HomeMy WebLinkAboutBRI UTILITY CONSTRUCTION FORT GORDON CONNECTIONS CONTRACT I
~ -li/g-g5/cL/
PROJECT MANUAL " ,',
/
Fort Gordon Connections, Contract 1
7 18" Water Main
Augusta 'Utilities Department
Project No. 10801
PREPARED FOR:
AUGUSTA-RICHMOND COUNTY COMMISSION
Deke S. Copenhaver, Mayor
fr-..,\
) .
Betty Beard District 1
Marion F. Williams - District 2
Joe Bowles - District 3
C. Keith Brown - District 4
Calvin Holland, Sr. - District 5
Andy Cheek - District 6
Jerry Brigham - District 7
Jimmy Smith District 8
J. R. Hatney - District 9
Don A. Grantham - District 10
N. Max Hicks, P.E. - AUD Director
Final Submittal
September 2006
PREPARED BY:
. 360 Bay Street, Suite 400/Augusta, Georgia 30901l706-261-4040/Fax 706-261-4042
SECTION & TITLE
PAGE NUMBERS
.
PROJECT MANUAL
FORT GORDON CONNECTIONS, CONTRACT 1
18" WATER MAIN
AUD Project No. 10801
AUGUSTA, GA
TABLE OF CONTENTS
DIVISION 1 - GENERAL REQUIREMENTS
.
00100 Advertisement for Bids........................................................................ 00100-1 thru 00100-2
00110 Instruction to Bidders.......................................................................... 00110-1 thru 00110-4
00120 Bid Proposal........................................................................................ 00120-1 thru 00120-4
00125 Form of Bid Bond................................................................................00125-1
00130 Notice of Award...................................................................................00130-1
00 135 Agreement........................................................................................... 00135~ 1 thru 00135-3
00140 Performance Bond..............................................................................00140-1 thru 00140-2
00145 Labor and Material Payment Bond.....................................................00145-1 thru 00145-3
00150 Certificate of Owner's Attorney........................................................... 00150-1
00155 Notice to Proceed................................................................................ 00155-1
00160 Affidavit of Payment of Claims ........................................................... 00160-1
00170 Certificate of Insurance....................................................................... 00170-1 thru 00170-2
01001 General Conditions (Articles 1 -17L................................................01001-1 thru 01001-52
01002 Supplementary Conditions.................................................................. 01002-1 thru 01002-9
01010 Summary of Work ....................... .... ............. .......... ............... .......... 01010-1 thru 01010-2
01200 Measurement and Payment............................................................... 01200-1 thru 01200-6
01710 Contract Closeout...................... ...... .... ........,........... .... ............... ..... 01710-1 thru 01710-3
01780 Closeout Submittals.. ..................................... ............... ............... ....01780-1 thru 01780-2
01785 Guaranty and Warranty................................................................... 0 1785-1 thru 01785-2
01800 Submittals............................................................................................ 0 1800-1 thru 01800-4
01800-A Submittal Transmittal Form ................................................................ 01800A-1
01800-B Product Data Transmittal Form.......................................................... 01800B-1
DIVISION 2 - SITE WORK
.
02200 Site Preparation................................................................................... 02200-1 thru 02200-4
02230 T opsoil................................................................................................. 02230-1 thru 02230-3
02300 Earthwork............................................................................................. 02300-1 thru 02300-16
02317 Trench Excavation and Backfill.......................................................... 02317-1 thru 02317-10
02370 Erosion and Sedimentation Control................................................... 02370-1 thru 02370-8
02445 Jack and Bore Crossings.................................................................... 02445-1 thru 02445-3
02510 Water Pipe and Fittings ........................................................,............. 02510-1 thru 02510-13
02511 Valves, Meters and Accessories........................................................ 02511-1 thru 02511-12
02532 Manholes and Covers.........................................................................02532-1 thru 02532-6
02720 Graded Aggregate Base Course........................................................ 02720-1 thru 02720-2
02775 Concrete Sidewalks, Curbs, and Gutters........................................... 02775-1 thru 02775-8
02820 Galvanized Chain-Link Fences and Gates........................................02820-1 thru 02820-4
TABLE OF CONTENTS Page 1 of 2
Page 2 of 2
02920 Lawns and Grassing ........................................................................... 02920-1 thru 02920-5
. DIVISION 3 - CONCRETE
03100
03200
03305
Concrete Forms and Accessories...................................................... 03100-1 thru 03100-12
Concrete Reinforcement..................................................................... 03200-1 thru 03200-7
Cast-In-Place Concrete (Linear)"....................................................... 03305-1 thru 03305-12
DIVISION 4 - 16 - Not Used
.
.
TABLE OF CONTENTS
~-30-2006 17:10
ARC PURCHASING
~
~;:oe(~lt Qtr~ent
Bui: ~fNtl. (?/ey,U, ~~
ADDENDUM
TO:
All Bidders
FROM:
Geri A. Sams
DATE: ~
October 30.2006
SUBJ:
ADDENDUM #1 '
BID ITEM #06-188 Fort Gordon Gate One Connection for Augusta
Utilities Department
BID DUE Thursday, November 2, 2006 @ 3:00 p.m.
Please note the following change to your bid package:
.
Please acknowledge receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 821-2422.
cc:
Tameka Allen
Max Hicks
Wes Bync
Jim Rush
Yvonne Gentry
lntel'im Depuly AdminisU'8lor
Director, Utilities Oeparunent
Utilities DeparLment
CH2M Hill
DB E Coordinator
.
Room 605 - 530 Greene Street, Augusta, Georgia 30911
(706) 821.2422 - Fax (?06) B2.1-2811
www.aulpl!ltae8.gov
R.egister at ~.dlltn""datA1',rom l'It\l~DHer for lIutomatic bid notification
P.02/12
A-I.
.
Bidders on this Project are hereby notified that this Addendum shall be attached to and made part
of the above-named Bid Package, dated September 2006.
The following items are issued to add to, modifY, and clarifY the Bidding and Contract
Documents. These items shall have full force and effect as the Bidding and Contract Documents,
and costs involved shall be included in the bid prices. Bids to be submitted by the specified bid
due date shall conform to the additions and revisions listed herein.
Acknowledge receipt of this addendum by inserting its number and date on page 00120-2 of the
Proposal and returning it with your bid.
SPECIFICATIONS
Section 00120 - Bid Proposal:
Item No.1: Replace Section 00120 with the new Section 00120 provided as Attachment
No. 1. Changes include:
1. Addition of page 00120-2
2. Change in estimated quantity in Item No. W-2G
3. Deletion ofItems No. W-2J, W-3I, W-3J, and W-25
4. Change in estimated quantity in Items No. W-3G
5. Addition ofline item W-33.
.
Section 01200 - Measurement and Payment:
Item No.2: Paragraph 1.05.A: Add the following after the last paragraph on page
01200-4:
ITEM W-33 - Steel Casing line items shall be measured in linear feet and shall
include costs for casing piping, installation, blasting, asphalt cutting, gaskets, end
seals and normal backfill. No additional payment shall be made for these items.
DRAWINGS
Sheet C04:
Item No.3: Reference Detail No.1 - Delete the 50' of restrained joint, 30" 45 deg. bend,
30" x 30" Tee, 30" x 18" Reducer, and 30" Butterfly Valve. Revise the note leading from
the 18" gate valve to read:
Excavate existing 18" water main and tie-in proposed 18" water main to existing
18" valve.
Item No.4: Change the proposed 30" water main from Station O+OOto 10+20 to 18"
water main.
.
A-2
.
Item No.5: Change the 670' of restrained joint to 410' of restrained joint. Restrained
joint shall start at Station 10+75.
Item No.6: Delete Detail 2 in its entirety.
Sheet C05:
Item No.7: Add Stream Diversion Channel (Dc) at the Butler Creek crossing.
Sheet C13:
Item No.8: Add the stream diversion channel details enclosed as Attachments No.2
through 4, inclusive.
.
.
.
.
flL.tC[
R1P~
AT
'JR&.HsmaH
i:RClHAL
S1'RtAM -
&EO
:..,
\'f16
R,<M eMasER . . .
. lRPRAP. SANDBACS.
. PLrWOOO. JERSEY .
.BMAlERS OR SHEET
PIlING)
F'I..AC! laPltY
Al 1RANS1lION
Stream Diversion Channel (perspective view)
Attachment 2
I~
..
~I
...
SLT FENCE
POST
.
TYPE A orVERStO'N
POllETtM.ENE (5 t.nL "IN..)
OR ,
GR1SS LNER
TYPE 8 DIVERSION
RIFIW" F'LTER CLOTH
.
I~
.
-I
TYPE C D~VERSION
ROCK DR !WI>IWJ UNER
I~
.
~II
· .. MIHltlUII OR WIDTH ClF EXISTlNO STJltAW 'WHICHtvtR IS LESS
.. ENiRDICH SILT f'ENt:r ANO FJ1.1tR CL~1H IN SANE TRtNaf
Stream Diversion Channel Linings
.
Attachment 3
.
~
o
li= .....
>,C
a> a>
> C
C 0
o E
o L.
a>
oel.
.....
o
'0
a> a>
1)~-o
::J ~ a>
L. .....
1i)a>o
C ~ 2
OUl.....
o Ul
C C
-00
~:;;o
COOl
o 2 C
.c: ..... .-
OUla>
>,c.c
L.OUl
o 0._
L.
o 0 a>
el. L.
E'O ::J
a>c1)
.....::J::J
o L.
<(L......
o Ul
E
a>
.....
Ul
>,
(/)
E-
a> 0
.....L...
en.....
>,C
(/)0
()
01.....
.~ C
-oQ)
o E
() .-
'0
E Q)
L...(/)
.E'O
.- C
C 0
:)
o c
._ 0
01'-
L... en
o e
Q)W
e"
'-
o
(/)
.
\
\
\
\
\
\
\
\
\
L...
o
lL..
c
o
'00
L.
a>-
> a>
.- c
Oc
c
E.c:
cU
a>
L.
.....
(/)
.1
o
I \!V
v
+'
c:
Q)
E
.r:.
o
o
+'
+'
<(
ADVERTISEMENT FOR BIDS
00100-1.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
SECTION 00100 - ADVERTISEMENT FOR BIDS
Sealed bids for construction of wastewater system improvements at Augusta, Georgia,
hereinafter referred to by project name as:
Bid Item #
Fort Gordon Connections, Contract 1 - 18" Water Main
Augusta, Georgia
will be received by the Augusta-Richmond County Commission, hereinafter referred to as
the OWNER at the office of the Director of Purchasing, Room 605, Municipal Building
until (a.m.)(p.m.),on ,200_, at which time all bids will be publicly
opened and read in the presence of those interested.
The work to be done consists of the following generally described items:
Approximately 9,100 LF of 18-inch DIP water main to be constructed from Gordon
Hwy to the Fort Gordon Water Treatment Plant.
Plans and specifications are open for public inspection at the Augusta-Richmond County
Purchasing Dept., Room 605 Municipal Building, Augusta, Georgia; and at the following
locations:
.
Digital Blueprint/Dodge Room
Augusta, Georgia
Augusta Builders Exchange
Augusta, Georgia
Copies of Contract Documents may be obtained at the Augusta-Richmond County
Purchasing Department upon a depositof $50.00 for each set (non-refundable).
Bids shall be enclosed in a sealed envelope and addressed as follows:
AUGUSTA-RICHMOND COUNTY COMMISSION
c/o Director of Purchasing
530 Greene Street
Room 605 - Municipal Building
Augusta, Georgia 30911
Mark the outside of the envelope as follows:
Bid Item #
Industrial (CN) Wastewater Force Main
.
Bids must be accompanied by a Bid Bond secured by a surety company, certified check,
or cashier's check in an amount equal to at least 10% ofthe amount of the bid. A contract
performance and payment bond each in the amount of 100% of the contract amount will
be required of the successful bidder.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
J 200_
,200_
.
The Augusta-Richmond County Commission reserves the right to reject any and all bids
and to waive any informalities in the bidding.
It is the wish of the Owner that minority businesses be given the opportunity to bid on the
various parts of the work. This desire on the part of the Owner is not intended to restrict or
limit competitive bidding or to increase the cost of the work. The Owner supports a
healthy free market system that seeks to include responsible businesses and provide
ample opportunity for business growth and development.
Geri Sams, Director of Purchasing
Publish:
Augusta Chronicle
Metro Courier
.
.
ADVERTISEMENT FOR BIDS
00100-2
INSTRUCTION TO BIDDERS
00110-1
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
SECTION 00110 - INSTRUCTION TO BIDDERS
1.01 GENERAL:
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.
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.
1.02 EXAMINATION OF WORK:
.
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.
1.03 ADDENDA AND INTERPRETATIONS:
. No interpretation of the meaning of plans, specifications or other prebid
documents will be made to any bidder orally.
Every request for such interpretation should be in writing addressed to the'.
. Director of Utilities, and to be given consideration must be received at least
five days prior to the date fixed for the opening of bids. Any and all such
interpretations and any supplemental instructions will be in the form of written
addenda to the specifications which, if issued, will be sent by certified mail
with return receipt requested to all prospective bidders (at the respective
addresses furnished for such purposes), not later than three days prior to the
date fixed for the opening of bids. Failure of any bidder to receive any such
addendum or interpretation shall not relieve such bidder from any obligation
under his bid as submitted. All addenda so issued shall become part of the
Contract Documents.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
1.04 PREPARATION OF BIDS:
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.
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
quot~tions on all items are not required, bidders shall insert the words "no bid"
where appropriate.
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already
submitted will be allowed if submitted by telegraph prior to the time fixed in the
Invitation for Bids. Modifications shall be submitted as such, and shall not
reveal the total amount of either the original or revised bids.
.
Bids by wholly owned proprietorships or partnerships will be signed by all
owners. Bids of corporations will be signed by an officer of the firm and his
signature attested by the secretary thereof who will affix the corporate seal to
the proposal.
NOTE: A 10% Bid Bond is required in all cases.
1.05 BASIS OF AWARD:
The bids will be compared on the basis of unit prices, as extended, which will
include and cover the furnishing of all material and the performance of all
labor requisite or proper, and completing of all the work called for under the
accompanying contract, and in the manner set forth and described in the
specifications.
Where estimated quantities are included in certain items of the proposal, they
are for the purpose of comparing bids. While they are believed to be close
approximations, they are not guaranteed. It is the responsibility of the
Contractor to check all items of construction. In case of error in extension of
prices in a proposal, unit bid prices shall govern.
1.06 BIDDER'S QUALIFICATIONS:
.
No proposal will be received from any bidder unless he can present
satisfactory evidence that he is skilled in work of a similar nature to' that
covered by the contract and has sufficient assets to meet all obligations to be
incurred in carrying out the work. He shall submit with his proposal, sealed in a
INSTRUCTION TO BIDDERS
00110-2
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
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 nece~sary 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.
1.07 PERFORMANCE BOND:
.
At the time of entering into the contract, the Contractor shall give bond to the
Owner for the use of the Owner and all persons doing work or furnishing skill,
tools, machinery or materials under or for the purpose of such contract,
conditional for the payment as they become due, of all just claims for such
work, tools, machinery, skill and terms, for saving the Owner harmless from all
cost and charges that may accrue on account of the doing of the work
specified, and for compliance with the laws pertaining thereto. Said bond shall
be for the amount of the contract satisfactory to the Owner and authorized by
law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof a certified
and effectively dated copy of the power of attomey.
1.08 REJECTION OF BIDS:
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.
1.09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS
SUPPORT:
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.
.
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
INSTRUCTION TO BIDDERS
00110-3
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
awarded to a minority and economically disadvantaged firm or a firm that has
included such firms as subcontractors on this project.
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.
END OF SECTION 00110
.
.
INSTRUCTION TO BIDDERS
00110-4
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 00120 - BID PROPOSAL
AUGUSTA COMMISSION
MUNICIPAL BUILDING
AUGUSTA, GEORGIA 30911
PROJECT TITLE:
FORT GORDON CONNECTIONS, CONTRACT 1
18" WATER MAIN
AUGUSTA, GEORGIA
BID ITEM NO.: 06-188
Gentlemen:
The undersigned Bidder, herein referred to as singular and masculine, declares the following:
1. The only parties interested in the proposal as principals are named herein;
2. He has carefully examined and fully understands the contract documents, including the
drawings and specifications;
3. He understands that information relative to existing structures and underground utilities as
furnished to him on the drawings, Contract Documents or by the Augusta Utilities
Engineer/Director, carries no guarantee expressed or implied as to its completeness or
accuracy and he has made due allowances therefore;
4. He has made a personal examination of the site of the proposed work and has satisfied
himself as to the actual conditions and requirements of the work;
5. He agrees to hold the Owner harmless for accidents or damages to property;
6. He will comply with all State and Federal regulations pertaining to but not limited to
asbestos containing material removal and disposal, regulations regarding disposal of all
debris and OSHA requirements;
7. He will complete the work in a timely manner. The required time of completion is indicated
in the Bid Proposal Form;
8. He will maintain the site as clean as possible by not allowing debris to accumulate before
making trips to his disposal site. Materials sold for salvage shall not be accumulated on
the project site;
9. He will not burn any materials on site without written approval from proper authorities;
and hereby proposes and agrees to furnish all materials, labor, skill, equipment, tools, and other
things of every kind and description specified, needed or used for the complete execution of all
work covered by and in conformity with the Plans, specifications, and other Contract Documents
prepared by Stevenson & Palmer Enaineerina, Inc. and all Amendments and Addenda thereto, for
the sums hereinafter stated. .
BID PROPOSAL
00120-1
U'-1 -to-"c:.Uc.JU oL"""w_,-,
.
saP Project No. 0124-084l1A
Fort Gordon 18" II\IatBr Main
Augusta utlillee Project No. 10801
DATE: 11/01/06
Gentlemen:
In compliance with your invitation for bids, the undersigned hereby proposes to furnish alf
labor, equipment and materialS, and perform all work for the project referred to heroin as:
FORT GORDON CONNECTIONS, CONTRACT 1
18" WATER MAIN
in strict a~rdance with the Contract Documents and in consideration of the amounts shown on
the bid schedule attached nereto and totaling:
dred ninet -nin~ thousand 1 three hundred seventy
and
/100 dolla~ ( 9991 370.10.
10
).
.
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 wUl
provide the bond or guarantees required by the contract documents.
The Undersigned hereby agrees that, if awarded the contract. he Will commence the work
within Ten (10) calendar days after the date of written notice to proceed, and 1hat he will complete
' the work within one-hundred twenty (120) calendar days after the date of such notice.
The undersigned acknowledges receipt of the follOwing addenda:
Addendum No. Addendum Date
1 -. 10/l0/06
Enclosed is a bid guarantee consisting of a bid bond
amount of 1 ()~ of amount bid
in the
Respectfully Submitted,
::~e~
M:rrk C. Brooks 1 Secretary
~IU TIt; 1 i ty Construction 1 Inc.
Finn
305 Petty Rd'l Suite C, Lawrencevi11el
Address' ;J. A
BY:~~ -f. ~4/
I
TITLE: President
BID PROPOSAl
.
00120~2
GA 300~3
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SCHEDULE OF UNIT PRICES:
W-2G
W-3G
W-5
W-6
W-7
W-8
W-10G
W-17
.
