013. REFERENCED SPECIFICATIONS:
Where specifications or standards of trade organizations and other groups are referenced in these
specifications, they are made as much a part of these specifications as if the entire standard or
specification were reprinted herein. The inclusion of the latest edition or revision of the referenced
specification or standard is intended.
-014. TRAFFIC CONTROL:
Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal
Highway Administration, latest edition. The Contractor shall give prior written notification to and shall
obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services,
and the Augusta Traffic Engineering Department of any street closures.
-015. SURVEYS:
-016. CONSTRUCTION ORDER AND SCHEDULE:
The Engineer has established base lines for locating the principal component parts of the work, together
with a suitable number of bench marks adjacent to the work. From the information thus provided, the
Contractor shall develop and make all detail surveys needed for SC-4 construction lines and elevations.
The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to
perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes,
reference points and bench marks after they are set and, in case of willful or careless destruction, he shall
be charged with the resulting expense and shall be responsible for any mistakes that may be caused by
their unnecessary loss or disturbance.
A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction
activities within the general guidelines specified for maintenance and protection of highway and
pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified.
B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit
the following for review:
5C-4
I
I
(1) Breakdown of contract price into units of cost for each item required to complete the total
work; this breakdown will be the basis for judging the percentage complete at any time.
I
I
(2) A statement of the order of procedure to be followed that will result in the required protection
and completion of the work within the overall contract time.
(3) A bar chart showing the percentage of each item schedules against time and so scheduled that
Contractor's order of construction is clearly shown.
I
C.
With each request for payment the Contractor shall submit two copies of the bar chart clearly
marked to show the work completed at the date ofthe payment requested.
I
D.
Progress Schedule Requirements
I
(1)
Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate
stage of Work as specified and shown, to include at least:
I
(a) Identification and listing in chronological order of those activities reasonably
required to complete work, including, but not limited to, subcontract work, major
equipment design, factory testing and startup activities, project close out and
cleanup and specified work sequences, constraints, and milestones, including
Substantial Completion date(s). Listings to be identified by Specification section
number.
I
I
I
(b) Identify: (i) horizontal time frame by year, month, and week, (ii) duration, early-
start, and completion of each activity and sub-activity and (iii) critical activities
and Project float.
(c) Provide sub-schedules to further define critical portions of the work.
(d) Monthly schedule submissions: show overall percent complete, projected and
actual, and completion progress by listed activity and sub-activity.
(e) Identify the critical path on the schedule.
I
I
I
(2)
General:
I
(a) Schedule(s) shall reflect work logic sequences, restraints, delivery windows, review
times, contract times and milestones set forth in the Agreement, and shall begin with the
date of Notice to Proceed and conclude with the date afFinal Completion.
(b) The schedule requirement herein is the minimum required. Contractor may prepare a
more sophisticated schedule if such work will aid Contractor in execution and timely
completion of work.
(c) Base schedule on standard 5-day work week.
(d) When bar chart or network analysis schedules are specified, use Primavera Project
Planner, latest version, SureTrak latest version or a compatible and approved software.
(e) Adjust or confirm schedules on a monthly basis as follows:
Contractor shall submit to Engineer for acceptance proposed adjustments in the progress
schedule that will not change the contract times (or milestones). Such adjustments will
conform generally to the progress schedule then if effect and additionally will comply
with any provisions of the General
Requirements applicable thereto.
I
I
I
I
sc-s
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Proposed adjustments in the progress scheduled that will change the contract
times (or milestones) may only be a Change Order.
Use of float suppression techniques such as preferential sequencing or logic,
special lead/lag logic restraints, and extended activity times are prohibited, and
use of float time disclosed or implied by use of alternate float-suppression
techniques shall be shared to proportionate benefits to Owner and Contractor.
Pursuant to above float-sharing requirement, no time extensions will be granted
nor delay damages paid until a delay occurs which (i) impacts project's critical
path, (ii) extends work beyond contract completion date.
-017. CONSULTING ENGINEERS:
The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the
Engineer, by preparing plans and specifications for the work and by providing certain services during the
bidding and construction phases of the project. The consulting engineer, are
authorized to represent the Director of Utilities within the limits of the various duties delegated and
assigned to the firm by the Director. Nevertheless the Director of Utilities remains the final authority
hereunder and is the "Engineer" as used throughout the Contract Documents. The Program Manager for
the project is CH2M Hill, 360 Bay Street, Suite 100, Augusta, Georgia 30901. The Program Manager's
representative on the site will serve as the Resident Project Representative (RPR) for the project.
The presence or duties of Program Manager's personnel at the construction site, whether as onsite
representatives or otherwise, do not make Program Manager or Program Manager's personnel in any way
responsible for those duties that belong to Owner and/or the Contractor or other entities, and do not
relieve the Contractor or any other entity of their obligations, duties, and responsibilities, including, but
not limited to, all construction methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in accordance with the construction
Contract Documents and any health and safety precautions required by such construction work.
Program Manager and Program Manager's personnel have no authority to exercise any control over
any construction contractor or other entity or their employees in connection with their work or any
health or safety precautions and have no duty of inspecting, noting, observing, correcting, or
reporting on health or safety deficiencies of the Contractor(s) or other entity or any other persons at
the site except Program Manager's own personnel.
I
I
I
I
The presence of Program Manager's personnel at the construction site is for the purpose of providing to
Owner a greater degree of confidence that the completed construction work will conform generally to the
construction documents and that the integrity of the design concept as reflected in the construction
documents has been implemented and preserved by the construction contractor(s). Program Manager
neither guarantees the performance of the construction contractor(s) nor assumes responsibility for
construction contractor's failure to perform work in accordance with the construction documents.
For this Agreement only, construction sites include places of manufacture for
materials incorporated into the construction work, and construction contractors include
manufacturers or materials incorporated into the construction work.
5C-6
I
I
-018. INSPECTION AND TESTING OF WORK:
I
The Owner shall provide sufficient competent engineering personnel for the technical
observation and testing of the work.
I
I
I
I
I
I
The Engineer and his representatives shall at all times have access to the work whenever it is in
preparation or progress, and the Contractor shall provide proper facilities for such access, and for
inspections.
Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or
willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a
sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly
or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or
workmanship which does not conform fully to the requirements of the contract and they shall give no
orders or directions under any possible circumstances not in accordance with the Specifications. The
Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the
culling over or removal of defective materials or for any other purpose requiring discharge of their duties
for which service no additional allowance shall be made. The inspector shall, at all times, have full
permission to take samples of the materials that mayor may not be used in the work.
Any inspection provided by the Engineers is for the purpose of determining compliance with provisions
of the contract specifications and is in no way a guarantee of the methods or appliances use by the
Contractor, nor for the safety of the job.
I
I
I
If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any
work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its
readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed
for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the
source of supply. If any work should be covered up without review or consent of the Engineer, it must, if
required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense.
I
I
Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be
uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the
Owner shall pay the cost of re-examination and replacement. If such work is not in accordance with the
Contract Documents, the Contractor shall pay such cost.
I
I
I
The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory,
to monitor more fully on the Owner's behalf the quality of materials and work, and to perform such tests
as may be required under the Contract Documents as conditions for acceptance of materials and work.
The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of
the Laboratory will be coordinated by the Engineer through his duly authorized inspector.
The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is
required following corrective measures or under other circumstances, the Contractor shall reimburse the
Owner for the cost of additional testing.
-019. SITE ACCESS:
I
I
5C-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
In order to minimize damage to existing paving and landscaping, access to the site for the contractor's
personnel and equipment will be restricted to the routes designated by the Owner. The contractor will be
required to use on those routes unless written approval is given by the owner.
-020. TREE SAVE:
Prior to beginning grading operations, the Contractor is to notify the Owner and the Engineer so that
those trees which are to be saved can be marked in the field. Once these trees are marked, the Contractor
shall take every precaution, including tree protection fence, to save these trees.
-021. GEORGIA PROMPT PAY ACT:
5C-8
This Agreement is intended by the Parties to, and does, supersede any and all provisions of the
Georgia Prompt Pay Act, O.c.G.A. Section 13-11-1, et seq. In the event any provision of this
Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement
shall control.
-022_ CITY ACCEPTANCE:
Notwithstanding any other obligations of the Contractor, he shall complete the work to the full
satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the
Contractor of his responsibilities for guarantees.
-023. DISPUTES:
All claims, disputes and other matters in question between the Owner and the Contractor arising out
of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of
Richmond County, Georgia. The Contractor, by executing this Agreement, specifically consents to
venue in Richmond County and waives any right to contest the venue in the Superior Court of
Richmond County, Georgia.
-024. SPECIFIED MATERIALS:
Attention is drawn to the specification of certain brands or manufacturers of construction materials
on the drawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or
deviation from the product specified will be allowed. Notwithstanding any provision of the general
conditions, there shall be no substitution of materials that are not determined to be equivalent to those
indicated or required in the contract documents without an amendment to the contract.
-025. INTEREST NOT EARNED ON RETAINAGE:
I
I
I
Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be
due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor
specifically waives any claim to same.
I
-026. BASIS OF PAYMENT:
I
As explained in the section "Instructions to Bidders" and paragraphs 11.91, 11.92 and 11.93 of the
General Conditions, payment for all items of construction will be made at the total of the actual
number of units installed at the unit prices stated in the Bid Schedule to the Proposal. Partial
payments will be made based on the actual number of units of work completed during the month and
in-place at the unit prices stated in the Bid Schedule.
I
-027. COMPLIANCE WITH LAWS. CODES. REGULATIONS. ETC.:
I
I
Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this
contract by signing the contract acknowledges the following, however, this is not to be construed as all
inclusive or being these only:
1. Underground Gas Pipe Law:
I
The Contractor signing the contract acknowledges that he is fully aware of the contents and
requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and
regulations pursuant thereto", and the Contractor shall comply therewith.
I
2.
High Voltage Act:
I
The Contractor by signing the contract acknowledges that he is fully aware of the contents and
requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and
Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within
quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall
comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he:
I
I
A. has visited the premises and has taken into consideration the location of all electrical power
lines on and adjacent to all areas onto which the contract documents require to permit the
Contract either to work, to store materials, or to stage operations, and
I
B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice
in writing as to the amount of voltage carried by the aforesaid lines.
I
The Contractor agrees that he is the "person or persons responsible for the work to be done"
as referred to in the high voltage act and that accordingly the Contractor is solely "responsible
for the completion of the safety measures which are required by Section 3 of the high voltage
act before proceeding with any work." The Contractor agrees that prior to the completion of
precautionary measures required by the high voltage act he will neither bring nor permit the
bringing of any equipment onto the site (or onto any area or areas onto which the contract
documents require or permit the Contractor to work, to store materials, or to stage operations)
with which it is possible to come within eight feet of any high voltage line or lines pursuant
I
I
I
5C-9
I
I
to operations arising out of performance of the Contract. The foregoing provisions apply to
power lines located (a) on the site and (b) on any area or areas onto which the contract
documents require or permit the Contractor either to work, to store materials, or to stage
operations, or (c) within working distance for equipment or materials, being used on (a) and
(b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor
otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the
foregoing provisions supplement provisions of the General Conditions. The Contractor
agrees and acknowledges that any failure on his part to adhere to the high voltage act shall
not only be a violation of law but shall also be a breach of contract and specific violation of
the provisions of the General Conditions which pertains to safety precautions.
I
I
I
I
3.
Occupational Safety & Health Act:
I
I
The Contractor by signing the contract acknowledges that he is fully aware of the provisions of
the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith.
-028. EQUIVALENT MATERIALS:
I
Notwithstanding any provision of the general conditions, there shall be no substitution of materials
that are not determined to be equivalent to those indicated or required in the contract documents
without an amendment to the contract.
-029. AFTER HOURS INSPECTION:
I
If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through
Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by
the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right-of-way
Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County
Planning Commission Development Documents dated September, 1999, or latest version. If inspectors of
Augusta-Richmond County are needed to work outside normal business hours, Augusta-Richmond
County needs to be notified in advance.
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
I
I
BIDDERS QUALIFICATION STATEMENT
I
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.
I
Blair Construction, Inc. has at some time performed grading, paving and underground utility construction for most
every municipality within a 40 to 50 mile radius of the City of Augusta. The majority 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.
I
I
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 utilities with the other 20 percent being
earthwork and base & paving.
I
Blair Construction, Inc. currently holds a "Certificate Of Qualification (# 2 BL 150)" from the Georgia Department
of Transportation with a maximum capacity rating of $40,200,000.
I
As established in past projects with the City of Augusta, we have both the experience and means to perform the
subject project to which we are bidding.
I
I
. Below are qualified Suppliers we propose to utilize for this project.
.
Reeves Construction
HD Supply or Ferguson
Hanson
usA Aggregates
for asphalt & tack
for water/sewer pipe, fittings & castings
for precast structures
for stone base & bedding stone
.
I
.
.
I
I
I
I
Listed on the following page are recent projects of similar size and/or nature to which Blair Construction, Inc. has
successfully completed.
I
I
F- \
I
I
I
I
I
I
I
I
I
I
I
I
1.
Rae's Creek Channel Improvements, Phase III
City of Augusta, GA
Contract Amount: $907,734.80
2.
Butler Creek Interceptor Upgrade
City of Augusta, GA
Contract Amount: $5,400,889.36
3.
Ridge Crossing Drainage Improvements
Columbia County, GA
Contract Amount: $950,067.70
4.
Cummings Road Grading and Paving
Aiken County, SC
Contract Amount: $514,684.84
5.
36" High Service Water Line
Columbia County, GA
Contract Amount: $318,206.84
6.
Highway 25 Wastewater Collection Improvements
City of Augusta, GA
Contract Amount: $1,096,770.33
7.
Kissingbower Road Area Water and Sewer Improvements
City of Augusta, GA
Contract Amount: $1,633,317.92
8.
Spirit Creek Force Main
City of Augusta, GA
Contract Amount: $5,485,149.66
9.
Olive Road Sanitary Sewer Improvements
City of Augusta, GA
Contract Amount: $764,322.37
We appreciate the opportunity to submit our bid on this project and are sure our experience and qualifications will be
acceptable. If any other information is needed, please feel free to contact us.
I
I
I
I
I
I
I
Respectfully Submitted:
~R~~,-
William R. Mutimer, President
Date: t:/..c-/b6l'!"''''- <7/ ?OD i
/
f'L
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
,
~
~.
'~
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 we have completed truthfully and fully the required 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~Rjchmond 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 maximum 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 noh-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 Constitute a material breach of contract entitling the City of Augusta to declare
the contract in default and to exercise any and all applicable rights remedies including but not limited to
cancellation of the contract, termination of the contract, suspension and debarment from future contracting
opportunities, and withholding and or forfeiture of compensation due and owing on a contract.
~~A~l<./nt~
Signature of Attesting Party
'p~U'~-?.,c.
Title of Attesting Party
"
SUbscri~ and sworn to before me
this 9';.;..-- day of c;b-/;74,...--, 2007'
~ <5~~~~
Notary Signature
N
DILLARD
PUBLIC
BURKE COUNTY
My commission exp es: STATE OF GEORGIA
My Commission Expires August 7, 2012
Notary Public
This/orm MUST be submitted with bid package. NO Exception(s) will be granted
P-3
~
~
,
,
,
,
,
,
,
,
,
,
,
,
,
,
~
I,
Ii.";::;;;;,
~
.,~
CONFLICT OF INTEREST:
It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract
when the em ployee or official knows that
(a) the employee or official or any member of the employee's or official's immediate family has a
substantial interest or financial interest pertaining to the procurement contract, except t,hat the
purchase of goods and services from businesses which a member of the Commission or other City of
Augusta employee has a financial interest is authorized as per a.C,GA 36-1-14, or the procurement
contract is awarded pursuant to a.C.G.A. 45-10-22 and 45-10-24, or the transaction is excepted from
said restrictions by O.C.GA 45-10-25;
(b) Any other person, business, or organization with whom the employee or official of any member of an
employee's or Official's immediate family is negotiating or has an arrangement concerning prospective
employment is involved in the procurement contract.
Any employee Of official or any member of an employee's or official immediate family who holds a
substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a conflict
of interest with regard to matters pertf!ining to that substantial interest or financial interest.
I, (vendor) M?/~.."'-7~' ~~;....~,.-
contained in the bid specifications.
have read and understand the information
Vendor Name:
~//
.c::;::~"'-~/......-.e-Ao<?"" .::/ .I'?C- ,
"
/
Address:
/_C? _ /3G?x //C;
~~.-?7 ~
/
Phon~#: (/1e'4 e~e -/S'-:>c:>
Signature: lA)~ r?,~~
Bid Item Number and Name: tt:?'7-/5S-
City & State:
6:-""",...-y'__
/
3~c;;>"
Fax # (?~
~~-- /&5""~
Date: "1'~ '7
Ore:k"- ~..?.,4~?..,L
(
C-<..-/ 7' S
~/,k
,4/
This form MUST be submitted with bid package. NO Exception(s) will be granted
F-,
l
l
,
,
,
,
~
k
~
k
~
~
~
~
~
~.
~
~
';1;-:,',::'
~
.t"~:'
Bid/RFP/RFQ # cP'9" - /:s-~
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91,
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 authorization programs operated 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 Refonn 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 perfonnance of services pursuant,to this contract with Augusta Richmond County Board
of Commissioners, contractor will secure from such subcontractor(s) similar verification 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 such
verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is
retained to perform such service.
~ 22..{?oofL
E-Verify * User Identification Number
"5,4,./:- ~fh~c-h~_, / ~,
Company Name /'
U]jJ/l,~~ ((~IYL~
BY: Authorized Officer or Agent
(Contractor Signature)
~$/~-?.,L
Title of Authorized Officer or Agent of Contractor
~i:~......,? ,/t1'U/-t:~ e;""
Printed Name of Authorized OffiC€r or Agent
Date:
a~6'e'-- 7~ ,2-00/
/
Georgia Law requires your company to have an
E-Verify"User Identification Number on or after July 1,
2009.
For additional information: State of Georgia
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE . /
'7?tt DAY OF CdotPe/"' ,200 7"
~-&--5~~~~
Notary Public
MyCommission Ex ires:
PAT.RICK SCOTT DILLARD
http://www.dol.state.qa.us/pdf/rules/300 10 1,pdf
https:l/e-verify.uscis,qov/enroll/
NOTARY SEAL
BURKE COUNTY
STATE OF GEORGIA
My Commission Expires August 7.2012 ST BE Rr:TURNEOW2TH YOUR SUBMITTAL
Rev. 8/26/09
'F-5
~
~
L,
1,
~
~
\
\
\
~.
~,
~.
t:-':i
~
t:::;:,
Bid/RFP/RFQ # 0/- /5~
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91,
stating affirmatively that the individual, firm, or corporati9n whIch is engaged in the physical performance of
services under a contract with pk-/i< ~f;4"vt::"~C'.?" ~ on behalf of 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 authorization programs operated 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 ([RCA), P.L. 99-603], in accordance with the
applicability provisions and deadlines established in O. C. G. A 13-10-91.
44-
E-Verify * User fdentification Number
M ~6~ ~rc~J
N /
Comp~ny ame ~
utd?A~~ ~,~
BY: Authorized OffiCer or Agent
(Contractor Signature)
~s/ck-'?~
Title of Authorized Officer or Agent of Contractor
a5??/~~ ~ ~~~~,r
Printed Name of Authorized Officer or Agent
Date: /Oh~7
II
Georgia Law requires your company to have an
E-Verify"User Identification Number on or after July
1,2009.
For additional information: State of Georgia
SUBSCRIBED AND SWORN
BEFORE Ml: ON THIS THE..., ~ /
9':?Z:f-. DAY OF ?/.c:..::rc:>E:e"" , 200 /'
~~~~
Notary Public
My Commission Expires:
http://W\NW.dol.slate.qa.us/odf/rules/300 10 1.pdf
https:J/e-verify.uscis. Qov/enrolll
NOTARY SEAL
PATRICK SCOTT DILLARD
NOTARY PUBLIC
BURKE COUNTY
STATE OF GEORGIA
My Commission Expires August 7. 20 J 2
. MUST BE RETURNED WITH YOUR SUBMITTAL
If there ar~ nosubconlracting opportunities, please fill out the form (N/A, sign, date and notarize).
Rev. 8/26/09
f~'
,
,
,
I'
I
I
,
,
,
,
,
,)
\]
\
\
"
loco.
\
..,~....
i.:
:::.
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON-COLLUSION AFFIDAVIT OF BIDDER/OFFEROR
I, M$':--A-? '/P /1f'~~:.-,,",,-- certify that this bid or propos~1 is made without prior understanding,
agreement or connection with any corporation, 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.
Affiant further states that pursuant to O.C.GA Section 36-91-21 (d) and (e),
~//- ~.m:-V""c:A~ / ::::z:;;?c-, has not, by itself or with others, directly or indirectly,
prevented or attempted to prevent cOmpetition in such bidding or proposals by any means whatsoever. Affiant further
states that (s )he has not prevented or endeavored to prevent anyone from making a bid or 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 ~ /- ~..1~.vc;4'o-r/~~~na 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
furnish~d to any other bidder, that the material shall be at a higher price, .,
l12f~ f?4~
Signature of Attesting Party
?~5f~-r~
Title of Attesting Party -
?tf '7//
Sworn to and subscribed before me this /--- day of p.c;:1'"Obe'.... ,.2002
~~7~~ .
Notary Signature
Notary Public:
~~ o/J ~~r~
County: -::O.c-"'/~
Commission Expires: .eh '//.2..-
/;
N()T ARY SEAL
Failure to properly execute the above affid?vij must be considere.dgrcunds for rejecting vendor submittal
PATRICK SCOTT DILLARD
NOTARY PUBLIC
BURKE COUNTY
STATE OF GEORGIA
My Commission Expires August 7. 2012
F~7
I
l.
,
l
,
,!
,
,
,
,
'I
...J
\
\
\
\
"
~.'..~
\
'1
t
.'r,. ~
.~
<
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON~COLLUSION AFFIDAVIT OF SUBCONTRACTOR
I, M~. certify that this bid or proposal is made without prior understanding,
agreement or co nection'with any corporation, firm or person submitting a bid forthe same work, laboror 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.
Affiant further stat~J jhat pursuant to O.C.GA Section 36-91-21 (d) and (e),
,/'/~ has not, by itself or with others, directly or indirectly,
prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further
states that (s)he has not prevented or endeavored to prevent anyone from makinga bid or 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 ? 4-- . is bona fide, and that no one has gone
to any supplier and attempted to get such persorl or company to furnish the materials to the bidder only, or if
furnished to any other bidder. that the material shall be at a higher price.
_ J
~eh\.1R~~
Signature of Attesting Party
~~~/~4~ - ~/:r ~~,va4-=7 .;:z-'7C,
Title of Attesting Party /
eq7!t
./ day of
5-OrfZ- ""2)~
?7~.6e/"
,2007
Sworn to and subscribed before me this
~~
Notary Signature
Notary Public: ;:?7!~ tV/! ~/7/ "-..
County: 'Ov/~
Commission Expires: g/;~.L~ NOT}-'\I~YSEAL
17
Failure to properly execute the above affidavit must be consiQered grounds for rejecting vendor submittals
If there are n' se fill out the form (write NiA, sign, date and notarize).
PATRICK S 0 DILLARD
NOTARY PUBLIC
BURKE COUNTY
STATE OF GEORGIA
My Commission Expires August 7. 2012
F-~
:iE
~
C)
o
~
0..
~
Z
:J
~
rx:
o
D..
a..
o
en
en
w
zen
-~
enrx:
:Jo
lXlu.
..ju.
..JW
<(:I:
:EI-
CI)-
<(
~U-~
000:::
000
..JO~
>(!l0
!z ~
::> I-
o Z
o 0
o 0
Z lXl
o ::>
:E en
:I:
o
ii:
<(
I-
CI)
::l
Cl
::l
<(
~
~
~
\)
~
\:
\
..
P.
~,
-~,~{
\\
~;
~.~
~,
t::-..
~.
~
~
~
~
~
~
~
~
q:
-
T -
~ ..
~
l':l
CO ..
II) c
II) 0
8 u
G) '0
c: .!!
II) 'S
co III
G)
!? a::
~
.c:
II)
'i
c:
g
~ 0.. 0
OZ
G) ID 5
(1')-
II) ...Ii;i
::> (.).c
....: ~.~
~ III
a::
'e-
o.
:E .le
rx: .c: =('00
- <II II)
0 g> e II)
U- ti) Cb
'0 _ c
~ CIl-
... ~ III
0 (Il C ::l
<( ! ..JID
I-
Z ~
0
0
0::: ~ ...:
..
W c: ~a:
::; 8 -..
c. ~ oti
C. 11I=
~ 0.0
::> oil)
U) t) ~
..... tI)
~ G)
- "- E
[!! Cl:I
.~ 0 ~ z
"S.. SUlIl('oO '0
0.. 1Il-g:::Z
::::l Q)
II) ::lc.Ecls '0'
... g'E~~1Il ~ ...
0 <~m::J~ 0...
III \ ~~
...
.9 ,
(.) ~I
~ C.. "1 ~
c e ClI
~ l':l..c
Z e ~'
.. ::l
;:] ,!Z
(/) ii.~
~ . .~
ti 0.0 't
::J.c:
- ~ll..
.!l2 0-0 ~ ~
....J - C ~
.... :.: l':l ,
~ -E= ~
o ~
~ 0-0
~ ..0-0 ~
~<
'"'
... .\
Gl
- . ~
0. -
0. - ~
:l
!!?
ls .
ti
l':l ~ ~l~
l.-
iE
0
il '\ '- G) ~
::J [ ~
en
'0
Gl e f
E C.
III 1:: :J
lZ G) ...
"C III
I c
::2 01
III .' en
~
~
~
~
:it
:E
CD
....:.
c
....
::::l
......
G)
...
"'0
c:
III
G)CO
1il~
"'O~
- I
c:"I-
.2l~
m<o
~~
Z >.;
~~
&~5
(ti-
ft\. ":'::"'0 <0
\l" U Q) a
(tI.....~
"'::::lC\.l
- () I
32Q)(:;j
.Q)(CQ
:sQ)(3'
.~ ~a
-o......t.::.
(l) g: '.
i!:;E8
E It::
.QEO
:::s .... I
(/) 0
Q) Of- ~
.Q Q) ,b'
~.....c:~
... CI)""
1U:::l~(!)
c ~:~ ~
E ::::l 0
ot:~
00::: 0
.~ c. <Ii
~ c.~
0.....