W-21
W-22
W-23
W-25
W-26
W-27
W-28
W-29
W-30
WATER MAIN
18" diameter ductile iron water transmission main
Class 250, standard 'oint
18" diameter ductile iron water transmission main
Class 250, restrained 'oint
Select backfill, GA DOT Type I, Class I & II
Sand/Cia Measured b in- lace volume
Miscellaneous pipe fittings and connections
6" Diameter Transition Couplings
Fire hydrant, installed complete with valve, lead pipe,
'oint restraint, and blockin
18" in-line gate valve, including valve box, installed,
com lete, 0 en ri ht/left
Polyethylene wrap of ductile iron water main
Miscellaneous Class A Concrete
Base Reinforcement Fabric
Work in Detail 1 (Connecting 18" DIP to existing 18"
water main includin 18" ate valve
Work in Detail 3 (Connecting 18" DIP to existing 6"
fire line) including 18" gate valve, 6" gate valve, 18" x
6" tee and sleeve
Work in Detail 4 (Connecting 18" DIP to existing 20"
water main) including 18" gate valve, 20" gate valve,
20" x 18" reducer, 18" x 18" tee, and 20" x 20" tapping
sleeve
AC or VC Main Crossing
Encase Existing Pipeline
Remove and Replace 18" CMP
18" Turbine Meter in Vault IN! bypass
BID PROPOSAL
7518
1635
1000
6000
1
6
1
150
100
350
1
1
1
1
4
20
1
LF
LF
CY
LBS
EA
EA
EA
LF
CY
SY
LS
LS
LS
EA
EA
LF
EA
49.20
98.00
12.00
6.30
1,200.00
3,870.00
9,500.00
4.00
95.00
9.75
14,500.00
16,838.00
33,625.00
3,850.00
1,500.00
75.00
42,000.00
369,885.60
160,230.00
12,000.00
37,800.00
1,200.00
23,220.00
9,500.00
600.00
9,500.00
3,412.50
14,500.00
16,838.00
33,625.00
3,850.00
6,000.00
1,500.00
42,000.00
00120-3
.
BID PROPOSAL
00120-4
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
Lump Sum Construction
· Mobilization, Demobilization
· Bonds, Insurance
· Gabion Retaining Walls
· Remove and reset fences, All types
· Remove and reset gates, All types
· Remove and reset storm sewer, lengths & sizes vary
· Remove and reconnect water services, complete
· Reconnect sanitary sewer services
· Remove and reset signs, Type varies
· Remove and reset water sprinkler systems, complete
· Remove and reset water valve and/or meters, size varies
· Remove and reset yard lamps, Type varies
· Remove and reset mailboxes, Type varies
· Erosion and sediment control (grassing, construction exits, rip-rap, misc. erosion control structures)
· Silt fence, Type "A"
. Silt fence, Type "B"
. Silt fence, Type "e"
· Traffic control
· Miscellaneous grading
· Permanent grassing
· Raise manholes and valves boxes to grade
NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO
THE TECHNICAL SPECIFICATIONS.
BID PROPOSAL
00120-5
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
SECTION 00125 - FORM OF BID BOND
KNOW ALL MEN BY THESE PRESENTS. that we, the undersigned,
, as Principal, and , as Surety, are held
firmly bound unto Augusta-Richmond County Commission, as Owner, in the penal sum of:
DOLLARS ($ ), for the payment of
which, well and truly to be made, we hereby jointly arid severally bind ourselves, our heirs,
executors, administrators, successors and assigns.
Signed, this
day of
,20_.
The condition of this obligation is such that whereas the Principal has submitted to Augusta-
Richmond County Commission, a certain Bid, attached hereto and hereby made a part hereof
to enter into a contract in writing for the construction of
NOW, THEREFOR,
(a) If said Bid shall be rejected, or in the alternate,
(b)
If said Bid shall be accepted and the Principal shall execute and deliver a contract in the
Form of Contract attached hereto (properly completed in accordance with said Bid) and
shall furnish a bond for his faithful performance of said contract, and for the payment of
all persons performing labor or furnishing materials in connection therewith, and shall in
all other respects perform the agreement created by the acceptance of said Bid, then
this obligation shall be void, otherwise the same shall remain in force and effect; it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this obligation herein stated.
.
The Surety, for value received, hereby stipulates and agrees that the obligations of said surety
and its Bond shall be in no way impaired or affected by any extension of time within which the
Owner may accept such Bid; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set these hands and
seals, and such of them as are corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers, the day and year first set forth
above. '
L.S.
(Principal)
(Surety)
(Attorney in Fact)
SEAL
.
FORM OF BID BOND
00125-1
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
SECTION 00130 - NOTICE OF AWARD
TO:
PROJECT DESCRIPTION: FORT GORDON CONNECTIONS, CONTRACT 1
18" WATER MAIN
AUGUSTA-RICHMOND COUNTY, GEORGIA
The Owner has considered the Bid submitted by you for the above described WORK in response
to its Advertisement for Bids dated ,20_ and Information for Bidders.
You are hereby notified that you BID has been accepted for items in the amount of
$
You have agreed in your Proposal to execute the Agreement and furnish the required Contractor's
Performance and Payment Bond within ten (10) calendar days from the date of this Notice to you.
It you fail tom execute said Agreement and furnish said Bonds within ten (10) days from the date
of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S
acceptance of your Bid as abandoned and as forfeiture of your Bid Bond. The Owner will be
entitled to such other rights as may be granted by law.
.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the Owner.
Dated this
day of
,20_.
BY:
Title:
Acceptance of Notice
Receipt of the above Notice of Acceptance of the Bid Proposal is hereby acknowledged on this
day of ,20_.
BY:
Title
.
NOTICE OF AWARD
00130-1
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
SECTION 00135 - AGREEMENT
THIS AGREEMENT, made on the 22nd day of December ,20 06 , by and between
AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY
COMMISSION, party of the first part, hereinafter called the OWNER, and
, party .of the second part, hereinafter called the CONTRACTOR.
WITNESSETH: that the Contractor and the Owner, for the considerations hereinafter named,
agree as follows:
ARTICLE I - SCOPE OF WORK:
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor
necessary, and to perform all of the work shown on the plans and described in the specifications
for the project entitled:
Fort Gordon Connections, Contract 1 .~ 18" Water Main
Augusta-Richmond County, Georgia.
and in accordance with the requirements and provisions of the Contract Documents as defined
in the General and Special Conditions hereto attached, which are hereby made a part of this
agreement.
. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES:
The work to be performed under this Contract shall be commenced within 10 calendar days after
the date of written notice by the Owner or the Contractor to proceed. All work shall be, completed
within 180 calendar days with all such extensions of time as are provided for in the General
Conditions..
It is hereby understood and mutually agreed, by and between the Contractor and the Owner,
that the date of beginning, rate of progress and the time' for completion of the work to be done
hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall
be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will 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 herein
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 WORK
WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of
the consideration for the awarding of this contract, to pay the Owner the sum of Three Thousand
Six Hundred Fifty ($3,650.00) 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.
.
AGREEMENT
00135-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
The said amount is fixed and agreed upon by and between the Contractor and the Owner
because of the impracticability and extreme difficulty of fixing and ascertaining the actual
damages the Owner would, in such event, sustain, and said amounts shall be retained from time
to time by the Owner from current periodical estimates.
It is further agreed that time. is of the essence of each and every portion of this Contract and the
specifications wherein a definite portion and certain length of time is fixed for the additional time
is allowed for the completion of any work, the new time limit fixed by extension shall be the
essence of this contract.
ARTICLE 11I- PAYMENT:
(A) The Contract Sum
The Owner shall pay to the contractor for the performance of the Contract the amount as
stated in the Proposal and Schedule of Items. No variations shall be made in the amount
except as set forth in the specifications attached hereto.
(B) Progress Payment
On no later than the fifth day of every month, the Contractor shall submit to the Owner's
Engineer an estimate covering the percentage of the total amount of the Contract which has
been completed from the start of the job up to and including the last working day of the
preceding month, together with such supporting evidence as may be required by the Owner
and/or the Engineer. This estimate shall include only the quantities in place and at the unit
prices as set forth in the Bid Schedule.
On the vendor run following approval of the invoice for payment, the Owner shall after
deducting previous payments made, pay to the Contractor 90% of the amount of the
estimate on units accepted in place. The 10% retained percentage may be held by the
Owner until the final completion and acceptance of all work under the Contract.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT:
(A) Upon receipt of written notice that the work is ready for final inspection acceptance, the
Engineer shall within 10 days made such inspection, and when he finds the work acceptable
under the Contract and the Contract fully performed, he will promptly issue a final certificate,
, over his own signature, stating that the work required by this Contract has been completed
and is accepted by him under the terms and conditions thereof, and the entire balance
found to ,be due the Contractor, including the retained percentage, shall be paid to 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
Engineer 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.
AGREEMENT
00135-2
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
(C) The making and acceptance of the final payment shall constitute a waiver of all claims by
the Owner, other than those arising from unsettled liens, from faulty work appearing within
12 months after 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 Engineer, so certifies, the Owner shall
upon certification of the Engineer, 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 goveming final payment, except
that it shall not constitute a waiver of claims.
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.~;
:'\"; . .
.,r' _ ~... -'';- ...
., <
~
_ AUGU~Tn:EORGIA
~f1(sy: U;4.(j-
/U..,t As its Mayor .
(SEAL) : :; : ~
· 7!ft~.<1 )
-R . 111~
Witnes~ W .
(SEAL)
CONTRACTOR: '&.1:. 0lJ:~ ~o&-~-k~.J}J..c.
BY:,J-~~-j, '{t, ifJ IJ Li.d
As its r, -~ilp,
ATTEST: ~JJJ-
~Ma1 ~ ;e~
SecretarY M
(b~cfqCL ~
Witness
Address: ?os Pd-kj ~J SL,:.le,e-
L~~~"h_ f tJ<'/1e, ~. 3co~i3_
- ,
: ,
.! ./
, /
--
~
...... -...,
:: - ."
~, ~.,. 1"
_. ,--; ....
,.;,,' '~
_.... ':.i:.:-
--
'",. -{, ~...' :....:...
" ... , t' -.
.2 "r,;::":" ,,-.
.....~
'<0,;'"' :-
.
'/"'. .
AGREEMENT
00135-3
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 00140 - PERFORMANCE BOND
Bond No. S-712074
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE
OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That BRI Utilitv Construction. Inc. as Principal, hereinafter called
Contractor, and Old Dominion Insurance Companv , a corporation organized
an existing under the laws of the State of Florida , with its principal office inn the
City of Jacksonville , State of Florida , as Surety, hereinafter called
Surety, are held and firmly bound unto Augusta-Richmond County Commission, as
Obligee hereinafter called Owner, in the penal amount Nine hundred ninety nine thousand three
h,mtlTPrl sevent,v & 101100------ Dollars ($ 999.370.10 ) for the payment whereof
Contractor and Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents for the faithful performance of
a certain written agreement.
WHEREAS, Contractor has by said written agreement dated Dec. 22, 2006 entered into
a contract with the Owner for Fort Gordon Connections. Contract 1 - 18" Water Main
, in
accordance with the drawings and specifications issued by Stevenson & Palmer
Engineering, Inc., which contract is by reference made a part hereof, and is hereinafter
referred to as the Contract.
NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall
promptly faithfully perform the Contract, then this obligation shall be null and void;
otherwise it shall remain in .full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
Whenever the Contractor shall be, and declared by the Owner to be in default under the
Contract, the Owner having performed the Owner's obligations thereunder, the Surety
may promptly remedy the default, or shall promptly:
1. Complete the Contract in accordance with the terms and conditions, or
2.
Obtain a bid or bids for completing the Contract in accordance with the terms and'
conditions, and upon determination by Surety of the lowest responsible bidder, or, if
the Owner elects, upon determination by the Owner and Surety jointly of the lowest
responsible bidder, arrange for a contract between such bidder and Owner, and
make available as Work progresses (even though there should be a default or a
succession of defaults under the Contract or contracts of completion arranged
under this paragraph) sufficient funds to pay the cost of completion less the balance.
of the contract price; but not exceeding, including other costs and damages for
PERFORMANCE BOND
00140-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
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 the Owner
to the Contractor.
Any suit under this bond must be instituted before the expiration of two (2) years from the
date on which the final payment under the Contract falls due. .
No right of action shall accrue on this bond to orfor the use of any persons or corporation
other than the Owner named herein or the heirs, executors, administrators or successors
of the Owner.
Signed and sealed this
day of
December
20~.
22nd
W~ness taAAcfbLR < ~cuV-
Attest~M) SeUL~
BRI Utility Construction, Inc.
Contractor
(Seal)
(Seal)
(Seal)
Old Dominion Insurance Company
Surety
rl Lrn
(Title)
L. Conrad Murphy, Attorney-In
Note: Date of Bond must be prior to date of Contract. If Contractor is partnership, ~!1 (-<,
partners should execute bond.
';
"
/
'..../:'~
::
o '
., ~ ~~ ---'''\ ::
--.:.!!
~
" f
\ '
. "
',. ;J
- - -
~ ~
;
, .
~,~~ -' . ,--,./
;:,..;: /;
'!
.I
PERFORMANCE BOND
00140-2
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No.1 0801
SECTION 00145 - LABOR AND MATERIAL PAYMENT BOND
Bond No. 5-712074
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE
OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That BRI Utility Construction, Inc. , as Principal, hereinafter called
Contractor and Old Dominion Insurance Comoanv , a corporation organized and
existing under the laws of the State of Florida , with its principal office in the City
of Jacksonville , State of Florida , as Surety, hereinafter called
Surety, are held and firmly bound unto Augusta-Richmond County Commission, as
Obligee, hereinafter called the Owner, for the use and benefit of claimants as herein
below defined in the amount of Nine hundred ninety nine thousan hundred pollars
($ 999.370.10 ) for the payment whereof Con rac or an urety bind themselves,
their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the Contractor has by written agreement datedDec. 22, 2006 entered into a
contract with Owner for construction of Fort Gordon Connections. Contract 1 - 18"
Water Main in accordance with
drawings and specifications issued by Stevenson & Palmer Engineering, Inc., which
contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall
promptly make payment to all claimants as hereinafter defined, for all labor and materials
used or as reasonably required to use in the performance of the Contract, then this
obligation shall be null and void; otherwise it shall remain in full force and effect, subject,
however, to the following conditions:
1 . A claimant is defined as one having a direct contract with the Contractor or with a '
subcontractor for labor, material, or both, used or reasonably required for use in the
performance of the Contract, labor and material being construed as to include that
part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of
equipment directly applicable to the Contract..
2. The above named Contractor and Surety hereby jointly and severally agree with the
Owner that every claimant as herein defined, who has not been paid in full before
the expiration of a period of ninety days after the day on which the last of such
claimant's work or labor was done or performed, or materials was furnished by such
claimant, may sue 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 costs or
expenses of any such suit.
3.
No suit or action shall be commenced hereunder by any claimant,
LABOR AND MATERIAL PAYMENT BOND
00145-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
(a) Unless claimant, other than one having direct contact with the Contractor,
shall have given, written notice to any two of the following: The Contractor, the
Owner, or the Surety above named, within ninety (90) days after such claimant
did or performed the last of the work or labor, or furnished the last of the
materials for which said claim is made, stating' with substantial accuracy the
amount claimed and the name of the party to whom the materials were
furnished, or for whom the work or labor was done or performed. Such notice
shall be served by mailing the same by registered mail or certified mail,
postage prepaid, in an envelope addressed to the Contractor, Owner or
Surety, at any place where an office regularly maintained for the transaction of
business, or served in any manner in which legal process may be served in
the state in which the aforesaid project is located, save that such service need
not be made by a public officer.
(b) After the expiration of one (1) year following the date on which Contractor
ceased work on said Contract, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law controlling the
construction hereof, such limitation shall be deemed to be amended so as to
be equal to the minimum period of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in and for the county or
other political subdivision of the state in which the project, or any part thereof,
is situated, or in the United States District Court for the district in which the
project, or any part thereof, is situated, and not elsewhere.
4. The amount of this bond shall be reduced by and to the extent of any payment or
payments made in good faith hereunder, inclusive of the payment by Surety of
mechanic's liens which may be filed of record against said improvement, whether or
not claim for the amount of such lien be presented under and against this bond.
Signed and sealed this 22nd
w~nessaadaCL/ L
Attest ~eena.IJ
day of
December
20~.
(Seal)
BRI Utility Construction. Inc.
Contractor
~ /U/ri( IhAIJ j, J/ (Seal)
(Title) I InStil ~t
Witness c~ ~ 4. ~ Old Dominion Insurance CoIllDaDV (S~al)' , '
, ~' , Surety.
Whs _. _ -t hlY.Lm~~s~I)-" i -
, ' \ C ,'~ (Title) ~, ", '
- L,.' ConracHfurpby, Attorney-In-Fact /
I '''1'
'/-::-
'(.
;:
-
,
. : : \: ; "
, ,
'" (( '\
:--
LABOR AND MATERIAL PAYMENT BOND -:.
00145-2
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
Note: Date of Bond must be prior to date of Contract. If Contractor is partnership, all
partners should execute bond.
. LABOR AND MATERIAL PAYMENT BOND
00145-3
~ OLD DOMINION
~ INSURANCE COMPANY
A member of The Main Street America Group POWER OF ATTORNEY
&W ALL MEN BY THESE PRESENTS: That Old Dominion Insurance Company, a Florida corporation having its principal
office in the City of Jacksonville, State of Florida, pursuant to Article XII Section 2 of the By-Laws of said Company, to wit:
"Article XII Section 2: The board of directors, the president, any vice president, secretary, or the treasurer shall have the
power and authority to appoint attorneys-in-fact and to authorize them to execute on behalf of the company and affix the
seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond,
recognizance or conditional undertaking and to remove any such attorneys-in-fact at any time and revoke the power and
authority given to them."
does hereby make, constitute and appoint Andrew E Jones, Darlene H Messman, L Conrad Murphy--------------
is hereby appointed and authorized as a true and lawful attorney-in-fact to make, execute, seal and deliver f~,~d on behalf
as its act and deed bonds, undertakings, recognizances, contracts of indemnity or other writings Obligato~~~ture of
a bond subject to the following limitation: ~~@
No one bond to exceed Five Million DOllarS($5,OOO'ieOO'O 0
and to bond Old Dominion Insurance Company thereby as fully and to the same extent as if s tents were signed by
the duly authorized officers of Old Dominion Insurance Company and all the acts of sairraa~ 'n-fact are hereby
satisfied and confirmed. y ~
-=~ ~
This power of attorney is signed and sealed by facsimile under and by the~~ of ~~owing resolution adopted by the
Directors of Old Dominion Insurance Company. @'& ~ <<~(Q)~
RESOLVED, that the signatures and attestations of such O~fi e ~~!i&(~\the Company may be affixed to any such
power of Attorney by facsimile, and any such Power of At earin ;>c~simile signatures or facsimile seal shall be
valid and binding upon the Company when so affix~~ spec~ an bond, or other contract of indemnity or writing
obligatory in the nature thereof. () ~ ~ ()~~ <lI .
.,TNESS WHEREOF, Old Dominion I~SUijl ~~nY h ~ed these presents to be signed by its authorized representative
and its corporate seal to be hereto affixed this 1 sl Marc HIS APPOINTMENT SHALL CEASE AND ~~11i
AUTOMA T1CALL Y AS OF DECEMBER OOt.J11if! ooner revoked as provided. ~~O.~.~~~lI~
~~ rP~ ~ #~..~ORPd~.~.~%
.. ~v ~~~ ' ~ ~9~" 8r;AI"'~~~~
Old DOmInIOn Insurance a rf ~ By: ~ 0 ~ c:.1v... EO E
~ Brian J Beggs, Vice President ~ ....1: 'fI8, .... f ~
State of New Hampshir~C of Cheshire ~ ....!?R'DP-:......#'.~
On this 1 sl day of March, 2006, before the subscriber a Notary Public of the State of New Hampshire in and for th~'"'''' ~
County of Cheshire, duly commissioned and qualified, came Brian J Beggs of the Old Dominion Insurance Company, '111111111"'l\\\""'"
to me personally known to be the representative described herein, and who executed the preceding instrument, and he acknowledged the
execution of same, and being by me fully sworn, deposed and said that he is a Vice President of said Company, aforesaid: that the seal
affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature as officer
were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article ~\"llIU"'111
of the By-Laws of said Company is now in force. ~,,~"w. tJ\. Fa;:"".
~ ~~~........~.. rT~ ~
~~ .,.- #....~~
IN WITNESS WHEREOF, I have hereunto set my hand and affixed by official seal at Keene, New Hampshire ~~l~OTARy\:;;.>" ~
p ':111W E: _e- ': E
ISI day of March, 2006. ~ ~ \ p c j g
Notary Public ~ .... UB\..\ .,~ ~ ~
My Commission Expires: 3-19-200~!,~~... ...... ~ #
I, William C. McKenna, Corporate Secretary of Old Dominion Insurance Company, do hereby certify that the above ~;~ l.iA.M'(JS~",~
foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in force and effect. :fllllllllm,,\\\\\\"
..,.., ......~........
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 22nd day cM""~ \tJSUit"" .....
~ ~~ .,').0 ...........-S-" ".
r ,~. '_ ! ~:..~~'Oit.(;....1' ____"
.~ : ~ . ~ t' '. ,-' ':
Corporate Secretary F g f SEA l ': ~ :
brittonc ~ 00 ~ 1981 : ;: ~
WARNING - Any unauthorized reproduction or alteration of this document is prohibited. This power is~~'\.!~~s se~ls..aEf}.!
readable and the certification seal at the bottom is embossed. The diagonal imprint, warning and confir~tion'mV~n~e'ln r~ ink.
"" . ",-'"
'1, ~ "
CONFIRMATION Of validity of attached bond, call ODIC at: Jacksonville (904) 739-0873. ."..""........,
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No.1 0801
SECTION 00150 - CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned S'~l<~ Z_ ~~ta~ and acting legal
representative of Augusta-Richmond County Commission do hereby certify as follows:
I have examined the attached Contract( s) and Surety bonds and the manner of execution
thereof, and I am of the opinion that each of the aforesaid agreements has been duly
executed by the proper parties thereto acting through their duly authorized
representatives; that said representatives have full power and authority to execute said
agreements on behalf of the respective parties named thereon; and that the foregoing
agreements constitute valid and legally binding obligations upon the parties executing the
same in accordance with the terms, conditions and provisions thereof.
Date:
/ ( M ~?
(Signature)
CERTIFICATE OF OWNER'S ATTORNEY
00150-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 00155 - NOTICE TO PROCEED
TO:
Date:
Project: Fort Gordon Connections, Contract 1
18" Water Main
Augusta-Richmond County, Georgia
You are hereby notified to commence work in accordance with the Agreement dated
, 20_, within ten (10) calendar days following this date, the date first
written above, and you are to complete the work within One Hundred Eighty (180)
consecutive calendar days after the date of this notice. The date set for completion of all
work is therefore ,20_.
By:
Title:
Acceptance of Notice
Receipt of the above Notice to Proceed
is hereby acknowledged and the same is
hereby accepted on this day
of , 20_.
By:
Title:
NOTICE TO PROCEED
00155-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 00160 - AFFIDAVIT OF PAYMENT OF CLAIMS
(CONTRACTOR) THIS DAY
appeared before me, , a Notary Public, in and for
, and being by me first duly sworn states that all subcontractors .and
suppliers of labor and materials have been paid all sums due them to date for work
performed or material furnished in the performance of the contract between:
(OWNER)
(CONTRACTOR), dated
and
, 20_, for the construction of
CONTRACTOR
BY:
TITLE:
DATE:
SEAL OF CONTRACTOR
(If a Corporation)
Subscribed and sworn to before
_ day of , 20_.
My commission expires on the _ day of
,20_.
NOTARY PUBLIC
(NOTARY SEAL)
AFFIDAVIT OF PAYMENT OF CLAIMS
00160-1
.
..
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 00170 - CERTIFICATE OF INSURANCE
This is to certify that
of
(Insurance Company)
has issued policies of insurance, as identified
(Insurance Co. Address)
by a policy number to the insured name below, and that such policies are in full force and
effect at this time. Furthermore, this is to certify that these policies meet the 'requirements
described in the Special Conditions of this contract; and its agreed that none of these
policies will be canceled or changed so as to affect this Certificate until ten (10) days after,
written notice of such cancellation or change has been delivered to
(Client & Client Address)
1. INSURED
2. ADDRESS
3. PROJECT NAME:
4. PROJECT NUMBER:
5. POLICY NUMBER(S):
(CONTRACTOR)
DATE:
INSURANCE COMPANY
ISSUED AT:
AUTHORIZED REPRESENTATIVE
ADDRESS
CERTIFICATE OF INSURANCE
00170-1
A CORD_
CERTIFICATE OF LIABILITY INSURANCE
NAIC#
PRODUCER
Insurance Associates of GA
P. O. Box 1049
Snellville GA 30078
Phone:770-979-2350 Fax: 770-979-8758
INSURED
SRI Utilitv Construction, Inc.
305 Petty Road Suite C
Lawrenceville GA 30043
INSURER A:
INSURER B:
INSURER C:
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWI1'H$TANDING
ANY REQUIREMENT. TERM OR CONDmON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUEQ OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS. EXClUSIONS AND CONDITIONS <?F SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID ClAIMS. i
LTR NSRI TYPE OF INSURANCE POUCY NUMBER 'cii~~MwDDiWI. ''1:l TE IMMli:iDiYVi' i LIMITS
GENERAL UABJlITY EACH OCCURRENCE $ 1,000,000
-
A X X COMMERCIAL GENERAL LIABILITY CPPOO06681 10/01/06 10/01/07 'i. t<t:N I CU $ 100,000
PREMISES lEa occurence)
l CLAIMS MADE ~ OCCUR MED EXP. (My one person) $ 5, 000
~Addn. :Ins. Endt. PERSONAl & ADV INJURY $ 1,000,000
~ Primary/Noncontr. GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APn PER: PRODUCTS ~ COMP/oP AGG $2,000,000
II POLICY n ~g: LOC Ded. PD 3,000
AUTOMOBILE lIABIlITY COMBINED SINGLE LIMIT $ 1,000,000
f--
A ~ ANY AUTO CAOO07958 10/01/06 10/01/07 (Ea accident) !
ALL OWNED AUTOS BODILY INJURY
- (Per person) 1 $
SCHEDULED AUTOS
-
A ~ HIRED AUTOS BODILY INJURY
(Per accident~ $
A ~ NON-OWNED AUTOS
J
~ PROPERTY DAMAGE $
(Per accidenl)]
GARAGE lIABIlITY AUTO ONL Y~ EA ACCIDENT $
R ANY AUTO I EAACC $
OTHER THAN
AUTO ONLY: ! AGG $
EXCESSIUMBRELLA UABJlITY EACH OCCU~CE $ 4,000,000
A [] OCCUR o CLAIMS MADE UMBOO04621 10/01/06 10/01/07 AGGREGATE: $ 4,000,000
. ", i $
~ DEDUCTIBLE $
X RETENTION $10,000 $
WORKERS COMPENSATION AND X hORY LIMITS r IU~'
A EMPLOYERS" LIABILITY 09292006 10/01/06 10/01/07 E.L EACH ACCIDENT $ 1000000
ANY PROPRlETORlPARTNER/EXECUTIVE
OFFICERlMEMBER EXCLUDED? E.l. DISEASE~- EA EMPLOYEE $ 1000000
~~~~v'ls1c5Ns below E.L DISEASE:. POLICY lIMI! $ 1000000
OTHER
A Lsd/Rntd $180,000 CPPOO06681 10/01/06 10/01/07 I $7,500
Contents
A Builder Risk CPPOO06681 10/01/06 10/01/07 SR Acra. $400,000
DescRlmON OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Ci ty of Augusta, GA and all elected and appointed offficials, all employee~
and volunteer, all boards, commissions, and or authoritites and their board
members, employers, and volunteer. Stevenson & pa1mer Engineering, :Inc. , 1
and CH2M Hill are named as additional insured with respect to Gen. Liab. I
coverage. Project:S&p #G124-06-0lA Fort Gordon 18" Water Main #10801 i
,
CERTIFICATE HOLDER
Augusta Utilities Dept.
Program Managers
360 Bay Street, Suite 180
Augusta GA 30301
CANCELLATION
AUGUT:IL SHOULD ANY OF lllE ABOVE DESCRIBED POUClES~E CANCElLED BEFORE lllE EXPIRATIO
DATE THEREOF, THE ISSUING INSURER WILL ENDEAItoR TO MAIL 30 DAYS WRrrTEN
. ,I -
NonCE TO THE CERTIFICATE HOLDER HAMED TO TI'IE LEFT, BUT FAILURE TO DO so SHALL
.: . ~
IMPOSE NO OBLIGATION OR UABJlITY OF ANY K1ND;UPON THE INSURER, ITS AGENTS OR
REPRESENTAllVES. i
AUTHORIZED REPRESENTATIVE
@) ACORD CORPORATION 1988
ACORD 25 (2001/08)
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
. Augusta Utilities Project No. 10801
NOTE: Please attach Certificate of Insurance form to this page.
CERTIFICATE OF INSURANCE
00170-2
.
.
.
Revision Date
August 2001
GENERAL CONDITIONS
ARTICLE I..DEFINITIONS
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 subm itted 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 accordanee 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 I nsurance; 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 should 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 52
.
Revision Date
August 2001
deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection,
reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to
PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10).
Drawings-The drawings which show the character and scope of the Work to be performed and which have
been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents.
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no
such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia.
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which
does not involve a change in the Contract Price or the Contract Time.
General Requirements- Sections of Division I of the Specifications.
Laws or Regulations- Laws, rules, regulations, ordinances, codes and/or 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 52
.
.
.
Revision 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 52
.
.
.
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)
com plete 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 andat 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 or 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
Revision Date
August 2001
ARTICLE 4.AVAILABILlTY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
A vailability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is
to be performed, rights-of-way and easements for access thereto, and such other lands which are designated
for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be
borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or
extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's
furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto
that may be required for temporary construction facilities or storage of materials and equipment.
Physical Conditions:
4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification
of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been
utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have
been utilized in preparing the Contract Documents. '
4.2.2. CONTRACTOR may rely upon the general accuracy 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 52
.
.
.
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.
GC-9
Page 9 of 52
.
.
.
Revision Date
August 2001
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or
Specifications or identified in the Contract Documents to be within the scope of the Work and which may
present a substantial danger to persons or property exposed thereto in connection with the Work at the site.
OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor,
Suppliers or anyone else for whom CONTRACTOR is responsible.
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition
and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and
PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with
PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such
hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in
connection with such hazardous condition or in any such affected area until after OWNER has obtained any
required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such
condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any
special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot
agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract price or Contract Times
as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR
to be resumed, either party may make a claim therefor as provided in Articles 11 and 12.
4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such
Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then CONTRACTOR may order such portion ofthe 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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
Revision Date
August 2001
ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES
6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the Work in
accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract
Documents.
6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident
superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except
under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and
shall have authority to aCt on behalf of CONTRACTOR. All communications to the superintendent shall be as
binding as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout the
Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times
maintain good discipline and order at the site. Except in connection with the safety or protection of persons or
the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract
Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not
perm it evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's
written consent given after prior written notice to PROFESSIONAL.
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and
assume full responsibility for all materials, equipment, labor, transportation, construction equipment and
machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities
and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing,
initial operation, and completion of the Work as required by the Contract Documents.
6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in
the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with
the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no
provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's
consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of
the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or
9.15.
Adjusting Progress Schedule:
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in
paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments;
these will conform generally to the progress schedule then in effect and additionally will comply with any
provisions of the General Requirements applicable thereto.
GC-16
Page 16 of 52
.
.
.
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 orthe.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 inthe
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 1i of 52
.
.
.
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 52
.
.
.
Revision Date
August 2001
process will be considered for time extensions only and no damages or additional com pensation 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
Documents 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 responsibilityfor 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 OWNER 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 or 52
.
.
.
Revision Date
August 2001
6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner
that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to
stresses or pressures that will endanger them.
Record Documents:
6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents
and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all
changes made during the construction process. These shall be available to PROFESSIONAL and the Project
Manager and shall be submitted with the Application for Final Payment.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored
equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored
equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage, injury or loss to:
6.20.1. all employees on the Work and other persons and organizations who may be affected
thereby;
6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or
off the site; and
6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction
for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of
adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect
them, and shall cooperate with them in the protection, removal, relocation and replacement of their property.
All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or
indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or
PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be
liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON-
TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall
continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER
and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise
expressly provided in connection with Substantial Completion).
6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the
prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise
designated in writing by CONTRACTOR to the Project Manager.
Emergencies:
GC-20
Page 20 of 52
.
.
.
Revision Date
August 2001
6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site
or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or
OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give
PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or
variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a
change in the Contract Documents is required because of the action taken in response to an emergency, a
Work Change Directive or Change Order be issued to document the consequences of the changes or
variations.
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to
any person on the Site, whether or not such person was engaged in the construction of the Project, and shall
file a written report on such person(s) and any other event resulting in property damage of any amount within
five (5) days of the occurrence.
6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because
of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to
document the consequences of such action.
Shop Drawings and Samples:
6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to
PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and
samples required by the Contract Documents. All submittals and samples shall have been checked by and
stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data
shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any
other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of
each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or
sample may have from the requirements of the Contract Documents.
6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and
approval shall be only for conformance with the design concept of the Project and compliance with the
information given in the Contract Documents. The approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by
PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's
stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and
OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction
criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or
coordinated with the requirements of the Work and the Contract Documents.
6.24.1. No Work requiring a submittal or sample submission shall commence until the submission
has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall
be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER.
Any delays associated with the submittal process will be considered for time extensions only, and no damages
or additional compensation for delay will be allowed.
6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined
and verified all quantities, dimensions, specified performance criteria, installation requirements, materials,
catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or
sample with other Shop Drawings and samples and with the requirements of the Work and the Contract
Documents. .
GC-21
Page 21 of 52
.
.
.
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 52
.
.
.
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
om ission 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 em ployed 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 52
.
.
.
Revision Date
August 2001
ARTICLE 7---0THER WORK
Related Work at Site:
7.1. OWNER may perform other work related tothe 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 52
.
.
.
Revision Date
August 2001
ARTICLE 8...0WNER'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 52
.
.
.
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 qverall 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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
Revision Date
August 2001
ARTICLE 10--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 52
.
.
.
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 52
.
.
.
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 dischargEl of duties connected with the Work.
GC-31
Page 31 of 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
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,
OWNER may, after seven days' written notice to CONTRACTOR, correct and remedyariy 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, QWNER 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 52
.
.
.
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 52
.
.
.
Re'vision 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 thesite 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 ofthe 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 subjectto an evaluationofthe
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 52
.
.
.
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 of final 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 (exceptfor
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 SubstantialCompletion. 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 52
.
.
.
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 determineits 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 52
.
.
.
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 (Hi) 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 52
.
.
.
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 thesurety 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 approvaLofaShop_Drawing__oLsample
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 52
.
.
.
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 52
.
.
.
Revision Date
August 2001
ARTICLE 15--SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a
period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix
the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed.
CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or
both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided
in Articles 11 and 12.
Termination For Cause:
15.2. Upon the occurrence of anyone or more of the following events:
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code
(Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or
similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating
to the bankruptcy or insolvency;
15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now
or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief
against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or
insolvency;
15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law
or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the
purpose of enforcing a Lien against such property or for the purpose of general administration of such property
for the benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due;
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract
Documents,
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
Page 46 of 52
.
.
.
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_W.ork or.Terl11inCl.~e:
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 52
.
.
.
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 52
.
.
.
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 52
.
.
.
Revision Date
August 2001
ARTICLE 17 -MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to
an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail,
postage prepaid, to the last business address known to the giver of the notice.
Computation of Time:
17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed
to exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be
omitted from the computation.
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall
constitute a day.
General:
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of
any error, omission or act of the other party or of any of the other party's employees or agents or others for
whose acts the other party is legally liable, claim should be made in writing to the other party within a
reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall
not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or
repose.
17.4. The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees
and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all
of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are
not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which
are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions of this paragraph will be as effective 'as if repeated
specifically in the Contract Documents in connection with eac,h 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 offinal completion or termination of this Contract. OWNER shall have the rightto
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
Page 50 of 52
.
.
.
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 preconstruction
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 52
.
.
.
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 / or the CONTRACTOR or other entities, and
do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including,
but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in accordance with the construction Contract
Documents and any health and safety precautions required by such construction work.
PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control
over any construction contractor or other entity or their employees in connection with their work or any health
or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or
safety deficiencies of the CONTRACTOR( s) or other entity or any other persons at the site except PROGRAM
MANAGER's own personnel.
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to
OWNER a greater degree of confidence that the completed construction work will conform generally to the
construction documents and that the integrity of the design concept as reflected in the construction documents
has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither
guarantees the performance of the construction contractor(s) nor assumes responsibility for construction
contractor's failure to perform work in accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into
the construction work, and construction contractors include manufacturers of materials incorporated into the
construction work
GC-52
Page 52 of 52
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 01002 - SUPPLEMENTARY CONDITIONS
SUPPLEMENTARY CONDITIONS
These Supplementary Conditions amend or supplement the Standard General Conditions of
the Construction Contract and other provisions of the Contract Documents as indicated
below. All provisions, which are not so amended or supplemented, remain in full force and
effect.
The terms used in these Supplementary Conditions will have the meanings indicated in the
General Conditions. Additional terms used in these Supplementary Conditions have the
meanings indicated below, which are applicable to both the singular and plural thereof.
ARTICLE I - DEFINITIONS
Page GC-1 Add the following language to the end of definition "Contract Documents":
Specifications and Drawings are more specifically identified as follows:
1. Specifications as listed in the table of contents of the Project Manual;
2. Drawings consisting of a cover sheet and sheets numbered C01 through C13,
inclusive, with each sheet bearing the following general title:
Fort Gordon Connections, Contract 1 - 18" Water Main
Augusta Utilities Department
Project No. 10801
Page GC-2 Add the following definition following the end of definition "Effective Date of
the Agreemenf':
ENGINEER - Where used in the specifications, Stevenson & Palmer Engineering,
Inc.; 360 Say Street, Suite 400; Augusta, Georgia 30901.
ENGINEER's Consultants for this Project are identified as follows:
1. ENGINEER used no consultants in the preparation of this Project.
Page GC-3 Add the following language at the end of definition "Substantial
Completion":
Substantial Completion for any portion of the Project shall include backfilling, testing
and acceptance by OWNER of the sewer or water main system for their intended
use.
SUPPLEMENTARY CONDITIONS
01002-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
ARTICLE 2 - PRELIMINARY MATTERS
Copies of Documents:
SC-2.2 Amend the first sentence of Paragraph 2.2 by striking out "one (1) complete set"
and replace with "four (4) complete sets."
Before Starting Construction:
SC-2.7 Add the following new paragraphs immediately after Paragraph 2.7.:
A OWNER reserves the right to request complete copies of policies if deemed
necessary to ascertain details of coverage not provided by the certificates.
Such policy copies shall be "originally signed copies" and so designated.
ARTICLE 4 - AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE
POINTS
Physical Conditions:
SC-4.2.1 Add the following new paragraphs immediately after Paragraph 4.2.1.:
C. In the preparation of Drawings and Specifications, ENGINEER did not rely upon,
reports of explorations or tests of subsurface conditions at the Site, except as
noted on Drawings.