ClU
c:~
'+"c::
o 0
~o
.....
c: '.
o CI)
o c::
.0 .Q
. :J 1i5
1I)l1>
o :::s
t;O
Q)
....
C':l
Q)
...
Q)
.c:
-
~
\
~ ~
\ ~
~
~
1~
~~
~
F-"
'".
l
l
,
,
,
,
"
"
,:
,
,:
,
,
,
,
\
\.
~,
:!
<(
0::
Cl
o
0::
0.
~
Z2
:J<(
I-...J
0::0.
Oz
0.0
0.-
~~
(1)-
w:::!
Zl-
-:J
(1)0::
:JW
a:l_
...1-1
-10.
<(0.
:!:J
(1)0
...1-
<(0::
uO
01-
...JO
>-~
1-1-
Zz
:JO
00
Om
C:J
Zu>
Om
:!0
:I:..J
o
t2
<
I-
(I)
:::l
C)
:J
<(
"ti "i
Q) '0
'0' 1-'"
CL..... '0 S
Q) 0
Q) g'~
:E 'E'C
8m
...
Q)
0.
~
"-
I
({\
~
a;
-
la
C
-
c
...
::l
-
111
...
'0
C
la
11lCl:l
-c\!
(tic\!
'0","
~ I
c'"""
.21~
1Il(Q
C{~
z)<
!~
Q) .~ ...
0:1;>0
(t:l -(Q
~'Co
<J11l~
~'5~
~~~
.Q )( Cl:l
..t:::11l.,-.....
:!:::: <I>~
~..Q"
'C....-
Q) III '.
:::;:::l(1)
"E E~
-0 EO
:::l ... I
CI) 0
Q) - C
.Q11li:
l-~(1)
Cl)1Il (!)
:::><1>(1)
....;;:;1:;
-= .- I:;
c- c::: 0
E: .::l ;:.
,Et:::>-
CI) 0 "
'_ o.~
~ 0.<
0_
C}<J
c:~
;;:;g
~(j
....
... '.
C lI)
o I:;
O.Q
..Q "-
::l U)
III gs
00
c:::
ell
....
ell
111
....
CIl
..r:
...-
:t:
.S:
'0
51.
::l
Q)
..c
o
-
~
-
o
la
...
...
c:::
o
u
a;
...
::l
1il
l::
Cl
(j)
l~. 10
VJ- Eo ~
05 ~ga
:.::; =ftj~
.... c3 >
~
o
0)
c
=a
::l
'0
.S:
1
~
iii
.....
.~
a.
0..
::l
rn
--
rn
.....
o
-
(,)
ro
.....
-
c
8
..c
::l
rn
III
~
C
';;)
::l
m
'C
C
III CD
0.. . 7ii
o~o
lIlcC:
V>oO
..J._ ;:;
o1ill!
~~e
ClW
;}.
\.
~
~
~
::
<II ('- 0
.5 = z
~ c: ~
lIl~\Il
0'- CD
o::..J)o
<
~
a;
E
(tI
z
"0
I1l
'e-
0.
~
~
~'
5
~
"
~
I(,
~ '
't
~
e
G.l
...
!!l
C) III
Cl) III
0:: e...
i. 'C CD
0:: Jie
<( ai~
ro ~~
1i) Zo
::J ~f
~ [-g
s::: E III
I1l 0
s::: (,)
8-
e ~
~ c.
100; Q.
<ll Jl
:g "5
~ ti
III
s::: .:.
o l:
~ 0
s::: ,g
~ ~
o:t '0
CIl
E
to
Z
~
~
-~
.\
~
~
I~
~~
Cll
E
(tI
z
>-
l::
co
0.
E
o
u
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TASK ORDER
TASK ORDER
NUMBER
BID I1EM
DATE
PROJECT TITLE TASK ORDER CONTRACT FOR WA1ERAND SEWER SYS1EMS REPAIRS
AND INSTALLATION
ORIGINAL CONTRACT DATE PROJECT NUMBER
OWNER AUGUSTA-RICHMOND COUNTY COMMISSION PO NUMBER
The following task is hereby made to the contract for the above project:
Construction duration not to exceed working days.
Construction Notice to Proceed Date:
Date of completion of all work:
TOTAL AMOUNT OF THIS TASK ORDER
$
Time notation / special restrictions
ORIGINAL CONTRACT AMOUNT WITH PERFORMANCE BOND
PREVIOUS TASK ORDER (DECREASE)
THIS TASK ORDER (DECREASE)
TOTAL REMAINING CONTRACT AMOUNT
FUNDING NUMBER/ACCOUNT NUMBER
$
$
$
$
PROPOSED BY:
DA1E:
CONTRACTOR
REQUES1ED BY:
DA1E:
ENGINEER
SUBMI1TED BY:
DA1E:
ASSISTANT DIRECTOR
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TASK ORDER ADJUSTMENT
TASK ORDER
NUMBER
BID ITEM
DATE
PROJECT TITLE TASK ORDER CONTRACT FOR WATER AND SEWER SYSTEMS REPAIRS
AND INSTALLATION
ORIGINAL CONTRACT DATE PROJECT NUMBER
OWNER AUGUSTA-RICHMOND COUNTY COMMISSION PO NUMBER
The following is an ADJUSTMENT to the current task order.
Description of work for this task order ADJUSTMENT.
Construction duration not to exceed
working days.
Construction Notice to Proceed Date:
Date of completion of all work
TOTAL AMOUNT OF ADJUSTMENT
$
Time notation/ special restrictions
ORIGINAL TASK ORDER AMOUNT
ADJUSTED TOTAL TASK ORDER AMOUNT
ORIGINAL CONTRACT AMOUNT WITH PERFORMANCE BOND
PREVIOUS TASK ORDERS (DECREASE)
ADJUSTED TOTAL TASK ORDER AMOUNT
TOTAL REMAINING CONTRACT AMOUNT
FUNDING NUMBER/ACCOUNT NUMBER
$
$
$
$
$
$
PROPOSED BY:
DATE:
CONTRACTOR
REQUESTED BY:
DATE:
ENGINEER
SUBMITTED BY:
DATE:
ASSISTANT DIRECTOR
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONSTRUCTION CONTRACT CHANGE ORDER
I ~~~ER I
PROJECT TITLE
ORIGINAL CONTRACT DATE PROJECT NUMBER
OWNER AUGUSTA-RICHMOND COUNTYCOMMISSION PO NUMBER
The following change is hereby made to the contract for the above project:
Description of Change (for a more detailed description see attached proposal):
PAYEE
TOTAL AMOUNT OF THIS CHANGE ORDER
$
The contract time will be INCREASED by Q calendar days as a result of this change.
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDER (INCREASE) $
THIS CHANGE ORDER (INCREASE) $
TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $
FUNDING NUMBER/ACCOUNT NUMBER
PROPOSED BY: DAlE:
CONTRACTOR
REQUESlED BY: DAlE:
ENGINEER
SUBMITTED BY: DAlE:
DEPARTMENT HEAD
FINANCE ENDORSEMENT: DAlE:
COMPTROLLER
RECOMMENDED BY: DAlE:
ADMINISTRATOR
APPROVED BY: DATE:
MAYOR
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
Section Index:
A. Section 31 11 00
B. Section 31 23 00
C. Section 31 25 00
D. Section 33 05 01.02
E. Section 330501.12
F. Section 33 05 13
G. Section 33 12 19
H. Section 33 13 00
1. Section 402702
Site Clearing and Grubbing
Excavation and Fill
Erosion and Sedimentation Controls
Ductile iron Pipe and Fittings
Gravity Sewer Pipe and Fittings
Manholes
Water Utility Distribution Fire Hydrants
Disinfecting of Water Utility Distribution
Process Valves and Operators
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
SECTION 31 11 00
CLEARING AND GRUBBING
PART 1 GENERAL
1.01 SCOPE
A. Clearing and grubbing includes, but is not limited to, removing from the
Project site, trees, stumps, roots, brush, structures, abandoned utilities, trash,
debris and all other materials found on or near the surface of the ground in the
construction area and understood by generally accepted engineering practice
not to be suitable for construction of the type contemplated. Precautionary
measures that prevent damage to existing features, including trees, to remain
shall be part of the Work.
B. Clearing and grubbing operations shall be coordinated with temporary and
permanent erosion and sedimentation control procedures.
1.02 QUALITY ASSURANCE
A. The Contractor shall comply with applicable codes, ordinances, rules,
regulations and laws of local, municipal, state or federal authorities having
jurisdiction over the Project. All required permits of a temporary nature shall
be obtained for construction operations by the Contractor.
B. Open burning WILL NOT be allowed
1.03 JOB CONDITIONS
A. Location of the Work: The area to be cleared and grubbed is shown
schematically on the Drawings or specified below. It includes all areas
designated for construction, which is typically limited to the utility easement
shown.
PART 2 PRODUCTS
2.01 EQUIPMENT
A. The Contractor shall furnish equipment ofthe type normally used in clearing
and grubbing operations including, but not limited to, tractors, trucks, loaders
and root rakes.
31 11 00
REVISION AUGUST 2009
CLEARING AND GRUBBING
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
PART 3 EXECUTION
3.01 SCHEDULING OF CLEARING
A. The Contractor shall clear at each construction site only that length of the
right-of-way, permanent or construction easement which would be the
equivalent of two week's pipe laying. This length shall be determined from
the Contractor's Progress Schedule.
B. The Engineer may permit clearing for additional lengths ofthe pipe line
provided that temporary erosion and sedimentation controls are in place and a
satisfactory stand of temporary grass is established. Should a satisfactory
stand of grass not be possible, no additional clearing shall be permitted
beyond that specified above.
C. A satisfactory stand of grass shall have no bare spots larger than one square
yard. Bare spots shall be scattered and the bare area shall not comprise more
than one percent of any given area.
3.02 CLEARING AND GRUBBING
A. Clear and grub no more than 3 feet on each side of the pipeline before
excavating. Remove all trees, growth, debris, stumps and other objectionable
matter. Clear the construction easement or road right-of-way only if
necessary.
B. Materials to be cleared, grubbed and removed from the Project site include,
but are not limited to, all trees, stumps, roots, brush, trash, organic matter,
paving, miscellaneous structures, houses, debris and abandoned utilities.
C. Grubbing shall consist of completely removing roots, stumps, trash and other
debris from all graded areas so that topsoil is free of roots and debris. Topsoil
is to be left sufficiently clean so that further picking and raking will not be
required.
D. All stumps, roots, foundations and planking embedded in the ground shall be
removed and disposed of. Piling and butts of utility poles shall be removed to
a minimum depth of two feet below the limits of excavation for structures,
trenches and roadways or two feet below finish grade, whichever is lower.
E. Landscaping features shall include, but are not necessarily limited to, fences,
cultivated trees, cultivated shrubbery, property comers, man-made
improvements, subdivision and other signs within the right-of-way and
easement. The Contractor shall take extreme care in moving landscape
features and promptly re-establishing these features.
CLEARlNG AND GRUBBING
2
31 11 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
F. Surface rocks and boulders shall be grubbed from the soil and removed from
the site if not suitable as rip rap.
G. Where the tree limbs interfere with utility wires, or where the trees to be felled
are in close proximity to utility wires, the tree shall be taken down in sections
to eliminate the possibility of damage to the utility.
H. Any work pertaining to utility poles shall comply with the requirements of the
appropriate utility.
I. All fences adjoining any excavation or embankment that, in the Contractor's
opinion, may be damaged or buried, shall be carefully removed, stored and
replaced. Any fencing that, in the Engineer's opinion, is significantly
damaged shall be replaced with new fence material.
J. The Contractor shall exercise special precautions for the protection and
preservation of trees, cultivated shrubs, sod, fences, etc. situated within the
limits of the construction area but not directly within excavation and/or fill
limits. The Contractor shall be held liable for any damage the Contractor's
operations have inflicted on such property.
K. The Contractor shall be responsible for repairs and/or replacement of all
damages to existing improvements resulting from Contractor's operations.
3.03 DISPOSAL OF DEBRIS
A. The debris resulting from the clearing and grubbing operation shall be hauled
to a disposal site secured by the Contractor and shall be disposed of in
accordance with all requirements of federal, state, county and municipal
regulations. No debris of any kind shall be deposited in any stream or body of
water, or in any street or alley. No debris shall be deposited upon any private
property except with written consent ofthe property owner. In no case shall
any material or debris be left on the Project, shoved onto abutting private
properties or buried on the Project.
END OF SECTION
31 11 00
REVISION AUGUST 2009
CLEARING AND GRUBBING
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUST A UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
SECTION 3123 00
EXCAVATION AND FILL
PART 1 GENERAL
1.01 SCOPE
A. The work under this Section consists of furnishing all labor, equipment and
materials and performing all operations in connection with the trench
excavation and backfill required to install the waterlines as shown on the
Drawings and as specified.
B. Excavation shall include the removal of any trees, stumps, brush, debris or
other obstacles which remain after the clearing and grubbing operations,
which may obstruct the work, and the excavation and removal of all earth,
rock or other materials to the extent necessary to install the pipeline and
appurtenances in conformance with the lines and grades shown on the
Drawings and as specified.
C. Backfill shall include the refilling and compaction of the fill in the trenches
and excavations up to the surrounding ground surface or road grade at
crossmg.
D. The trench is divided into five specific areas:
1. Foundation: The area beneath the bedding, sometimes also referenced
to as trench stabilization.
2. Bedding: The area above the trench bottom (or foundation) and below
the bottom of the barrel of the pipe.
3. Haunching: The area above the bottom of the barrel of the pipe up to a
specified height above the bottom of the barrel of the pipe.
4. Initial Backfill: The area above the haunching material and below a
plane 18 inches above the top of the barrel of the pipe.
5. Final Backfill: The area above a plane IS-inches above the top of the
barrel of the pipe.
E. The choice of method, means, techniques and equipment rests with the
Contractor. The Contractor shall select the method and equipment for trench
excavation and backfill depending upon the type of material to be excavated
and backfilled, the depth of excavation, the amount of space available for
operation of equipment, storage of excavated material, proximity of
man-made improvements to be protected, available easement or right-of-way
and prevailing practice in the area.
31 23 00
REVISION AUGUST 2009
EXCAVATION AND FILL
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
1.02 QUALITY ASSURANCE
A. Density: All references to "maximum dry density" shall mean the maximum
dry density defined by the "Maximum Density-Optimum Moisture Test",
ASTM D 698, except that for non-cohesive materials "maximum dry density"
shall mean the maximum index density as determined by the "Maximum
Index Density of Soils Using a Vibratory Table", ASTM D 4253.
Determination of the density of foundation, bedding, haunching, or backfill
materials in place shall meet with the requirements of ASTM D 1556,
"Density of Soil In Place by the Sand Cone Method", ASTM D 2937,
"Density of Soil In Place by the Drive-Cylinder Method" or ASTM D 2922,
"Density of Soil and Soil-Aggregate In Place by Nuclear Methods (Shallow
Depth)".
B. Sources and Evaluation Testing: Testing of materials to certify conformance
with the Specifications shall be performed by an independent testing
laboratory. All imported fill materials shall meet the requirements of on-site
fill materials.
1.03 WEATHER LIMITATIONS
A. Material excavated when frozen or when air temperature is less than
32 degrees F shall not be used as fill or backfill until material completely
thaws.
B. Material excavated during inclement weather shall not be used as fill or
backfill until after material drains and dries sufficiently for proper
compaction.
1.04 SAFETY
A. Perform all trench excavation and backfilling activities in accordance with the
Occupational Safety and Health Act of 1970 (PL 91-596), as amended. The
Contractor shall pay particular attention to the Safety and Health Regulations
Part 1926, Subpart P "Excavation, Trenching & Shoring" as described in
OSHA publication 2226.
PART 2 PRODUCTS (NOT USED)
2.01 TRENCH FOUNDATION MATERIALS
A. Crushed stone shall be utilized for trench foundation (trench stabilization) and
shall meet the requirements of the Georgia Department of Transportation
Specification 800.2.01, Group I (limestone, marble or dolomite) or Group II
(quartzite, granite or gneiss). Stone size shall be between No. 57 and No.4,
inclusive.
EXCAVATION AND FILL
2
31 23 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I(
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2.02
BEDDING AND HAUNCHING MATERIALS
A. Unless specified otherwise, bedding and haunching materials shall be crushed
stone as specified below.
B. Crushed stone utilized for bedding and haunching shall meet the requirements
of the Georgia Department of Transportation Specification 800.01, Group I
(limestone, marble or dolomite) or Group II (quartzite, granite or gneiss).
Stone size shall be between No. 57 and No.4, inclusive.
C. Earth materials utilized for bedding and haunching shall be suitable materials
selected from materials excavated from the trench. Suitable materials shall be
clean and free of rock larger than 2-inches at its largest dimension, organics,
cinders, stumps, limbs, frozen earth or mud, man-made wastes and other
unsuitable materials. Should the material excavated from the trench be
saturated, the saturated material may be used as earth material, provided it is
allowed to dry properly and it is capable of meeting the specified compaction
requirements. When necessary, earth bedding and haunching materials shall
be moistened to facilitate compaction by tamping. If materials excavated
from the trench are not suitable for use as bedding or haunching material,
provide select material conforming to the requirements of this Section at no
additional cost to the Owner.
D. Filter Fabric Woven Type
1. Filter fabric associated with bedding shall be a polypropylene woven
fabric. The fabric shall be a high modulus type with good separation
capabilities. The fabric shall be inert to biological degradation and
naturally occurring chemicals, alkalies and acids.
2. The fabric shall have an equivalent opening size EOS of20 to 45. The
fabric shall also conform to the minimum property values listed in the
following table:
Fabric Property Unit Test Method Minimum
Value
Grab Tensile Strength lbs. ASTMD 200
4632
Grab Tensile % ASTM D 30 (max.)
Elongation 4632
Mullen Burst Strength pSI ASTM D 400
3786
Trapezoid Tear lbs. ASTM D 75
31 23 00 EXCAVATION AND FILL
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
Strength
Puncture Strength
Ibs.
4533
ASTM D
3787
75
3. If ordered by the Engineer, the filter fabric manufacturer shall furnish
the services of a competent factory representative to supervise and/or
inspect the installation of pipe. This service will be furnished for a
minimum of 10 days during initial pipe installation.
4. Filter fabric shall be Mirafi 500X, Amoco 2002 or Exxon GTF-200.
2.03 INITIAL BACKFILL
A. Initial backfill material shall be crushed stone or earth materials as specified
for bedding and haunching materials.
B. When necessary, initial backfill materials shall be moistened to facilitate
compaction by tamping. If materials excavated from the trench are not
suitable for use as initial backfill material, provide select material conforming
to the requirements of this Section at no additional cost to the owner.
2.04 FINAL BACKFILL
A. Final backfill material shall be general excavated earth materials, shall not
contain rock larger than 2-inches at its greatest diameter, cinders, stumps,
limbs, man-made wastes and other unsuitable materials. If materials
excavated from the trench are not suitable for use as final backfill material,
provide select material conforming to the requirements of this Section.
2.05 SELECT BACKFILL
A. Select backfill shall be materials which meet the requirements as specified for
bedding, haunching or initial backfill materials, including compaction
requirements.
2.06 CONCRETE
A. Concrete for bedding, haunching, initial backfill or encasement shall have a
compressive strength of not less than 3,000 psi, with not less than 5.5 bags of
cement per cubic yard and a slump between 3 and 5-inches. Ready-mixed
concrete shall be mixed and transported in accordance with ASTM C 94.
Reinforcing steel shall conform to the requirements of ASTM A 615, Grade
60.
EXCAVATION AND FILL
4
31 23 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
PART 3 EXECUTION
3.01 GENERAL
A. Excavate to lines, grades, and dimensions shown and as necessary to
accomplish Work. Excavate to within tolerance of plus or minus 0.1 foot,
except where dimensions or grades are shown or specified as maximum or
minimum. Allow for forms, working space, granular base, topsoil, and similar
items, wherever applicable. Trim to neat lines where concrete is to be
deposited against earth.
B. Do not overexcavate without written authorization of Engineer.
3.02 UNCLASSIFIED EXCAVATION
A. Excavation is unclassified. Complete all excavation regardless of the type,
nature, or condition of the materials encountered.
3.03 CLASSIFIED EXCAVATION
A. Excavation is classified; see Article Definitions for classifications. Notify
Engineer whenever rock is encountered.
B. Before beginning rock excavation, comply with following requirements:
1. Remove overlying material as common excavation and expose rock
surface for examination by Engineer.
2. Demonstrate that removal of remaining material classifies as rock
excavation unless waived by Engineer.
3. Assist Engineer with measurement and documentation of rock
excavation.
C. Predrilling and blasting may be allowed prior to removal of overburden if, in
Engineer's opinion, top-of-rock line can be clearly defined after excavation.
Acceptance of this method will be based on the following demonstration:
1. Predrill, blast, and excavate initial 1 00- foot long test section.
2. Excavate minimum of two 20-foot long trenches to apparent rock line
immediately adjacent to predrilled section for comparison.
D. In event of disputed quantities, excavate additional correlation trenches to
apparent rock as considered necessary by Engineer to resolve dispute.
Engineer reserves right to stop predrilling and blasting if, in Engineer's
opinion, experience indicates that accurate determination of rock quantities is
not possible by this method.
31 23 00
REVISION AUGUST 2009
EXCAVATION AND FILL
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
3.04 TRENCH EXCAVATION
A. Topsoil and grass shall be stripped a minimum of 6-inches over the trench
excavation site and stockpiled separately for replacement over the finished
grading areas.
B. Trenches shall be excavated to the lines and grades shown on the Drawings
with the centerlines of the trenches on the centerlines of the pipes and to the
dimensions which provide the proper support and protection of the pipe and
other structures and accessories.
C. Trench Width for Pipelines
1. The sides of all trenches shall be vertical to a minimum of one foot
above the top of the pipe. Unless otherwise indicated on the Drawings,
the maximum trench width shall be equal to the sum of the outside
diameter of the pipe plus two feet. The minimum trench width shall be
that which allows the proper consolidation of the haunching and initial
backfill material.
2. Excavate the top portion of the trench to any width within the
construction easement or right-of-way which will not cause unnecessary
damage to adjoining structures, roadways, pavement, utilities, trees or
private property. Where necessary to accomplish this, provide sheeting
and shoring.
3. Where rock is encountered in trenches, excavate to remove boulders and
stones to provide a minimum of9-inches clearance between the rock
and any part of the pipe barrel or manhole.
4. Wherever the prescribed maximum trench width is exceeded, the
Contractor shall use the next higher Class or Type of bedding and
haunching as shown on the Drawings for the full trench width as
actually cut. The excessive trench width may be due to unstable trench
walls, inadequate or improperly placed bracing and sheeting which
caused sloughing, accidental over-excavation, intentional
over-excavation necessitated by the size of the Contractor's tamping and
compaction equipment, intentional over-excavation due to the size of
the Contractor's excavation equipment, or other reasons beyond the
control of the Engineer or Owner.
EXCAVATION AND FILL
6
31 23 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
D. Depth
1. The trenches shall be excavated to the required depth or elevation which
allow for the placement of the pipe and bedding to the dimensions
shown on the Drawings.
2. Where rock is encountered in trenches for pipelines, excavate to the
minimum depth which will provide clearance below the pipe barrel of
8-inches for pipe 18-inches in diameter and smaller and 12-inches for
larger pipe, valves and manholes.
E. Excavated Materials
1. Excavated materials shall be placed adjacent to the work to be used for
backfilling as required. Top soil shall be carefully separated and lastly
placed in its original location.
2. Excavated material shall be placed sufficiently back from the edge of
the excavation to prevent caving of the trench wall, to permit safe access
along the trench and not cause any drainage problems. Excavated
material shall be placed so as not to damage existing landscape features
or man-made improvements.
3.05 SHEETING, BRACING AND SHORING
A. Sheeting, bracing and shoring shall be installed in the following instances:
1. Where sloping of the trench walls does not adequately protect persons
within the trench from slides or cave-ins.
2. In caving ground.
3. In wet, saturated, flowing or otherwise unstable materials.
4. Where necessary to prevent damage to adjoining buildings, structures,
roadways, pavement, utilities, trees or private properties which are
required to remain.
5. Where necessary to maintain the top of the trench within the available
construction easement or right-of-way.
B. In all cases, excavation protection shall strictly conform to the requirements of
the Occupational Safety and Health Act of 1970, as amended.
C. Timber: Timber for shoring, sheeting, or bracing shall be sound and free of
large or loose knots and in good, serviceable condition. Size and spacing shall
be in accordance with OSHA regulations.
D. Steel Sheeting and Sheet Piling: Steel sheet piling shall be the continuous
interlock type. The weight, depth and section modulus of the sheet piling
shall be sufficient to restrain the loads of earth pressure and surcharge from
existing foundations and live loads. Procedure for installation and bracing
31 23 00
REVISION AUGUST
EXCAVATION AND FILL
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
shall be so scheduled and coordinated with the removal of the earth that the
ground under existing structures shall be protected against lateral movement at
all times. The Contractor shall provide closure and sealing between sheet
piling and existing facilities.
E. Trench Shield: A trench shield or box may be used to support the trench
walls. The use of a trench shield does not necessarily preclude the additional
use of bracing and sheeting. When trench shields are used, care must be taken
to avoid disturbing the alignment and grade of the pipe or disrupting the
haunching of the pipe as the shield is moved. When the bottom of the trench
shield extends below the top of the pipe, the trench shield will be raised in
6-inch increments with specified backfilling occurring simultaneously. At no
time shall the trench shield be "dragged" with the bottom of the shield
extending below the top ofthe pipe or utility.
F. Remove bracing and sheeting in units when backfill reaches the point
necessary to protect the pipe and adjacent property. Leave sheeting in place
when in the opinion of the Engineer it cannot be safely removed or is within
three feet of an existing structure, utility, or pipeline. Cut off any sheeting left
in place at least two feet below the surface.
G. Sheet piling within three feet of an existing structure or pipeline shall remain
in place, unless otherwise directed by the Engineer.
3.06 ROCK EXCAVATION
A. . Definition of Rock: Any material which cannot be excavated with
conventional excavating equipment, and is removed by drilling and blasting,
and occupies an original volume of at least one-half cubic yard.