ARTICLE 5 - BONDS AND INSURANCE
Licensed Sureties and Insurers; Certificates of Insurance:
SC-5.2.1. Add the following new paragraph immediately after Paragraph 5.2.1.:
A In order to determine financial strength and reputation of insurance carriers, all
companies providing the coverages required shall have a financial rating not
lower than XI and a policyholder's service rating no lower than B+ as listed in
AM. Best's Key Rating Guide, current edition. Certificates of insurance shall
note AM. Best's Rating. Companies with ratings lower than B+:XI will be
acceptable only upon written consent of OWNER.
B. All bonds and insurance coverages shall be with sureties or insurance
companies that are acceptable to OWNER.
SC-5.2.2. Add the following new paragraph immediately after Paragraph 5.2.2.:
SUPPLEMENTARY CONDITIONS
01002-2
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
A. OWNER reserves the rights to request complete copies of policies if deemed
necessary to ascertain details of coverage not provided by the certificates. Such
policy copies shall be "originally signed copies" and so designated.
B. All insurance certificates shall include an endorsement stating the following:
1. Sixty (60) days advance written notice of cancellation, non-renewal,
reduction, and/or material change shall be sent, by Certified Mail, to the
ENGINEER at 360 Bay Street, Suite 400, Augusta, GA 30901.
CONTRACTOR's Liability Insurance:
, SC-5.3.1. Add the following new paragraphs immediately after Paragraph 5.3.1.:
A. Workers' Compensation, and related coverages under Paragraph 5.3.1. of
the General Conditions:
1. State:
2. Applicable Federal
(Le., Longshoreman's):
3. Employer's Liability:
Statutory
Statutory
$1,000,000
SC-5.3.7. Add the following new paragraphs immediately after Paragraph 5.3.7.:
A. CONTRACTOR's General Liability under Paragraphs 5.04 A.3. through A.6.
of the General Conditions which shall include completed operations and
product liability coverages and eliminate the exclusion with respect to
property under the care, custody and control of CONTRACTOR:
1. General per Contract Aggregate: $2,000,000
2. Products - Completed
Operations per Contract Aggregate:
3. Personal and Advertising Injury:
4. Each Occurrence
(Bodily Injury and Property Damage): $1,000,000
5. Property Damage liability insurance shall provide Explosion, Fire,
Collapse and Underground coverages where applicable.
6. Excess or Umbrella Liability:
a. General per Contract Aggregate:
b. Each Occurrence: _, __,___ _,
$2,000,000
$1,000,000
$5,000,000
$5,000,000
B. Automobile Liability under Paragraph 5.3.7. of the General Conditions:
1. Bodily Injury:
Each person $1,000,000
SUPPLEMENTARY CONDITIONS
01002-3
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
Each Accident $1,000,000
2. Property Damage:
Each Accident $1,000,000
3. Or a Combined Single Limit of: $2,000,000
4. Include applicable No-Fault coverages.
5. Include all owned vehicles, non-owned vehicles, and hired vehicles.
Contractual Liability Insurance:
SC-5.4. Add the following new paragraphs immediately after Paragraph 5.4.:
A. The Contractual Liability coverage required by Paragraph 5.4. of ,the General
Conditions shall provide coverage for not less than the following amounts:
a. Bodily Injury:
Each Accident
Contract Aggregate
b. Property Damage:
Each Accident
Contract Aggregate
$1,000,000
$2,000,000
$1,000,000
$2,000,000
. OWNER's Liability Insurance:
SC-5.5. Delete Paragraph 5.5. in its entirety and insert the following in its place:
5.5. CONTRACTOR shall procure and maintain during the Contract Times a separate
OWNER's and CONTRACTOR's Protective (OCP) Liability Insurance in the name
of OWNER in an amount not less than $2,000,000 for injuries, including accidental
death for each occurrence, and property damage in an amount not less than
$1,000,000 each occurrence and $1,000,000 per Contract aggregate combined
single limit. Stevenson & Palmer Engineering, Inc. shall be named on the policy as
an additional insured.
Additional Insureds:
SC-5.17. Add the following new paragraphs immediately after Paragraph 5.16.3.:
.
5.17. The identity of the additional insureds that are to be included on
CONTRACTOR's General Liability insurance policies are:
.'-..-...--- ._.~--,---~ _.-.-.."
1. City of Augusta, Georgia, and including all elected and appointed officials, all
employees and volunteers, all boards, commissions, and/or authorities and their
board members, employees, and volunteers.
2. Stevenson & Palmer Engineering, Inc.
SUPPLEMENTARY CONDITIONS
01002-4
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
3. CH2M Hill.
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
Permits:
SC-6.13. Add the following new paragraphs immediately after Paragraph 6.13.:
A. OWNER has secured or will secure the following permits, approvals and
licenses and has paid or will pay any associated charges and fees.
CONTRACTOR shall pay all inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids, or, if there are no
Bids, on the Effective Date, of the Agreement.
1. No permits have been secured.
B. OWNER has submitted applications for the following permits, approvals, and
licenses. CONTRACTOR is responsible for and shall pay for any associated
charges and fees for the applications. CONTRACTOR shall pay all inspection
fees necessary for the prosecution of the Work which are applicable at the time
of Bids, or if there are no Bids, on the Effective Date of the Agreement.
1 . Soil Erosion Control Permit.
2. Stormwater Discharge Permit.
Use of Site Premises:
SC-6.16. Add the following language at the end of the last sentence of Paragraph
6.16.:
A. CONTRACTOR is responsible to ensure that all activities required to perform
the Work are confined to the limits, of OWNER's property and easements
established for the Work. Permanent struCtures placed outside the limits of
OWNER's property or defined permanent easements shall be relocated as
necessary at no additional change in Contract Price.
B. CONTRACTOR is responsible for protection and/or removal of existing
structures (e.g., mailboxes, sheds), shrubs, trees, etc. as indicated on the plans
and in the signed easement agreements. The Contractor shall pay close
attention to the conditions of each signed agreement and conduct work
accordingly, and shall not enter property for which an agreement has not been
signed.
SC-6.35. Add the following language after Paragraph 6.34.:
6.35. Traffic Control:
SUPPLEMENTARY CONDITIONS
01002-5
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
There shall be one designated Contractor's representative capable of, and
charged with, the responsibility for traffic control on the site. This individual shall
have a copy of Part VI. "Standards and Guides for Traffic Controls for Streets
and Highway Construction, Utility and Incident Maintenance Management
Operations" of the MUTCD on the job site at all times.
ARTICLE 7 - OTHER WORK
Coordination:
SC-7.2. Add the following new-paragraphs immediately after Paragraph 7.2.:
SC-7.3. Claims and Disputes Arising from Related Work at Site:
A. Should CONTRACTOR cause damage to the Work or property of any
- separate contractor at the Site, or should any claim arising out of
CONTRACTOR's performance of the Work at the Site be made by any
separate contractor against CONTRACTOR, OWNER, ENGINEER,
ENGINEER's Consultants, PROGRAM MANAGER or any other person,
CONTRACTOR shall promptly attempt to settle with such other contractor
by agreement, or to otherwise resolve the dispute by arbitration or at law.
B. CONTRACTOR shall, to the fullest extent permitted by Laws and
Regulations, indemnify and hold harmless OWNER, ENGINEER,
ENGINEER's Consultants, PROGRAM MANAGER and the officers,
directors, partners, employees, agents and other consultants and
subcontractors of each and any of them from and against all claims, costs,
losses, and damages (including, but not limited to, fees and charges of
engineers, 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 separate contractor against
OWNER, ENGINEER, ENGINEER's Consultants, or the PROGRAM
MANAGER to the extent said claim is based on or arises out of
CONTRACTOR's performance of the Work. Should a separate contractor
cause damage to the Work or property of CONTRACTOR or should the
performance of work by any separate contractor at the Site give rise to any
other Claim, CONTRACTOR shall not institute any action, legal or equitable,
against OWNER, ENGINEER, ENGINEER's Consultants, or PROGRAM
MANAGER or permit any action against any of them to be maintained and
continued in its name or for its benefit in any court or before any arbiter which
seeks to ,impose liability on or to recover damages from OWNER,
ENGINEER,' ENGINEER'sC6nsi.lltahts, -'or' PROGRAM-MANAGER- on'
account of any such damage or Claim.
C. If CONTRACTOR is delayed at any time in performing or furnishing Work by
any act or neglect - of a separate contractor, and OWNER and
SUPPLEMENTARY CONDITIONS
01002-6
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
CONTRACTOR are unable to agree as to the extent of any adjustment in
Contract Times attributable thereto, CONTRACTOR may make a Claim for
an extension of times in accordance with Article 12. An extension of the
Contract Times shall be CONTRACTOR's exclusive remedy with respect to
OWNER, ENGINEER, ' ENGINEER's Consultants, and PROGRAM
MANAGER for any delay, disruption, interference, or hindrance caused by
any separate contractor. This paragraph does not prevent recovery from
OWNER, ENGINEER, ENGINEER's Consultant, or PROGRAM MANAGER
for activities that are their respective responsibilities.
ARTICLE 11 - CHANGE OF CONTRACT PRICE
CONTRACTOR's Fee:
SC-11.6. Add the following new paragraphs immediately after Paragraph 11.6.2.5.:
6. An example of how the procedure works is:
Add
Cost of Work Performed or
Fumished by Sub-Subcontractor$1 0,000.00
Sub-Subcontractor's Fee 10%
$1.000.00
Total Paid by Subcontractor to
Sub-Subcontractor $11,000.00
Subcontractor's Fee 5%
$550.00
Total Paid by Contractor to
Subcontractor $11,550.00
Contractor's Fee 5%
$577.50
Total Cost of Work plus Fee$12,127.50
Unit Price Work:
Deduct
Add and Deduct
$(10,000.00) $10,000 1$(2,000)
0% 10%
$0.00 $800.00
$(10,000.00)
0%
$(0.00)
$8,800.00
5%
$440.00
$(10,000.00)
10%
$(1.000.00)
$(11,000.00)
$9,240.00
5%
$462.00
$9,702.00
SC-11.9.3. Delete Paragraph 11.9.3. in its entirety and insert the following in its place:
11.9.3.The unit price of an item of Unit Price Work shall be subject to reevaluation and
adjustment under the following conditions:
A. If the total cost of a particular item of Unit Price Work amounts to 5 percent or
more of the Contract Price and the variation in the quantity of that particular
item of Unit Price Work performed by CONTRACTOR differs by more than
25 percent from the estimated quantity of such item indicated in the
Agreement; and
SUPPLEMENTARY CONDITIONS
01002-7
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
B. If there is no corresponding adjustment with respect to any other item of
Work; and
C. If CONTRACTOR believes that CONTRACTOR has incurred additional
expense as a result thereof; or if OWNER believes that the quantity variation
entitles OWNER to an adjustment in the unit price, either OWNER or
CONTRACTOR may make a claim for an adjustment in the Contract Price in
accordance with Article 10 if the parties are unable to agree as to the effect
of any such variations in the quantity of Unit Price Work performed.
ARTICLE 12 -CHANGE OF CONTRACT TIME
Change of Contract Times:
SC-12.2.Add the following new paragraph immediately after Paragraph 12.2.:
A. The Contract Time includes allowances for normal amounts of inclement
weather. Extensions of time shall be granted only under cases of abnormal
weather conditions or other conditions outlined in Article 12 of the General
, Conditions. All requests for time extension shall be made in writing to the
PROFESSIONAL not more than fifteen (15) days after the occurrence of the
delay. Otherwise, no extension will be granted during the Contract Times for such
delay.
. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION
Application for Progress Payments:
SC-14.2.Add the following new paragraphs immediately after Paragraph 14.2.:
.
A. To expedite the approval of requests for partial payment, CONTRACTOR shall
submit with his request for progress payment the following:
1. A copy of the Progress Schedule marked to indicate the Work performed
during the pay application period.
2. An outline of time lost due to any event giving rise to a request for an
extension of Contract Time.
3. An itemized list of on-site materials stored for which payment is being
claimed. This list shall be accompanied by the supplier's invoices indicating
the material costs and proof of continued insurance certificates. Payment
for materials stored shall be subject to the same retainage provisions as for
work completed.
4. At Owner'sdiscretion,_off~site stored_materials may_be claimed for paymenL _
Off-site stored materials shall be subject to the same constraints as on-site
stored materials. The off-site facility shall clearly segregate and identify
materials to be used for this project. Contractor shall arrange and reimburse
Owner the travel and hourly rate of its representatives to verify location,
SUPPLEMENTARY CONDITIONS
01002-8
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
quantity and condition of off-site stored materials prior to payment for said
materials.
B. Failure of CONTRACTOR to submit an updated progress schedule with the
request for progress payment may delay CONTRACTOR's application.
OWNER has the right to withhold payment to CONTRACTOR if updated
progress schedule is not submitted with the progress payment application.
END OF SECTION 1002
SUPPLEMENTARY CONDITIONS
01002-9
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 01010 - SUMMARY OF WORK
PART 1 - GENERAL
1.01 SECTION INCLUDES:
A. Location of Work
B. Scope of Work
C. Protection of Owner, agents of the Owner, workmen, and the public
D. Project Utility Sources
1.02 PROJECT LOCATION:
The Fort Gordon Water Main is located in Augusta, Richmond County, beginning at
Gordon Hwy (US 1), East of Jimmy Dyess Pkwy and West of Barton Chapel Rd and
ending at the Ft. Gordon Water Treatment Plant. The new water main will travel
through the woods to the intersection of Chamberlain Rd and Boardman Lake Rd,
then along Boardman Lake Rd and Dorsey Dr to the Ft. Gordon WTP.
1.03 SCOPE OFWORK:
A. Major Components of New Construction:
1. Water Main - approx. 9,100 linear feet of 18" DIP
2. Connections to Existing Water Line, Water Mains and Clearwell
3. Jack and Bore Under Wetlands
4. Gate Valves
5. Air Release Valves
B. Ancillary construction:
1. Grading, Drainage and Landscaping
2. Erosion Control and Hardscape
1.04 PROTECTION OF THE OWNER. AGENTS OF THE OWNER, WORKMEN AND
THE PUBLIC:
A. The Contractor and the Superintendent are requested to carefully read the
Articles of the General Conditions relating to protection of the Owner, agents of
the Owner, workmen, and the public, such as Insurance, Indemnity, Licenses,
Permits, Compliance with Laws, Ordinances and Regulations, Safety Warning
Signs and Barricades, Public Conveniences, Sanitary Provisions, etc. This
request is made to stress the importance of safe prosecution of the work, and
d6-esnot imply-tnat tneConfractOfanahis-SUpefintefldeht-sh()uld-not'be--- ._- -
completely familiar with all Articles of the General Conditions and all other
provisions of the Contract Documents. Under the terms and Conditions of the
Contract, the Engineer shall not be required to act as Safety Engineer or Safety
Supervisor since such responsibility remains solely with the Contractor, who, in
SUMMARY OF WORK
01010-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
the prosecution of his work, is bound by the requirements of "Safety and Health
Regulations for Construction Occupational Safety and Health Administration,
U.S. Government Department of Labor" and other authorities having jurisdiction.
It is recommended the Contractor seek the advice of the Safety Inspector for his
Insurance Carrier in regard to job safety, and that he observe all precautions
and safety provisions as outlined in the "Manual of Accident Prevention in
Construction" as published by the Associated General Contractors of America,
to the extent that such provisions are not inconsistent with applicable laws or
regulations.
1.05 PROJECT UTILITY SOURCES:
UTILITY Company CONTACT NAME Phone # Fax #
Natural Gas Atlanta Gas & Light Distribution Tommy Harwell 481-1420 481-
Company Supervisor 1495
Natural Gas Southern Natural Technician Lee Ensley 339-2480 547-
Gas 4174
Area Manager George Cousins 860-7000 863-
BellSouth Construction 3739
Telephone Telecommunications Area Manager 863-
Engineer Bert Neese 821-7540 3739
Cable Comcast Construction Jack Thornton 738-0091 855-
Communications Supervisor 6435
Cable Knology General Lesia Hensley- 364-1015 364-
Manager Price 1001
Augusta Public Director Abie Ladson 796-5040 796-
5045
Public Works Works & 821-
Engineering Utility Inspector Jerry Clay 821-1706 1708
PART 2 - EQUIPMENT - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION 01010
SUMMARY OF WORK
01010-2
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 01200 - MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.01 SUMMARY:
This section contains procedures for measuring work performed by the contractor
and subsequent payment of that work. It also contains descriptions related to
measurement and payment.
1.02 SECTION INCLUDES:
A. Descriptions
B. Lump Sum Payment Items
C. Unit Price Payment Items
D. Cash Allowances
1.03 DESCRIPTIONS:
A. The Bid lists each item of the Project for which payment will be made. No
paymentwill be made for any items other than those listed in the Bid.
B. Required items of work and incidentals necessary for the satisfactory
completion of the work which are not specifically listed in the Bid, and which are
not specified in this Section to be measured or to be included in one of the
items listed in the Bid, shall be considered as incidental to the work. All costs
thereof, including Contractor's overhead costs and profit, shall be considered
as included in the lump sum or unit prices bid for the various Bid items. The
Contractor shall prepare the Bid accordingly.
C. Work includes furnishing all plant, labor, equipment, tools and materials, which
are not furnished by the Owner and performing all operations required to
complete the work satisfactorily, in place, as specified and as indicated on the
Drawings.
D. Measurement of an item of work will be by the unit indicated in the Bid.
E. Final payment quantities shall be determined from the record drawings. The
precision of final payment quantities shall match the precision shown for that
item in the Bid.
F. Payment will include all necessary and incidental related work not specified to
be included in any other item of work listed in the Bid.
MEASUREMENT AND PAYMENT
01200-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
G. Unless otherwise stated in individual sections of the Specifications or in the Bid,
no separate payment will be made for any item of work, materials, parts,
equipment, supplies or related items required to perform and complete the
work. The costs for all such items required shall be included in the price bid for
item of which it is a part.
H. Payment of lump sum items shall be based upon progress of the Work as
developed through proper updating of the construction Schedule. Estimates of
percent complete established by the Engineer and Contractor shall be the
basis by which earned value will be calculated and payments will be authorized.
I. Payment of unit price items will be made by extending unit prices multiplied by
quantities provided and then summing the extended prices to reflect actual
work. Such price and payment shall constitute full compensation to the
Contractor for furnishing all plant, labor, equipment, tools and materials not
furnished by the Owner and for performing all operations required to provide to
the Owner the entire Project, complete in place, as specified and as indicated
on the Drawings.
1.04 LUMP SUM ITEMS:
Lump Sum per the contract documents including all work shown on the contract
drawings and as specified here in exclusive only of those it's listed separately in the
Bid Schedule as separate Bid Items.
This Lump Sum includes but is not limited to: furnishing and installing all material
and furnishing all supervision, equipment, labor, overhead and profit required to
provide the work complete, in-place, fully tested, ready for continuous uninterrupted
service and Final Acceptance by the Owner excluding those items for which
measurement and payment are specified elsewhere.
A. Measurement: Shall be in accordance with the accepted Schedule of Values.
B. Payment: Progress payments shall be based on the actual percentage of work
satisfactorily completed during the progress payment period in accordance with
the approved Schedule of Values. Final Payment shall be the balance of the
stated Lump Sum as adjusted by approved Change Orders.
1.05 UNIT PRICE ITEMS:
A.-WATERMAIN:
ITEMS W-1A throuah W-3J - 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,
MEASUREMENT AND PAYMENT
01200-2
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
pressure and leakage testing, pipe sterilization, bacteriological testing, and
flushing. 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 throuah 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.