B. Blasting: Provide licensed, experienced workmen to perform blasting.
Conduct blasting operations in accordance with all existing ordinances and
regulations. Protect all buildings and structures from the effects of the blast.
Repair any resulting damage. If the Contractor repeatedly uses excessive
blasting charges or blasts in an unsafe or improper manner, the Engineer may
direct the Contractor to employ an independent blasting consultant to
supervise the preparation for each blast and approve the quantity of each
charge.
C. Removal of Rock: Dispose of rock off site that is surplus or not suitable for
use as rip rap or backfill.
D. The Contractor shall notify the Engineer prior to any blasting. Additionally,
the Contractor shall notify the Engineer and local fire department before any
charge is set.
EXCAVATION AND FILL
8
31 23 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
E. Following review by the Engineer regarding the proximity of permanent
buildings and 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.
3.07 DEWATERING EXCAVATIONS
A. Dewater excavation continuously to maintain a water level two feet below the
bottom of the trench.
B. Control drainage in the vicinity of excavation so the ground surface is
properly pitched to prevent water running into the excavation.
C. There shall be sufficient pumping equipment, in good working order,
available at all times, to remove any water that accumulates in excavations.
Where the utility crosses natural drainage channels, the work shall be
conducted in such a manner that unnecessary damage or delays in the
prosecution of the work will be prevented. Provision shall be made for the
satisfactory disposal of surface water to prevent damage to public or private
property.
D. In all cases, accumulated water in the trench shall be removed before placing
bedding or haunching, laying pipe, placing concrete or backfilling.
E. Where dewatering is performed by pumping the water from a sump~ crushed
stone shall be used as the medium for conducting the water to the sump.
Sump depth shall be at least two feet below the bottom of the trench.
Pumping equipment shall be of sufficient quantity and/or capacity to maintain
the water level in the sump two feet below the bottom of the trench. Pumps
shall be a type such that intermittent flows can be discharged. A standby
pump shall be required in the event the operating pump or pumps clog or
otherwise stop operation.
F. Dewater by use of a well point system when pumping from sumps does not
lower the water level two feet below the trench bottom. Where soil conditions
dictate, the Contractor shall construct well points cased in sand wicks. The
casing, 6 to lO-inches in diameter, shall be jetted into the ground, followed by
the installation of the well point, filling casing with sand and withdrawing the
casmg.
31 23 00
REVISION AUGUST 2009
EXCAVATION AND FILL
I
I
I
I
I
I
I
I
I
Ii
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
3.08 TRENCH FOUNDATION AND STABILIZATION
A. The bottom of the trench shall provide a foundation to support the pipe and its
specified bedding. The trench bottom shall be graded to support the pipe and
bedding uniformly throughout its length and width.
B. If, after dewatering as specified above, the trench bottom is spongy, or if the
trench bottom does not provide firm, stable footing and the material at the
bottom of the trench will still not adequately support the pipe, the trench will
be determined to be unsuitable and the Engineer shall then authorize payment
for trench stabilization.
C. Should the undisturbed material encountered at the trench bottom constitute,
in the opinion of the Engineer, an unstable foundation for the pipe, the
Contractor shall be required to remove such unstable material and fill the
trench to the proper sub grade with crushed stone as directed by the Engineer.
D. Where the replacement of unsuitable material with crushed stone does not
provide an adequate trench foundation, the trench bottom shall be excavated
to a depth of at least two feet below the specified trench bottom. Place filter
fabric in the bottom of the trench and support the fabric along the trench walls
until the trench stabilization, bedding, haunching and pipe have been placed at
the proper grade. The ends of the filter fabric shall be overlapped by one foot
above the pipe.
E. Where trench stabilization is provided, the trench stabilization material shall
be compacted to at least 90 percent of the maximum dry density, unless shown
or specified otherwise.
3.09 BEDDING AND HAUNCHING
A. Prior to placement of bedding material, the trench bottom shall be free of any
water, loose rocks, boulders or large dirt clods.
B. Bedding material shall be placed to provide uniform support along the bottom
of the pipe and to place and maintain the pipe at the proper elevation. The
initial layer of bedding placed to receive the pipe shall be brought to the grade
and dimensions indicated on the Drawings. All bedding shall extend the full
width of the trench bottom. The pipe shall be placed and brought to grade by
tamping the bedding material or by removal of the excess amount of the
bedding material under the pipe. Adjustment to grade line shall be made by
scraping away or filling with bedding material. Wedging or blocking up of
pipe shall not be permitted. Applying pressure to the top of the pipe, such as
with a backhoe bucket, to lower the pipe to the proper elevation or grade shall
not be permitted. Each pipe section shall have a uniform bearing on the
bedding for the length ofthe pipe, except immediately at the joint.
EXCAVATION AND FILL
10
31 23 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUST A UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
C. At each joint, excavate bell holes of ample depth and width to permit the joint
to be assembled properly and to relieve the pipe bell of any load.
D. After the pipe section is properly placed, add the haunching material to the
specified depth. The haunching material shall be shovel sliced, tamped,
vigorously chinked or otherwise consolidated to provide uniform support for
the pipe barrel and to fill completely the voids under the pipe, including the
bell hole. Prior to placement of the haunching material, the bedding shall be
clean and free of any water, loose rocks, boulders or dirt clods.
E. Water Mains
1. Ductile Iron Pipe
a. Unless otherwise shown on the Drawings or specified, utilize
earth materials for bedding and haunching. Bedding shall meet
the requirements of Type 2, 3, 4 and 5 of AWWA C150/151
Standard Laying Conditions.
b. Unless specified or shown otherwise, bedding shall meet the
requirements for Type 2 A WWA C150/151 Standard Laying
Conditions. Unless specified or shown otherwise for restrained
joint pipe and fittings, bedding shall meet the requirements for
Type 3 AWWA C150/151 Standard Laying Conditions.
c. Where the depth of cover over the piping exceeds 9 feet, the pipe
bedding shall meet the requirements of Type 4 Pipe Bedding.
Where the depth of cover over the piping exceeds 14 feet, the pipe
bedding shall meet the requirements of Type 5 A WW A C 150/151
Standard Laying Conditions.
d. Type 4 or Type 5 Pipe Bedding called for on the Drawings,
specified or ordered by the Engineer, shall meet requirements for
Type 4 or Type 5 A WW A C 150/151 Standard Laying Conditions,
utilizing crushed stone bedding and haunching material.
F. Manholes: Excavate to a minimum of 12-inches below the planned elevation
of the base of the manhole. Place and compact crushed stone bedding
material to the required grade before installing the manhole.
G. Excessive Width and Depth
1. Water Mains: If the trench is excavated to excess width, provide the
next higher type or class of pipe bedding, but a minimum of Type 4
AWWA C150/151 Standard Laying Conditions.
2. If the trench is excavated to excessive depth, provide crushed stone to
place the bedding at the proper elevation or grade.
31 23 00
REVISION AUGUST 2009
EXCAVATION AND FILL
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
H. Compaction: Bedding and haunching materials under pipe, manholes and
accessories shall be compacted to a minimum of 90 percent of the maximum
dry density, unless shown or specified otherwise.
3.10 INITIAL BACKFILL
A. Initial backfill shall be placed to anchor the pipe, protect the pipe from
damage by subsequent backfill and ensure the uniform distribution of the
loads over the top of the pipe.
B. Place initial backfill material carefully around the pipe in uniform layers to a
depth of at least I8-inches above the pipe barrel or duct bank. Layer depths
shall be a maximum of 6-inches for pipe I8-inches in diameter and smaller
and a maximum of I2-inches for pipe larger than I8-inches in diameter.
C. Backfill on both sides of the pipe simultaneously to prevent side pressures.
D. Compact each layer thoroughly with suitable hand tools or tamping
equipment.
E. Initial backfill shall be compacted to a minimum 90 percent of the maximum
dry density, unless shown or specified otherwise.
F. If materials excavated from the trench are not suitable for use as backfill
materials, provide select backfill material conforming to the requirements of
this Section.
3.11 CONCRETE ENCASEMENT FOR PIPELINES
A. Where concrete encasement is shown on the Drawings for pipelines, excavate
the trench to provide a minimum of 6-inches clearance from the bell of the
pipe. Lay the pipe to line and grade on concrete blocks. In lieu of bedding,
haunching and initial backfill, place concrete to the full width of the trench
and to a height of not less than 12-inches above the pipe bell. Do not backfill
the trench for a period of at least 24 hours after concrete is placed.
3.12 FINAL BACKFILL
A. Backfill carefully to restore the ground surface to its original condition.
B. The top 6-inches shall be topsoil obtained as specified in "Trench Excavation"
of this Section.
C. Excavated material which is unsuitable for backfilling, and excess material,
shall be disposed of, at no additional cost to the Owner, in a manner approved
by the Engineer. Surplus soil may be neatly distributed and spread over the
EXCAVATION AND FILL
12
31 23 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
site, if approved by the Engineer. If such spreading is allowed, the site shall
be left in a clean and sightly condition and shall not affect pre-construction
drainage patterns. Surplus rock from the trenching operations shall be
removed from the site.
D. If materials excavated from the trench are not suitable for use as backfill
materials, provide select backfill material conforming to the requirements of
this Section.
E. After initial backfill material has been placed and compacted, backfill with
final backfill material. Place backfill material in uniform layers, compacting
each layer thoroughly as follows:
1. In 6- inch layers, if using light power tamping equipment, such as a
'jumping jack".
2. In 12-inch layers, if using heavy tamping equipment, such as hammer
with tamping feet.
3. In 24-inch layers, if using a hydra-hammer.
F. Settlement: If trench settles, re-fill and grade the surface to conform to the
adjacent surfaces.
G. Final backfill shall be compacted to a minimum 90 percent of the maximum
dry density, unless specified otherwise.
3.13 ADDITIONAL MATERIAL
A. Where final grades above the pre-construction grades are required to maintain
minimum cover, additional fill material will be as shown on the Drawings.
Utilize excess material excavated from the trench, ifthe material is suitable.
If excess excavated materials are not suitable, or if the quantity available is
not sufficient, provide additional suitable fill material at no cost to the owner.
3.14 BACKFILL UNDER ROADS
A. Compact backfill underlying pavement and sidewalks, and backfill under dirt
and gravel roads to a minimum 95 percent of the maximum dry density. The
top 12-inches shall be compacted to a minimum of 98 percent ofthe
maximum dry density.
31 23 00
REVISION AUGUST 2009
EXCAVATION AND FILL
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
3.15 BACKFILL WITHIN GEORGIA DOT RIGHT -OF-WAY
A. Backfill within the Georgia DOT right-of-way shall meet the requirements
stipulated in the "Utility Accommodation Policy and Standards", published by
the Georgia Department of Transportation.
3.16 BACKFILL ALONG RESTRAINED JOINT PIPE
A. Backfill along restrained joint pipe shall be compacted to a minimum 90
percent of the maximum dry density.
3.17 DETECTION TAPE
A. The detection tape shall be buried 4 to 10-inches beneath the ground surface
directly over the top of the pipe. Should detection tape need to be installed
deeper, the Contractor shall provide 3-inch wide tape. In no case shall
detection tape be buried greater than 20-inches from the finished grade
surface.
3.18 TESTING AND INSPECTION
A. The soils testing laboratory is responsible for the following:
1. Compaction tests in accordance with Article 1.02 of this Section.
2. Field density tests for each two feet of lift, one test for each 1,000 feet
of pipe installed or more frequently if ordered by the Engineer.
3. Inspecting and testing stripped site, sub grades and proposed fill
materials.
B. The Contractor's duties relative to testing include:
1. Notifying laboratory of conditions requiring testing.
2. Coordinating with laboratory for field testing.
3. Paying costs for additional testing performed beyond the scope of that
required and for re-testing where initial tests reveal non-conformance
with specified requirements.
4. Providing excavation as necessary for laboratory personnel to conduct
tests.
C. Inspection
1. Earthwork operations, acceptability of excavated materials for bedding
or backfill, and placing and compaction of bedding and backfill is
subject to inspection by the Engineer.
EXCA V A TION AND FILL
14
31 23 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
li\
t
I
I
I
I
I
I
Ii
I
AUGUSTA UTILITIES DEPARTMENT
ST ANDARD TECHNICAL SPECIFICATIONS
D. Comply with applicable codes, ordinances, rules, regulations and laws of
local, municipal, state or federal authorities having jurisdiction.
3.19 DISPOSAL OF SPOIL
A. Dispose of excavated materials, which are unsuitable or exceed quantity
needed for fill or backfill, offsite.
B. Dispose of debris resulting from removal of underground facilities as
specified in Section 02 41 00, Demolition, for demolition debris.
C. Dispose of debris resulting from removal of organic matter, trash, refuse, and
junk as specified in Section 31 10 00, Site Clearing, for clearing and grubbing
debris.
END OF SECTION
\
!
I
31 23 00
REVISION AUGUST 2009
EXCAVATION AND FILL
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
SECTION 31 25 00
EROSION AND SEDIMENTATION CONTROLS
PART 1 GENERAL
1.01 SCOPE
A. The Work specified in this Section consists of providing and maintaining
temporary and permanent erosion and sedimentation controls as shown on the
Drawings. This Section also specifies the subsequent removal oftemporary
erosion and sedimentation controls.
B. Temporary and permanent erosion and sedimentation controls include
grassing and mulching of disturbed areas and structural barriers at those
locations which will ensure that erosion during construction will be
maintained within acceptable limits. Acceptable limits are as established by
the Georgia Erosion and Sedimentation Control Act of 1975, as amended,
Section 402 of the Federal Clean Water Act, and applicable codes, ordinances,
rules, regulations, and laws of local, state, and municipal authorities having
jurisdiction.
C. Land disturbance activity shall not commence until the Land Disturbance
Permit has been issued.
1. 02- SUBMITTALS
A. Submit product data in accordance with the requirements of Section 01340 of
these Specifications.
1.03 QUALITY ASSURANCE
A. The temporary and permanent erosion and sedimentation control measures
shown on the Drawings are minimum suggested requirements. Any additional
erosion and sedimentation control measures required by the Contractor's
means, methods, techniques, and sequence of operation will be installed by
the Contractor at no additional cost to the Owner.
B. Perform all Work under this Section in accordance with all pertinent rules and
regulations including, but not necessarily limited to, those stated in these
Specifications. Where provisions of pertinent rules and regulations conflict
with these Specifications the more stringent provisions shall govern.
C. Provide all materials and promptly take all actions necessary to achieve
effective erosion and sedimentation control in accordance with the Georgia
31 25 00
REVISION AUGUST 2009
EROSION AND SEDIMENTATION CONTROLS
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
Erosion and Sedimentation Control Act of 1975 as amended (OCGA 912-7-1,
et. seq.), local ordinances, other permits, local enforcing agency guidelines,
and these Specifications.
D. Basic Principles:
1. Coordinate the land disturbance activities to fit the topography, soil
types, and conditions.
2. Minimize the disturbed area and the duration of exposure to erosive
elements.
3. Provide temporary or permanent stabilization to disturbed areas
immediately after rough grading is complete.
4. Safely convey run-off from the site to a stable outlet to prevent flooding
and damage to downstream facilities resulting from increased runoff
from the site.
S. Retain sediment on-site that was generated on-site.
6. Minimize encroachment upon watercourses.
E. Implementation:
1. The Contractor is solely responsible for the control of erosion within the
Project site and the prevention of sedimentation from leaving the Project
site or entering waterways.
2. The Contractor shall install temporary and permanent erosion and
sedimentation controls which will ensure that runoff from the disturbed
area of the Project site shall pass through a filter system before exiting
the Project site.
3. The Contractor shall provide temporary and permanent erosion and
sedimentation control measures to prevent silt and sediment from
entering the waterways and designated wetland areas. The Contractor
shall maintain an undisturbed vegetative buffer a minimum of 25 feet
from the top of the bank.
4. The Contractor shall limit land disturbance activity to those areas shown
on the Drawings.
5. The Contractor shall maintain erosion and sedimentation control
measures within disturbed areas on the entire site at no additional cost to
the Owner until the final acceptance of the Project. Maintenance shall
include mulching, re-seeding, clean-out of sediment barriers and
sediment ponds, replacement of washed-out or undermined rip rap and
erosion control materials, to the satisfaction of the Owner and Engineer.
6. All fines imposed for improper erosion and sedimentation control shall
be paid by the Contractor.
EROSION AND SEDIMENTATION CONTROLS
2
31 25 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
PART 2 PRODUCTS
2.01 SEDIMENT BARRIER
A. Silt Fence:
1. Type C Silt Fence is a combination of Type A silt Fence with woven
wire reinforcement. Type C Silt Fence reinforcement shall meet the
requirements of Section 171 of Georgia D.O.T. Specifications.
2. Silt fence fabric shall be an approved product on the Georgia DOT
Qualified Product List No. 36, latest edition.
B. Hay Bales: Hay bales shall be clean, seed-free cereal hay, rectangular in
shape, and contain five cubic feet or more of material.
C. Concrete Blocks: Concrete blocks shall be hollow, non-load-bearing type.
D. Plywood shall be 3/4-inch thick exterior type.
2.02 CONSTRUCTION EXIT STONE
A. Use sound, tough, durable stone resistant to the action of air and water.
Slabby or shaley pieces will not be acceptable. Aggregate size shall be in
accordance with the National Stone Association Size R-2 (1.5 to 3.5-inch
stone) or Type 3 rip rap stone conforming to Section 805.01 of the Georgia
Department of Transportation Standard Specifications.
2.03 CONCRETE
A. Concrete shall conform to the requirements specified in Section 02225 of
these Specifications for 3000 psi concrete.
2.04 RIP RAP
A. Stone Rip Rap: Use sound, tough, durable stones resistant to the action of air
and unless noted otherwise, stone rip rap shall be Type 1.
1. Type 1 Rip Rap: Rip rap size and gradation shall conform to Section
805.01 of the Georgia Department of Transportation Standard
Specification for Type 1 Stone Dumped Rip Rap.
2. Type 3 Rip Rap: Rip rap size and gradation shall conform to Section
805.01 of the Georgia Department of Transportation Standard
Specifications for Type 3 Stone Dumped Rip Rap.
B. Sand Cement Bag Rip Rap: Sand cement bag rip rap shall conform to the
Georgia Department of Transportation Standard Specifications, Section 603.
31 25 00
REVISION AUGUST 2009
EROSION AND SEDIMENTATION CONTROLS
I
I
I
I
I
I
I
I
I
I
I
~
.
l
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
ST ANDARD TECHNICAL SPECIFICATIONS
2.05 PLASTIC FILTER FABRIC
A.
Plastic filter fabric shall conform to the Georgia Department of Transportation
Standard Specifications, Section 881, for filter fabrics.
Plastic filter fabric shall be an approved product on the Georgia Department of
Transportation Qualified Product List No. 28, latest edition.
B.
2.06 GRASSING
A.
Grassing materials shall meet the requirements of the Georgia D~artment of
Transportation Standard Specifications, latest edition; as shown III the table:
Material
Topsoil
Seed and Sod
Fertilizer
Agricultural Lime
Mulch
Inocu1ants
Section No.
893.01
890
891.01
882.02
893.02
893.04
B. Seed species shall be provided as shown on the Drawings.
C. Mulch Binder: Mulch on slopes exceeding 3 (horizontal) to 1 (vertical) shall
be held in place by the use of a mulch binder, as approved by the Engineer.
The mulch binder shall be non-toxic to plant and animal life and shall be
approved by the Engineer.
D. Water: Water shall be free of excess and harmful chemicals, organisms, and
substances which may be harmful to plant growth or obnoxious to traffic. Salt
or brackish water shall not be used. Water shall be furnished by the
Contractor.
PART 3 EXECUTION
3.01 GENERAL
A. Temporary and permanent erosion and sedimentation control measures shall
prevent erosion and prevent sediment from exiting the site. If, in the opinion
of the Owner, Engineer, or state inspector, the Contractor's temporary erosion
and sedimentation control measures are inadequate, the Contractor shall
provide additional maintenance for existing measures or additional devices to
control erosion and sedimentation on the site at no additional cost to the
Owner.
EROSION AND SEDIMENTATION CONTROLS
4
31 25 00
REVISION AUGUST 2009
J. ),.V'-' VU..LJ.),. '-"..L ..L.L.J...........LL..IU ~L.J..L.L .L.L.~..L.!.".LL.JJ.' J..
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STANDARD TECHNICAL SPECIFICATIONS
B. All erosion and sedimentation control devices and structures shall be
inspected by the Contractor at least once a week and immediately after each
rainfall occurrence. Any device or structure found to be damaged shall be
repaired or replaced immediately.
C. All erosion and sedimentation control measures and devices shall be
constructed and maintained as indicated on the Drawings or specified herein
until adequate permanent disturbed area stabilization has been provided and
accepted by the Engineer. Once adequate permanent stabilization has been
provided and accepted by the Engineer, all temporary erosion and
sedimentation control structures and devices shall be removed.
3.02 SEDIMENT CONTROL
A. Construction Exit:
1. Construction exit(s) shall be placed as shown on the Drawings and as
directed by the Engineer. A construction exit shall be located at any
point traffic will be leaving a disturbed area to a public right-of-way,
street, alley, sidewalk, or parking area.
2. Placement of Construction Exit Material: The ground surface upon
which the construction exit material is to be placed shall be prepared to
a smooth condition free from obstructions, depressions or debris. The
plastic filter fabric shall be placed to provide a minimum number of
overlaps and a minimum width of one foot of overlap at eachjoint. The
stone shall be placed with its top elevation conforming to the
surrounding ground elevations. The stone shall be dropped from no
more than a three feet height during construction.
3. Construction. Exit Maintenance: The Contractor shall regularly
maintain the exit with the top dressing of stone to prevent tracking Qr
flow of soil onto public rights-of-way and paved surfaces as directed by
the Engineer.
4. Construction Exit Removal: Construction exit(s) shall be removed and
properly disposed of when the disturbed area has been properly
stabilized, the tracking or flow of soil onto public rights-of-way or
paved surfaces has ceased and as directed by the Engineer.
B. Sediment Barriers:
1. Sediment barriers shall include, but are not necessarily limited to, silt
fences, hay bales, and any device which prevents sediment from exiting
the disturbed area.
2. Silt fences and hay bales shall not be used in any flowing stream, creek,
or nver.
31 25 00
REVISION AUGUST 2009
EROSION AND SEDIMENTATION CONTROLS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2.05 PLASTIC FILTER FABRIC
A. Plastic filter fabric shall conform to the Georgia Department of Transportation
Standard Specifications, Section 881, for filter fabrics.
B. Plastic filter fabric shall be an approved product on the Georgia Department of
Transportation Qualified Product List No. 28, latest edition.
2.06 GRASSING
A. Grassing materials shall meet the requirements of the Georgia Department of
Transportation Standard Specifications, latest edition; as shown in the table:
Material
Topsoil
Seed and Sod
Fertilizer
Agricultural Lime
Mulch
Inoculants
Section No.
893.01
890
891.01
882.02
893.02
893.04
B. Seed species shall be provided as shown on the Drawings.
C. Mulch Binder: Mulch on slopes exceeding 3 (horizontal) to 1 (vertical) shall
be held in place by the use of a mulch binder, as approved by the Engineer.
The mulch binder shall be non-toxic to plant and animal life and shall be
approved by the Engineer.
D. Water: Water shall be free of excess and harmful chemicals, organisms, and
substances which may be harmful to plant growth or obnoxious to traffic. Salt
or brackish water shall not be used. Water shall be furnished by the
Contractor.
PART 3 EXECUTION
3.01 GENERAL
A. Temporary and permanent erosion and sedimentation control measures shall
prevent erosion and prevent sediment from exiting the site, If, in the opinion
of the Owner, Engineer, or state inspector, the Contractor's temporary erosion
and sedimentation control measures are inadequate, the Contractor shall
provide additional maintenance for existing measures or additional devices to
control erosion and sedimentation on the site at no additional cost to the
Owner.
EROSION AND SEDIMENTATION CONTROLS
4
31 25 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
B. All erosion and sedimentation control devices and structures shall be
inspected by the Contractor at least once a week and immediately after each
rainfall occurrence. Any device or structure found to be damaged shall be
repaired or replaced immediately.
C. All erosion and sedimentation control measures and devices shall be
constructed and maintained as indicated on the Drawings or specified herein
until adequate permanent disturbed area stabilization has been provided and
accepted by the Engineer. Once adequate permanent stabilization has been
provided and accepted by the Engineer, all temporary erosion and
sedimentation control structures and devices shall be removed.
3.02 SEDIMENT CONTROL
A. Construction Exit:
1. Construction exit(s) shall be placed as shown on the Drawings and as
directed by the Engineer. A construction exit shall be located at any
point traffic will be leaving a disturbed area to a public right-of-way,
street, alley, sidewalk, or parking area.
2. Placement of Construction Exit Material: The ground surface upon
which the construction exit material is to be placed shall be prepared to
a smooth condition free from obstructions, depressions or debris. The
plastic filter fabric shall be placed to provide a minimum number of
overlaps and a minimum width of one foot of overlap at each joint. The
stone shall be placed with its top elevation conforming to the
surrounding ground elevations. The stone shall be dropped from no
more than a three feet height during construction.
3. Construction Exit Maintenance: The Contractor shall regularly
maintain the exit with the top dressing of stone to prevent tracking or
flow of soil onto public rights-of-way and paved surfaces as directed by
the Engineer.
4. Construction Exit Removal: Construction exit(s) shall be removed and
properly disposed of when the disturbed area has been properly
stabilized, the tracking or flow of soil onto public rights-of-way or
paved surfaces has ceased and as directed by the Engineer.
B. Sediment Barriers:
1. Sediment barriers shall include, but are not necessarily limited to, silt
fences, hay bales, and any device which prevents sediment from exiting
the disturbed area.
2. Silt fences and hay bales shall not be used in any flowing stream, creek,
or nver.
31 25 00
REVISION AUGUST 2009
EROSION AND SEDIMENTATION CONTROLS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
3. Sediment barriers shall be installed as shown on the Drawings and as
directed by the Owner or Engineer.
4. Sediment barriers shall be maintained to ensure the depth of impounded
sediment is no more than one-halfof the original height of the barrier or
as directed by the Engineer. Tom, damaged, destroyed, or washed-out
barriers shall be,repaired, reinforced, or replaced with new material and
installed as shown on the Drawings and as directed by the Owner or
Engineer.
5. Accumulated sediment shall be removed from the barrier and replaced
and stabilized on-site as directed by the Owner or Engineer.
6. Sediment barrier shall be removed once the disturbed area has been
stabilized with a permanent vegetative cover and the sediment barrier is
no longer required as directed by the Engineer.
7. All non-biodegradable parts of the barrier shall be disposed of properly.
8. The disturbed area created by barrier removal shall be permanently
stabilized.
C. Sediment Boxes: All inlet grates shall be covered with sediment boxes during
grading operations and shall remain so covered until all open areas are
permanently stabilized against erosion.
3.03 EROSION CONTROL
A. Rip Rap
1. Rip rap shall be placed as shown on the Drawings and as directed by the
"Engineer. Rip rap shall be placed at all points where natural vegetation
is disturbed on the banks of active streams. Compact backfill and place
rip rap to prevent subsequent settlement and erosion. This requirement
applies equally to construction alongside a stream as well as crossing a
stream or drainage ditch.
2. When trenching across a stream or drainage ditch, place rip rap over the
entire disturbed area upstream and downstream of the trench excavation.
Place rip rap across creek bottom, across creek banks, and extend rip rap
placement five feet beyond the top of each creek bank.
3. Preparation of Foundations: The ground surface upon which the rip rap
is to be placed shall be brought to the correct lines and grades before
placement is commenced. Where filling of depressions is required, the
new material shall be compacted with hand or mechanical tampers.
Unless at creek banks or otherwise shown or specified, rip rap shall
begin in a toe ditch constructed in original ground around the toe of the
fill or the cut slope. The toe ditch shall be two feet deep in original
ground, and the side next to the fill or cut shall have that same slope.
After the rip rap is placed, the toe ditch shall be backfilled and the
excess dirt spread neatly on the site.
EROSION AND SEDIMENTATION CONTROLS
6
31 25 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICA nONS
4. Placement of Plastic Filter Fabric:
a. Plastic filter fabric shall be placed under all rip rap unless shown
or specified otherwise.
b. Filter fabric shall not be placed under rip rap on stream or
drainage ditch crossings.
c. The surface to receive filter fabric shall be prepared to a smooth
condition free from obstructions, depressions, and debris. The
filter fabric shall be installed with the long dimension running up
the slope and shall be placed to provide a minimum number of
overlaps. The fabric shall be placed to provide a minimum width
of one foot of overlap at eachjoint. The fabric shall be placed so
that the upstream strip overlaps the downstream strip. The fabric
shall be anchored in place with securing pins of the type
recommended by the fabric manufacturer. Pins shall be placed on
or within 3-inches ofthe centerline of the overlap. The fabric
shall be placed loosely to avoid stretching and tearing during
placement of the stone. The fabric shall be protected at all times
during construction from clogging due to clay, silts, chemicals, or
other contaminants. Contaminated fabric or fabric damaged
during installation or during placement of rip rap shall be removed
and replaced with uncontaminated and undamaged fabric at no
additional cost to the Owner.
5. Placement of Rip Rap: Rip rap shall be placed on a 6-inch layer of soil,
crushed stone or sand overlaying the filter fabric. Rip rap shall be
placed with its top elevation conforming with the finished grade or the
natural existing slope of the stream bank and stream bottom. The stone
shall be dropped from no more than a three foot height during
construction. Stone rip rap shall be placed to provide a uniform surface
to the thickness shown on the Drawings. The thickness tolerance for the
course shall be -3 inches and +6 inches.
B. Grassing:
1. Temporary Stabilization: Temporary stabilization shall be provided as
shown on the Drawings and conforming to these Specifications to
control erosion on the site. Temporary stabilization shall be provided to
any area that will not receive permanent stabilization within the next 14
calendar days. Partial payment requests may be withheld for those
portions ofthe Project not complying with this requirement.
2. Permanent Stabilization:
31 25 00
REVISION AUGUST 2009
EROSION AND SEDIMENTATION CONTROLS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
a. Permanent stabilization shall be provided as shown on the
Drawings and conforming to these Specifications to control
erosion on the site. Permanent stabilization shall be provided to
all areas ofland disturbance within seven calendar days of the
completion ofland disturbance for any area greater than 0.25 acre.
b. Where permanent stabilization cannot be immediately established
because of an inappropriate season, the Contractor shall provide
temporary stabilization. The Contractor shall return to the site at
the appropriate season to provide permanent stabilization in areas
that received only temporary stabilization.
3. Grassing shall meet the requirements of Section 700 of the Georgia
Department of Transportation Standard Specifications, latest edition,
unless specified otherwise.
4. Seed rate, fertilization and other requirements shall be provided as
shown on the Drawings.
3.04 CLEAN-UP
A. Dispose of all excess erosion and sedimentation control materials in a manner
satisfactory to the Owner and Engineer.
B. Final clean-up shall be performed in accordance with the requirements of
these Specifications and to the satisfaction ofthe Owner and Engineer.
END OF SECTION
EROSION AND SEDIMENTATION CONTROLS
8
31 25 00
REVISION AUGUST 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
SECTION 33 05 01.02
DUCTILE IRON PIPE AND FITTINGS
PART 1 GENERAL
1.01 REFERENCES
A. The following is a list of standards that may be referenced in this section:
1. Augusta Utilities Department's "Water & Sanitary Sewer Systems-
Guidelines" (most recent edition); available at
/ /www.augustaga.gov/departments/planning_zoningldev_docs.asp.In
the event that any specific item of work is not covered in this
specification the above referenced document shall govern.
2. American Association of State Highway and Transportation Officials
(AASHTO):
a. T99, Standard Specification for the Moisture-Density Relations of
Soils Using a 2.5 kg (5.5LB) Hammer and a 305mm (12 in.)
Drop.
3. American Water Works Association (A WW A):
a. Cl04, Cement-Mortar Lining for Ductile Iron Pipe and Fittings
for Water.
b. Cl05, Polyethylene Encasement for Ductile Iron Pipe Systems.
c. ClIO, Ductile Iron and Grey Iron-Fittings, 3-inch through
48-inch.
d. Clll, Rubber-Gasket Joints for Ductile Iron Pressure Pipe and
Fittings.
e. C 115, Flanged Ductile Iron Pipe with Ductile Iron and Grey Iron
Fittings.
f. C150, Thickness Design of Ductile-Iron Pipe.
g. C15l, Ductile-Iron Pipe. Centrifugally Cast, for Water.
h. C153, Ductile Iron Compact Fittings, 3-inch through 24-inch and
54-inch through 64-inch for Water Service.
1. C207, Steel Pipe Flanges for Waterworks Service, Sizes 4-inch
Through 1 44-inch (lOOmm through 3600mm).
J. C600, Installation of Ductile-Iron Water Mains and Their
Appurtenances.
k. C606, Grooved End, Shouldered Joints.
4. ASTM International (ASTM)
a. A307, Standard Specification for Carbon Steel Bolts and Studs,
60,000 psi Tensile Strength.
b. A563, Standard Specification for Carbon and Alloy Steel Nuts.
33 05 01.02
REVISION JULY 2008
DUCTILE IRON PIPE AND FITTINGS
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
c. B 16.21, Standard Specification for Nonmetallic Flat Gaskets for
Pipe Flanges.
d. D882, Standard Test Method for Tensile Properties of Thin Plastic
Sheeting.
e. D 1330, Standard Specification for Rubber Sheet Gaskets.
f. DI922, Standard Test Method for Propagation Tear Resistance of
Plastic Film and Thin Sheeting by Pendulum Method.
g. D2000, Standard Classification System for Rubber Products in
Automotive Applications.
h. D4976, Standard Specification for Polyethylene Plastics Molding
and Extrusion Materials.
5. Ductile Iron Pipe Research Institute (DIPRA).
1.02 SUBMITTALS
A. Action Submittals:
1. Shop Drawings: Marking plan and details of standard pipe section
showing dimensions, pipe joints, fitting and special fitting pressure
rating and thickness, size, coating and lining data.
B. Informational Submittals:
1. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing
and at minimum, include the following:
a. Testing dates.
b. Piping systems and section(s) to be tested.
c. Method of isolation.
d. Method of conveying water from source to system being tested.
e. Calculation of maximum allowable leakage for piping section(s)
to be tested.
2. Certifications of Calibration: Approved testing laboratory certificate if
pressure gauge for hydrostatic test has been previously used. If pressure
gauge is new, no certificate is required.
PART 2 PRODUCTS
2.01 MATERIALS
A. Pipe:
1. General:
a. Centrifugally cast, grade 60-42-10 iron.
b. Meet requirements of A WW A CISO, Cl53 and Cll1.
c. Lined and coated as specified.
DUCTILE IRON PIPE AND FITTINGS
2
33 05 01.02
REVISION JULY 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUST A UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2. Pressure rating of pipe as shown on drawings. Typically water mains 6
inches through 16 inches require a Pressure Class of350 while water mains
18 inches through 24 inches require a Pressure Class of300.
3. Pipe wall thickness of threaded pipe for a flanged pipe end shall be
minimum special thickness Class 53 :from l2-inch to 54-inch diameter
pipe in accordance with A WW A Cl15.
4. Grooved end pipe, for all pipe diameters, shall be minimum Special
Class 53.
5. Pipe shall be new and recently manufactured. Refurbished pipe shall not
be provided.
B. Joints:
1. Push-On Joint: Rated at minimum working pressure equal to pipe
material design.
2. Restrained Joint:
a. Manufactured proprietary joint that mechanically restrains pipe to
adjoining pipe.
b. Manufacturers and Products:
1) American Cast Iron Pipe; Flex-Ring and Lok-Ring.
2) U.S. Pipe; TR Flex.
3) Or approved equal.
3. Mechanical Wedge Action Type Joint:
a. Use only in areas where adjoining to fixed points where laying
length is determined in field.
b. Prior to purchase and installation, type and application of this joint
shall be approved by Engineer.
c. Manufacturers and Products:
1) EBAA Iron; Mega-Lug
2) Smith-Blair, Inc.; 111 Carn-Lock
4. Flanged Joint: Threaded 250 psi working pressure ductile iron flanges
conforming to A WW A C 115.
C. Fittings:
1. Ductile Iron, Push-On, Flanged or Restrained Joint: In accordance with
A WW A ClIO, at 250 psi minimum working pressure for 3- to 24-inch
fittings and 150 psi minimum working pressure for 30- to 48-inch
fittings.
2. Mechanical Joint Fittings: In accordance with A WW A Clll.
3. Fittings shall be new and recently manufactured. Refurbished fittings
will not be accepted.
D. Welded Outlet: Only weld to pipe in manufacturer's shop.
33 05 01.02
REVISION JULY 2008
DUCTILE IRON PIPE AND FITTINGS
3
I
I
I
I
I
I .
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
E. Lining:
1. Pipe and fittings for clean water applications shall be cement-lined and
asphaltic seal coated in accordance with A WW A C1 04.
2. Pipe and fittings for wastewater applications shall be lined with 40-mil
ceramic epoxy, as manufactured by Induron.
F. Coating: Asphaltic type, 1 mil thick, in accordance with AWW A C151, Cl15,
ClIO and C153.
G. Polyethylene Encasement:
1. Virgin polyethylene raw material conforming to requirements of
ASTM D4976.
2. Elongation: 800 percent, minimum, in machine and transverse direction
(ASTM D882).
3. Tensile Strength: 3,600 psi, minimum.
4. Dielectric Strength: 800V per mil-thickm:ss, minimum.
5. Propagation Tear Resistance: 2,550-grams force (gf), minimum, in
machine and transverse direction (ASTM D1922).
6. Tube form, conforming to A WW A C 1 05"
7. Film shall have minimum thickness of 0.008 inch (8 ml).
H. Bolting:
1. Bolts for flanged connections shall be carbon steel, ASTM A307,
Grade A hex bolts and ASTM A563, Grade A hex head nuts.
2. Bolts for grooved end connections shall be manufacturer's standard.
1. Gaskets:
1. Gaskets for flat faced 150 and 250 psi working pressure flanges shall be
1/8 inch thick, red rubber (SBR), hardness 80 (Shore A), rated to
200 degrees F, conforming to ASME B 16.21, A WW A C207, and
ASTM D1330, Grades 1 and 2.
2. Gaskets for grooved end joints shall be Halogenated butyl, conforming
to ASTM D2000 and A WW A C606.
2.02 SOURCE QUALITY CONTROL
A. Factory Tests: In accordance with A WW A C104, C105, ClIO, Cll1, C1l5,
C150, C151, C153 and C606.
DUCTILE IRON PIPE AND FITTINGS
4
33 05 01.02
REVISION JULY 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
PART 3 EXECUTION
3.01 EXAMINATION
A. Inspect pipe and fittings to ensure no cracked, broken, or otherwise defective
materials are being used.
3 .02 PREPARATION
A. Trench Grade:
1. Grade bottom of trench by hand to specified line and grade, with proper
allowance for pipe thickness and pipe base, when specified. Trench
bottom shall form a continuous and uniform bearing and support for
pipe between bell holes.
2. Before laying each section of pipe, check grade and correct irregularities
found. Grade may be disturbed for removal of lifting tackle.
B. Bell (Joint) Holes: At each joint, dig bell holes of ample dimensions in bottom
of trench, and at sides where necessary, to permit joint to be made properly
and to permit easy visual inspection of entire joint.
3.03 INSTALLATION
A. General:
1. Provide and use proper implements, tools, and facilities for safe and
proper prosecution of Work.
2. Lower pipe, fittings, and appurtenances into trench, piece by piece, by
means of a crane, slings, or other suitable tools and equipment, in such a
manner as to prevent damage to pipe materials, protective coatings and
linings.
3. Do not drop or dump pipe materials into trench.
B. Cleaning Pipe and Fittings:
1. Remove lumps, blisters, and excess coal tar coating from bell and spigot
ends of each pipe. Wire brush outside of spigot and inside of bell and
wipe clean, dry, and free from oil and grease before pipe is laid.
2. Wipe ends of mechanical joint pipe and fittings and of rubber gasket
joint pipe and fittings clean of dirt, grease, and foreign matter.
C. Laying Pipe:
33 05 01.02
REVISION JULY 2008
DUCTILE IRON PIPE AND FITTINGS
5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICA nONS
1. Direction of Laying: Lay pipe with bell end facing in direction of
laying. For lines on an appreciable slope, face bells upgrade at
discretion of Engineer.
2. Mechanical Joint, Push-On Joint, and Restrained Joint Pipe: After first
length of pipe is installed in trench, secure pipe in place with approved
backfill material tamped under and along sides to prevent movement.
Keep ends clear of backfill. After each section is jointed, place backfill
as specified to prevent movement.
3. Take precautions necessary to prevent floating of pipe prior to
completion of backfill operation.
4. When using movable trench shield, take necessary precautions to
prevent pipe joints from pulling apart when moving shield ahead.
5. Do not allow foreign material to enter pipe while it is being placed in
trench.
6. Close and block open end of last laid section of pipe to prevent entry of
foreign material or creep of gasketed joints when laying operations are
not in progress, at close of day's work, or whenever workers are absent
from job.
D. Joining Push-On Joint Pipe and Mechanical Joint Fittings:
1. Join pipe with push-on joints and mechanical joint fittings in strict
accordance with manufacturer's recommendations. The process of
mechanized pipe joining must be approved by Owner and Engineer.
2. Provide special tools and devices, such as, special jacks, chokers, and
similar items required for installation.
3. Lubricate pipe gaskets using lubricant furnished by pipe manufacturer.
No substitutes will be permitted.
4. Clean ends of fittings of dirt, mud, and foreign matter by washing with
water and scrubbing with a wire brush, after which, slip gland and
gasket on plain end of pipe. If necessary, lubricate end of pipe to
facilitate sliding gasket in place, then guide fitting onto spigot of pipe
previously laid.
E. Cutting Pipe:
1. General: Cut pipe for inserting valves, fittings, or closure pieces in a
neat and workmanlike manner without damaging pipe or lining and so
as to leave a smooth end, at right angles to axis of pipe.
2. Pipe: Cut pipe with milling type cutter or saw. Do not flame cut.
3. Dressing Cut Ends: Dress cut end of mechanical joint pipe to remove
sharp edges or projections, which may damage rubber gasket. Dress cut
ends of push-on joint pipe by beveling, as recommended by
manufacturer.
DUCTILE IRON PIPE AND FITTINGS
6
33 05 01.02
REVISION roL Y 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
F. Field Welding:
1. Use offield welded outlets will not be allowed. Welding for outlets
shall be performed only in pipe manufacturer's shop.
2. Field installed outlets may be installed with saddle approved by
Engineer. Opening in pipe shall be machined cut and not with cutting
torch.
3. Field welding of bars for restrained joint systems will not be allowed.
All welding shall be performed in pipe manufacturer's shop.
G. Line and Grade:
1. Minimum Pipe Cover: 4 feet, unless otherwise indicated.
2. No high points will be allowed between air valves.
3. Maintain pipe grade between invert elevations to provide minimum
clearance at air valve locations of 4 feet from existing ground surface to
top of pipe.
4. Install air valves as shown and field verify intervening low points.
When field conditions warrant, exceptions may be made upon approval
of Engineer.
5. Deviations exceeding 6 inches from specified line or 1 inch from
specified grade will not be allowed without express approval of
Engineer.
6. Pipeline sections that are not installed to elevations shown or installed
as approved by Engineer shall be reinstalled to proper elevation.
H. Thrust Restraint:
1. Restrained joints only. Use of thrust blocking will not be allowed as
restraint unless specifically identified on plans and approved by the
Owner and Engineer.
1. Polyethylene Encasement:
1. Encase pipe, fittings, and valves where specified in accordance with
AWWA Cl05, Method A.
2. Cut polyethylene tube approximately 2 feet longer than pipe length.
3. Slip tube around pipe, centering to provide I-foot overlap on each
adjacent section.
4. Pull encasement to take out slack and wrap snug around pipe.
5. Secure overlap in place and fold at quarter points of pipe length.
6. Wrap and tape encasement snug around fittings and valves.
3.04 HYDROSTATIC TESTING
A. Pipeline Hydrostatic Test:
33 05 01.02
REVISION JULY 2008
DUCTILE IRON PIPE AND FITTINGS
7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICA TrONS
1. General:
a. Notify Owner in writing 5 days in advance of any testing. Perform
testing in presence of Owner or Engineer
b. Test newly installed pipelines. Using water as test medium, pipes
shall successfully pass a leakage test prior to acceptance.
c. Furnish testing equipment and perform tests in manner
satisfactory to Owner and Engineer. Testing equipment shall
provide observable and accurate measurements of leakage under
specified conditions.
d. Isolate new pipelines that are connected to existing pipelines.
e. Conduct tests on entire pipeline after trench has been backfilled.
Testing may be done prior to placement of asphaltic concrete or
roadway structural section.
f. Contractor may, if field conditions permit and as determined by
the Owner, partially backfill trench and leave joints open for
inspection and conduct an initial service leak test. Hydrostatic test
shall not, however, be conducted until backfilling has been
completed.
g. Owner shall provide gauge for pipeline hydrostatic test.
h. Contractor shall not work on sections of the successfully tested
line without the Owner's representative present.
2. Procedure:
a. Maximum filling velocity shall not exceed 0.25 foot per second,
calculated based on the full area of pipe.
b. Expel air from pipe system during filling. Expel air through air
release valve or through corporation stop installed at high points
and other strategic points.
c. Test pressure shall be one and a halftimes system operating
pressure, but in no case less than 200 psi as measured at low point
of pipeline.
d. Apply and maintain specified test pressure with hydraulic force
pump. Valve offpiping system when test pressure is reached.
e. Maintain hydrostatic test pressure continuously for 2 hours
minimum, adding additional make-up water only as necessary to
restore test pressure.
f. Determine actual leakage by measuring quantity of water
necessary to maintain specified test pressure for duration of test.
g. If measured leakage exceeds allowable leakage or if leaks are
visible, repair defective pipe section and repeat hydrostatic test.
3. Allowable Leakage: Maximum allowable leakage shall not exceed
amount stated in A WW A C600.
END OF SECTION
DUCTILE IRON PIPE AND FITTINGS
8
33 05 01.02
REVISION JULY 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
SECTION 33 05 01.12
GRAVITY SEWER PIPE AND FITTINGS
PART 1 GENERAL
1.01 REFERENCES
A. The following is a list of standards which may be referenced in this section:
1. Augusta Utilities Department's "Water & Sanitary Sewer Systems-
Guidelines" (most recent edition); available at
/ /www.augustaga.gov/departments/planning_zoning/4ev_docs.asp.In
the event that any specific item of work is not covered in this
specification the above referenced document shall govern.
2. American Water Works Association (A WW A):
a. C 1 05, Polyethylene Encasement for Ductile Iron Pipe Systems.
b. ClIO, Ductile-Iron and Gray-Iron Fittings, 3 in. Through 48 in.
(75 mm Through 1200 mm), for Water.
c. CIII, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
d. C205, Cement-Mortar Protective Lining and Coating for Steel
Water Pipe - 4 in. (100 mm) and Larger - Shop Applied.
e. C208, Dimensions for Fabricated Steel Water Pipe Fittings.
f. C302, Reinforced Concrete Pressure Pipe, Noncylinder Type.
g. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
. Fittings, 4 in. Through 12 in. (100 mm Through 300 min), for
Water Distribution.
3. ASTM International (ASTM):
a. A615/A615M, Standard Specification for Deformed and Plain
Billet-Steel Bars for Concrete Reinforcement.
b. A746, Standard Specification for Ductile Iron Gravity Sewer Pipe.
c. C76, Standard Specification for Reinforced Concrete Culvert,
Storm Drain, and Sewer Pipe.
d. CI50, Standard Specification for Portland Cement.
e. CI5I, Ductile-Iron Pipe, Centrifugally Cast, for Water.
f. C36I, Standard Specification for Reinforced Concrete Low-Head
Pressure Pipe.
g. C425, Standard Specification for Compression Joints for Vitrified
Clay Pipe and Fittings.
h. C443, Standard Specification for Joints for Circular Concrete
Sewer and Culvert Pipe, Using Rubber Gaskets.
1. C596, Test Method for Drying Shrinkage of Mortar Containing
Hydraulic Cement.
33 05 01.12
REVISION SEPTEMBER 2008
GRAVITY SEWER PIPE AND FITTINGS
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
J. C700, Standard Specification for Vitrified Clay Pipe, Extra
Strength, Standard Strength, and Perforated.
k. D16, Standard Terminology for Paint, Related Coatings,
Materials, and Applications.
1. D1248, Standard Specification for Polyethylene Plastics Extrusion
Materials for Wire and Cable.
m. D 1784, Standard Specification for Rigid Poly(Vinyl Chloride)
(PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC)
Compounds.
n. D2241, Standard Specification for Poly(Vinyl Chloride) (PVC)
Pressure-Rated Pipe (SDR Series).
o. D2412, Standard Test Method for Determination of External
Loading Characteristics of Plastic Pipe by Parallel-Plate Loading.
p. D3034, Standard Specification for Type PSM Poly(Vinyl
Chloride) (PVC) Sewer Pipe and Fittings.
q. D3212, Standard Specification for Joints For Drain and Sewer
Plastic Pipes Using Flexible Elastomeric Seals.
r. E329, Standard Specification for Agencies Engaged in the Testing
and/or Inspection of Materials Used in Construction.
s. F477, Standard Specification for Elastomeric Seals (Gaskets) for
Joining Plastic Pipe.
t. F679, Standard Specification for Poly(Vinyl Chloride) (PVC)
Large-Diameter Plastic Gravity Sewer Pipe and Fittings.
1.02 DEFINITIONS
A. CCTV: Closed Circuit Television.
B. SDR: Standard Dimension Ratio.
1.03 SUBMITTALS
A. Action Submittals:
1. Information on gasket polymer properties.
2. Tee fabrication details.
3. Application methods, application requirements, and chemical resistance
data for coating and lining products.
4. Quick setting grout design mix if required.
B. Informational Submittals:
1. Certificates:
a. Manufacturer's Certificate of Compliance attests that products
furnished meet requirements of this section.
GRAVITY SEWER PIPE AND FITTINGS
2
330501.12 .
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
b. Certification of Calibration: Approved testing laboratory
certificate if pressure gauge for pneumatic test has been
previously used. If pressure gauge is new, no certificate is
required.
c. Certified statement from manufacturer of gaskets, setting forth
that basic polymer used in gaskets and test results of physical
properties of compound are in accordance with ASTM F477 for
PVC pipe or A WW A C111 for ductile iron pipe. (if requested)
2. Manufacturer's Written In-Plant Quality Control Program: Quality
control procedures and materials testing to be used throughout
manufacturing process. Submit prior to manufacture of any pipe for this
Proj ect. (if requested)
3. Test or historical performance data to verify that joint design meets
requirements of these specifications. (if requested)
4. Provide pipe and pipe joint test results with delivery of pipe. Do not
deliver pipe not meeting test requirements to Project Site. (if requested)
5. Manufacturer's written recommendations for pipe handling and
installation.
6. Field Leakage Testing Plan: Submit at least 15 days in advance of the
testing and include at least the following:
a. Testing dates.
b. Piping systems and sections to be tested.
c. Test type.
d. Method of isolation.
e. Calculation of maximum allowable leakage for piping section(s)
to be tested.
7. CCTV Inspection Equipment: Submit minimum 15 days prior to
performing inspections: (if requested)
a. Name and qualifications of inspection firm.
b. Brand name and model number of video equipment to be used.
8. Pneumatic test results. (if requested)
9. PVC pipe deflection test results. (if requested)
10. CCTV inspection media and inspection logs. Media shall become
property of Owner.
1.04 QUALIFICATIONS
A. CCTV Inspection Firm: Actively performed such services for minimum of
5 years.
PART 2 PRODUCTS
2.01 POLYVINYL CHLORIDE PIPE (PVC)
A. 15- Inch Diameter and Smaller:
33 05 01.12
REVISION SEPTEMBER 2008
GRAVITY SEWER PIPE AND FITTINGS
3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
1. In accordance with ASTM D3034.
2. Joints: Integral bell and spigot, in accordance with ASTM D3212.
3. Minimum SDR: 35
4. Cell Classification: 12454-B or 12454-C, as defined by ASTM D1784.
5. Fittings: SDR 35 minimum wall thickness.
6. Gaskets: Factory fabricated rubber compression type with solid cross
section in accordance with ASTM F477. Lubricant for joining pipe as
approved by pipe manufacturer.