ITEM W-13 '" Tapping sleeve and valves shall be measured individually (each)
and shall include costs for sleeve, valve, associated hardware, valve boxes,
temporary plugging/draining of pipeline, excavation, dewatering,
asphalt/concrete cutting, installation, normal backfill, and testing. No additional
payment shall be made for these items.
ITEM W-17 - Polyethylene pipe wrap 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 W-18 - Tie-ins to existing lines shall be measured individually (each) and
shall include costs for piping, dewatering, asphalt/concrete cutting, installation,
normal backfill, and property restoration. No additional payment shall be made
for-these. items.
ITEM W-21 - Miscellaneous concrete 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.
MEASUREMENT AND PAYMENT
01200-3
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
ITEM W-22 - The base reinforcement fabric shall be measure in square yards
and shall be used when there is unsuitable material and a rock base is needed
under the pipe. The trench should first be under excavated two feet to ensure
that there is no suitable base. The fabric should be used at the discretion of the
inspector and be Woven Geotextile Mirafi HP 370 or equivalent. No additional
payment shall be made for these items.
ITEM W-23 throuahW-26 - Bid items for specific work or details shown on plans
shall include materials listed as well as all items listed on W-1 through W-3J or
needed to complete the work. No additional payment shall be made for these
items.
ITEM W-27 - AC water main crossings shall be measured individually (each)
and shall include costs for AC pipe cutting, removal, disposal, excavation,
ductile iron piping, sleeves, backfill, and property restoration. No additional
payment shall be made for these items.
ITEM W-28 - Installation of the 18" turbine meter includes all material shown in
the valve detail on the plans. The bid item also includes all installation, backfill,
testing and any other work required for installation. No additional payment shall
be made for these items.
ITEM W-29 - Bid item includes all work and materials required to connect the
18" pipeline to the c1earwell according to the details given in the plans. This
includes installation, backfill, testing and any other work required. No additional
payment shall be made for these items.
B. PAVEMENT STRUCTURES:
ITEM P-1 - 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 %" thick) and asphalt patch (2 %" thick) shall be
measured in square yards and shall include costs for all aggregates (regardless
of type), 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-9 - Curb and gutter removal and replacement shall be measured in
linear feet and shall include costs for removal and disposal of existing concrete
MEASUREMENT AND PAYMENT
01200-4
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
curb and gutter, concrete, installation, site preparation, formwork, and finishing.
No additional payment shall be made for these items.
ITEM P-10 - Dirt road replacement shall be measured in square yards and shall
include costs for rock, installation and site preparation. No additional payment
shall be made for these items.
C. MISCELLANEOUS:
ITEM M-1 - Flowable fill shall be measured in cubic yards and shall include
costs for all materials, labor, equipment, and excess materials. No additional
payment shall be made for these items.
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 materials of like quality as necessary for water line
installation. No additional payment shall be made for these items.
D. LUMP SUM CONSTRUCTION:
ITEM LS-1 - 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.
1.06 CASH ALLOWANCES:
A. General
1. The Contractor shall include in the Bid Total all allowances stated in the
Contract Documents if any. These allowances shall cover the net cost of the
services provided by a firm selected by the Owner. The Contractor's handling
_ costs, lab()r, overhea9, profitand other expenses cont~mplated forthe
original allowance shall bSlricluded in-the items to which they perta.inand - -
not in allowances.
2. No payment shall be provided for services which fail to verify required
results.
MEASUREMENT AND PAYMENT
01200-5
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
B. Should the net cost be more or less than the specified amount of the allowance,
the Contract will be adjusted accordingly by change order. The amount of
change order will not recognize any changes in handling costs at the site, labor,
overhead, profit and other expenses caused by the adjustment to the allowance.
C. Documentation
1. Submit copies of the invoices with each periodic payment request from the
firm providing the services.
2. Submit results of services provided which verify required results.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION 01200
MEASUREMENT AND PAYMENT
01200-6
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
SECTION 01710 - CONTRACT CLOSEOUT
PART 1 - GENERAL
1.01 DESCRIPTION:
A. Contract closeout is the process that recognizes Substantial Completion, the
transition of plant operations to the Owner, and Final Completion. As the
Work nears Substantial Completion, sequences of activities and their
responsibilities need to be identified, planned, scheduled, and effectively
implemented to facilitate a smooth completion of the overall project.
B. This section defines the process by which the transition from construction to
plant operations will be effected. Terms, roles, responsibilities, and actions
will be identified herein. .
1.02 SECTION INCLUDES:
A. Releases From Agreements
B. Substantial Completion
C. Punch List
. D. Final Acceptance and Ready for Final Payment
1.03 RELEASES FROM AGREEMENTS:
A. Furnish Owner written releases from any and all subcontractors or suppliers,
or the like, who performed Work or supplied labor, materials, and/or services
pursuant.
B. In the event Contractor is unable to secure written releases, inform the
Owner of the reasons:
1. Owner or its representatives will examine the site and/or Work, and
Owner will direct Contractor to complete Work that may be necessary
to satisfy terms .of the agreement.
2. Should Contractor refuse to perform this Work, Owner reserves the
right to have it done by separate contract and deduct the cost of same
. from the Contract Price,. or require the Contractor to furnish a
satisfactory Bond in a sum to cover legal claims for damages.
3.
When Owner is satisfied that Work has been completed in agreement
with the Contract Documents and terms of easements, the right is
.
CONTRACT CLOSEOUT
01710-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
reserved to waive the requirement for written release if: (i)
Contractor's failure to obtain such statement is due to the grantor's
refusal to sign, and this refusal is not based upon any legitimate
claims that Contractor has failed to fulfill the terms of the easement, or
(ii) Contractor is unable to contact or has had undue hardship in
contacting the grantor.
1.04 SUBSTANTIAL COMPLETION: .
A. Substantial Completion is defined in Articl!3 14.8 of the General Conditions.
B. All operations and maintenance manuals shall be provided to the Engineer in
their final form prior to the Work being eligible for declaration as substantially
complete.
C. All operator training to be conducted by manufacturer's technical
representatives shall be complete and documented prior to the Work being
eligible for declaration as substantially complete.
D. All required Certificates of Proper Installation shall be properly completed
and submitted to the Engineer prior to the Work being eligible for declaration
as substantially complete.
F. The Owner shall take beneficial occupancy of the plant for operations and
maintenance activities at the point of Substantial Completion, excepting
. those punch list items. .
G. The Contractor shall perform all punchlisttasks in a manner that will not
disrupt operations of the plant.
1.05 PUNCH LIST:
A. Development of the punch list is the result of a survey of the Contractor's
work by the Engineer and the Owner, performed prior to Substantial
Completion. The objective of the survey is to identify work products that are
unacceptable/unsatisfactory. Development of the punchlist is not a survey
by the Engineer to determine what the Contractor has left to do to satisfy the
Contract. The survey itself will corroborate the index of activities the
Contractor submits in accordance with Article 14.8 of the General Conditions
and add further items the Engineer identifies.
The punchlist and its respective. schedule-are the basis for establishing Final
Completion for the Work. The schedule for completing and/or correcting
punch list activities shall be no longer than 30 calendar days for intermediate
milestones and 60 days for final contract completion, but shall be scheduled
to conclude on or before the contract completion date, and it shall be
B.
CONTRACT CLOSEOUT
01710-2
.'
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
initiated immediately upon Substantial Completion. The overall Contract
duration is based upon a 60-day period following the contractual date for
Substantial Completion to establish the contractual date for Final
Completion. Late delivery of Substantial Completion shall not revise the
Final Acceptance date. Assessment of liquidated damages for late
Substantial Completion shall not relieve assessment of liquidated damages
for Final Acceptance should Final Acceptance be established beyond the
contractual completion date.
1.06 FINAL ACCEPTANCE:
A. Final Acceptance is as addressed in Articles 14.13 and 14.14 of the General
Conditions.
B. Completion of all punchlist tasks/requirements is required prior to the Work
being eligible for declaration as finally accepted.
C. All record documents must be submitted to and accepted by the Engineer
prior to the Work being eligible for declaration as finally accepted.
D. All releases must be submitted to and accepted by the Engineer prior to the
Work being eligible for declaration as finally accepted.
. PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
.
END OF SECTION 01710
CONTRACT CLOSEOUT
01710-3
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
.
SECTION 01780 - CLOSEOUT SUBMITTALS
PART 1 - GENERAL
1.01 SECTION INCLUDES:
A. Project Record Documents.
1.02 RECORD DOCUMENTS:
A. Project Record Documents: Record documents shall be submitted prior to
Final Application for Payment.
B. Maintain on site one set of the following record documents; record actual
revisions to the Work:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
6. Manufacturer's instruction for assembly, installation, and adjusting.
.
C.
Ensure entries are complete and accurate, enabling future reference by.
D.
Store record documents separate from documents used for construction.
E. Record information concurrent with construction progress.
F. Specifications: Legibly mark and record at each product section description
of actual products installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and modifications.
G. Record Drawings and Shop Drawings: Legibly mark each item to record
actual construction including:
1. Measured depths of foundations in relation to finish first floor datum.
2. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
3. Measured locations of internal utilities and appurtenances concealed
in construction, referenced to visible and accessible features of the
Work --
4. Field changes of dimension and detail.
5. Details not on original Contract drawings.
. PART 2 - PRODUCTS (NOT USED)
CLOSEOUT SUBMITTALS
01780-1
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
. PART 3 - EXECUTION (NOT USED)
END OF SECTION 01780
.
.
CLOSEOUT SUBMITTALS
01780-2
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 01785 - GUARANTY AND WARRANTY
PART 1 - GENERAL
1.01 PROJECT WARRANTY:
A. The Contractor shall guarantee all materials and equipment furnished and
Work performed for a period of one year from the date of Final completion.
B. The Contractor shall warrant and guarantee for a period of one year from the
date of Final Completion of the Work, that the completed Work is free from all
defects due to faulty products or workmanship. The Contractor shall promptly
make such corrections as may be necessary by reason of such defects. The
Owner will give notice of observed defects with reasonable promptness. In the
event that the Contractor should fail to make such repairs, adjustments or other
work that may be made necessary by such defects, the Owner may do so and
. charge the Contractor the cost thereby incurred. The Performance Bond shall
remain in full force and effect throughout the warranty period.
C. The Contractor shall not be obligated to make replacements which become
necessary because of ordinary wear and tear, or as a result of gross
negligence operation or maintenance, oras a result of improper work or
damage by another Contractor or the Owner, or to perform any work which is
normally performed by a maintenance crew during operation.
D. The Contractor shall, at Contractor's own expense, furnish all labor, materials,
tools and equipment required and shall make such repairs and removals and
shall perform such work or reconstruction as may be made necessary by any
structural or functional defect or failure resulting from neglect, faulty
workmanship or faulty materials, in any part of the Work performed by the
Contractor. Such repair shall also include refilling of trenches, excavations or
embankments which show settlement or erosion after backfilling or placement.
E. Except as noted on the Drawings or as specified, all structures such as
embankments and fences shall be returned to their original condition prior to
the completion of the Contract. Any and all damage to any facility not
designated for removal, resulting from the Contractor's operations, shall be
promptly repaired by the Contractor at no cost to the Owner.
F. The Contractor shall be responsible for all road and entrance reconstruction
and .repairs and maintenance of same for a period of one year from the date of
Final Completion; In the event the repairs and maintenance are not made--
immediately and it becomes necessary for the owner of the road to make such
repairs, the Contractor shall reimburse the owner of the road for the cost of
such repairs.
GUARANTY AND WARRANTY
01785-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
G. In the event the Contractor fails to proceed to remedy the defects upon
notification within 15 days of the date of such notice, the Owner reserves the
right to cause the required materials to be procured and the work to be done,
and to hold the Contractor and the sureties on Contractor's bond liable for the
cost and expense thereof.
H. Notice to Contractor for repairs and reconstruction will be made in the form of a
registered letter addressed to the Contractor at Contractor's home office.
I. Neither the foregoing paragraphs nor any provision in the Contract Documents,
nor any special guarantee time limit implies any limitation of the Contractor's
liability within the law of the place of construction.
END OF SECTION 01785
GUARANTY AND WARRANTY
01785-2
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
SECTION 01800 - SUBMITTALS
1.01 GENERAL:
Submittals covered by these requirements include manufacturers' information, shop
drawings, test procedures, test results, samples, requests for substitutions, and
miscellaneous work-related submittals. Submittals shall also include, but not be limited to,
all mechanical, electrical and electronic equipment and systems, materials, reinforcing
steel, fabricated items, and piping and conduit details. The Contractor shall furnish all
drawings, specifications, descriptive data, certificates, . samples, tests, methods,
schedules, and manufacturer's installation and other instructions as specifically required
in the Project Manual to demonstrate fully that the materials and equipment to be
furnished and the methods of work comply with the provisions and intent of the contract
documents.
2.01 CONTRACTOR'S RESPONSIBILITIES:
The Contractor shall be responsible for the accuracy and completeness of the
information contained in each submittal and shall assure that the material, equipment or
method of work shall be as described in the submittal. The Contractor'shall certify that all
features of all products conform to the specified requirements. Submittal documents shall
be clearly edited to indicate only those items, models, or series of equipment, which are
being submitted for review. All extraneous materials shall be crossed out or otherwise
obliterated. The Contractor shall ensure that there is no conflict in each case where his
submittal may affect the work of another contractor or the Owner. The Contractor shall
coordinate submittals among his subcontractors and suppliers.
The Contractor shall coordinate submittals with the work so that work will not be delayed.
. He shall coordinate and schedule different categories of submittals, so that one will not
be delayed for lack of coordination with another. No extension of time will be allowed
because of failure to properly schedule submittals. The Contractor shall not proceed with
work related to a submittal unit the submittal process is complete. This requires that
submittals for review and comment shall be returned to the Contractor stamped
No Exceptions Taken or Make Corrections Noted.
The Contractor shall certify on each submittal document that he has reviewed the
submittal, verified field conditions, and complied with the contract documents.
The Contractor may authorize in writing a material or equipment supplier to deal directly
with the Engineer or with the Owner with regard to a submittal. These dealings shall be
limited to contract interpretations to clarify and expedite the work.
3.01 CATEGORIES OF SUBMITTALS:
A. GENERAL:
SUBMITTALS
01800-1
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
Submittals fall into two general categories, submittals for review and comment, and
submittals which are primarily for information only. Submittals which are for
information only are generally specified as PRODUCT DATA in Part 2 of applicable
specification sections.
B. SUBMITTALS FOR REVIEW AND COMMENT:
All submittals except where specified to be submitted as product data for information
only shall be submitted by the Contractor to the Engineer for review and comment.
C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY:
Where specified, the Contractor shall furnish submittals (product data) to the
Engineer for information only.
4.01 TRANSMITTAL PROCEDURE:
A. GENERAL:
Unless otherwise specified, submittals regarding material and equipment shall be
accompanied by Transmittal Form 01800-A following this section. Submittals for
operation and maintenance manuals, information and data shall be accompanied by
Transmittal Form 01800-B following this section. A separate form shall be used for
each specific item, class of material, equipment, and items specified in separate,
discrete sections, for which the submittal is required. Submittal documents common to
more than one piece of equipment shall be identified with all the appropriate
equipment numbers. Submittals for various items shall be made with a single form
when the items taken together constitute a manufacturer's package or are so
functionally related that expediency indicates checking or review of the group or
package as a whole.
A unique number, sequentially assigned, shall be noted on the transmittal form
accompanying each item submitted. Original submittal numbers shall have the
following format: "XXX"; where "XXX" is the sequential number assigned by the
Contractor. Resubmittals shall have the following format: "XXX- Y"; where "XXX" is the
originally assigned submittal number and "y" is a sequential letter assigned for
resubmittals, Le., A, G, or C being the first, second, and third resubmittals,
respectively. Submittal 25B, for example, is the second resubmittal of submittal 25.
B. DEVIATION FROM CONTRACT:
If the Contractor proposed to provide material; equipment, or method of work which
deviates from the project manual, he shall indicate so under "deviations" on the
transmittal form accompanying the submittal copies.
C. SUBMITTAL COMPLETENESS:
SUBMITTALS
01800-2
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
Submittals which do not have all the information required to be submitted, including
deviations, are not acceptable and will be returned without review.
5.01 REVIEW PROCEDURE:
A. GENERAL:
Submittals are specified for those features and characteristics of materials,
equipment, and methods of operation which can be selected based on the
Contractor's judgment of their conformance to the specified requirements. Other
features and characteristics are specified in a manner which enables the Contractor to
determine acceptable options without submittals. The review procedure is based on
the Contractor's guarantee that all features and characteristics not requiring
submittals conform as specified. Review shall not extend to means, methods,
techniques, sequences or procedures of construction, or to verifying quantities,
dimensions, weights or gages, or fabrication processes (except where specifically
indicated or required by the project manual) or to safety precautions or programs
incident thereto. Review of a separate item, as such, will not indicate approval of the
assembly in which the item functions.
When the contract documents require a submittal, the Contractor shall submit the
specified information as follows:
1. Six copies of all submitted information shall be transmitted with submittals for
review and comment.
2. Unless otherwise specified, five copies of all submitted information shall be
transmitted with submittals (product data) for information only.
B. SUBMITTALS FOR REVIEW AND COMMENT:
Unless otherwise specified, within thirty (30) calendar days after receipt of a submittal
for review and comment, the Engineer shall review the submittal and return two
copies to the Contractor. The returned submittal shall indicate one of the following
actions:
1. If the review indicates that the material, equipment or work method complies with
the project manual, submittal copies will be marked No Exception Taken. In this
event, the Contractor may begin to implement the work method or incorporate the
material or equipment covered by the submittal.
2. If the review indicates limited corrections are required, copies will be marked Make
Corrections Noted. The Contractor may begin implementing the work method or
incorporating the material and equipment covered by the submittal in accordance
SUBMITTALS
01800-3
.
.
.
S&P Project No. G124-06-01A
Fort Gordon 18" Water Main
Augusta Utilities Project No. 10801
with the noted corrections. Where submittal information will be incorporated in
O&M data, a corrected copy shall be provided.
3. If the review reveals that the submittal is insufficient or contains incorrect data,
copies will be marked Revise and Resubmit. Except at his own risk, the Contractor
shall not undertake work covered by this submittal until it has been revised,
resubmitted and returned marked either No Exception Taken or Make Corrections
Noted.
4. If the review indicates that the material, equipment, or work method does not
comply with the project manual, copies of the submittal will be marked Rejected.
Submittals with deviations which have not been identified clearly may be rejected.
Except at his own risk, the Contractor shall not undertake the work covered by
such submittals until a new submittal is mad~ and returned marked either No
Exception Taken or Make Corrections Noted.
C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY:
Such information is not subject to submittal review procedures and shall be provided
as part of the work under this contract and its acceptability determined under normal
inspection procedures.
6.01 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS:
Review of contract drawings, methods of work, or information regarding materials or
equipment the Contractor proposed to provide, shall not relieve the Contractor of his
responsibility for errors therein and shall not be regarded as an assumption of risks or
liability by the Engineer or the Owner, or by any officer or employee thereof, and the
Contractor shall have no claim under the contract on account of the failure, or partial
failure, of the method of work, material, or equipment so reviewed. A mark of No
Exception Taken or Make Corrections Noted shall mean that the Owner has no objection
to the Contractor, upon his own responsibility, using the plan or method of work
proposed, or providing the materials or equipment proposed.
END OF SECTION 01800
SUBMITTALS
01800-4
01800-A SUBMITTAL TRANSMITTAL FORM
SUBMITTAL NO.:
CONTRACT NO.:
SPEC. SECTION:
FROM:
DATE:
. TO:
.
.
ATTENTION:
THE FOLLOWING MATERIAL IS TRANSMITTED FOR SUBMITTAL REVIEW
NO. DATE COPIES DESCRIPTION/EQUIPMENT NO.
WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE
SPECIFICATIONS
_ with no exceptions
_ except for the following deviations
NO.
o NO EXCEPTION 0 MAKE CORRECTIONS
TAKEN NOTED
o REJECTED 0 REVISE AND RESUBMIT
Checking is only for general conformance with the design
concept of the project and general compliance with the
information given in the contract documents. Any action
shown is subject to the requirements of the plans and
specifications. Contractor is responsible for: Dimensions
which shall be confirmed and correlated at the job site:
fabrication processes and techniques of construction:
coordination of his work with that of any other trades and the
satisfactory performance of his work.
STEVENSON & PALMER ENGINEERING. INC.
Date: _ ....
By:
DEVIATION
CONTRACTOR'S SIGNATURE
.
.
.
01800-8 PRODUCT DATA TRANSMITTAL FORM
DATE:
TO:
PRODUCT DATA NO.:
CONTRACT NO.:
SPEC. SECTION:
FROM:
ATTENTION:
THE FOLLOWING MATERIAL IS TRANSMITTED AS PRODUCT DATA
NO. DATE COPIES DESCRIPTION/EQUIPMENT NO.
.
WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE SPECIFICATIONS
CONTRACTOR:
SIGNATURE
TITLE
.
.
.
SECTION 02200
SITE PREPARATION
PART 1 GENERAL
1.01 SCOPE
This Section describes materials and equipment to be utilized and requirements for their use
in preparing the work site for construction. The Contractor shall furnish all materials,
equipment and labor necessary to complete the work. The contractor is required to contact
the Utilities Protection Center, Inc. in the State of Georgia call 1-800-282-7411 prior
to any excavation or construction.
1.02 REFERENCES
Georgia Manual for Erosion and Sedimentation Control, current edition.
1.03 QUALITY ASSURANCE
A. Comply with applicable codes, ordinances, rules, regulationS and laws of local,
municipal, state or federal authorities having jurisdiction.
B.
Layout work shall be done under supervision of a Civil Engineer or Registered Land
Surveyor, registered in Georgia.
c.
Transit and measuring devices shall be calibrated to layout site and construction
work.
1.04 SITE CONDITIONS
The area to be cleared and grubbed is shown schematically on the Drawings or specified
below.
PART 2 PRODUCTS
2.01 EQUIPMENT
The Contractor shall furnish equipment of the type normally used in clearing and grubbing
operations including, but not limited to, tractors, dozers, chippers, trucks, loaders, and root
rakes.
REV. 02/11/04
Site Preparation
02200-1
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
PART 3 EXECUTION
3.01 PREPARATION
A. Protect and maintain all benchmarks, monuments and reference points. Replace if
disturbed or destroyed. If found at variance with the Drawings, notify the Engineer
before proceeding with layout work.
B. Install erosion and sedimentation control structures as shown on the Drawings.
C. Protect all trees, vegetation, structures, utilities, and buildings not designated for
removal for demolition.
3.02 TOPSOIL STRIPPING AND STOCKPILING
A. Topsoil (top 6" - 8" of material) is to be removed from all cleared and grubbed areas
and placed in designated stockpile areas as shown on the plans. The Contractor shall
then grade the entire work site to conform, in general, to the finish elevations shown
on the Plans.
B. Shape topsoil stockpiles to drain without ponding water.
C. Where trees are indicated to remain, stop topsoil stripping at drip line.
. 3.03 TREE PROTECTION
.
A. Construct tree protection barricades, minimum 3'-0" high around individual trees
and groups of trees designated to remain. Construct barricades at drip line.
B. Protect tree root systems from damage due to deleterious materials caused by run-off
or spillage during mixing, use or discarding of construction materials. or drainage
from stored materials. Protect root systems form compaction, flooding, erosion or
excessive wetting.
3.04 EXCAVATION AROUND TREES TO REMAIN
A. Where trenching for utilities is required within drip line, hand dig under or around
roots. Cut no lateral roots or tap roots; cut smaller roots which interfere with new
construction.
B.
Where excavation for new construction is required within drip line of trees, hand
excavate to minimize damage to root-systems. Use narrow tine spading forks and
comb soil to expose roots. Relocate roots in backfill areas. Iflarge, main lateral roots
are encountered, expose beyond excavation limits, bend and relocate without
breaking. If encountered immediately adjacent to location of new construction and
relocation is not practical, cut roots approximately 3" back from new construction.
REV. 02/11/04
Site Preparation
02200-2
Ft. Gordon 1 8" Water Main
AUD Project NO.1 0801
.
.
.
C.
Allow no exposed roots to dry out before permanent backfill is placed; provide
temporary earth cover, or pack with peat moss and wrap with burlap. Water and
maintain in moist condition and temporarily support and protect from damage until
pennanently relocated and covered with backfill.
D. Prune braches in accord with standard horticultural practice to balance loss to root
system caused by damage or cutting of root system. Engage qualified arborist
approved by the Engineer to prune branches.
3.05 REPAIR FOR DAMAGED TREES
A. Engage a qualified arborist approved by the Engineer to perform tree repair work.
B. Make repairs promptly after damage occurs to prevent progressive deterioration of
damaged trees.
C. Remove dead trees and damaged trees in construction area which are determined by
the tree arborist to be incapable of restoration to normal growth pattern.
3.06 CLEARING AND GRUBBING
A.
Clear and grub each area before excavating. All trees, herbaceous growth and
stumps are to be chipped for mulch. Mulch will be stockpiled in the areas designated
on the Plans or used for erosion control as required. All other debris is to be removed
to an approved landfill.
B.
Materials to be removed from the project site include, but are not limited to trash,
organic matter, construction waste materials (i.e. paving, concrete 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 foundations and planking embedded in the ground shall be removed and
disposed. Butts of utility poles shall be removed.
E. Landscaping features shall include, but not limited to, fences, cultivated trees and
shrubbery, property comers, man made improvements and signs. The Contractor
shall take extreme care in moving landscape features and promptly re-establishing
these features.
F. Surface rocks and boulders shall be grubbed from the soil and removed from the site
if not suitable as rip~ rap.
G.
The entire construction area shall be grubbed by heavy tractors with root rakes.
Raking shall generally proceed along the contour rather than up and down slopes so
as to inhibit soil erosion.
REV. 02/11/04
Site Preparation
02200-3
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
3.07
H.
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.
1.
Any work pertaining to utility poles shall comply with the requirements of the
appropriate utility.
J. All fences adjoining any excavation or embanlanent 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. '
K. Stumps and roots shall be grubbed and removed to a depth not less than two feet
below grade. All holes or cavities which extend below the sub grade elevation of the
proposed work shall be filled with crushed rock or other suitable material,
compacted to the same density as the surrounding material.
L. 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.
M. The Contractor shall be responsible for all damages to existing improvements
resulting from Contractor's operations.
DISPOSAL OF DEBRIS
A. The debris resulting from the clearing and grubbing operation shall be removed from
the site and 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. In no case shall any material or debris be left on the Project, shoved
onto abutting private properties or buried on the Project.
B. When approved in writing by the Engineer and when authorized by the proper
authorities, the Contractor may dispose of such debris by burning on the Project site
provided all requirements set forth by the governing authorities are met. The
authorization to burn shall riot relieve the Contractor in any way from damages
which result from the Contractor's operations. On easements through private
property, the Contractor shall not burn on the site unless written consent is also
secured from the property owner, in addition to authorization from the proper
authorities.
END OF SECTION
REV. 02/11/04
Site Preparation
02200-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
SECTION 02230
TOPSOIL
PART 1 GENERAL
1.01 SCOPE
A. Topsoil for planting shall consist of a rich, friable soil conforming to. the
requirements and provisions set out in these Specifications, or a approved by the
Engineer and obtained from locations indicated on the Drawings. Topsoil shall be
placed at the locations indicated on the Drawings, set out in the Specifications or
as directed by the Engineer and in conformity with the provisions and
requirements set out in the Specifications.
B. Suitable topsoil which has been stripped off of excavation and embankment areas
shall be stockpiled as directed by the Engineer and later used before additional
topsoil is hauled to the site. Unsuitable material shall not be included in these
stockpiles and shall be wasted as directed by the Engineer.
PART 2 PRODUCTS
2.01 MATERIALS
A.
Topsoil planting shall be a rich, friable loam containing a large amount of humus
and shall be original surface sandy loam, topsoil of good, rich, uniform quality,
free from any material such as hard clods, stiff clay, hardpan, partially
disintegrated stone, pebbles larger than 1/2-inch in diameter, lime, cement, bricks,
ashes, cinders, slag, concrete, bitumen or its residue, boards, sticks, chips or other
undesirable material harmful or unnecessary to plant growth. Topsoil shall be
reasonable free from perennial weeds and shall not contain objectionable plant
material, toxic amounts of either acid or alkaline elements or vegetable debris
undesirable or harmful to plant life.
B. Topsoil shall be natural topsoil without admixture of subsoil material, and shall be
classified as a loam, silt loam, clay loam or a combination thereof. Topsoil shall
contain not less than five percent nor more than 20 percent, by weight, of organic
mater as determined by loss or ignition of oven-dried samples. The ignition test
shall be performed on samples which have been thoroughly oven-dried to constant
weight at a temperature of 221 degrees F.
C. Topsoil shall be secured from areas from which topsoil has not been previously
removed, eitlier by erosion or mechanical methods. Topsoil shall not be removed
to a depth in excess of the depth approved by the Engineer.
REV. 02/11/04
Topsoil
02230-1
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
D.
The area or areas from which topsoil is secured shall possess such uniformity of
soil depth, color, texture, drainage and other characteristics as to offer assurance
that, when removed in commercial quantities, the product will be homogeneous in
nature and will conform to the requirements ofthese Specifications, or as required
by the Engineer.
E. Topsoil may be secured, if approved by the Engineer, from areas which are, or
have been, in cultivation within the past five years, which are producing or have
produced fair or good yields of staple farm or truck crops without unusual
fertilization, or topsoil may be secured from areas supplied with good normal
drainage which is arable or suitable for cultivation.
PART 3 EXECUTION
3.01 EQUIPMENT
All equipment necessary for the proper removal, transportation, protection and
maintenance of topsoil must be available, when required, in first class working condition
and shall have been approved by the Engineer before construction will be permitted to
begin.
3.02 REQUIREMENTS
A.
Topsoil, except that stockpiled from excavation or embankment areas on the
Project, shall not be stored for use but shall be excavated and placed directly into
its final position.
B. All areas from which topsoil is to be secured, shall be cleaned of all sticks, boards,
stones, lime, cement, ashes, cinders, slag which will hinder or prevent growth.
C. In securing topsoil from a designated pit, or elsewhere, should strata or seams of
material occur which do not come under the requirements for topsoil, such
material shall be removed from the topsoil or if required by the Engineer, the pit
shall be abandoned.
D. Before placing or depositing topsoil upon any areas, all improvements within the
area shall be completed, unless otherwise approved by the Engineer.
E. The areas or pits into which topsoil is to be placed or incorporated, shall be
prepared before securing topsoil for use. The depth to which topsoil is excavated
in any pit, shall be subject to the direction of and be approved by the Engineer.
F. All stockpiled soils shall have adequate erosion control features in place to
prevent the loss of any material from said stockpile area into storm sewers,
ditches, swales, streams, ponds, lakes or waterways of any kind.
G.
Topsoil shall be transported in vehicles which will not lose or scatter the topsoil
during transportation.
REV. 02/11/04
Topsoil
02230-2
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
H.
Topsoil shall be placed upon or incorporated into prepared areas or pits in
accordance with the provisions and requirements set out in the sections of these
Specifications covering the particular type or kind of planting or seeding for
which topsoil is required.
1. Rock sloped and other rock areas which are to be seeded shall be capped with 9-
inches of suitable material before topsoil is used.
3.03 MAINTENANCE
The Contractor shall maintain topsoil, at Contractor's own expense, in connection with
any seeding or planting, or otherwise, until final completion of the Project. Maintenance
shall consist of preserving, protecting, replacing and such other work as may be necessary
to keep the Project in a satisfactory condition.
3.04 CLEANING
A. Final cleaning shall consist of completely cleaning the area of all equipment,
rubbish, excess material and unused materials which will mar the appearance of
the Project and disposing of the same satisfactorily.
B. All pavements and structures shall be swept clean of all dirt or rubbish which may
have become deposited upon them during construction.
C.
In addition, final cleaning up shall be performed III accordance with the
requirements of these Specifications.
END OF SECTION
REV. 02/11/04
Topsoil
02230-3
Ft. Gordon 18" Water Main
AUD Project No. 10801
.
SECTION 02300
EARTHWORK
PART 1 GENERAL
1.01 SCOPE
A. This Section includes earthwork and related operations, including, but not limited to
dewatering, excavating all classes of material encountered, pumping; draining and
handling of water encountered in the excavations, handling, storage, transportation and
disposal of all excavated and unsuitable material, construction of fills and
embankments, backfilling around structures, compacting, all sheeting, shoring and
bracing, preparation of subgrades, surfacing and grading, and any other similar,
incidental, or appurtenant earthwork operations which may be necessary to properly
complete the work.
B. The Contractor shall provide all services, labor, materials, and equipment required for
all earthwork and related operations, necessary or convenient to the Contractor, for
furnishing complete work as shown on the Drawings or specified in these Contract,
Documents.
1.02 RELATED SECTIONS
A. Geotechnical Report if Available
.
B. Site Preparation: Section 02200
C. Trench Excavation and Backfill: Section 02317
D. Erosion and Sedimentation Control: Section 02370
1.03 GENERAL
.
A. The elevations shown on the Drawings as existing are taken from the best existing data
and are intended to give reasonably accurate information about the existing elevations.
They are not precise and the Contractor shall become satisfied as to the exact quantities
of excavation and fill required.
B. Earthwork operations shall be performed in a safe and proper manner with appropriate
precautions being taken against all hazards.
C.
All excavated and filled areas for structures, trenches, fills, topsoil areas, embankments,
and channels shall be maintained by the Contractor in good condition at all times until
final acceptance by the Owner. All damage caused by erosion or other construction
operations shall be repaired by the Contractor using material of the same type as the
damaged material.
REV. 02/11/04
Earthwork
02300-1
Ft. Gordon 18" Water Main
AUD Project No. 1 0801
.
.
.
D.
The Contractor shall control grading in a manner to prevent surface water from running
into excavations. Obstruction of surface drainage shall be avoided and means shall be
provided whereby storm water can be uninterrupted in existing gutters, other surface
drains, or temporary drains. Free access must be provided to all fire hydrants and
meters.
E. Tests for compaction and density shall be conducted by the Engineer or by an
independent testing laboratory.
L
2.
3.
The soils testing laboratory is responsible for the following:
a. Field compaction testing shall be based on using the maximum dry
density determined by the Standard Proctor Compaction Test in
accordance with ASTM D 698.
b. Determination of in-place backfill density shall be done in accordance
with ASTM D 1556, "Density and unit weight 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)".
c. Field density tests for each lift; one test for each 5,000 square feet of fill
or minimum one test per lift.
d. Inspecting and testing stripped site, sub grades and proposed fill
materials.
Contractor's duties relative to testing include:
a. Notifying laboratory of conditions requiring testing.
b. Coordinating with laboratory for field testing.
c. Providing representative fill soil samples to the laboratory for test
purposes. Provide 50 pound samples of each fill soil.
Inspection
a. Earthwork operations, suitability of excavated materials for fill and
backfill, and placing and compaction of fill and backfill is subject to
inspection. Engineer will observe earthwork operations.
b. Foundations and shallow spread footing foundations are required to be
inspected by an engineer to verify suitable bearing and construction.
F. All earthwork operations shall comply with the requirements of OSHA Construction
Standards, Part 1926, Subpart P, Excavations, Trenching, and Shoring, and Subpart 0,
Motor Vehicles, Mechanized Equipment, and Marine Operations, and shall be
conducted in a manner acceptable to the Engineer.
G. It is understood and agreed that the Contractor has made a thorough investigation of the
surface and subsurface conditions of the site and any special construction problems
which might arise as _a result of Ilearby watercourses and floodplains. The Contractor
shall be responsible for providing all services, labor, equipment; and materials
necessary or convenient to the Contractor for completing the work within the time
specified in these Contract Documents.
H.
Safety
REV. 02/11/04
Earthwork
02300-2
Ft. Gordon 18" Water Main
AUD Project NO.1 0801
.
.
.
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
2.01 SOILS CLASSIFICATIONS
Bedding materials listed here include a number of processed materials plus the soil types
defined according to the Unified Soil Classification System (USCS) in ASTM D 2487,
Standard Method for Classification of Soils for Engineering Purposes. (See below for
description of soil classification). These materials are grouped into five broad categories
according to their suitability for this application:
A. Class I - Angular, 1/4 to 1 1/2 inches (6 to 40 mm) graded stone, including such as
coral, slag, cinders, crushed shells and crushed stone. Note - The size range and
resulting high voids ratio of Class I material make it suitable for use to dewater
trenches during pipe installation. This permeable characteristic dictates that its use be
limited to locations where pipe support will not be lost by migration of other
embedment materials into the Class I material. When such migration is possible, the
material's minimum size range should be reduced to finer than 1/4 inch (6 mm)and
the gradation properly designed to limit the size of the voids.
B.
Class II - Coarse sands and gravels with maximum particle size of 1 1/2 inch (40
mm), including variously graded sands and gravels containing small percentages of
fines, generally granular and non-cohesive, either wet or dry. Soil Types GW, GP,
SW and SP are included in this class. Note - Sands and gravels which are clean or
borderline between clean and with fines should be included. Coarse-grained soils
with less than 12% but more than 5% fines are neglected in ASTM D2487 and the
USCS and should be included. The gradation of Class II material influences its
density and pipe support strength when loosely placed. The gradation of Class II
material influences its density and pipe support strength when loosely placed. The
gradation of Class II material may be critical to the pipe support and stability of the
foundation and embedment if the material is imported and is not native to the trench
excavation. A gradation other than well graded, such as uniformly graded or gap
graded, may permit loss of support by migration into void spaces of a finer grained
natural material from the trench wall and foundation.
C. Class III - Fine sand and clayey (clay filled) gravels, including fine sands, sand-clay
mixtures and gravel-clay mixtures. Soil Types SM, GC, SM, and SC are included in
this class. -
D.
. .
Class IV - Silt, silty clays and clays, including inorganic clays and silts of not to high
plasticity and liquid limits. Soil Types MH, ML, CH, and CL are included in this
class. Note- Caution should be used in the design and selection of the degree and
method of compaction for Class IV soils because of the difficulty in properly
REV. 02/11/04
Earthwork
02300-3
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
E.
controlling the moisture content under field conditions. Some Class IV soils with
medium to high plasticity and with liquid limits greater than 50% (CR, MR,
CR-MR) exhibit reduced strength when wet and should only be used for bedding,
haunching and initial backfill in arid locations where the pipe embedment will not be
saturated by ground water, rainfall and/or exfiltration from the pipeline system. Class
IV soils with low to medium plasticity and with liquid limits lower than 50% (CL,
ML, CL-ML) also require careful consideration in design and installation to control
moisture content but need not be restricted in use to arid locations.
Class V - This class includes the organic soils OL, OR, and PT as well as soils
containing frozen earth, debris, rocks larger than 1 1/2 inch (40 mm) in diameter, and
other foreign materials. These materials are not recommended for bedding, haunching
or initial backfill.