B. 18-Inch through 36-Inch Diameter:
1. In accordance with ASTM F679.
2. Joints: Integral bell and spigot, in accordance with ASTM D3212.
3. Minimum SDR: 26
4. Minimum Pipe Stiffness: 115 psi when tested in accordance with
ASTM D2412.
5. Cell Classification: Minimum 12454-C, as defined by ASTM D1784.
6. Fittings: Wall thickness no less than wall thickness of equivalent size of
pIpe.
7. Gaskets: Factory fabricated rubber compression type with solid cross
section conforming to ASTM F477.
2.02 DUCTILE IRON PIPE (DIP)
A. Pipe:
1. Conform to ASTM A746.
2. Thickness Class: As shown on Drawings
3. Joints: Push-on with rubber gaskets conforming to A WW A Cll1.
Lubricant for joining pipe as approved by pipe manufacturer.
4. Fittings: Ductile iron conforming to A WW A ClIO, lined and coated
same as pipe. ~
B. Lining:
1. Ceramic Epoxy:
a. 40-mil nominal lining consisting of ceramic particle-reinforced
novolac epoxy, such as Protecto 401 by the Vulcan Group with
installation by U.S. Pipe.
b. Line interior of bell and exterior of spigot in joint sealing areas
with 6 to 10 mils of specified lining.
c. Surface Preparation: SPI0 near-white abrasive blast.
d. Pinhole Detection: 2,500 volts minimum over 100 percent of lined
surfaces.
C. Polyethylene Wrap and Tape for Ductile Iron Pipe:
GRAVITY SEWER PIPE AND FITTINGS
4
330501.12
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
II
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
1. Polyethylene Wrap: 8 mils, minimum thickness, conforming to
AWWAC105.
2. Adhesive Tape: Thermoplastic pressure sensitive; minimum thickness
of 8 mils; minimum width of 1 inch.
2.03 SERVICE CONNECTION PIPE AND FITTINGS
A. Acceptable Pipe Materials: Polyvinyl chloride or Ductile iron as shown on the
drawings.
B. Use one type of service connection pipe material throughout, no interchanging
of pipe and fittings allowed. Long-radius bends shall be used for changes in
direction, unless approved otherwise by Engineer.
C. Size shall be as shown on the drawings.
2.04 PIPE FOR WATERLINE CROSSINGS
A. As shown on Drawings.
2.05 PIPE TO MANHOLE CONNECTOR
A. Manufacturers and Products:
1. Uniseal, Evansville, Indiana; Pipeconx, Universal Pipe Connector.
2. NPC Inc., Milford, NH; Kor-N-Seal.
2.06 FLEXIBLE COMPRESSION COLLAR
A. Mechanical joint coupling with No. 304 stainless steel bands.
B. Manufacturers:
1. Calder, Inc. , Bellflower, CA.
2. Fernco Inc., Davison, MI.
2.07 CONCRETE
A. Compressive Strength: Minimum 3,000 psi at 28 days.
2.08 QUICK SETTING GROUT
A. High strength, nonstaining grout.
B. Reach initial set within 90 minutes at 70 degrees F and minimum compressive
strength of 2,500 psi within 24 hours.
330501.12
REVISION SEPTEMBER 2008
GRAVITY SEWER PIPE AND FITTINGS
5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
C. Shrinkage shall be less than 0.01 percent when tested in accordance with
ASTM C596.
2.09 SOURCE QUALITY CONTROL
A. Pipe Fittings:
1. Tees:
a. Shop fabricated by pipe manufacturer.
b. Tee stubs shall not protrude inside sewer pipe.
c. Joints: Same as joints used on sewer pipe.
d. Insert-a-tee PVC fitting.
2. Caps and Plugs:
a. Gasket and Joint: Same as pipe specified.
b. Banded or otherwise secured to withstand test pressures involved
without leakage.
PART 3 EXECUTION
3.01 EXAMINATION
A. Notify Owner/Engineer immediately of manufacturing imperfections or
damage caused by improper handling.
B. Verify size, pipe condition, and pipe class prior to installation of pipe.
C. Repairs to RCP storm sewer pipe section will be allowed, only if approved in
writing by Owner/Engineer. Damaged pipe which, in opinion of
Owner/Engineer, cannot be repaired, will be rejected and removed from the
Project Site.
3.02 PREPARATION
A. Pipe Distribution: Do not distribute more than 1 week's supply of materials in
advance of laying, unless otherwise approved by the Owner.
B. Inspect pipe and fittings prior to lowering into trench to ensure no cracked,
broken, or otherwise defective materials are being used.
C. Remove foreign matter and dirt from inside of pipe and fittings and keep clean
during and after laying. Wash ends of section clean with wet brush prior to
joining sections of pipe.
3.03 INSTALLATION
A. General:
GRAVITY SEWER PIPE AND FITTINGS
6
330501.12
REVISION SEPTEMBER 2008
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
1. Install pipe sections in accordance with manufacturer's
recommendations.
2. Provide and use proper implements, tools, and facilities for safe and
proper prosecution of Work.
3. Lower pipe, fittings, and appurtenances into trench, piece by piece, by
means of crane, slings, or other suitable tools and equipment, in such a
manner as to prevent damage to pipe materials, protective coatings and
linings. Do not drop or dump pipe into trenches.
B. Line and Grade:
1. Establish line and grade for pipe by use of lasers.
2. Measure for grade at pipe invert, not at top of pipe.
3. Do not deviate from line or grade, as shown on Drawings, more than
1/2 inch, provided that such variation does not result in a level or
reverse sloping invert.
C. Laying and Jointing:
1. Use gasket lubricant as recommended by gasket manufacturer.
2. Lay pipe upgrade with bell ends pointing in direction oflaying.
3. When field cutting or machining pipe is necessary, use only tools and
methods recommended by pipe manufacturer and approved by
Engineer.
4. After section of pipe has been placed in its approximate position for
jointing, clean end of pipe to be joined, inside of joint, and rubber ring
immediately before joining pipe.
5. Assemble joint in accordance with recommendations of manufacturer.
6. Apply sufficient pressure in making joint to assure that joint is "home"
as defined in standard installation instructions provided by pipe
manufacturer. Inside joint space shall not exceed 50 percent of pipe
manufacturer's recommended maximum allowance..
7. Place pipe to specified line and grade to form smooth flow line.
8. Ensure that bottom of pipe is in contact with bottom of trench for full
length of each section.
9. Check for alignment and grade after joint has been made.
10. Place sufficient pipe bedding material to secure pipe from movement
before next joint is installed.
11. When pipe is laid within movable trench shield, take precautions to
prevent pipe joints from pulling apart when moving shield ahead.
12. When laying operations are not in progress, and at close of day's work
close and block open end of last laid section of pipe to prevent entry of
foreign material or creep of gasketed joints with a manufactured
cap/plug.
330501.12
REVISION SEPTEMBER 2008
GRAVITY SEWER PIPE AND FITTINGS
7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
13. Take precautions to prevent "uplift" or floating ofline prior to
completion of backfill operation.
14. Connections between one pipe material and another shall be by means
of flexible compression collar, installed in accordance with the
manufacture's recommendations, or concrete closure collar.
D. Connection to Structure or Manhole:
1. Locate standard pipe joint within 1.5 feet of outside face of structure for
pipe 18 inches and smaller and within one pipe diameter for pipe
21 inches and larger.
2. Plug or close off pipe stubbed with watertight plug.
3. Connect PVC pipe to manhole with pipe to manhole connector in
accordance with manufacturer's recommendations.
E. Crossing Waterlines: Where sewer crosses less than 18 inches below
waterline, use ductile iron or PVC pressure pipe for crossing.
F. Ductile Iron Pipe:
1. Cutting and Dressing of Ductile Iron Pipe Ends:
a. Cut at right angles to centerline of pipe to leave smooth end,
without damage to pipe.
b. Use only approved mechanical cutter.
c. Taper cut end of pipe to be used with rubber gasket joints by
grinding or filing 1/8 inch back at an angle of approximately
30 degrees with centerline of pipe.
d. Remove sharp or rough edges.
e. Abrade cut ends with grinding wheel and apply limng repair
material. Use only compatible repair materials provided by pipe
lining manufacturer. Allow repair lining to harden and cure before
installation.
2. Polyethylene Wrap:
a. Before installing wrap, clean pipe exterior of foreign material.
b. Cut wrap approximately 2 feet longer than pipe section.
c. Overlap wrap approximately 1 foot; seal joints with adhesive tape.
d. Tape entire circumference of pipe at 3- foot intervals along pipe.
e. Repair rips, punctures, or other damage to polyethylene with
adhesive tape.
f. When fittings cannot be practically wrapped in a tube, use a flat
sheet or split tube of polyethylene. Securely tape seams.
3.04 SERVICE CONNECTION TEES
A. Install as shown on Drawings.
GRAVITY SEWER PIPE AND FITTINGS
8
330501.12
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
B. Install caps or plugs on tees.
C. Furnish tee outlets with gasketed type joint or approved adapter to join service
connection pipe.
3.05 SERVICE CONNECTION INSTALLATION
A. In general, service connections shall extend to street or alley right-of-way line
or easement line, or as directed by Engineer.
B. Minimum Slope: 1/4 inch per foot.
C. Minimum Trench Depth: see detail on plans.
D. Progress of Construction: Unless otherwise approved by Engineer, install
service connection not more than 5 days after backfilling of sewer trench in
block or equivalent 400-foot section of sewer.
E. Laying and Jointing of Service Connection Pipe and Fittings:
1. Maximum deflection permissible with anyone fitting shall not exceed
45 degrees and shall be accomplished with long-radius curves or bends.
Short-radius elbows or curves will not be permitted, except by
permission of Owner/Engineer.
2. Make service connection to sewer system at manhole when directed by
Engineer. Where service connection pipe is connected. to manhole or
concrete structure, make connection so standard pipe joint is located not
more than 1.5 feet from structure.
3. Provide end of service connection line and fittings with standard
watertight plug, cap, and stopper, suitably braced to prevent blow-off
during air testing.
F. Line and Grade for Service Connection Pipe and Fittings:
1. Install sewer tee so as to locate connection pipe within horizontal
distance of 1 foot either side of staked location.
2. Lay pipe uniformly between tee or top of riser section and end of
service connection. Where minimum slopes are used, lay pipe by means
of good quality builder's level not less than 24 inches long.
G. Existing Service Connections:
1. Locate prior to constructing tee in new sewer pipeline.
2. Disconnect from existing pipelines to be abandoned and reconnect them
to new sewer pipeline.
33 05 01.12
REVISION SEPTEMBER 2008
GRAVITY SEWER PIPE AND FITTINGS
9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
3.06 CLEANING
A. Clean each section of completed sewer pipeline prior to testing.
B. Place screen or dam in downstream manhole of section being cleaned to catch
debris.
C. Remove material from each manhole section before cleaning the next section
downstream.
D. Method: As approved by Engineer.
E. Cleaning water may be discharged into existing sewer system after screening
and removal of debris.
3.07 TESTING
A. General:
1. Notify Owner in writing 5 days in advance of testing. Perform testing in
presence of Owner's Representative.
2. Pipe 18 inches in diameter and smaller shall be tested for leakage using
a low pressure air test performed in accordance with the applicable
sections of the Uni-Bell UNI-B-6-98, latest version.
3. Pipe over 18 inches in diameter shall be tested for leakage using a low
pressure air test performed in accordance with the applicable sections of
the Uni-Bell UNI-B-6-98, latest version.
4. Individual joints may be tested on pipe 36 inches in diameter and larger
with Owner's written approval.
5. Pipe shall successfully pass leakage test prior to acceptance
6. Test sections of constructed sewer between stations only after service
connections, manholes, and backfilling are completed. Testing shall be
done prior to placement of asphaltic concrete or roadway structural
section.
7. Isolate new pipelines that are connected to existing pipelines. Install
pipe plugs as required to allow section of new pipe to be pressure tested.
8. Plug wyes, tees, stubs, and service connections with gasketed caps or
plugs securely fastened or blocked to withstand internal test pressure.
Such plugs or caps shall be removable, and their removal shall provide
socket suitable for making flexible jointed lateral connection or
extension.
9. Furnish testing equipment and perform tests as approved by Engineer.
Testing equipment shall provide observable and accurate measurement
of leakage under specified conditions.
GRAVITY SEWER PIPE AND FITTINGS
10
33 0501.12
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
B. Pneumatic Testing for 18-inch and Smaller Diameter Pipe:
1. Equipment:
a. Calibrate gauges with standardized test gauge provided by
Contractor at start of each testing day. Owner or Engineer may
witness calibration.
b. Install compressor, air piping manifolds, gauges, and valves at
ground surface.
c. Provide pressure release device, such as rupture disc or pressure
relief valve, to relieve pressure at 6 psi or less.
d. Restrain plugs used to close sewer lines to prevent blowoff.
2. Procedure:
a. No person shall enter manhole or structure, or occupy area above
opening of manhole or structure where pipe is under pressure.
b. Determine height of groundwater table at time oftest.
c. Slowly introduce air into pipe section until internal air pressure
reaches 4 psi greater than average backpressure of groundwater
submerging pipe.
d. Allow 2 minutes minimum for air temperature to stabilize.
e. Allowable leakage for sewers constructed of nonair-permeable
materials such as ductile iron, and polyvinyl chloride (PVC) shall
be done in accordance with the applicable sections of the Urn-Bell
UNI-B-6-98, latest version.
C. Test Report Documentation (test reports to be managed by Resident Project
Representative):
1. Test date.
2. Pipe section or pipe joint tested.
3. Test Method.
4. Test Pressure.
5. Length oftest.
6. Pressure loss.
7. Remarks, including:
a. Leaks (type, location).
b. Repair/ replacement performed to remedy excessive leakage.
8. Signed by Contractor and Owner to represent that test has been
satisfactorily completed.
D. Subsequent Failure: Visible infiltration of groundwater following successful
test shall be considered evidence that original test was in error or that
subsequent failure of pipeline has occurred.
E. PVC Pipe Deflection Test:
330501.12
REVISION SEPTEMBER 2008
GRAVITY SEWER PIPE AND FITTINGS
11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
1. General:
a. Test installed pipeline for deflection by pulling a mandrel through
sewer without aid of mechanical pulling device.
b. Perform test at least 10 days after trench backfill and compaction
have been completed.
c. Owner shall supply mandrel for testing up to and including 12-
inch pipe.
2. Mandrel:
a. Full circle, solid or rigid odd number oflegs (minimum 91egs)
steel cylinder with pulling rings at each end.
b. Diameter: Sized to allow only as much initial deflection for
ultimate deflection of 5 percent.
3. Correcting Deficiencies or Obstructions:
a. Excavate to springline of pipeline and replace and recompact pipe
zone material.
b. Internal pipe rerounding or vibration will not be allowed.
c. If pipe does not pass mandrel test after replacement of pipe zone
material and trench backfill, re-excavate and replace pipeline.
3.08 INSPECTION (TO IDENTIFY FAILURES)
A. Television Pipeline Inspection:
1. General:
a. Internally inspect sewer pipelines by closed circuit television
(CCTV) after completion of pipeline cleaning and testing.
. b. Conduct inspection in presence of Owner.
2. Procedure:
a. Provide complete and continuous taped record and digital log of
inspection.
b. Format: Digital Video Disk (DVD), color
c. Television Camera Equipment:
1) Rotating lens or pan and tilt.
2) Resolution: Minimum 350 lines per inch.
3) Focal Distance: Adjustable through a range of 6 inches to
infinity.
4) Remote-Reading Footage Counter: Accurate to less than
1 percent error.
5) Lighting: Sufficient to provide clear, in-focus picture of
entire inside periphery of pipe, and minimizes reflection.
d. Pull camera at uniform rate, stopping to properly document
defects. Maximum pull of camera shall not exceed 30 feet per
minute.
3. Quality Standard:
GRAVITY SEWER PIPE AND FITTINGS
12
330501.12
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
a. Provide clear, sharp image when played back on conventional
television receiver.
b. Neatly label DVD showing contents, project title, tape number,
pipe structure identification numbers, date tape was made, and
inspection company.
c. DVD to include:
I) Opening Screen:
a) Date of inspection.
b) Pipe structure identification number.
c) Upstream and downstream node identification
numbers.
d) Street address.
e) Pipe size.
f) Normal (upstream to downstream) or reverse
(downstream to upstream) pull.
2) Continuous View: Current distance along reach (tape
counter footage).
d. Log sheets to show time and date of inspection, location, upstream
and downstream manholes, direction of pull, pipeline length, pipe
size, pipe material, location oflateral connections, video tape
number and detail of defects encountered.
e. Show sufficient detail to determine cracks in pipe, offset joints,
leaking joints, sags, and other flaws in pipeline installation.
Record location of deficiencies by distance from center of
reference manhole.
f. Upon completion, playback tape in presence of Owner. Any tape
not meeting quality standard will be rej ected and taping process
repeated.
g. Correct deficiencies found as a result of video replay, and repeat
CCTV inspection.
B. Manual Inspection:
1. Pipe 36 inches and larger.
2. Provide any specialized equipment required for inspection by Owner.
3. Maintain voice communications between in-pipe and aboveground
personnel at all times during in-pipe inspection.
4. Record inspection on DVD and inspection logs. Provide Digital (3.2 MP
minimum), color, still photographs of defects or other features as
requested by Owner or Engineer.
5. Log sheets: Show time and date of inspection, location, upstream and
downstream structure numbers, pipeline length, pipe size, pipe segment
length, pipe material, lateral connections located by pipe segment
number, and location and detail of defects encountered.
33 05 01.12
REVISION SEPTEMBER 2008
GRAVITY SEWER PIPE AND FITTINGS
13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
C. Deficiencies Requiring Correction:
a. Variations in alignment greater than specified herein.
b. Joint separations greater than allowed by pipe manufacturer.
c. Visible infiltration.
d. Presence of debris or foreign objects.
e. Obvious damage or defects in pipeline.
END OF SECTION
GRAVITY SEWER PIPE AND FITTINGS
14
33 05 01.12
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I(
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
SECTION 330513
MANHOLES
PART 1 GENERAL
1.01 REFERENCES
A. The following is a list of standards that may be referenced in this section:
1. Augusta Utilities Department's "Water & Sanitary Sewer Systems-
Guidelines" (most recent edition); available at
/ /www.augustaga.gov/departments/planning_zoningldev_docs.asp.In
the event that any specific item of work is not covered in this
specification the above referenced document shall govern.
2. ASTM International (ASTM):
a. A36, Standard Specification for Carbon Structural Steel.
b. A48, Standard Specification for Gray Iron Castings.
c. A123, Standard Specification for Zinc (Hot-Dip Galvanized)
Coatings on Iron and Steel Products.
d. A167, Standard Specification for Stainless and Heat-Resisting
Chromium-Nickel Steel Plate, Sheet, and Strip.
e. A240, Standard Specification for Heat-Resisting Chromium and
Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for
Pressure Vessels.
f. A536, Standard Specification for Ductile Iron Castings.
g. A615/A615M, Standard Specification for Rail':'Steel Deformed
and Plain Bars for Concrete Reinforcement.
h. B139, Standard Specification for Phosphor Bronze Rod, Bar, and
Shapes.
1. C14, Standard Specification for Concrete Sewer, Storm Drain, and
Culvert Pipe.
J. C387, Standard Specification for Packaged, Dry, Combined
Materials for Mortar and Concrete.
k. C443, Standard Specification for Joints for Circular Concrete
Sewer and Culvert Pipe, Using Rubber Gaskets. .
1. C478, Standard Specification for Precast Reinforced Concrete
Manhole Sections.
m. C923, Standard Specification for Resilient Connectors Between
Reinforced Concrete Manhole Structures, Pipes, and Laterals.
n. D4101, Standard Specification for Propylene Plastic Injection and
Extrusion Materials.
o. F593, Standard Specification for Stainless Steel Bolts, Hex Cap
Screws, and Studs.
33 05 13
REVISION SEPTEMBER 2008
MANHOLES
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
p. F594, Standard Specification for Stainless Steel Nuts.
1.02 SUBMITTALS
A. Action Submittals:
1. Shop Drawings:
a. Cast-in-Place Manholes: Details of construction.
b. Precast Manholes: Details of construction.
c. Precast Base, Cones, and Top Slab Sections: Details of
construction.
d. Manholes Over Existing Piping: Plans and schedule for diverting
flow.
B. Informational Submittals:
1. Proposed curing method for cast-in-place concrete structures.
2. Precast Manhole Sections: Manufacturer's results oftests performed on
representative sections to be furnished. (if required)
3. Certified load test data for precast manhole steps. (if required)
4. Plan for diversion of flow during installation of manhole over existing
pIpmg.
PART 2 PRODUCTS
2.01 PRECAST MANHOLES
A. Riser Sections:
1. Minimum 48 inches in diameter.
2. Fabricate in accordance with ASTM C478.
3. Minimum Wall Thickness: 4 inches or 1/12 times inside diameter,
whichever is greater.
4. Top and bottom shall be parallel.
5. Joints: Tongue-and-groove
B. Cone Sections:
1. Provide eccentric cones.
2. Same wall thickness and reinforcement as riser section.
3. Top and bottom shall be parallel.
C. Base Sections and Base Slab:
1. Base Sections: Base slab integral with sidewalls.
MANHOLES
2
33 05 13
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2. Fabricate in accordance with ASTM C478.
D. Manhole Extensions:
1. Concrete grade rings; maximum 8 inches high.
2. Fabricate in accordance with ASTM C478.
3. Brick adjustments; in accordance with plan details.
E. Preformed Plastic Gaskets:
1. Henry Company, Houston, TX; Ram-Nek.
F. External Concrete Joint Wrap
1. External concrete joint wrap shall be an elastomeric-based product.
2. External concrete joint wrap shall be provided with a backing separator
sheet for easy handling while keeping the bonding surface fresh and free
of debris.
3. External concrete joint wrap shall have a minimum width of9 inches.
4. Henry Company, Houston, TX; Rub'r~Nek.
G. Polypropylene Steps:
1. Fabricate from minimum 1/2 inch, Grade 60,. steel bar meeting
ASTM A615/A615M.
2. Polypropylene encasement shall conform to ASTM D4101.
3. Minimum Width: 13 inches, center-to-center oflegs.
4. Embedment: 3-112-inch minimum and 4-112-inch minimum projection
from face of concrete at point of embedment to center of step.
5. Cast in manhole sections by manufacturer.
6. Load Test: Capable of withstanding ASTM C478 vertical and horizontal
load tests.
H. Source Quality Control:
1. All test specimens shall be mat tested and meet permeability test
requirements of ASTM C14.
2. Conduct tests at point of manufacture prior to delivery of any section.
3. Sections to be tested will be selected at random from stockpiled material
to be supplied for the Project.
2.02 CAST-IN-PLACE MANHOLES (IF APPLICABLE)
A. Reinforcing Steel: Furnish as specified in Supplemental Technical
Specification Section 0321 00, Reinforcing Steel.
33 05 13
REVISION SEPTEMBER 2008
MANHOLES
3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
B. Concrete: Furnish as specified in Supplemental Technical Specification
Section 03 30 00, Cast-in-Place Concrete.
2.03 MANHOLE FRAMES AND COVER
A. Ring and cover shall be USF -668 or pre-approved equal as shown in the
drawing details.
2.04 WATERTIGHT FRAME FASTENERS
A. Galvanize after fabrication in conformance with ASTM A123.
2.05 MANHOLE FRAME TO STRUCTURE SEALS
A. Gasket:
1. Extrude or mold from a high-grade rubber compound.
2. Comply with material test requirements of ASTM C923.
3. Minimum Thickness: 3/16 inch.
4. Minimum Unstretched Length: Sufficient to extend from the manhole
frame, across a maximum of 12 inches of extension rings, to the
manhole cone section.
5. Fabricate bands for compressing sleeve against manhole from Type 304
stainless steel:
a. Channeled Sheet: Minimum 16-gauge, ASTM A167.
b. Round: 5/16-inch diameter, ASTM A240.
B. Screws, Bolts, or Nuts: Stainless steel conforming to ASTM F593 and
ASTM 594, Type 304.
C. Internal gasket or its appurtenances shall not extend into the manhole opening
to restrict entry into or exit from the manhole.
D. Gasket shall be made only of materials that have been proven to be resistant to
the following exposures and conditions:
1. Sanitary sewage.
2. Corrosion or rotting under wet or dry conditions.
3. Gaseous environment in sanitary sewers and at road surfaces including
common levels of ozone, carbon monoxide, and other trace gases at the
sites of installation.
4. Biological environment in soils and sanitary sewers.
5. Chemical attack by road salts, road oil, and common street spillages or
solvents used in street construction or maintenance.
MANHOLES
4
33 05 13
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
6. Temperature ranges, variations, and gradients in the area of
construction.
7. Variations in moisture conditions and humidity.
8. Fatigue failure caused by a minimum of 30 freeze-thaw cycles per year.
9. Vibrations due to traffic loading.
10. Fatigue failure due to repeated variations of tensile, compressive and
shear stresses, and repeated elongation and compression.
11. Any combination of the above.
E. Materials used shall be compatible with each other and with manhole
materials.
F. Design gasket to meet the following requirements:
1. Continuously prevent leakage of water from outside the manhole into
the manhole at the joints between the manhole frame and the cone
section.
2. Seal shall remain flexible, allowing repeated vertical movements of
frame from 0 to 2 inches or repeated horizontal movements of frame
with respect to top of extension or cone from 0 to 1/2 inch due to
pavement movements or other causes, or both types of movement
occurring simultaneously at rates not exceeding 1110 inch per minute.
2.06 MORTAR
A. Standard premixed in accordance with ASTM C387, or proportion one part
portland cement to two parts clean, well-graded sand that will pass a 1I8-inch
screen.
B. Admixtures: May be included but do not exceed the following percentages of
weight of cement:
1. Hydrated Lime: 10 percent.
2. Diatomaceous Earth or Other Inert Material: 5 percent.
C. Mix Consistency:
1. Tongue-and-Groove Type Joint: Such that mortar will readily adhere to
pIpe.
2.07 IMPORTED PIPE BASE
A. Furnish as specified in applicable section.
33 05 13
REVISION SEPTEMBER 2008
MANHOLES
5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2.08 FLEXIBLE JOINTS
A. Manufacturers:
1. "Kor-N-Seal" flexible rubber boot with stainless steel accessories as
manufactured by NPC, Inc., Milford, New Hampshire.
2. "PS10" flexible gasket as manufactured by PressSeal Gasket
Corporation.
PART 3 EXECUTION
3.01 GENERAL
A. Remove and keep all water clear from the excavation during construction and
testing operations.
B. Place imported pipe base material on undisturbed earth; thoroughly compact
with a mechanical vibrating or power tamper.
3.02 EXCAVATION AND BACKFILL
A. Excavation: As specified in Section 31 23 16, Excavation.
B. Backfill: As specified in Section 31 23 23, Fill and Backfill.
3.03 INSTALLATION OF PRECAST MANHOLES
A. Concrete Base:
1. Cast-in-Place:
a. Vibrate to densify concrete and screed so first precast manhole
section to be placed has a level, uniform bearing for full
circumference.
b. Deposit sufficient mortar on base to assure watertight seal
between base and manhole wall, or place first precast section of
manhole in concrete base before concrete has set. Properly locate
and plumb first section.
2. Precast:
a. Place on compacted imported base material.
b. Properly locate, ensure firm bearing throughout, and plumb first
section.
B. Sections:
1. Carefully inspect precast manhole sections to be joined.
MANHOLES
6
33 05 13
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2. Thoroughly clean ends of sections to be joined.
3. Do not use sections with chips or cracks in the tongue.
4. Locate precast steps in line with each other to provide a continuous
vertical ladder.
C. Preformed Plastic Gaskets (In lieu of mortar joints):
1. Use only pipe primer furnished by gasket manufacturer.
2. Install gasket material in accordance with manufacturer's instructions.
3. Completed Manholes shall be rigid and watertight.
D. Exterior Concrete Joint Wrap
1. External concrete joint wrap shall be used in combination with joint
sealant for each pre-cast joint section.
2. Install wrap material in accordance with manufacturer's instructions.
E. Rubber Gasketed Joints: Install in accordance with manufacturer's
instructions.
F. Extensions:
1. Provide on manholes in streets or other locations where a subsequent
change in existing grade may be likely.
2. Install to height not exceeding 8 inches.
3. Lay grade rings in mortar with sides plumb and tops level.
4. Seal joints with mortar as specified for sections, and make watertight.
3.04 MANHOLE INVERT
A. Construct with smooth transitions to ensure an unobstructed flow through
manhole. Remove sharp edges or rough sections that tend to obstruct flow.
B. Where full section of pipe is laid through manhole, break out top section as
shown and cover exposed edge of pipe completely with mortar. Trowel mortar
surfaces smooth.
3.05 CAST-IN-PLACE MANHOLE (IF APPLICABLE)
A. Reinforcing Steel: Install as specified in Supplemental Technical
Section 03 21 00, Reinforcing Steel.
B. Concrete: Install as specified in Supplemental Technical Section 03 30 00,
Cast-in-Place Concrete.
33 05 13
REVISION SEPTEMBER 2008
MANHOLES
7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
C. Steps:
1. Install manhole steps at 16 inches on center, plus or minus 1/4-inch
tolerance, and locate to provide a continuous vertical ladder.
2. Do not vary spacing between any two adjacent steps by more than
1/2 inch.
3. The distance between wall of manhole and center of rung, measured at
the point of embedment, shall be not less than 4 inches or more than
6-1/4 inches.
3.06 MANHOLE FRAMES AND COVERS
A. Set frames in bed of mortar with mortar carried over flange as shown.
B. Set tops of covers flush with surface of adjoining pavement or ground surface,
unless otherwise shown or directed.
C. Offsite manholes shall have bolt down frame integrally cast into the riser/cone
section.
3.07 WATERTIGHT MANHOLES
1. Install frame fasteners at locations shown on drawings.
3.08 MANHOLE PIPING
A. Drop Assembly (as shown in the drawing details):
1. Extend pipe from the drop to a minimum of 3 feet beyond the manhole
excavation into the trench, and connect to sewer pipe with an adapter.
2. Support lower drop elbow with concrete monolithically-placed with
manhole base.
B. Flexible Joints:
1. Provide in pipe not more than 1-1/2 feet from manhole walls.
2. Where last joint of pipe is between 1-1/2 and 6 feet from manhole wall,
provide flexible joint in manhole wall.
C. Stubouts for Future Connections:
1. Provide same type and class of pipe as specified for use in service
connection, lateral, main, or trunk sewer construction. Where there are
two different classes of pipe at manhole use higher strength pipe.
MANHOLES
8
33 05 13
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2. Grout pipe in precast walls or manhole base to provide watertight seal or
use flexible joints as specified herein.
3. Stubout Length: 20 feet (1 joint) outside manhole wall.
4. Construct invert channels as shown. Unless otherwise approved by
Engineer, match inside top elevation of service connection pipe to inside
top elevation of outlet pipe.
5. Test Plugs:
a. Install rubber-gasketed plugs in end of stubouts with gasket joints
similar to sewer pipe being used.
b. Plugs shall withstand internal or external pressures without
leakage.
c. Adequately brace plugs against all hydrostatic or air test pressures.
D. Permanent Plugs: Clean interior contact surfaces of pipes to be cut off or
abandoned as shown,. and construct plug as follows:
1. Pipe 18 Inches or Less in Diameter: Concrete plug in end, minimum
8 inches in length.
2. Pipe 20 Inches and Larger:
a. Construct plugs of common brick, concrete block, or concrete.
b. Plaster exposed face of block or brick plugs with mortar.
3. Plugs shall be watertight and capable of withstanding internal and
external pressures without leakage.
3.09 MANHOLES OVER EXISTING PIPING
A. Maintain flow through existing pipelines at all times.
B. Plastic Pipe:
1. Use solvent recommended by pipe manufacturer to slightly soften the
pipe wall.
2. Apply a dense coating of clean mortar sand over all areas that will be in
contact with concrete.
3. Allow mortar to dry completely prior to placing concrete.
C. Concrete Pipe: Apply a bonding agent on all surfaces to be in contact with
concrete.
D. Construct base under existing piping.
E. Construct manhole as specified.
F. Break out existing pipe within new manhole, cover edges with mortar, and
trowel smooth.
33 05 13
REVISION SEPTEMBER 2008
MANHOLES
9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
G. Protect new concrete and mortar work for 7 days after placing concrete.
3.10 CONNECTIONS TO EXISTING MANHOLES
A. Use the appropriate "boot" for connecting pipe diameter.
B. Core existing manhole bases or grouting as necessary.
C. Clean all surfaces and apply a bonding agent.
D. Regrout to provide smooth flow into and through manholes.
E. Provide diversion facilities and perform work necessary to maintain flow
during connection.
3.11 FIELD QUALITY CONTROL
A. Vacuum Testing:
1. All manholes shall be tested using low-pressure vacuum methods
according to ASTM C1244.
2. Repair manholes that do not meet the vacuum test, or do not meet
specified requirements from visual inspection.
B. Testing Cast-in-Place Manhole Steps:
1. Test each step for a horizontal pullout load of 400 pounds with the load
applied over a width of 3-1/2 inches and centered on the rung.
2. Apply the load at a uniform rate until the required test load is reached.
3. Provide suitable hydraulic jacks and gauges to perform the test.
4. Steps will be considered acceptable if they remain solidly embedded
after application oftest load and if no cracking or fracture of the step nor
spalling of the concrete, masonry, or mortar is evident.
5. Replace, or reset and retest, steps failing to withstand required load.
END OF SECTION
MANHOLES
10
33 05 13
REVISION SEPTEMBER 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
SECTION 33 12 19
WATER UTILITY DISTRIBUTION FIRE HYDRANTS
PART 1 GENERAL
1.01 REFERENCES
A. The following is a list of standards which may be referenced in this section:
1. Augusta Utilities Department's "Water & Sanitary Sewer Systems-
Guidelines" (most recent edition); available at
/ /www.augustaga.gov/departments/planning_zoning!dev_docs.asp.In
the event that any specific item of work is not covered in this
specification the above referenced document shall govern.
2. American Water Works Association (A WW A):
a. CS02, Dry-Barrel Fire Hydrants.
b. C600, Standard for Installation of Ductile-Iron Water Mains and
Their Appurtenances.
3. ASTM International (ASTM): C94, Standard Specification for Ready-
Mixed Concrete.
.~
1.02 SUBMITTALS
A. Action Submittals: Catalog cuts of system components.
B. Informational Submittal: Certificate of Compliance: Upon completion of the
system installation, Contractor to verify all fire department hose connections,
and check all fire safety devices to ensure their readiness for emergency
connection and operation.
PART 2 PRODUCTS
2.01 FIRE HYDRANTS
A. Hydrant:
1. Break flange or safety top type.
2. NominalS-l/4-inch main valve opening with 6-inch bottom
connections.
3. Conform to AWWA C502.
4. Two 2-1/2-inch hose nozzles.
S. One 4-I/2-inch pumper nozzle.
6. Operating Nuts: I-I/2-inch National Standard pentagon nut.
7. Mechanical j oint inlet connection.
33 12 19
REVISION JULY 2008
1
WATER UTILITY DISTRIBUTION
FIRE HYDRANTS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
8. Yellow above ground line.
9. Integral Davidson Anti-Terrorist Valve.
10. Manufacturer and Product:
a. Mueller; #A-24018
b. M&H Figure 129T
c. American A VK 2700 Series
B. Main Valve:
1. Depth of Bury: 4 feet.
2. Equip with O-ring seals.
3. Valve opens on clockwisel counterclockwise rotation as specified on
drawings.
4. U.S. Pipe Metro-Seal 250 Resilient Seated Gate Valve
2.02 PRECAST CONCRETE PIER BLOCK
A. Nominal dimensions of 8-inch thickness by 16-inch square base.
B. Compressive Strength: 3,000 psi at 28 days.
2.03 GRAVEL FOR DRAINAGE
A. Washed 3/4-inch drainage gravel. Free of organic matter, sand, loam, clay, and
other small particles that will restrict water flow through gravel.
2.04 FOUNDATION STABILIZATION MATERIAL
A. Furnish when existing trench material.or imported pipe base material will not
support soft or flooded spots in excavated trench.
B. Maximum 3-inch hard rock free from excessive clay material, but enough
fines to bind larger fragments.
2.05 CONCRETE FOR THRUST BLOCKING
A. Ready-mix meeting ASTM C94, Alternative 2.
B. Compressive Strength: 3,000 psi at 28 days.
C. Aggregate Size: 1-1/2 inches.
D. Slump: 2 to 4 inches.
WATER UTILITY DISTRIBUTION
FIRE HYDRANTS
2
33 12 19
REVISION JULY 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2.06 THRUST TIES
A. 3/4-inch diameter steel rods.
B. Duc-Lugs Manufacturer: The Stellar Corp., Columbus, OH.
2.07 MECHANICAL WEDGE ACTION TYPE JOINT:
A. Prior to purchase and installation, type and application of this joint shall be
approved by Engineer.
B. Manufacturers and Products:
1. EBAA Iron; Mega-Lug
2. Smith-Blair, Inc.; 111 Cam-Lock
PART 3 EXECUTION
3.01 GENERAL
A. Install hydrants in accordance with Sections 3.7 and 3.8 of A WW A C600,
unless specified otherwise.
3.02 EXCAVATION
A. Excavate to sub grade. Fill over excavated areas with foundation stabilization
material. Tamp to provide firm foundation.
3.03 BASE BLOCK
A. Place on firm, level sub grade to ensure uniform support.
3.04 INSTALLATION OF HYDRANTS
A. Locate hydrants to provide accessibility and to minimize potential damage
from vehicles.
1. Relocate improperly set hydrants.
2. Hydrant Located behind Curbs: Set barrel so pumper nozzle or hose
nozzle caps are a minimum of 18 inches from gutter face of curb.
3. Hydrant Located in Space between Curb and Sidewalk: Not less than 8
inches, clear from sidewalks.
4. Hydrant Located between Sidewalk and Property Line: Minimum
clearance 8 inches from sidewalk.
33 12 19
REVISION JULY 2008
3
WATER UTILITY DISTRIBUTION
FIRE HYDRANTS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
5. Set hydrants so safety flange is a minimum of2 inches above finished
ground or sidewalk level.
B. Place hydrant on base block carefully to prevent the base block from breaking.
C. Joints shall conform to Section 3.4 of A WW A C600 when cast or ductile iron
pipe is used.
D. Maintain hydrant in a plumb position during subsequent Work.
E. Hydrant valve not to exceed 4 feet from main line tee unless specifically
approved by the Owner's representative.
3.05 GRAVEL FOR DRAINAGE
A. Place gravel around base block and hydrant bottom in accordance with
Section 3.7 of AWWA C600.
3.06 CONCRETE THRUST BLOCKING
A. Place blocking after hydrant is set in final position and joined to pipe.
B. Concrete thrust block shall have a minimum of 4 square feet of bearing area
against undisturbed earth.
3.07 THRUST TIES
A. Install thrust ties in lieu of concrete thrust blocking when ground surface
behind hydrant is less than 2 feet above top of hydrant base.
1. Install two tie rods between main valve and hydrant.
2. Install mechanical joint glands with lugs in joints between hydrant, main
valve and main line tee.
3.08 MECHANICAL WEDGE ACTION TYPE JOINT
A. Install mechanical wedge anchors at every joint between main line tee and fire
hydrant.
END OF SECTION
WATER UTILITY DISTRJBUTION
FIRE HYDRANTS
4
33 12 19
REVISION JULY 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
SECTION 33 13 00
DISINFECTING OF WATER UTILITY DISTRIBUTION
PART 1 GENERAL
1.01 REFERENCES
A. The following is a list of standards which may be referenced inthis section:
1. Augusta Utilities Department's "Water & Sanitary Sewer Systems-
Guidelines" (most recent edition); available at
//www.augustaga.gov/departments/planning_zoningldev_docs.asp.In
the event that any specific item of work is not covered in this
specification the above referenced document shall govern.
2. American Water Works Association (A WW A):
a. B300, Hypochlorites.
b. B301, Liquid Chlorine.
c. B302, Ammonium Sulfate
d. B303, Sodium Chlorite.
e. C65l, Disinfecting Water Mains.
f. C652, Disinfection of Water Storage Facilities.
g. C653, Disinfection of Water Treatment Plants.
3. Standard Methods for the Examination of Water and Wastewater, as
published by American Public Health Association, American Water
Works Association, and the Water Environment Federation.
1.02 SUBMITTALS
A. Informational Submittals:
1. Plan describing and illustrating conformance to appropriate A WW A
standards and this Specification (if required).
2. Procedure and plan for cleaning system.
3. Procedures and plans for disinfection and testing.
4. Proposed locations within system where Samples will be taken.
5. Type of disinfecting solution and method of preparation.
6. Certification that employees working with concentrated chlorine
solutions have received appropriate safety training.
7. Method of disposal for highly chlorinated disinfecting water.
33 13 00
REVISION JULY 2008
1
DISINFECTION OF WATER
UTILITY DISTRIBUTION
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
PART 2 PRODUCTS
2.01 WATER FOR DISINFECTION AND TESTING
A. Clean, uncontaminated, and potable.
B. Owner will supply potable quality water. Contractor shall convey in
disinfected pipelines or containers.
2.02 CONTRACTOR'S EQUIPMENT
A. Furnish chemicals and equipment, such as pumps and hoses, to accomplish
disinfection.
B. Water used to fill pipeline may be supplied using a temporary connection to
existing distribution system. Provide protection against cross-connections as
required by A WW A C651.
2.03 DISINFECTANT
A. The following disinfectant product(s) shall not be used: chlorine gas.
PART 3 EXECUTION
3.01 GENERAL
A. Conform to A WW A C651 for pipes and pipelines, except as modified in these
Specifications.
B. Disinfect the following items installed or modified under this Project, intended
to hold, transport, or otherwise contact potable water:
1. Pipelines: Disinfect new pipelines that connect to existing pipelines up
to point of connection.
2. Disinfect surfaces of materials that will contact finished water, both
during and following construction, using one of the methods described
in A WW A C652 and C653. Disinfect prior to contact with finished
water. Take care to avoid recontamination following disinfection.
C. Prior to application of disinfectants, clean pipelines ofloose and suspended
material.
D. Allow freshwater and disinfectant solution to flow into pipe or vessel at a
measured rate so chlorine-water solution is at specified strength. Do not place
concentrated liquid commercial disinfectant in pipeline or other facilities to be
disinfected before it is filled with water.
DISINFECTION OF WATER
UTILITY DISTRIBUTION
2
33 13 00
REVISION JULY 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUST A UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
E. Owner will supply sufficient potable water and testing for the Contractor to
complete the initial execution outlined in this section. The Contractor is
responsible to the Owner for the costs of additional potable water and testing
due to failure of the initial tests.
3.02 SEQUENCING AND SCHEDULING
A. Commence initial disinfection after completion of following:
1. Completion and acceptance ofintemal painting ofsystem(s).
2. Hydrostatic and pneumatic testing, pressure testing, functional and
performance testing and acceptance of pipelines, pumping systems,
structures, and equipment.
3. Disinfection of:
a. Pumps and associated system piping.
b. Treatment plant basins and processes used to supply water to
system.
3.03 PIPING AND PIPELINES
A. Cleaning:
1. Before disinfecting, clean all foreign matter from pipe in accordance
withAWWA C651.
2. If the continuous feed method or the slug method of disinfection, as
described in A WW A C651 are used, flush pipelines with potable water
until clear of suspended solids and color. Provide hoses, temporary
pipes, ditches, and other conduits as needed to dispose of flushing water
without damage to adjacent properties.
3. Flush service connections and hydrants. Flush distribution lines prior to
flushing hydrants and service connections. Operate valves during
flushing process at least twice during each flush.
4. Flush pipe through flushing branches and remove branches after
flushing is completed.
B. Disinfecting Procedure: In accordance with A WW A C651, unless herein
modified.
3.04 PUMPS
A. Disinfecting Solutions: Minimum free chlorine concentration of 100 ppm.
B. Application:
33 13 00
REVISION JULY 2008
3
DISINFECTION OF WATER
UTILITY DISTRIBUTION
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
1. Inject disinfecting solution into pump and associated piping and
circulate for a minimum 3-hour period of time. At end of 3-hour period,
solution shall have a strength of at least 50 ppm free chlorine.
2. Operate valves and pump appurtenances during disinfection to ensure
that disinfecting solution is dispersed into all parts of pump and lines.
3. If disinfecting solution contained in pump has a residual free chlorine
concentration less than 50 ppm after the 3-hour retention period, reclean
pump, reapply disinfecting solution, and retest until a satisfactory test
result is obtained.
4. After chlorination, flush water from pump until water through the unit is
chemically and bacteriologically equal to permanent source of supply.
3.05 TANKS AND RESERVOIRS
A. Cleaning:
1. Clean interior surfaces using water under pressure before sterilizing.
Isolate tank or reservoir from system to prevent contaminating materials
from entering the distribution system. Cleaning shall:
a. Remove all deposits of foreign nature.
b. Remove all biological growths.
c. Clean the slopes, walls, top, and bottom.
d. Avoid damage to the structure.
e. Avoid pollution or oil deposits by workers and equipment.
2. Dispose of water used in cleaning in accordance with applicable
regulations before adding disinfecting solution to tank or reservoir.
B. Disinfecting Procedure: In accordance with A WWA C652, unless herein
modified. Parts of structures, such as ceilings or overflows that cannot be
immersed, shall be spray or brush disinfected.
3.06 DISPOSAL OF HEAVILY CHLORINATED WATER
A. Do not allow flow into a waterway without neutralizing disinfectant residual.
B. See the appendix of A WW A C651 or C652 as applicable for acceptable
neutralization methods.
3.07 TESTING
A. Collection of Samples:
1. Coordinate activities to allow Samples to be taken in accordance with
this Specification.
DISINFECTION OF WATER
UTILITY DISTRIBUTION
4
33 13 00
REVISION JULY 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
2. Provide valves at sampling points.
3. Provide access to sampling points.
4. The Owner's laboratory will obtain the Samples.
B. Test Equipment:
1. The Owner's laboratory will provide the testing equipment.
C. Chlorine Concentration Sampling and Analysis:
1. The Owner's laboratory will collect and analyze Samples in accordance
with pertinent A WW A sections.
2. Sampling Frequency for Disinfecting Solution: 2 Samples per segment
tested.
3. Residual Free Chlorine Samples: 2 Samples per segment tested.
4. Dechlorinated Disinfecting Wastewater Residual Samples: as necessary.
5. Sampling Locations: as determined by the Owner/Engineer.
6. Analysis to be performed by the Owner's laboratory. Samples will be
analyzed for free chlorine as described in latest edition of Standard
Methods for Examination of Water and Wastewater.
D. After tanks, reservoirs, pumps, and pipelines have been cleaned, disinfected,
and refilled with potable water, Owner will take water Samples and have them
analyzed for conformance to bacterial limitations for public drinking water
supplies.
1. Samples shall be collected in accordance with applicable A WW A
Standard.
2. Samples shall be analyzed for coliform concentrations in accordance
with latest edition of Standard Methods for the Examination of Water
and Wastewater.
3. A minimum of two Samples on each of 2 consecutive days from each
separable structure and every 1,000 feet of pipeline shall be obtained
and analyzed by standard procedures outlined by state and local
regulatory agencies.
4. Sampling points shall be representative and accepted by the
Owner/Engineer.
5. Initial samples at each location to be scheduled on a Monday, Tuesday,
or Wednesday unless a deviation is specifically approved by the Owner.
6. Contractor shall provide the Owner a minimum of 48-hours notice prior
to the initiation of the sampling process.
33 13 00
REVISION JULY 2008
5
DISINFECTION OF WATER
UTILITY DISTRIBUTION
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD TECHNICAL SPECIFICATIONS
E. If minimum Samples required above are bacterially positive, disinfecting
procedures and bacteriological testing shall be repeated until bacterial limits
are met.
END OF SECTION
DISINFECTION OF WATER
UTILITY DISTRIBUTION
6
33 13 00
REVISION JULY 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
STANDARD DETAILS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
USBAMAXlMUM0P3 ~
BRICK COURSES AS
REQUIRED TO ADJUST
TO FINISH GRADE
""
GROUr
r
~~ ""
=
=
= PRECAST CONCRETE
= ,~JNfDn.MlNIMUM
~..
=
---r
DROP PIPE TO BE DUC'l1LB
= IRON OF NEXT STD. SIZE
SMALLER. THAND 2
6" MIN. (TYPICAL)
=
THREADED ROD
Dn. DROP TO BE
= ENCASED IN #57 STONE
BRICK DAM NOT
lBSS THAN;S D2
c
c
6" TO 8" 57 GRADE STONE
TYPICAL SECTION
AUD DETAIL # 1
DROP MANHOLE
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTES:
1. MANHOLES 5' OR. LESS IN DEPTHUSEA2'- 0"
CONCENTRIC CONE SBCI'ION.
2. USE 6" WAIL THICKNESS IF MANHOLE EXCEEDS 2f1
IN DEPTH.
3. INVER.T CURVATURE TO HA VB AS LONG AS A
RADIUS AS POSSIBLE.
4. CONCRETE TO BE POURED TO THE SPRING LINE OF
THE PIPE - PRECAST ONLY.
5. RING SHAlL BE ANCHORED IN MlNlMUMOF 4
PLACES BY USE OF InTI ANCHORS OR.APPROVED
EQUAL
MANHOLE RING AND COVER. ,
SEE STANDARD SPECS.
AUD DETAIL #4
///
. <J
~
I
;..
.<j
'"
\
\
I
/
../
A
:;J.
-
zJ
<q
.r;
'"
~:l <'1
.1.:1
PLAN VIEW
"
,.1
8. x 2~" TOP GRADE RING
-;~
2' - 0"
INSIDE DJA.
5" x2 ~ " GRADE RINGS
AS REQUIRED
" 4" 4' - 0" INSIDE DJA.
CONCRETE TO % 0,.
DIAMElER.
EXISTING SANrrARY
SEWER. 12" MAXIMUM
~ - 0" SQUARE
#4 REBAR.@ 12" ON
CENTE'R EACH WAY
POURED IN PLACE
CONCRETE 3000 PSI
TYPICAL SECTION
AUD DETAIL #2
PRECAST MANHOLE
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
MANHOLE RING AND COVER. SEE STANDARD SPECS.
OFF SITE MANHOLES REQUIRE lNTBGRATED RING AND COVBR.AND
SHALL BE MINIMUM 2' ABOVE GRADE SEE STANDARD SPECS
SEE AUD DETAIL #4
J
8" MAX.
8"x 2~" TOP GRADE RING
~
I
S" x 2~" GRADE RINGS
AS REQUIRED
~ MAKE UP
__' LENG1HS AS
REQUIRPD "
fi
NOTES:
1. REQUIRED. USE 6" WAIL mICKNBSS IF
MANHOLE EXCEEDS 20' IN DEPTH.
2. INVERT CURVATIJRE TO HAVE AS LONG A
RADIUS AS POSSIBLE.
3. MANHOLE STEPS EACH I' . 0" O.C. MAXIMUM.
4. EXl'ERIOR PROTECTION ON MANHOLE JOINT
IN CORROSIVE SOILS WRAP @ SEC'IIONS.
..
<:)
I
:or
~
~
rI.I..~
lJlN
~ .'
IlQN
t
~
~~
4.
"
SANITARY SEWER
STAINLESS STEEL CLAMP
4"
4'.0"
INSIDE DIAMETER.
WATER TIGHT FLEXIBLE
BOOT PLUS GROUr
TYPICAL SECTION
AUD DETAIL #3
PRECAST MANHOLE
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'.;\l!
I
I
I
I
I
I
I
I
I
I
I,
I
BREAKOUT PRECAST
OPENING TO PIT OVER.
PIPE
BASE DIMENSIONS
LENGTH (I MIN.
[UI WIDTH (I
fir'! THICKNESS 6" PRECAST
i~l.il;l1'JN~Ulf
r -<1,4
I
it
I
I.'
I,
I .
'Jt~~2;'~
FRONT VlEW
6" GRAVELBBD
24" PRECASTRlSBR.
~ . .'~
/CUT OUT EXISTING
-r- PIPE TO FODfINV1!117
IJ
~
SIDE VIEW
NOTES:
1. CONCRETE TO BE POURED AROUND PIPE PENETRATION FOR. SEAL ON OUTSIDE.
2. CONSTRUC1lON SHALL BE IN ACCORDANCE Wl'IHAUGUSTA UIU.lI'Y
DEPARTMENT STANDARDS, LATEST REVISION.