DESCRIPTION OF EMBEDMENT MATERIAL CLASSIFICATIONS
SOIL SOIL DESCRIPTION MATERIAL CLASSIFICATION
CLASS TYPE
Class I
Soils *
Class II OW
Soil **
OP
SW
SP
Class III OM
Soil ***
REV. 02/11/04
Earthwork
OC
SM
SC
Manufactured angular, granular material, 3/4 to 11/2 inches (6 to 40 mm) size,
including materials having regional significance such as crushed stone, or rock,
broken coral, crushed slag, cinders, or crushed shells.
Well-graded gravels and gravel-sand mixtures, little or no fines. 50% or more
retained on No.4 sieve. More than 95% retained on No. 200 sieve. Clean..
Poorly graded gravels and gravel-sand mixtures, little or no fines. 50% or
more retained on No.4 sieve. More than 95% retained on No. 200 sieve.
Clean
Well-graded sands and gravely sands, little or no fines. More than 50% passes
No.4 sieve. More than 95% retained on No. 200 sieve. Clean.
Poorly graded sands and gravelly sand, little or no fines. More than 50%
passes No.4 sieve. More than 95% retained on No. 200 sieve. Clean.
Silty gravels, gravel-sand-silt mixtures. 50% or more retained on No. 200
SIeve.
Clayey gravels, gravel-sand-clay mixtures. 50% or more retained on No.4
sieve. More than 50% retained on No. 200 sieve.
Silty sands, sand-silt mixtures. More than 50% passes No.4 sieve. More than
50% retained on No. 200 sieve.
Clayey sands, sand-clay mixtures. More than 50% passes No.4 sieve. More
than 50% retained on No. 200 sieve.
02300-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
Class IV ML
Soils
CL
MH
CH
Class V OL
Soils
OH
PT
*
**
***
Inorganic silts, very fine sands, rock flour, silty or clayey fine sands. Liquid
limit 50% or less. 50% or more passes No. 200 sieve.
Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty
clays, lean clays. Liquid limit 50% or less. 50% or more passes No. 200 sieve.
Inorganic silts, micaceous or diatomaceous fine sands or silts, elastic silts.
Liquid limit greater than 50%. 50% or more passes No. 200 sieve.
Inorganic clays of high plasticity, fat clays. Liquid limit greater than 50%.
50% or more passes No. 200 sieve.
Organic silts and organic silty clays oflow plasticity. Liquid limit 50% or less.
50% or less. 50% or more passes No. 200 sieve.
Organic clays of medium to high plasticity. Liquid limit 50% or less. 50% or
more passes No. 200 sieve.
Peat, muck and other highly organic soils.
Soils defined as Class I materials are not defined in ASTM D2487.
In accordance with ASTM D2487, less than 5% pass No. 200 sieve.
In accordance with ASTM D2487, more than 12% pass No. 200 sieve. Soils with 5%
to 12% pass No. 200 sieve fall in borderline classification, e.g. GP-GC.
2.02 FILL MATERIAL
A. Sand Fill: Material shall consist of a clean sand with a fineness modulus of 1.6 to 3.1
and containing not more than 10 percent by weight finer than No. 200 U.S. Standard
Sieve. . .
B. Earth Fill: Material shall consist of inorganic material free of roots, cobbles and
boulders and classified as SM, ML, SC, or CL by ASTM D2487 ~85 "Standard Methods
for Classification of Soils for Engineering Purposes". Earth Fill shall also conform to
the following:
1. Liquid Limit = 50 maximum
2. Plasticity Index = 20 maximum
3. Dry Unit Weight = 90 pcf minimum maximum density
C. Coarse Aggregate (Crushed Stone): Coarse aggregate shall conform to the Georgia
Department of Transportation Standard Specifications for Construction of Road and
Bridges, Table 800.01 H, Size No. 57.
2.03 UNSUITABLE SITE FILL MATERIAL
REV. 02/11/04
Earthwork
02300-5
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
2.04
Material which does not conform to the above classifications (soil classification SP, SW.GM,
CH, MH, OH, OL, and PT) may be used as Site Fill material in areas identified on the drawings
as "spoil areas", in areas with no structures and or roads and other non-critical areas.
SHEETING, BRACING AND TIMBERING
A. Sheeting, Bracing and Timbering: The Contractor shall furnish, place and maintain all
sheeting, bracing and timbering required to properly support trenches and other
excavations in open cut and to prevent all movement of the soil, pavement, structures,
or utilities outside of the trench or pit.
1.
General
a. Cofferdams and bracing design, including computations, shall be
prepared before commencing construction operations. Drawings and
design computations shall be signed and sealed by a professional
engineer registered in the State of Georgia. The drawings and design
computations shall be submitted to the Engineer for informational
purposes only.
b. Sheeting, bracing and timbering shall be so placed as to allow the work
to be constructed to the lines and grades shown on the Drawings and as
ordered by the Engineer.
c. If at any time the method being used by the Contractor for supporting
any material or structure in or adjacent to any excavation is not
reasonably safe, the Contractor shall provide additional bracing and
support necessary to furnish the added degree of safety.
d. All sheeting in contact with the concrete or masonry shall be cut off as
directed by the Engineer and left in place.
2. Timber: Timber may be substituted for steel sheet piling when approved by the
Engineer. Timber for shoring, sheeting or bracing shall be sound and free of
large or loose knots, and in good condition. Size and spacing shall be in
accordance with OSHA regulations.
3. Steel 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/or live loads. Procedure for installation and bracing 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. Steel piling shall be removed, unless otherwise directed by the
Engineer.
4.
Remove bracing and sheeting in units when backfill reaches the point necessary
to protect the structures and adjacent property. Leave sheeting in place when,
in the opinion of the Engineer, it cannot be safely removed. Cut off sheeting
left in place at least two feet below the surface.
REV. 02/11/04
Earthwork
02300-6
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
2.05 FILTER FABRIC
A.
Filter fabric associated with bedding shall be a UV stabilized, spunbonded,
continuous filament, needle punched, polypropylene, nonwoven geotextile.
B. The fabric shall have an equivalent open size (EOS or AOS) of120 -70. The fabric
shall also conform to the minimum property values listed in the following table:
Fabric Property Unit Test Procedure Avera e Value
Typical Minimum
Weight oz/yd2 ASTM D 3776 8.3
Thickness mils ASTM D 1777 105
Grab Strength lbs. ASTM D 4632 240 210
Grab Elongation % ASTM D 4632 >50 50
Tear Strength lbs. ASTM D 4533 100 85
Mullen Burst psi ASTM D 3786 350 320
Puncture Resistance lbs. ASTM D 4833 115 100
Permittivity sec.l ASTM D 4491 1.7
Water Permeability cm/sec ASTM D 4491 0.4
Water Flow Rate gpm/ffl ASTM D 4491 120
UV Resistance (500 hrs) % ASTM D 4355 >85
PH 2-13
C. Filter fabric shall be Polyfelt TS 700, Trevira 1125 or SuPac 7-MP.
2.06 CONCRETE
Concrete for 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.
2.07 FLOW ABLE FILL
Flowable fill, where required for backfill, shall meet the requirements of Georgia Department
of Transportation Standard Specifications, Section 600 for Excavatable or Non-Excavatable
type.
PART 3 EXECUTION
3.01
GENERAL
REV. 02/11/04
Earthwork
A. Safety: Comply with local regulations and with the provisions of the "Manual of
02300-7
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
Accident Prevention in Construction" of the Associated General Contractors of
America, me., Occupational Safety and Health Act and all other applicable safety
regulations.
B. Topsoil
1. Remove all topsoil to a depth at which subsoil is encountered, from all areas
under buildings, pavements, and from all areas which are to be cut to lower
grades or filled.
2. With the Engineer's approval, topsoil to be used for finish grading may be
stored on the site.
3. Other topsoil may be used for fill in non-critical areas with approval of the
Engineer.
4. Properly dispose of all excess topsoil in the designated area.
C. Bracing and Sheeting
1. Furnish, put in place, and maintain all sheeting, bracing, and shoring as may be
required to properly support the sides of all excavations and to prevent all
movement of earth which could in any way injure the work, adjacent property
or workers.
2. Properly support all excavations where necessary to conform to all pertinent
rules and regulations and these Specifications, even though, such locations are
not indicated on the Drawings.
. 3. Exercise care in the removal of sheeting, shoring, bracing and timbering to
prevent collapse or caving of the excavation faces being supported and damage
to the work and adjacent property.
4. Do not leave any sheeting or bracing in the trench or excavation after
completion of the work, unless approved by the Engineer.
D. Obstructions
1. Remove and dispose of all boulders, sidewalks, driveways, pavement, pipes,
and the like, as required for the performance of the work.
2. Exercise care in excavating around catch basins, inlets and manholes so as to
not disturb or damage these structures.
3 . Avoid removing or loosening castings or pushing dirt into catch basins, inlets
and manholes.
4. Damaged or displaced structures or casting shall be repaired, :replaced and dirt
entering the structures during the performance of the work shall be removed at
no additional cost to the Owner.
E. Utilities to be Abandoned
1.
When pipes, conduits, sewers, or other structures are removed from the trench,
leaving dead ends in the ground, such ends shall be fully plugged or sealed with
brick and non-shrink grout.
Abandoned structures such as manholes or chambers shall be entirely removed.
Ft. Gordon 18" Water Main
AUD Project No.1 0801
02300-8
.
2.
REV. 02/11/04
Earthwork
.
.
.
3.
4.
5.
All materials from abandoned utilities shall be removed from the site.
All salvageable materials shall become the property of the Owner.
All equipment to be salvaged is noted in the Specifications and shall be turned
over to the Owner at a designated location.
F. Extra Earth Excavation
1. In case soft or excessively wet material which, in the opinion of the Engineer, is
not suitable, is encountered below the final sub grade elevation of an excavation
or underneath a structure, the Engineer may order the removal of this material
and its replacement with crushed stone, filter fabric, or other suitable material
in order to make a suitable foundation for the construction of the structure.
G. Cutting Paved Surfaces and Similar Improvements
1.
Remove existing pavement as necessary for installing pipe utilities and
appurtenances or as otherwise shown on the Drawings.
Before removing any pavement, mark the pavement neatly, paralleling pipe
lines and existing street lines. Space the marks the width of the trench.
Break asphalt pavement along the marks using rotary saws or other suitable
tools. Break concrete pavement along the marks by use of scoring with a rotary
saw and breaking below the score by the use of jackhammers or other suitable
tools.
Do not pull pavement with machines until completely broken and separated
from pavement to remain.
Do not disturb or damage the adjacent pavement. If the adjacent pavement is
. disturbed or damaged, remove and replace the damaged pavement. No
additional payment will be made for removing and replacing damaged adjacent
pavement.
2.
3.
4.
5.
6. Remove and replace sidewalks disturbed by construction for their full width
and to the nearest undisturbed joint.
7. The Contractor may twmel under curbs that are encountered; Remove and
replace any curb disturbed by construction to the nearest undisturbed joint.
3.02 EXCAVATION
A. Method
REV. 02/11/04
Earthwork
1.
All excavation shall be by open cut from the surface except as indicated on the
Drawings. .
All excavations for pipe appurtenances and structures shall be made in such a
manner, and to such depth and width, as will give ample room for building the
structures, and for bracing, sheeting, and supporting the sides of the excavation,
for pumping and draining groundwater which may be encountered, and for the
removal from the excavation of all materials excavated.
Take special care so that the soil below the bottom ofthe structure to be built is
left undisturbed.
2.
3.
02300-9
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
B.
Grades: Excavate to grades indicated on the Drawings. Where excavation grades are
not indicated on the Drawings, excavate as required to accommodate installation.
C. Disposal of Excavated Material
1. Remove and properly dispose of all excavated material not needed to complete
filling, backfilling and grading~ .
2. Dispose of excess earth and rock excavated materials at locations on-site
designated by the Engineer. Off-site disposal of all other material shall be and
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 on any street. No debris shall be deposited on any private property,
except by written consent of the property owner. In no case shall any material
be shoved onto abutting private properties, or be buried in embankments or
trenches on the Project.
3.03 EXCAVATING FOR STRUCTURES
A. Earth Excavation: Earth excavation shall include all substances to be excavated other
than rock. Earth. excavation for structures shall be to limits not less than two feet
outside wall lines, to allow for formwork and inspection, and further as necessary to
permit the trades to install their work. All materials loosened or disturbed by
excavation shall be removed from surfaces to receive concrete or crushed stone.
B.
Excavation for Foundations: Footings and slabs on grades shall rest on undisturbed
earth, rock or compacted materials to insure proper bearing.
REV. 02/11/04
Earthwork
1. Unsuitable Foundation Material: Any material, in the opinion of the Engineer,
which is unsuitable for foundation shall be removed and replaced with
compacted crushed stone, or with compacted fill material as directed by the
Engineer. No determination of unsuitability will be made until all requirements
for dewatering are satisfactorily met.
2. . Foundation in Rock: Foundations for a structure shall be on similar materials.
Should excavation for a foundation be partially in rock, the Contractor shall
undercut that portion of the rock 12-inches and bring the excavation to grade
with compacted crushed stone.
3. Pipe Trenches Beneath Structures: Where piping or conduit passes beneath
footings or slabs resting on grade, trenches shall be excavated to provide a
minimum 6-inch clearance from all surfaces of the pipe or conduit. The trench
shall be backfilled to the base of the structure with concrete.
4. Unauthorized Excavation: Care shall be taken that excavation does not extend
.. ---
below bottom levels of footings or slabs on earth or rock. Should the
excavation, through carelessness or neglect, be carried below such levels, the
Contractor shall fill in the resulting excess excavation with concrete under
. footings and compacted crushed stone or other approved material under slabs.
Should excavation be carried beyond outside lines of footings such excess
excavation shall be filled with concrete, or formwork shall be provided, as
Ft. Gordon 18" Water Main
AUD Project No.1 0801
02300-10
.
.
.
directed by the Engineer.
c.
Unsuitable Bearing
1. If suitable bearings for foundations are not encountered at .the elevations
indicated on the Drawings, immediately notify the Engineer.
2. Do not proceed further until instructions are received.
3.04 DEWATERING REQUIREMENT
A. The Contractor may use any dewatering method he deems feasible so long as it
results in working in the dry and stable soil conditions.
B. The Contractor shall conform and meet all conditions, obtain necessary permits and
requirements of the regulatory agencies that have jurisdiction.
C. It is the intent of these specifications that an adequate dewatering system be installed
to lower and control the groundwater in order to permit excavation, construction,
grading and the placement of fill materials, all to be performed under dry conditions.
. The dewatering system shall be adequate to pre-drain the water-bearing strata above
and below the bottom of the excavation. .
D.
The Contractor shall be solely responsible for the arrangement, location and depths of
dewatering system necessary to accomplish the work described under this section of
the specifications. The dewatering shall be accomplished in a manner that will
reduce the hydrostatic head below any excavation to the extent that the water level in
the construction area are a minimum of three (3) feet below the prevailing excavation
surface and any surface to be compacted; will prevent the loss of fines, seepage,
boils, quick conditions, or softening of the foundation strata; will maintain stability of
the sides and bottom of the excavation; and will result in all construction operations
being performed in the dry.
E. The Contractor shall promptly dispose of all water removed from the excavations in
such a manner as will not endanger public health, damage public or private property,
or affect adversely any portion of the work under construction or completed by him
or any other Contractor. Contractor shall obtain written permission from the Owner
for any property involved before digging ditches or constructing water courses for the
removal of water.
F. The disposal of water from the dewatering system shall meet the requirements of all
regulatory agencies having jurisdiction.
G.
If the dewatering requirements are not satisfied due to inadequacy or failure of the
dewatering system, then loosening of the foundation strata, or instability of the
slopes, or damage to the foundations or structures may occur. The supply of all labor
and materials, and the performance of all work necessary to carry out additional work
for reinstatement of the structures of foundation soil resulting from such inadequacy
or failure shall be undertaken by the Contractor subject to the approval of the
Ft. Gordon 18" Water Main
AUD Project No.1 0801
REV. 02/11/04
. Earthwork
02300-11
.
.
.
Engineer, and at no additional expense to the Owner.
3.05 ROCK EXCAVATION
A. Definition of Mass Rock (only for payment purposes where payment is on a unit
quantity basis): Any material which cannot be excavated with a single-tooth ripper
drawn by a crawler tractor having a minimum draw bar pull rated at not less than
56,000 pounds (comparable to Caterpillar D 8K or comparable to Caterpillar 973
front-end loader, and occupying an original volume of at least one cubic yard). The
Engineer shall be the sole determinate as to the limits to which the material is
classified as rock.
B. Definition of Trench Rock (only for payment purposes where payment is on a unit
quantity basis): Any material which cannot be excavated with a backhoe having a
bucket curling force rated at not less than 25,700 pounds (Caterpillar Model 225 or
equivalent), and occupying an original volume of at least one-half (112) cubic yards.
C. Excavation: Where rock is encountered within excavation for structures, it shall be
excavated to the lines and grades indicated on the Drawings or as otherwise directed
by the Engineer. The Contractor shall be responsible for obtaining any blasting
permits required.
D.
Blasting: Blasting operations shall be conducted in accordance with all existing
ordinances and regulations. All structures shall be protected from the effects of the
blast. Blasting shall be performed and supervised by qualified and licensed workers.
Dispose of excavated rock in accordance with applicable federal, state, county and
local regulations.
E. If excess excavation is made or the material becomes disturbed so as to require
removal below final sub grade elevations or beyond the prescribed limits, the resulting
space shall be refilled with concrete in accordance with Section 2.07 of this
Specification
3.06 COMPACTION
A. Fill materials supporting roadways, parking areas, sidewalks, structures, and buildings
and backfill around structures shall be compacted to 95 percent of the standard proctor
density. The top 12-inches offill materials supporting structures or pavement shall be
compacted to 98 percent of the standard proctor density. Fill placed for general site
grading shall be compacted to 90 percent of the standard proctor density.
B.
Compaction of embankments shall be by vibnltory sheepsfoot or pad-foot rollers with
staggered, uniformly spaced knobs and suitable cleaning devices. The projected area of
each knob and the number and spacing of the knobs shall be such that the total weight
of the roller and ballast when distributed over the area of one row of knobs shall be 250
psi. Placement and compaction of materials shall extend at least 5 feet beyond the final
contours sufficiently to insure compaction of the material at the resulting final surface. .
Final contours shall then be achieved by a tracked bulldozer shaping the face of the
REV. 02/11/04
Earthwork
02300-12
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
C.
embankment.
Compaction of backfill next to walls shall be accomplished with hand-powered
tamping equipment. The backfill shall be placed in 8-inch maximum lifts, with each
lift compacted to 95 percent of standard proctor density.
D. If tests indicate that density of fill is less than that specified, the area shall be, as
directed by the Engineer, either recompacted or undercut, filled, and compacted until
specified density is achieved.
3.07 FILL
A. Controlled Fill
1.
The fill for roadways, parking areas, walks, structures, and building slabs on
grade shall be controlled fill.
After the existing ground or excavated area has been proofrolled and examined
by the Engineer, all holes and other irregularities shall be filled and compacted
before the main fill is placed.
The fill shall be placed in even layers not exceeding 8-inches in depth and shall
be thoroughly compacted as herein specified.
If an analysis of the soil being placed shows a marked difference from one
location to another, the fill being placed shall not be made up of a mixture of
these materials.
Each different type of material shall be handled continuously so that field
control of moisture and density may be based upon a known type of material.
No fill shall be placed following a heavy rain without first making certain on
isolated test areas that compaction can be obtained without. damage to the
already compacted fill.
2.
3.
4.
5.
6.
B. Proofrolling
REV. 02/11/04
Earthwork
1.
All areas where roadways, parking areas, sidewalks, structures, and buildings
are to be constructed on cut areas, compacted fill, and other areas where
indicated on the Drawings, shall be proofrolled to detect soft spots prior to the
placement of fill material or building foundations.