AUD DETAIL #4
CONNECTOR MANHOLE OR
DOG HOUSE MANHOLE
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2 - NON-PENETRATING
PICK HOLES
"A"
NOTE:
ALLMANHOLBS OUTSIDE OF
RIGHT-OF-WAY SHAlL HAVE BOLT
DOWN COVERS UNLESS PERMISSION
IS GIVEN BY AUGUSTA UI1LlT1ES
DEPARTMENT.
STANDARD COVER
US FOUNDRY #USF 669 RING AND COVER.
LOAD RATING-HEAVY DUTY
I- ......... . . .~~. .' ..... -11
~i
SECTION OF COVER
PLAN OF MANHOLE
FRAME AND COVER
MINIMUM 4 -1. DIAMETER
ANCHOR HOLES
MACHINED
s:l~
ANCHOR BOLTPER.
U.S. FOUNDRY SPEC.
APPROXIMATE WEIGHT
FRAME 180
COVER. 125
TOTAL 305
I.. HALF SEClION
25"
HALFELEVAlION I
~
33~.
HALF SECTION FRAME - HALF ELEV. FRAME "A - A"
ADD DETAIL #5
MANHOLE FRAME AND COVER
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTE:
ALL MANHOLES OUTSIDE OF
RIGHT-OF-WAY SHALL HAVE BOLT
DOWN COVERS UNLESS PERMISSION
IS GIVEN BY AUGUSTA Ul'lUI'JPS
DEPARTMENT.
2 - NON-PENETRA'l1NG
PICK. HOIBS
BOLTED WATERTIGHT FRAME AND COVER
U.S. FOUNDRY #USF 668-KL-BWfRING AND
COVER. LOAD RATING - REA VYWEIGH
'-. . 23~. .' . . , ~I i
~//../ ............./.../..////...../..//..//...0../.// 1-
.:'/ //.///...///./....;r ...../::/. ///////.'/.., /", '1
SECTION OF COVER
PLAN OF MANHOLE
FRAME AND COVER
APPROXIMATE WEIGIIT
FRAME 180
COVER. 12S
TOTAL 305
I.. HALF SECI'ION 25"
33~-
ANCHOR BOLT PER.
U.S. FOUNDRY SPEC.
MINIMUM 4 - I" DIAMETER.
ANCHOR HOLES
HALF SECTION FRAME - HALF ELEV. FRAME "A - A"
ADD DETAIL #6
BOLT DOWN MANHOLE FRAME AND COVER
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I~W
NOTE: STEP SHALL BE
MANUFACTtJRED BY OLIVER. 'DRB
AND R.UBBER COMPANY OR.
APPROVED EQUAL
w
~
.
\Q
~
1~"
I IHI IH! HH fit>! IiM 11n urn IiM IiM IBI IiM IiM lilil I$! IiM IiM Itr~ IWII
[}il liiil ISI mil mn Iml IW. 1m! IiM I1!Ii Hr<l 11m ISI liliI Hill 1111 If!! 11m I
1141 IWi 11R illi! IiM 1111! 11111 filII IiJ1! IiM 11111 Hill !Wi 1m! 1m! IiJ1! IiM 1011
I_
10*"
12"
TOPVlEW
-I
SIDE VIEW
I.. 10 *" -I
r ~ =~~~~~~~~~o~~~~~~~ : 1
FRONT VIEW
AUD DETAIL #7
MANHOLE STEP
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
HYMAXCOUPLING ~I""
10' - 0" MlNIMUM
../
SECl'ION OF DUCI'ILE
IRON PIPE - CLASS 350
EXISTING WATERMAIN
(ASBESTOS CEMENT PIPE)
PROCEDURE: CUT AND REMOVE SECl10N OF EXISTING PIPE, REPLACE WI1H SECl10N OF DUCI'ILE IRON PIPE
CLASS 350, AND INSTALL HYMAX COUPLINGS MANUFACTURED BY DRESSER OR EQUAL.
AUD DETAIL #8
SANITARY SEWER MAIN INSTALLATION
(IN AREA OF EXISTING ASBESTOS CEMENT PIPE CROSSING)
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6" CLEANOUTwnHPVC
TWIST - OFF PLUG
RIGHT-OF-WAY
ASPHALT CURB
~
l'o
PRECAST CONCRETE VALVE RING
Wl1H ~" REBAR. ALONG SIDE
...
TO SEWER.MAIN
PLUG HERE FOR END OF
LINE UNTIL PLUMBER
MAKES CONNECTION
6"PVC
....
FROM BUILDING DRAIN
.....
BY UTILITY CON'l'RACTOR.
UTILITY PORllON CONPORMS
TO AUD SPECS ONU11UIY
SERVICE 1JNB
BY PLUMBING CONrRAC'fOR
..
RESIDENTIAL SBAIL
CONFORM TO GAPLUMBING
CODE LATESTEDmON
ADD DETAIL #9
SEWER CLEANOUT
NOT TO SCALE
I
I ~
I U
~~
I i~~
~ Co ~ 8~1
~'~
I ~~ ui~ ~~8
~ ~ ~
OO~ i
5~ u~
~~
I ~ I~~ ~5
u~ ~= Q9
~ ~
I ~~
I d
I 01Id.9
~8
I
I
I ~
If
I ~
,
...
~
I i~
I ~
I
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COMPACTED BACICFIU.
ct
CLASS 4 BACICFIU.BY
APPROVE ONLY
~~~
~~~
~~~
I'
. , TYPE I, lA - lA3 SELBCTBACIC.
FlU. MAY BB lUlQUIRBD
SPRlNGLlNB
~
~
I ~~~~~
fa<8~
~~~~
~
~
I
i
~
!
III
~ BEDDING
~
FOUNDA11ONMAYBBRBQUlRBD
CLASS 1 BEDDING - NO. 57 STONB
(DBPTH OF BEDDING VARIBS BYPIPBDBP1H)
NOTE:
1. TRENCH BXCA V ATION, BACKFILL AND COMPACI'ION SHALL BBIN STRICf CONFORMANCE
wrm SBCI'ION 14.3.2.4.3 OF AUGUSTA UTlLlTlES DEPARTMENT SPECIFICATIONS.
ADD DETAIL #11
TYPICAL TRENCH EXCAVATION / DETAIL FOR SANITARY SEWER
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
~ ~ ~~El ~ ~ ..
8 '(d.u) HDYmlAv.et ~g
~ ~i!i h~El ~i
,: ~~ ~ ~S!b.~ ~ ~
,;
ij. ~~ ~~~~~El ~ i~
~I ~~ !liiaU ~ ~
~~ I~!;nm~!!~.i~
~~
ml~i~l~gl!~~g~
~.l= ~~
n ~I i ~~~~!~ m~~~~
..J I~= ~8i8~:~
~~~ ~~S ~~ni !~i~.
U ~~ ~!g
~OQl .. ~ ~ ~ ~ ~ ~ Q ; ~
=~ ::So ~~~~~~~~~~~~~ill
~~ ~I "',>
~~ rn z_ ~. .
crl , ::" on \Ci
d ~~ ~~
~~ "~i
~\o .f~ III
~
0
~
~~
~ ~~ ~~B
e.. S~
8~~Sg E-i ~ rn
.,. ~oo~
~~r Q~s
U:U
~o~
~~~~~ T ~
~~~~~ ~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
L
.. WIRE SHAlL BE CONNECTED TO PIPE
AND RAISED TO wrr.tIIN 24- FROM
FINISHED GRADE. EVERY 100' OF PIPE
24-
12 GAUGE COPPER WIRE SHAlL
BE CONNECTED TO PIPE
b CAUTION I
URlED WATER LINE
NOTES:
1. WIRE SHAU. BE 12 GAUGE SIROUI: 8TREND COATED.
2. WIRE SHAU. BE WRAPPB:D AROUND EACH CORPORA11ON A
IIJNDIUI( OF 1W0 fJ) WRAPS.
3. WIRE SHAU. BE ~lIil'tum 0tn'SIDE 01l' EACH VALVE BOXAND
WRAPPED AROUND THE VALVE BOX FOR EASY CONNECTION 01l'
TRACING EQUIPIOl:NT.
AUD DETAIL #13
BURIED WATER LINE WCATING WIRE
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TAPPING VALVE SHALL BB A MtJEl1.BR T.2360
RBSlLIBNT WBDGB-FLX MJ ENDS ORAPPROVBD
EQUAL TAPPINGSLBEVBSHALLBBA
MUBlLBllH-61S MJ ORAPPROVBD EQUAL. NO
SS REPAIR. CLAMPS ORMJ SPUr SLBEVBS WILL
BB ACCBP'I1m.
TOP VIEW
TAPPING SLBEVB AND VALVE SHAlLBB PR.IlSStJRB
TBSTBD FOR ONE (1) HOURPlUOR TO TAPPING'IHB
BXISTING MAIN. AN AUD INSPBCTORSHALLBB
PRESENT DURING TESTING. ALL 11!STING SHALL
BB IN ACCORDANCE wrm AUD SPBCIPICATIONS.
TBSTING PRESSURE SHAILBB200 P.U
SIDE VIEW
ADD DETAIL #14
TAPPING VALVE AND SLEEVE
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I -
I
NOTES:
1. VALVES SHALL BE PROVIDED WITH VALVE STEM EXTENSION TO wrrH1N 6
INCHES 01l' GROUND SURFACE. WHERE CENTERLINE OF PIPE IS GREATER. THAN
42 INCHES BELOW GRADE, EXrENSIONS SHALL BE M 85 H &-3120, MUELLER
H-I0375,OREQUAL.
2. VALVE BOXES SHALL BE:M 85 H &-2702, MUEU.ER H-10364 OR APPROVED EQUAL.
EACH VALVE BOX SHALL BE SUP-TYPE TO ADJUST FOR A MINIMUM COVER 01l' 36
INCHES BURY.
DIP EXTENSION
VALVE BOX
- AWWAC504GEAROPERATED
BUl'TERFLYVALVE
AUD DETAIL #15
BUTTERFLY VALVE ASSEMBLY
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FINISHED GRADE
CAST IRON COVER
wrrH WATER
~
6"
MIN.
//
cLOW 11'-2450 VALVE
BOX OR APPROVED EQUAL
2- SQUARE OPERA'I1NG NUl'
METAL SHIELD TO PREVENT
EARTH FROM COMING INTO
CONTACt' wrrH THE VALVE
AWWA CSOO RF$tn.nr.\'fr SEAT
GATE VALVE (MUELLER OR
APPROVED EQUAq
AUD DETAIL #16
VALVE BOX INSTALLATION
DETAIL
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
o
~
itl
0::
~
o
Z
Z itl
li: ~
o :> 0::
f;tl ~ d
> $ 0
~ v ril
> ~ B3
<t- > Z
'" ::s ~
.... (f)
I 52
lJj 0
o 0::
ril 0::
> itl
o ~
0:: ..l.
~ ~
~
ril
(f)
~
9
0::
f;tl
>
o
()
~
(f)
::J
o
o
ct
ril
>
-1
~
f;tl
~
ril
0::
()
Z
o
()
[-<
><
0 0
o:l
~ 0
0::
~ ~ w
f;tl ~ 0.. ~~
> S
~ :r::
~ \0 ()u
~ oz
ril -10
~ o:lu ~
ril'
d ~~
~~ CO
uo t'-~
zo
00 "....jrx.l
u~ ::!:I::Cfl
Cflril
d <( ~
<(E--()
E--Z(f)
~~~
Q ~
0
QClz
0.. ::J~
is 0 ~i <(::r::
ril
\0 o:l ~
~ z uu ~
~ OZ
-10 -
Cl o:lC) ~
riI ril"..,;
Z ~ '
0 rilCJ?
E-< O::t:l.
(f) uo
Zo
00
C)~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
METBRBOXES ARE TO BB
ROME IOxl9xl0 CAST IRON OR
APPROVED EQUAL. MBTBR
BOXES TO DB INSTAU.BD AND
MAINTAINED BY DBVELOPBR
UNTIL RESIDENCE IS 0CCUPlBD
FORD BIl-444W ORAPP1lOVBD
EQUAL I" FUlL PORT CURB STOP
FORD LA04-44, FORD LA02-44
OR APPROVED EQUAL 1 INCH
CORPORATION STOP COUPLlNG
1/8 INCH BEND
HAYES S628CF ORAPP1lOVBD
EQUAL I" SBRVICEBLBOW
SERVICE LlNBTOBB CARBFULLY
BENT TO ACHIBVB!IO DBGRBEANGLB
AT DBSIRBD METBR LOCATION
I" SOFl' K COPPER SERVICELlNB
FORD FB6OO-4 ORAPPROVBD EQUAL 1 INCH
BAIL CORPORATION STOP
SMmIBLAIR ORAPPROVED EQUAL 1 INCH
DOUBLB STRAPPED TAPPING SADDLE
NOTES:
1. WATER METER TO BB PURCHASED FROM AND INSTAU.BD BY AUGUSTA Ul'JUl'IES DEPARTMENT.
2. ANY COUPLINGS OR REDUCERS RBQUIRBD ONNBW 1 _ SERVICES AFI'ER. CURB STOP SHAILBB
INSTALLED BY AUGUSTA um.rrms DEPARTMENT.
ADD DETAIL #18
WATER SERVICE
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2- 90 DBGREE
GALVANIZED
BLBOW
MBTEll
BOX
36" MIN. COVER
2- GATE VALVE 4067 SCRBWTYPE WITH
2- SQUARE OPERATING NUT OR EQUAL.
VALVE BOXM &; HB2702 OREQUAL
2- SCHBDULB 80 SBAMLBSS GALVANlZED
PIPE BXTBNDBD TO nIB RIGKI'.oF-WAY
2- 90 DBGBEE
GALVANlZBD
BLBOW
2- GALVANIZED NIPPLB OR COUPLING TO ADJUST TO GRADB
FBSOO ORAPPROVED EQUAL 2- CORPORATION STOP
SMITH BLAlR ORAPPROVED EQUAL 2- TAPPING
SADDLE PIPE THRBAD 313 DOUBLB STRAP
NOTBS:
1. MBTER BOXES TO BB INSTALLED AND MAINTAINED BY DBVBLOPER UNm.RESIDBNCE JS
OCCUPIFD.
2. WATER MBTER TO BB PURCHASED FROM AND INSTAU.BD BY AUGUSTA um.rrIFS
DEPARTMENT.
3. OVERSIZED MBTEll BOXES ARE TO BB ROME 16"x22"x16- CASTIRON ORAPP1lOVBD EQUAL.
ADD DETAIL #19
2" WATER SERVICE
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
36" MIN. COVER
4" GATE VALVE 4067 SCRBWTYPB wrm
2" SQUARE OPERATING NUT OREQUAL.
VALVE BOXM &HB2702 OR EQUAL
4"X3-
REDUCER
,4. D.LP. PIPE EXTENDED TO 1HB
. "'" RIGHT-OF-WAY
4" TAPPING SLEBVB
4" 90 DBGRBB
ELBOW TYP.L
Pn.BS.
NOTES:
1. MBTBR. BOXES TO DB INSTALLBD AND MAINTAINED BY DBVBLOPBll UNI'lL RESlDBNCB IS
OCCUPIBD.
2. WATER METER TO BB PURCHASED FROM AND INSTALLBD BY AUGUSTA UTIL1TlES
DEPARTMENT.
3. OVBRSlZED MBTBR. BOXES ARE TO BB ROME 16"x22"xl6"ORSUPPBllJUMBO CAST IRON OR
APPROVED EQUAL.
AUDDETAIL#20
3" WATER SERVICE
NOT TO SCALB
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5'-0-
~
!
-E-4
;~~
~>~
!~~
8E-i~
<~
~
~
-<
m~
f!!:l: I ~ -<
~~ ~E ~
mF. E~ ~
~~ \C
~~
~~
- !I
6~
~crl
u~ ~1!
o
~~ ~
:or!ra IL
i~~ i
~~~ ~
,
"
5'-0-
<.
:,i g HiB~
~ !8~~
,@ t~~on
b b~i
~~ ~~~g
~ ~~r;
4:
"!-
~
~
l"I.l
lit
~
rn
l"o
~
~
, ,
q
? 1 0
~~ .. ~~
~h d ~~ ~u
ZSiSB di8 ao~
~ ~ :i :.. ~ ~ ~ @<
I
I
I ..
I
.J 5'-0"
I ~a~ It i
I~ ~:I
~hl!i~
I II, 8! I~I c',' mil
I !i UJ
I I i III
h~ III I
Ilia .u
: III~ .
I li1j III
~h 5 ~ 11 I ~
I>
I !-I; ~l. 7' ~ ..
I ~~ ~~i ; I
I ilhlll 'Ii
I ~II m~I!II~1I .~~ !(. \
IIi'
I ~~ I ~, Iii I'
.. h~ ~ ..I
I ! Ii
~
I~ lIS ~
I I I
I I II II'
II iI L
I f
ti ~ I ~
. · 1111
I II ~ willi n~ I I
'-1 Villi Iii I I
I I ] 11111
II
L
I i
I>
I liBI
I 1-' III
:i ", I, li
I !illl i IU
ft ~ I
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I ~ Q
~
::r: m i
I ~
I'll ~ ~ ~
g I ~ ~
I i ~ ~ I
~ ie.~
~ ~ ~
I ~~ ~ ~ I
0 d
~~ ~ ~ -
\0 /~
I
I o ~ I'll
! ~~ I
~ ~ ~ ~~ / s~~
! 8~
I ~ Q ~ - Jc~ SfS
o ~ ~~i illSi'll ~
~ ~ 0 ~~ ~~~
I ~ &igw ::r: '0 ~~
u ~ ~~I!! ~;~
~U II~ ~B
-It ,/
I ~;~ a ~~
~ I'll ~ S ~~ 1 ,,,-! >;:-
~~1lIl "'<::; ~
o~ff c., ~ "
I 1 ,. .. Q
<,:i ...q , 'v . .
~QU c., c.,
~~~
I
, .~
Qrn
rn~~
~ U
I I'll
::r:
i
I ~
I I
I ~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTES:
--r.-oo NOT AlLOWcONCRBTB TO COVBRBOLTS, GLANDS, RINGS
OR NUTS.
2. ALL PLUGS, CAPS, TEES, WYBS AND AT BENDS MORE THAN 11 ~-
SHALL BB GIVBN RBACI'ION BLOCKING AS SHOWN.
3. SUFFICIENT 'IlDlUST BLOCK BEARING AREA SHAILDB
INSTALLED TO DISTRIBUTE THE llIRUST BLOCKBBARING INTO
THE UNDISTURBED TRENCH WALL WHERE IT IS DB'l'ERMlNBD
mAT THE TRENCH WALL WILL NOT PROVlDB SUD'ABLB
SUPPORT. ~" ALL 1lIRBADED RODS wrm APPURTENANCES
SHALL BB USED IN LIEU OF BLOCKING.
4. MEGA-LUGS MAY BE INSTALLED wrmOUT RODDINGASAN
APPROVED EQUAL.
MIN. 0.5 CUBIC YARDS
3000 P.S~ CONCRBTB TO DB
POURED AGAINST UNDISTURBED
TRENCH WALL OF SUD'ABLB
BEARING CAPACIlY
AUD DETAIL #24
REACTION BLOCKING
NOT TO SCALE
BEAllING AREA OF TB1lUST BLOCICS IN SQ. Fr.
ORJZONTAL
mTINO TIll!, WYB, gow BlIND BBNDANOUl
SlZB PLUG, OIl PLUGOIlD 45" 22 lfr' 11 U40
CAP CIlOSS k
:S4 1.0 1.4 1.4 1.0
6 2.1 3.0 3.0 1.6 1.0
8 3.8 5.3 5.4 2.9 1.5 1.0
10 5.9 8.4 8.4 4.6 2.4 1.2
12 8.5 12.0 17.0 12.0 6.6 3.4 1.7
14 11.5 16.3 23.0 16.3 8.9 4.6 2.3
16 15.0 21.3 30.0 21.3 11.6 6.0 3.0
AUD DETAIL #25
THRUST BLOCK DETAIL
NOT TO SCALE
I
I
THRUST BLOCK NOTES
I
1. PIPE LESS THAN 16" IN DIAMETER CAN BE RE8TRA1NED
USING THRUST BLOCKS OR RESTRAINED JOINTS AT mE
CONTRACTORS OmON. CONTRACTOR SHALL SUBMIT A
BURIED PIPING RESTRAINT PLAN TO TIlE PROJECT
ENGINEER.
2. KEEP CONCRETE CLEAR OF JOINT AND JOINT ACCESSORIES.
3. CONCRETE THRUST BLOCKING SHALL BE POURED AGAINST I~.ITf!'
UNDISTURBED EARrH. _" ,..
4. REQUIRED VOLUMES OR BEARING AREAS AT FT1T1NGS .0';
SHALL BE AS INDICATED AND ADJUSTED IF NECESSARY TO
CONFORM TO THE TEST PRESSURE(S) AND ALLOWABLE SOIL WYE
BEARING STRESS(ES) STATED IN THE SPEClFlCA'110NS. NOT TO SCALE
5. THRUST BLOCK VOLUMES FOR VERTICAL BENDS HAVING
UPWARD RESULTANT THRUSTS ARE BASED ON TEST
PRESSURE OF 150 PSIG AND THE WEIGHT OF CONCRI!:I"E-
4050 LBS/CU. YD. TO COMPUTE VOLUMES FOR DIFFERENT
TEST PRESSURE, USE THE FOLLOWING EQUA'110N: VOLUME
- (TEST PRESSURE/150) x (TABLE VALUE).
6. BEARING AREAS FOR HORIZONTAL BEND THRUST BLOCKS
ARE BASED ON TEST PRESSURE OF PSIG AND AN
ALLOWABLE SOIL BEARING STRESS OF 2000 LBS/SQ.FT. TO
COMPUTE BEARING AREAS FOR DlFFERENTTEST
PRESSURES AND SOIL BEARING STRESSES, MUL11PLYTABLE
VALUES BY THE FACTOR (13.33)(P' /Sb), WHERE: P - ACl'UAL
TEST PRESSURE, PSIG
Sb - AC'nJAL SOIL BEARING PRESSURE, PSF
7. THRUST BLOCKS FOR VERTICAL BENDS HAVING DOWNWARD
RESULTANT THRUSTS SHALL BE THE SAME AS FOR
HORIZONTAL BENDS.
8. BEARING AREAS, VOLUMES, AND SPECIAL BLOCKING
DETAILS SHOWN ON PLANS TAKE PRECEDENCE OVER THIS
STANDARD.
9. BEARING AREA OF THRUST BLOCK SHALL NOT BE LESS
THAN 1.0 SQ.Fr.
10. VERTICAL BENDS THAT REQUIRE A THRUST BLOCK VOLUME
EXCEEDING 5 CU. YDS. REQUIRE SPECIAL BLOCKING
DETAILS. SEE PLANS FOR VOLUMES SHOWN TO LEFT OF
SOLID LINE IN TABLE.
11. TEST PRESSURES ARE SHOWN IN THE PIPING SCHEDULE.
12. AcruAL ALLOWABLE SOIL BEARING PRESSURE IS 1500 LBSISQ.FT.
I
I
I
I
...., i,m...jl
PLUGGED CROSS
NOT TO SCALE
I
I
I
TEE
NOT TO SCALE
I
I
I
I
..
..
..
..
..
~
..
..
..
..
..
..
USE MEGA-WGS AND
CONCRETE BLOCKING -
NO RODDING
REQUIRED.
CLAMPS AND TIE RODS
NOT TO SCALE
1 ~" MIN. PIPE STRAP
WITH ANCHOR BOLTS IN
CONCRETE
FnTlNG
SIZE
12- &: LESS
14- -16"
I
I
FITrlNG AND EMBEDDED
GALVANIZED RODS OVER
IN CONCRETE (SEE
TABLE FOR SIZES)
I
PLUGGED CROSS
NOT TO SCALE
* EACH AREA (A/2) IS ~ OF
TABULATED TOTAL AREA
VOLUME OF THRUST BLOCK IN CUBIC YARDS
I
I
A",'
PLUGGED TEE
NOT TO SCALE
BEND
NOT TO SCALE
i~ir~;~jl:~Wt[~Hi:D;~~ ..
1/4" PLYWOOD OVER
FACE OF BOLTS
NOT TO SCALE
VBR.nCAL BENDS
FrmNG BBNDANQUl
SlZB 45" 22 lfr' 11 U40
1.1 0.4 0.2
2.7 1.0 0.4
4.0 1.5 0.6
6.0 2.3 0.9
8.5 3.2 1.3
11.5 4.3 1.8
14.8 5.6 2.3
:S4
6
8
10
12
14
16
ROD EMBEDMIlNT
SIZE
#6 30"
tI8 36"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C A C
HOLD DOWN STRAP Yaw
STEEL RED-PRlMEDwrrH
~6. BlTUMINOUS CARTING
Ln. PIPE A B C
8" 11~" 2" 8~-
10" 13~" 2~" 8~"
12" 13~" 3" 8~"
~"x 24" GALVANlZED
ANCHOR BOLTS
12"
NOTE: CARRIEllPIPEMAY
BB CASED PBRDESIGN
BNGINEBllING SPECS.
<I 4
NO.4 REBAR, 12" ON 12"
CBNTBRBACH FOOT (MIN. <I
OF 3)
Io.!
I
C>
.
~
NO.5 REBAR ON CBNTBR
BACH WAY BACH
DIRECTION
IIF
l~~:; .' . . . .., ill!.
Till 111'< 111 ''lI' 1!1 ~ ffil
T~-1' 1'", ~C-\l1C~~'rr!-'-~~
SOn. OF SUITABLE
BEARING CAPACIlY
AUD DETAIL #26
CONCRETE PIER FOR AERIAL CROSSING
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CENTERED I RESTRAINED POSmONING
FOR WATER MAINS. MECHANICAL JOINT
PIPE REQUIRED FOR WATER MAINS
PULL ON OR WRAP AROUND END SEALS ORPRESstJRB _________
GROUTING. NO BRICK SHAlL DBACCBPTBD. __ ----...
"
STANDARD POSrrIONlNG
FOR SANITARY SBWBR.
DIP STANDARD
DEPl'H - CLASS 50
\\
n
STEEL CASING
n
(t
\ ~
1IOTBS:
1. SPACER OPI'lONS - S" OR 12- WIDE BAND.
2. APPROVED SPACER TYPES TO BE MANUFACTURED BY CASCADE OR PSI.
3. INSTAU.ATION SHALL BE IN ACCORDANCE WITH THE MANUFACTURER'S STANDARDS.
4. CASING PIPE THICKNESS SHALL BE PER DOT OR RAILWAY SPEClFICA1l0NS.
5. CASING PIPE DIAMETER SHAlL BE A MINIMUM OF 6- LARGER 'tHAN THE CARRIER PIPE.
6. CASING SHALL EXTEND BEYOND THE EDGE OF PAVEMENT BY A MlNIMUM OF SIX (6) FEET.
AUD MAY REQUIRE LONGER CASING FOR DEEPER BORES. AUD MAY REQUIRE SOME CASING
INSTAU.ATIONS TO BE POLYWRAPPED BASED ON SOIL SAMPLES.
AUD DETAIL #27
TYPICAL ROADWAY JACK AND BORE FOR WATER AND SEWER MAINS
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CARSON INDUSTRIAL SERIES 1730D BOX WITH COVER
(OR EQUIVALENT USED FOR ASSR:MBLIES 3- AND SMAU.ER)
SEALED Wl'lH
EXPANSION FOAM OR
SD.JCONE CAULK ON
BO'm SIDES.
TEST COCKS FlTTE
wrm BRASS OR
PLASTIC PLUGS OR
CAPS
SEE HOLE
DETAIL BELOW
BALL VALVES posmONED
SO THEY CAN BE OPENED
FUU.Y.
BOX w:
8" MIN. TO
TOP OF, GRAYS.
PIPE CUTOUT HOLES MUST
BE LARGER THAN THE WATER
LINE AND SEALED wrm
EXPANSION FOAM OR
SILICONE CAULK INSIDE AND
OUl'SIDE THE BOX TO
PREVENT DIRT AND WATER
FROM ENTERING THE Box.
HOLE DETAIL INSIDE
VIEW
AUD DETAIL #28
DOUBLE CHECK ASSEMBLY
INSTALLATION
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SEALER BOTH
SIDES
WATERLINE AT
DEGREE ANGLE TO
THE GROUND
PIPING ALTERNATE #1
SIDE VIEW
PIPING ALTERNATE #2
TOP VIEW
SEALER BOTH
SIDES
PIPING ALTERNATE # 3
TOP VIEW
PIPING ALTERNATE #4
TOP VIEW
NOTES:
1. ASSR:MBL1ES SHOULD BE CENTERED IN THE BOX TO AUJJW ACCESS FOR TESTING AND REPAIR
2. BOX MUST NOT REST ON THE WATERLINE.
3. ENTRY AND EXIT POINTS OF THE WATERLlNE MUST BE SEALED ON BOTH SIDES TO PREVENT
ENTRY OF WATER AND DIR1'. SEE DOUBLE CHECK ASSEMBLY AND HOLE DETAIL.
4. MINIMUM CLEARANCE TO BE MAlNTAINED;
- 8"-18W TOP OF ASSEMBLY TO TOP OF BOX
- 6" FROM BOTrOM OF DEVICE TO TOP OF GRAVEL.
AUD DETAIL #29
DOUBLE CHECK VALVE
ASSEMBLY VARIATIONS
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ON INDUSTRIAL SERIES
1730D BOX WITH COVER OR
EQUWALENT
,~ BACKFLOW PREVENTER
, CENTERED (IrR) IF
POSSIBLE
BOX CAN srr ON BRICKS OR
BLOCKS PORPERLY
MORTARED IN PLACE WITH
ANY HOLES FILLED
GRAVEL 6-:MIN. DEPtH
~ (CLEAN AND COMPACl'ED)
, FROM LOWEST POINT OF
. DEVICE INSIDE BRICKED OR
BLOCKED AREA
INSTAlLATION #1
EAR1HEN LEDGE
(UNDISTURBED
SOIL 2w - 3- WIDE)
LEDGE DETAIL
TOP VIEW
THE ENTIRE BOX CAN BE
SUPPORTED ON COMPAC1ED OR
UNDISTURBED SOIL
INSTAlLATION *2
COMPACTED
EARTII
NOTE:
OTHER TYPES OF INSTAlLATION MAY BE
NECESSARY DUE TO VARYING FIELD
CONDmONS. CONSULT W1TH
INSPECI'OR BEFORE INSTAlLING
INSTAlLATION #3
THE ENTIRE BOX CAN BE
SUPPORTED ON
COMPACTED OR
UNDISTURBED SOIL
!
ADD DETAIL #30
DOUBLE CHECK VALVE ASSEMBLY
FOUNDATION VARIATIONS
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STANDARD COLORS:
- WH1TE
- BEIGE
TWO PIECE BOX
NOTE: BOX SHOULD BE HEATED OR INSULATED
TO PROTECT FROM FREEZING
FIBERGLASS S
FOAM: GASKETED SEAL
INSULATION
FIBERGLASS SHELL
SIDE VIEW OF LIP
SEAL
PHYSICAL PROPERTIES
MODEL NO. I.P.S. INSIDE INSIDE INSIDE INSULATION DRAINAGE
DEPTH WlD'IH HEIGHT -Rw VALUE CAPAClTY'
.75 *" - I" 11" 19" 22" 8.0 180
1 *- - I" 13" 27" 23" 8.0 180
1.5 *" - 1 %" 21" 33" 23" 8.0 575 GPM
2 1 ~" - 2w 13" 39" 35" 8.0 575 GPM
FEATURES
FIBERGLASS CONSTRUCTION, DRAINAGE CAPACrrY (RPZ) DEVICES, ENGINEERED HEATER
SIZING (PROTECTION FOR -30- F), TES'llNG I MAINTENANCE ACCESS, GROUND ANCHOR
CAPABILlTIES AND LOCKABLE UD.
ENCLOSURE: HOTBOX OR EQUIVALENT BOX SIZED TO ASSEMBLY SIZE 3/4" TO 2"
ADD DETAIL #31
HOT BOX ASSEMBLY PROPERTIES
NOT TO SCALE
I~
I II~"
~ t)'
8"t~ .,
[S")Q .
F! &i '.
:;!Se ,:
1:110 ,
. ~I~
~S:3*; H
DeS ,~
islg2' r~ -
..~ ~Id
, ~I~t.i
..': ~o ~~O
;", ~
" @
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~~
~io~~Z
a~~~~
~~~~~
~a~g!i
s&l~i~
~i;R~
1111
~~~~ z
lll~~~ I~
:;!g II
'1
II
B~
~
~,I
~il
I~~
M ~
IIi I
~
:>
~
G
~
III
!~I ~
uh8 ~
~~ iiI c
M. 16 ~
~ ~ ~
! ~
i ~
c:J m
~!el
! &1i~=
11" ~8~1~
.~ S~illl~
82i51ii
~
.~ ~~
i~ ~~ti
~Q2' 885
Q <Fit
< iil8
~Iz~~~
;~~~~!
;~~I~~
i~;M~~
~~M Q~~Si
01 ~ig8
S Q IliS~=
Z..l ri
;,.
~
~
111 ~
i~
~h~
Q~~g
g [;l j::q~
<u
~
~
->v-
.J:j-II
: ~.
!~;i!
8!i~...'"
~18i~
"'Q Iol~
1e~80ti
!;i=
e~
<
I
:c
:z:
o
, , F.
, . &'l
, , OJ
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ENCLOSURE SIDE WAlL
(1NSlDE VIEW)
ENCLOSUBE SIDE WAlL
(OU'l'SJDE VIEW)
ii
l'
11
11
Ii
!: il
i! !i
% II 11 .,
II :IJ
i! ! Ii
.# Ii ' il
!i
t DRAINAGEPORT
STEP ONE: INSTAlLATION OF ALUMINUM FLATl'ENED
EXPANDED METAL FOR THE PREVENTION OF ENTRY
OF SMALL ANIMALS, RODENTS AND SNAKES WHILE
ALLOWING THE EXIT OF THE DRAINAGE DISCHARGE
FROM THE ENCLOSURE
STEP 'IWO: INSTAIJ.ATlON OF SOLID VINYL FLAPS
OVER THE ALUMINUM EXPANDED METAL. THE FLAPS
PREVENT THE WIND FROM ENTERING THE
ENCLOSURE THROUGH THE DRAINAGE PORl'S
wrmOUT OBSTRUCTING THE DRAINAGE DISCHARGE.
OUTSIDE OF
ENCLOSURE
FOAM INSULATION
ALUMINUM: AND VINYL FLAPS ARE
SECURED AROUND THE DRAINAGE PORT.
ALUMINUM EXPANDED METAL
SIDE VIEW SIIOWING '!HE ~ WIND ,
INSTALLATION OF ALUMINUM ~II
AND VINYL FLAPS INSIDE THE 1..
ENCLOSURE =
C
CLOSE
VINYL FLAPS (OPEN FOR FLOW, CLOSED
AGAINST THE WIND)
DISCHARGE
FLOW
..
1.
NOTES:
ALL REDUCED PRESSURE ZONE ASSEMBLIES (RPZ'a) ARE TO BE INSTALLED ABOVE GROUND OR
INSIDE THE FACIInY TO PROTECT FROM FREEZING. EXPOSURE TO FREEZING WIlL RESULT IN
IMPROPER FUNCTIONING OF AN RPZ AND :MAY CAUSE UN-REPAIRABLE DAMAGE TO THE ASSEMBLY
2. SOtTl'llERNBUlLDING CODE SECl10N 384.4-FRDZING(lJH): A WATER, SOIL OR WASTE PIPE SHALL NOT
BE INSTALLED OR PERMr1TED Ot11'SlDE OF A BUILDING OR CONCEALED IN Ot11'SlDE WALLS OR AN'{
PLACE WHERE 'mEY MAY BE SUBJECT TO FREEZING TEMPERATURES, UNLESS ADEQUATE PROVISION
IS MADE TO PROTECT'mEM FROM FREEZING.
3. FACILlTlES REQUIRING AN RPZ MAY BE ALLOWED TO INSTALL IT INSIDE PROVIDED THAT EITHER:
THERE ARE NO OTHER CONNECTIONS BETWEEN THE METER AND THE BUILDING AND rr IS UNLIKELY
ONE WOULD BE INSTALLED IN THE FUTURE, OR A DOUBLE CHECK IS INSTALLED AT THE METER.
4. ALL ABOVE GROUND ENCLOSURES FOR RPZ'a ARE TO BE SIZED TO THE RPZ SIZE OR LARGER PER
MANUFACTURER'S SPECIFICATIONS. E.G. A TWO-INCH RPZ MUST GO IN AN ENCLOSURE DESIGNED
FOR A TWO-INCH OR LARGER RPZ.
5. IF A PERIMETER FOOTER IS USED 'mEN CLEAN GRAVEL COVERING THE ENTIRE BOTTOM OF THE
ENCLOSURE MUST BE A FULL 1WELVE INCHES (12' DEEP.
6. ALL ENCLOSURES ARE TO BE DESIGNED WITH DRAIN OPENINGS LARGE ENOUGH TO ACCOMMODATE
A FULL DISCHARGE OF THE ASSEMBLY.
AUD DETAIL #33
DRAIN DETAIL FOR RPZ BOX ENCWSURE
NOT TO SCALE
I
I
I
I
I
I
I
IWl:Cl'RICAL
Otrl'Lll:T
P'OO'nI:R CI'YP.) ALTERNA'I1VE IS 4' X 6' CONCRETE
P'OO'nI:R OF 4' THICK, PULL CONCRII:TII: BIAB
R.P Z.INSTALLATION DETAR.
NOTIl: BOXlIHAU.BB BBATBDoaINStlLATBD'l'O
PBO'l1lCr PROM l'RBIIZINO
I
I
INSTAlL wrm MINDIUII
ClEARANCE OF 12' FROM
nm PORT, JI'LOOR, OR
GRADE. INSTAlL FOR
ACC1I:SSIBlUlY. PROTECT
Jl'ROM F'RII:EZING. MAJORITY
OF LOCAL COD1l:S RESTRlcr
Prl' 1NSTAU.A11ONS. .
wrm ADEQUATE Jl'OO1'BR
ANCHOR ANGLI!: MAY BE
MOUNTED INBIDB
BNCJ.OSURB
I
.. Jl'OO1'BR OR BIAB
.4
~':;r;:",~~'Z;;;:'~::::;j;;:>'<'''''>)~rZ.''~'2.''9:.~:
~I'.~\\, l~',"YI'^"", "I'."Y..." ..:....yAv/...>..,... '....';.</1"
61'010"
FOOTER OR CONCRETE SLAB (R.P.Z. BOX)
I
I
NOTE: IF' A PERIMETER FOOTER IS USED nmN '1HERE MUST BE GRAVEL
COVERING THE ENTlRJl: BO'ITOM OF nm ENCLOSURE A FULL TWELVE
INCHB:S DEEP.
I
SIDE VIEW
SIDB vmw
I
PROTECTMl:
ENCLOSURE
I
REDUCED PRESSURE BACKFLOW
PREVENTOR 3/4" THROUGH 2"
REDUCED PRESSURE BACKFLOW
PREVENrOR 2 1/2" THROUGH 10"
I
AUD DETAIL #34
REDUCED PRESSURE ZONE
ASSEMBLY INSTALLATION
NOTTO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ASPHALT OVERLAY COMPACTED
- 1.5" THICK TYPE -F" ~
- SO' IN WIDTH 1l'OR TRANSVERSE curs
- WIDTH VARIES FOR LONGmJDIAL CUTS
!~ 2~ ~r. L
25'
2.5" COMPACTED ASPHALTIG
BINDER, TYPS "Bw CAP
8" OF GRADED
AGGREGATE BASE
COMPACTED TO 100% DRY
DENS1'IY
6" SAND / ClAY BASE
SUBGRADE COMPACTED TO
100%
SAND / CLAY BACKll'lLL INSTALLED
IN 8W LIFTS COMPACTED TO 95%
PIPE BEDDING PER AUGUSTA
UTILITIES DEPARTMENT
STANDARDS
1. THIS DETAIL SHALL APPLY TO AUGUSTA UTlLlTJES DEPARTMENT BOND PROJECl'S ONLY.
2. TOP 10.5" OF TRENCH TO BE GRADED AGGREGATE BASE. TOP 2.5" OF GRADED AGGREGATE
BASE TO BE REMOVED AND REPLACED WITH TYPE "B"ASPHALT BINDER UPON INSTALLATION OF
ASPHALT CAP.
3. DETAIL SHOWS A TRANSVERSE CROSS SECTION, OVERLY WIDTH MAY VARY 1l'OR
LONGITUDINAL CUTS.
AUD DETAIL #35
AUD BOND PROJECT ROAD CUT DETAIL
lPIPE IN EXISTING ROADW AY)_
NOT TO SCALE
r
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NORMAL BACKFILL COMPACI'TO
AT LEAST 95% MAX. DRY DENSITY
TOP SOn., WHERE REQUIRED
4R MIN. SEE NOTE 4
~
~
.
cot
...
~
~
. l'-OR
0 PIPE O. D. I' - Ow
I
;...
~
~
~
.~ ~~
~
!IN
;..=
I
;
9
(f)
SELECT BACKFILL COMPACI'TO
AT LEAST 98% MAX. DRY
DENSITY
UNDISTURBED EARTH OR
ROCK SUBGRADE
. NOTES:
1. THE BOTTOM OF THE TRENCH SHAlL BE ACCURATELY GRADED TO PROVIDE UNIFORM BEARING
AND SUPPORT FOR EACH SECTION OF PIPE ON UNDIS'roRBED SOn. AT EVERY POINT ALONG rrs
ENTIRE LENGTH UNLESS UNSUlTABLE SUBSOn. IS ENCOUNTERED AT THE NORMAL TRENCH
SUBGRADE. IF SUCH MATERIAL IS ENCOUNTERED, THE CONTRACTOR SHALL REMOVE rrTO
THE DEPl'H DIRECTED BY THE ENGINEER IN THE FIELD AND BACXFlLL WITH DOT CLASS I, TYPE
I, AND n MATERIAL IN 4 INCH LAYERS.
2. BOTTOM 01l'TRENCH SHALL BE FREE OF WATER PRIOR TO PLACING BEDDING.
3. COMPACI' SELECT BACKFILL IN LAYERS NOT TO EXCEED 6 INCHES AND NORMAL BACKFILL NO TO
EXCEED 12 INCHES.
4. PROVIDE 4 INCHES OF TOP SOn. WHERE BEDDING IS REQUIRED, SEE NOTE 5 AT GRAVEL AND
PAVED AREAS.
5. GRAVEL AND PAVED DRIVEWAYS TO BE RESTORED IN KIND. SEE DETAIL PR-1, DRAWING NO. 13
FOR ROADWAY REPLACEMENT.
6. CONTRACTOR IS SOLELY RESPONSIBLE FOR TRENCH SAFETY INCLUDING SHEETING AND SHORING
WHERE REQUIRED.
7. TRENCH BOTTOM SHALL NOT BE LESS THAN 12 INCHES NOR MORE THAN 16 INCHES WIDER THAN
THE OUTSIDE DIAMETER OF THE PIPE.
AUD DETAIL #36
TYPICAL TRENCH
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COMPACTBD
BACKFILL
I DIA. +8" MIN. I
.. 2 - 12" MAX. --
.
;".... "*
4" MIN./15" MAX
PLAIN OR
REINFORCED
CONCRE'IB
~ OF DIA. MIN.
COMPACTBD
BACKFILL
""" '"
CONCRE'IB CRADLE
4 MIN. PLAIN OR
IS" MAX. REINFORCED
CONCRB'lE
r
6"
COMPACI'BD
GRANULAR
MATBRIAL
24R MIN.
BEDDING MATBRIALS AS DBFlNBD BY ASCB
MANUAL OF PRACTICE NO. 60 - GRAVITY
SBWERDBSIGN AND CONSTRUCTION,AND
ASTM D2321
6"
BEDDING CLASSES FOR FLEXIBLE PIPE
GENERAL BEDDING AND BACKFILLING CONCEPTS DBVELOPBD FORFLBXIBLB SBWBRPIPE .
MAY ALSO DB APPLlBD TO RIGID PIPE. REFER TO ANSI AND ASTM SPECmCATIONS
NO. 57 STONE IS REQUIRED FOR BEDDING WITH PVC PIPE IN AUGUSTA - RICHMOND COUNTY.
CLASS 2 TRENCH BACKFILLED wrrH COURSE SAND AND
GRAVELS WITH MAX PARTICLE SIZE OF 1 ~R,
INCLUDING VARIOUSLY GRADED SANDS AND
GRAVELS CONTINUING SMALL PERCENTAGES
OF FINES, SOIL'IYPES GW, GP, SW, AND SP ARE
INCLUDED.
CLASS 3 TRENCH BACKFILLED wrrH FINE SAND AND
CLAYEY GRAVELS, INCLUDING FINE SNADS,
SAND-CLAY MlXTURES, AND GRAVEL-CLAY
MIXTURES. SOIL'IYPES GM, GC, SM, AND SC
ARE INCLUDED.
THIS 'IYPE MATERIAL IS TO BE USED WITH
APPROVAL OF THE AUGUSTA tmLlTlES
DEPARTMENT REPRESENTAnvE.
AUD DETAIL #37
BACKFILL CLASSES FOR PIPE INSTALLATION
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TOP SLAB AND WAILS OF PRECAST
REINFORCED CONCRETE 6" THINK MIN.
PROVIDE STRUCTIJRAL DESIGN ADEQUATE
FOR THE PARTICULAR INSTALLA'nON.
I"
IT
-I
i
"'\.l
UNDISTURBED SOn. OF
SUITABLE BEARING CAPACllY
.
co
<1
t
,..1
~~D~l~~
3000 PSI CON
<1
NO.4 REBAR - 4" ON CENTER
NOTES:
1. ANCHOR COlLARS REQUIRED ON PIPES 8w DIAMETER OR LARGER ON
SLOPES OF 20% OR GREATER.
2. TIE-BACXS PRODUCED BY AN APPROVED MANUFACTURER ARE AN
ACCEPl'ABLE ALTERNA'nVE TO ANCHOR COlLARS AS APPROVED BY AUD.
AUD DETAIL #38
ANCHOR DETAIL
NOT TO SCALE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FINISHED GRADE
USE RETAINER GLANDS
(TYPICAL AT PIPE ENDS)
It...,
USE SOCKET CLAMPS AND TIE RODS
wrrH SHORT RADIUS 1/8 BENDS
2'-oR :MINIMUM
USE MECHANICAL JOINT FnTINGS
(TYPICAL AT PIPE JOINTS)
AUD DETAIL #39
TYPICAL ANCHORAGE - VERTICAL CHANGES IN DIRECTION
NOT TO SCALE
General Notes
1. The Contractor is responsible for verifying the exact location, size and material of any
existing water or sewer facility proposed for connection or use by this project.
2. All construction of water and sanitary sewer lines shall be in accordance to Augusta
Utilities Department's Standards and Specifications.
3. Augusta Utilities Department shall be notified 24 hours prior to any construction, tie-
ins, or testing of water or sanitary sewer lines. (706-312-4132) Ifno answer leave
message.
4. Disturbance to any Survey Markers or Monuments requires re-establishment by a
licensed surveyor at the Contractor's expense.
5. Contractor shall contact the Utilities Protection Center "Call Before You Dig" service
in order to locate utilities prior to starting any excavation or construction. The
location of underground utilities are approximate as determined from existing
records.
6. The contractor shall coordinate the work ofthe utility companies.
7. The contractor shall verify all invert elevations (I.E) of all existing pipes before
beginning construction.
8. Any discrepancies, errors, or omissions discovered on the plans or in the
specifications should be noted on the contractor's proposal and does not relieve the
contractor of his responsibility to correct the same.
9. Clearing and grubbing shall be at the contractor's discretion, subject to AUD
approval, to facilitate construction.
10. All materials deemed salvageable by AUD are the property of Augusta, Georgia and
will be removed and stored on site in a secured area determined during construction
by the contractor, and Augusta Utilities Department.
11. All concrete shall be class "A" type and have a minimum 28 day strength of 3000 psi.
12. Exact locations bf proposed water and sewer mains shall be determined during
construction. Final placement shall be coordinated by the contractor and located in
such a manner as to not conflict with other utilities within the right-of-way or
easements.
13. The contractor and Utility Department representative shall have a copy of the
Augusta-Richmond County, Georgia-Rights of Way Encroachment Guidelines
Development Document #15, adopted June 1999, amended August 2000. The
requirements set forth in this document shall be adhered to at all times.
14. The Department of Public Works and Engineering shall be notified at least forty-eight
(48) hours in advance during regular working hours (8:30 AM to 5:00 PM, Monday-
Friday, excluding Augusta, Georgia holidays) before the commencement of any
construction activity within Augusta, Georgia right-of-way. D 1 (706)821-1706.
15. Traffic control devices shall meet and be installed in accordance with the manual on
uniform traffic control devices. Also, a traffic control/detour plan shall be submitted
to the city engineer for approval as noted in the Augusta-Richmond County, Georgia-
Rights of Way Encroachment Guidelines.
16. All road cuts shall be overlayed. Asphalt overlay shall be a minimum of 1 W' thick
compacted type "F" asphalt as specified in the Augusta-Richmond County, Georgia-
Rights of Way Encroachment Guidelines.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
17. The implementation of best management practices (BMP's) for erosion and sediment
control in accordance with the Manual for Erosion and Sediment Control in Georgia
shall be installed and maintained at all times.
18. All existing Augusta Richmond County road structures such as, storm manholes, inlet
boxes, etc., shall be maintained and or adjusted as is appropriate to ensure proper
utilization.
19. All asphalt roads disturbed during construction shall be overlaid the entire width of
the roadway.
20, Maximum sanitary sewer infiltration shall not exceed 100 GPD/inch of pipe diameter
per mile.
21. All tie-ins to existing manholes shall be cored. All manholes require "K or N Seal"
or equal rubber boots.
22. There shall be no connection to existing sanitary sewer lines until the proposed sewer
line is inspected and approved by the Augusta Utilities Engineering Department.
23. Sanitary sewer clean-outs shall be installed at all individual services as shown in
detail and installed as not to be under driveways.
24. Provide .1 foot drop across all sanitary sewer manholes.
25. Sewer force main shall be PVC C-900, class 200 or ductile iron pipe, and shall have
12 gauge wire attached along the top of the main, if pvc.
26. All water lines shall be class 200 PVC meeting A WW A C-900, unless otherwise
shown, or specified.
27. All water lines are to be, tested, chlorinated, and checked for bacteria in accordance
with AUD standards.
28. Copper Wire (12 gauge, Insulated) shall be attached along top of all buried PVC
water lines, wrapped around service corporations and stubbed up into all valve boxes
for locating purposes.
29. All water valves on the main lines, including hydrant laterals, shall be: open-left if
installed south of Gordon Highway (SR 10); or open-right if installed north Gordon
Highway.
30. The Contractor shall furnish and install an approved meter box (Rome type 10" x 19"
x 10" cast iron or approved equal) at the termination point of all water services and
maintained until such time as meter is installed.
31. All water meters shall be purchased from the August Utilities Department.
32. Any existing water meters which are extensions of an existing water main to be
abandoned, not shown on the plans but discovered during construction, shall be
removed and replaced and tied into the new water main and reconnected to the
existing water service and compensation shall be at the applicable unit price.
33. Water services shall have a minimum diameter of I".
34. All existing water services shall be extended and meter boxes relocated as required
beyond the limits of construction. The services shall be connected to the new water
main after said main has been sterilized, pressure tested and put into service.
35. New water meter services located on the opposite side of the roadway from the
proposed water main shall be "punched" through existing roadway.
36. All water mains shall be class 350 ductile iron with a minimum 150 psi rating, or
class 200 pvc meeting A WW A C900, unless otherwise specified or shown.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
37. Augusta Utilities Department shall be notified 24 hours prior to any water taps being
made.
38. Water mains installed under this contract shall have a minimum cover of 48 inches,
except where there is a conflict with existing or proposed structures. In the case of
such conflict, it shall be the responsibility of the contractor to verify and determine all
pertinent grades prior to installation. . The contractor shall insure that sufficient burial
depth of water mains and appurtenances is achieved to eliminate any grade or plan
conflicts.
39. Fire hydrants are to be located a minimum of one foot inside existing right-of-way.
* Last Revision Date 11/21/02
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I