Proofrolling shall be performed using a fully loaded tandem-axle dump truck
20 tons or other suitable pneumatic tired equipment over the sub grade before
the subgrade is shaped.
Proofrolling shall be witnessed by the Engineer.
Subgrade shall be proofrolled with 10 overlapping passes of the roller.
Depressions that develop during the proofrolling operation shall be filled with
suitable material and those filled areas shall be proofrolled with six passes of
the roller. If, after having been filled and proofrolled, the sub grade areas that
still "pump" or "rut", shall be further evaluated by a geotechnical engineer, and
remedial work be determined based on the conditions found at locations under
structures or pavement. The contractor shall execute remedial work determined
by the geotechnical engineer to achieve a sub grade acceptable to the Engineer.
Ft. Gordon 18" Water Main
AUD Project No.1 0801
2.
3.
4.
02300-13 .
.
.
.
5.
After the proofrolled subgrade has been accepted by the Engineer, the surface
of the sub grade shall be finish rolled with a smooth steel wheel roller weighing
not less than 10 tons. Finished surface of the sub grade shall be within a
tolerance of 1/4-inch at every point.
Conduits, pipes, culverts, and underdrains shall be neither disturbed nor
damaged by proofrolling operations. Rollers shall neither pass over, nor
approach closer than five feet to, conduits, pipes, culverts, and underdrains
unless the tops of those products are deeper than three feet.
6.
C. Placement
1. Prior to placement of any material in embankments, the area within
embankment limits shall be stripped of topsoil and all unsuitable materials
removed in accordance with this Section. The area shall then be scarified to a
depth of at least 6-inches.
2. Fill materials shall be placed in continuous, approximately horizontal layers
extending the full width of the embankment cross-section and the full
dimension of the excavation where practical and having an uncompacted
thickness of not over 8-inches.
D. Final Grading: Upon completion of construction operations, the area shall be graded to
finish contour elevations and grades shown on the Drawings. Graded areas shall be
made to blend into conformation with remaining ground surfaces. All surfaces shall be
left smooth and free to drain.
E.
Excess Material: Surfaces and slopes of waste fills shall be left smooth and free to
drain.
F. Moisture
1. Fill materials shall be placed at optimum moisture content within practicable
limits, but not less or more than two percent of optimum. Optimum moisture
shall be maintained by sprinkling the layers as placed or by allowing materials
to dry before placement.
2. If fill material is too wet, provide and operate approved means to assist the
drying of the fill until suitable for compaction.
3. If fill material is too dry, provide and operate approved means to add moisture
to the fill layers.
3.08 BACKFILLING
A. Backfill carefully to restore the ground surface to its original condition. Dispose of
excess material in accordance with this Section.
B.
C.
REV. 02/11/04
Earthwork
Compact backfill underlying roadways, parking areas, sidewalks, structures and
buildings in accordance with the requirements of Article 3.06 of this Section.
Backfilling Around Structures
02300-14
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
1.
General
a. Remove debris from excavations before backfilling.
b. Do not backfill against foundation walls until so directed by the
Engineer nor until all indicated perimeter insulation and/or
waterproofing is in place.
c. Protect such insulation and/or waterproofing during filling operations.
d. Do not backfill against water retaining structures until successful
leakage tests have been completed.
e. Wherever possible, backfilling shall be simultaneous on both sides of
walls to equalize lateral pressures.
f. Do not backfill against walls until all permanent construction is in place
to furnish lateral support on both top and bottom of wall.
g. Backfilling against walls shall take place after all the concrete in the
affected members has attained the specified strengths.
h. To prevent excessive lateral pressure on external walls, large
compaction equipment shall not be allowed within a zone wall footing.
2. Materials: Backfill material placed against structures built or encountered
during the work of this Section shall be suitable fill material. No broken
concrete, bricks or similar materials will be permitted as backfill.
3.09 GRADING
A.
General: Perform all rough and finish grading required to attain the elevations
indicated on the Drawings. Perform finish grading to an accuracy of !0.1 0 foot.
B. Treatment After Completion of Grading
1. After grading is completed, permit no further excavation, filling or grading,
except with the approval of the Engineer.
2. Use all means necessary to prevent the erosion of freshly graded areas during
construction and until such time as permanent drainage and erosion control
measures have been installed.
3.09 SETTLEMENT
A. The Contractor shall be responsible for all settlement ofbackfill, fills and embankments
which may occur within one year after final acceptance of the Work by the Owner.
B. The Contractor shall make, or cause to be made, all repairs or replacements made
necessary by settlement within 30 days after receipt of written notice from the Engineer
or Owner.
3.13 CLEAN-UP
A.
Leave unused materials in a neat, compact stockpile.
REV. 02/11/04
Earthwork
02300-15
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
B. Remove unused stockpiled materials, leave area in a clean and neat condition. Grade
stockpile area to prevent standing surface water.
c.
REV. 02111/04
Earthwork
Leave borrow areas in a clean and neat condition. Grade to prevent standing surface
water.
END OF SECTION
02300-16
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
SECTION 02317
TRENCH EXCAVATION AND BACKFILL
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 site utilities, including all pipelines, electrical conduits,
and duct banks as shown on the plans and as specified.
B. Excavation shall include the removal of any tree 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 pipe and appurtenances in
conformance with the lines and grades shown on the plans and as specified.
C. . Backfill shall include the filling and compaction of the trenches and excavations up
to the surrounding ground surface or road grade at crossing.
D. The trench is divided into five specific areas:
1.
Foundation: The area beneath the bedding, sometimes also referenced to as
trench stabilization.
Bedding: The area above the trench bottom (or foundation) and below the
bottom of the barrel of the pipe.
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.
Initial Backfill: The area above the haunching material and below a plane
12-inches above the top of the barrel of the pipe.
Final Backfill: The area above a plane 12-inches above the top of the barrel
of the pipe.
2.
3.
4.
5.
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.
F. This section supplements specification Section "02300 Earthwork." Refer to the
Earthwork specifications for general excavation and backfill gliidelines.
1.02 RELATED SECTIONS
A.
Geotechnical report if available.
REV.03j03j04
Trench Excavation and Backfill
02317-1
Ft. Gordon 18" Water Main
AUD Project No. 10801
.
.
.
B. Site Preparation: Section 02200.
C.
Earthwork: Section 02300.
D. Erosion and Sedimentation Control: Section 02370
1.03 GENERAL
A. In addition to specification Section 02300, the soils testing laboratory is
responsible for the following:
a. Test frequency for trenches and confined areas of 1 test per two foot
verticallifi for every 100 linear feet.
PART 2 PRODUCTS
2.01 PIPE BEDDING CLASSES
A. Class A Bedding shall consist of a continuous concrete cradle as determined by
the Engineer.
B.
Class B Bedding: The pipe shall be bedded with No. 57 stone bedding material
placed on the trench foundation. The bedding shall have a minimum thickness
beneath the pipe of 4 inches or one-eighth of the outside diameter of the pIpe,
whichever is greater, and shall extend up the side to the springline. Initial backfill
from the pipe horizontal centerline to a level not less than 12 inches above the top
of the pipe and shall be bedding material or carefully placed native soil,
compacted to 90% of Standard Proctor Density. The final backfill of the soil to
ground surface shall be compacted to the specified density.
C. Class C Bedding: The pipe shall be bedded in No. 57 stone bedding material
placed on the trench foundation. The bedding shall have a minimum thickness
beneath the pipe of 4 inches or one-eighth of the outside diameter of the pipe,
whichever is greater, and shall extend up the sides of the pipe one-sixth the
outside diameter of the pipe. Initial backfill between the top of haunching and a
point 12 inches above the top of pipe shall be compacted to 90% of Standard
Proctor Density. The final backfill of the soil to ground surface shall be
compacted to the specified density.
D. 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.
2.02
TRENCH FOUNDATION MATERIALS
When unsuitable material is encountered and extends more than 6 inches below the pipe.
Crushed stone shall be utilized for trench foundation (trench stabilization) and shall meet the
REV. 03/03/04
Trench Excavation and Backfill
02317-2
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
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 or Class I material.
2.03 FILTER FABRIC
A. 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.
2.04 BEDDING AND HAUNCHING MATERIALS
A. Crushed stone utilized for bedding and hunching 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.
R
Earth materials shall be suitable materials selected from the trench excavation.
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.
2.05 INITIAL BACKFILL
A. Initial backfill material shall be earth materials or crushed stone as specified for
bedding and haunching materials. Soil shall be tamped to 90% of Standard Proctor
Density (ASTM D698).
REarth materials utilized for initial backfill 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, 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.
2.06 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
REV. 03/03/04
Trench Excavation and Backfill
02317-3
Ft. Gordon 18" Water Main
AUD Project No. 10801
.
.
.
suitable for use as final backfill material, provide select material conforming to the
requirements of this Section.
B.
In areas not used for streets or driveways, carefully refill in layers not exceeding 8
inches in thickness and thoroughly tamp with hand tamps to one foot above the
top of the pipe. Finish filling by machine without tamping. As trench settles,
bring back to grade by adding more material. Maintain trenches in safe condition
at all times. Restore all special grassing and shrubbery, fences, etc., to original
condition. The remaining backfill shall be thoroughly compacted in 8 inch layers
to at least 95% (percent) of the Standard Proctor Density (ASTM D698).
C. In streets, roadways and driveways, carefully refill in layers not exceeding 8
inches in thickness and thoroughly tamp with hand tamps to one foot above the
top of the pipe. The remaining backfill shall be thoroughly compacted in 8 inch
layers to at least 98% (percent) of the Standard Proctor Density (ASTM D698).
D. Backfilling and tamping work in state highway right-of-ways and streets under
jurisdiction of the State Highway Department will be in accordance with the State
of Georgia Department of Transportation "Policy and Procedure for
Accommodation of Utilities".
E. Dirt roads shall be overlaid with 6" of graded aggregate course after final grading is
completed.
2.07
CONCRETE
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.
PART 3 EXECUTION
3.01 EXAMINATION
A. Identify required lines, levels, contours, and datum locations.
B. Locate, identify, and protect utilities that remain and protect from damage. The
contractor is required to contact the Utilities Protection Center, Inc. in the State of
Georgia call 1-800-282-7411 prior to any excavation or construction. Additional
information is available at www.gaupc.com. The contractor shall first, Call
Before You Dig. Second, Wait the Required Amount .of Time. Third, Respect
the Marks and Lastly, Dig With Care.
C.
Notify utility company to remove and relocate utilities.
REV. 03/03/04
Trench Excavation and Backfill
02317-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
3.02 TRENCH EXCAVATION
A.
Notify of unexpected subsurface conditions and discontinue affected Work in area
until notified to resume work.
B. Slope banks of excavations deeper than 4 feet to angle of repose or less until
shored.
C. Do not interfere with 45 degree bearing splay of foundations.
D. Cut trenches a.D of pipe plus two feet minimum or a.D. of pipe plus four feet
maximum wide enough to allow installation and inspection of utilities.
E. . Hand trim excavations. Remove loose matter.
F. Remove large stones and other hard matter which could damage piping or impede
consistent backfilling or compaction.
G. Remove lumped subsoil, boulders, and rock up to 1/3 cu yd (0.25 cu m) measured
by volume.
H. Remove excavated material that is unsuitable for re-use from site.
1. Stockpile excavated material to be re-used in area designated on site In
accordance with Section 02230.
J.
Remove excess excavated material from site.
K. In areas not used for streets and in unpaved streets, maximum trench width shall
be the pipe diameter plus 24 inches. Protect all trees, shrubs and structures.
Protect all fences and replace those damaged/removed with like kind. Keep work
and equipment within easement limits. Repair and replace any damage.
L. Paved streets shall have a maximum trench width of pipe diameter plus 24 inches.
Shore and brace trench walls as necessary. to prevent damage to existing paving.
Do not cut existing sidewalk, or curb and gutter without approval by the Engineer.
Use rubber tired equipment only on streets. Repair and replace all damage. Saw
cut all pavements for smooth edge on replacement.
3.03 DEWATERING REQUIREMENT
A.
The Contractor shall be solely responsible for the arrangement, location and
depths of dewatering system necessary to accomplish the work described under
this section of the specifications. The dewatering shall be accomplished in a
manner that will reduce the hydrostatic head below any excavation to the extent
that the water level in the construction area are a minimum of two (2) feet below
the prevailing excavation surface and any surface to be compacted; will prevent
the loss of fines, seepage, boils, quick conditions, or softening of the foundation
strata; will maintain stability of the sides and bottom of the excavation; and will
REV. 03/03/04
Trench Excavation and Backfill
02317-5
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
result in all construction operations being performed in the dry.
3.04
SHEETING, BRACING AND SHORING
A. 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 of the pipe or
utility.
B. Remove bracing and sheeting in units when backfill reaches the point necessary to
protect the utility 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.
C. Sheet piling within three feet of an existing structure or utility shall remain in
place, unless otherwise directed by the Engineer.
3.05 TRENCH FOUNDATION AND STABILIZATION
A.
The bottom of the trench shall provide a foundation to support the utility and its
specified bedding. The trench bottom shall be graded to support the utility 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 utility, the trench will be
determined to be unsuitable.
C. If in the opinion of the Engineer the undisturbed material at the trench bottom
constitutes an unstable pipe foundation, then the Contractor shall replace such
unstable materials with crushed stone.
D. If the crushed stone does not provide adequate foundation, then the trench shall be
excavated to a depth of at least two feet below the specified trench bottom. The
over excavation shall be filled with No.4 foundation stone to the bottom of the
bedding stone or the over excavation shall be lined with filter fabric, with the
fabric being supported along the sides of the trench to a point above the top of the
utility. The trench shall then be filled with No. 57 foundation stone to the top of
the pipe and the filter fabric shall be overlapped above the pipe and stone.
3.06 BEDDING AND HAUNCHING
REV. 03/03/04
Trench Excavation and Backfill
02317-6
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
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 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 of the pipe, except at joints.
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.
Gravity Pipelines and Accessories: Lay PVC (plastic pipe) gravity sewer pipe with
minimwn Class B bedding. Lay all other gravity sewer pipelines with Class C
bedding, unless shown or specified otherwise. All trenches under paving, concrete,
etc. shall be placed in Class B bedding only.
F. Bedding for storm drain piping shall be as specified in Section 02635 Storm
Drainage Piping.
G. Manholes: Excavate to a minimwn of l2-inches below the planned elevation of the
base of the manhole. Place and compact crushed stone bedding material to the
required grade before constructing the manhole.
H. Pressure Mains
Bedding and. haunching for pressure pipe shall be with Class II or III soils
compacted to 90% of standard proctor density. All trenches under paving, concrete,
etc. shall be placed in Class B bedding only.
1. Excessive Width and Depth
1.
If the trench is excavated in excess of the pipe diameter plus two feet,
provide the next higher bedding type.
If the trench is excavated to excessive depth, provide foundation stone to the
bottom of the bedding material.
2.
REV. 03/03/04
Trench Excavation and Backfill
02317-7
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
J.
Compaction: Bedding and haunching materials under pipe, manholes and
accessories shall be compacted to a minimum of 95 percent of the maximum dry
density, unless shown or specified otherwise.
3.07 CONCRETE ENCASEMENT FOR PIPELINES
Where concrete encasement is shown on the Drawings for pipelines not under structures,
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 6-inches above the pipe bell. Do not backfill the trench for a period of at least 24
hours after concrete is placed.
3.08 CONCRETE ENCASEMENT FOR ELECTRICAL DUCT BANKS
A. Install top of duct bank minimum I8-inches below finished grade with plastic
warning tape I2-inches below finished grade.
B. Terminate conduit in end bell at manhole entries.
C. Stagger conduit joints in concrete encasement 6-inches minimum.
D.
Provide minimum 3-inch concrete cover at bottom, top, and sides of duct ban1e
Use suitable separators and chairs installed not greater than four feet on center to
provide conduit spacing as indicated. Securely anchor conduit to prevent
movement during concrete placement.
E. Where duct bank passes beneath footings or slabs, excavate to provide a
minimum of 6-inches clearance between the conduits and the structure. Backfill to
the base of the structure with concrete.
3.09 INITIAL BACKFILL
A. Fill up to sub grade elevations unless otherwise indicated.
B. Employ a placement method that does not disturb or damage other work.
C. Systematically fill to allow maximum time for natural settlement. Do not fill over
porous, wet, frozen or spongy sub grade surfaces.
D. Maintain optimum moisture content offill materials to attain required compaction
density.
E. Granular Fill: Place and compact materials In equal continuous layers not
exceeding 6 inches compacted depth.
F.
Soil Fill: Place and compact material in equal continuous layers not exceeding 8
inches compacted depth.
REV. 03/03/04
Trench Excavation and Backfill
02317-8
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
G. Correct areas that are over-excavated.
1.
2.
Thrust bearing surfaces: Fill with concrete.
Other areas: Use general fill, flush to required elevation, compacted to
minimum 98 percent of standard proctor dry density.
H. Compaction Density Unless Otherwise Specified or Indicated:
1. Under paving, slabs-on-grade, and similar construction: 90 percent of
standard proctor density.
2. At other locations: 90 percent of standard proctor density.
3.10 FINAL BACKFILL
A. Backfill to contours and elevations indicated using suitable materials.
B. Employ a placement method that does not disturb or damage other work.
C. Systematically fill to allow maximum time for natural settlement. Do not fill over
porous, wet, frozen or spongy sub grade surfaces. .
D. Maintain optimum moisture content offill materials to attain required compaction
density.
E.
Granular Fill: Place and compact materials In equal continuous layers not
exceeding 6 inches compacted depth.
F. Soil Fill: Place and compact material in equal continuous layers not exceeding 8
inches compacted depth.
G. Slope grade away from building mInImUm 2 inches in 10 ft, unless noted
otherwise. Make gradual grade changes. Blend slope into level areas.
H. Compaction Density Unless Otherwise Specified or Indicated:
1. Under paving, slabs-on-grade, and similar construction: 98 percent of
standard proctor density.
2. At other locations: 95 percent of standard proctor density.
1. Reshape and re-compact fills subjected to vehicular traffic.
3.11 TOLERANCES
A. Top Surface of General Backfilling: Plus or minus 1 inch from required
elevations.
B.
Top Surface of Backfilling Under Paved Areas: Plus or minus 1 inch from
required elevations.
REV. 03/03/04
Trench Excavation and Backfill
02317-9
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
END OF SECTION
REV. 03/03/04
Trench Excavation and Backfill
02317-10
Ft. Gordon 1 S" Water Main
AUD Project No.1 OSOl
.
.
.
SECTION 02370
EROSION AND SEDIMENTATION CONTROL
PART 1 GENERAL
1.01 SCOPE
A. This section covers the control measures required but not limited to during
construction until final acceptance to control water run-off, erosion, sedimentation,
and unreasonable amounts of dust. Measures to adequately control erosion and
siltation throughout project construction are required whether or not they are shown
on the plans. This control shall be accomplished through the use of berms, dikes,
sediment basins and barriers, slope drains, grassing, and other devices as outlined in
the Georgia Erosion and Sedimentation Control Act of 1975 and any additional
federal or local ordinances. All erosion and control measures shall be designed
for a 25 year storm event and installed according to the Manual for Erosion and
Sediment Control in Georgia (1975 and as amended in the latest edition) and/or
The Department of Transportation, State of Georgia, Standard Specifications
Construction of Roads and Bridges Latest Edition. Also, Storm Water
Discharge(s) will be in strict compliance with State of Georgia Department of
Natural Resources Environmental Protection Division General Permit No. GAR
100001,100002, OR 100003 effective August 13, 2003 (as applicable).
B.
The section also specifies the subsequent. removal of temporary erosion and
sedimentation controls.
C. Grassing in accordance with this Specification is considered a temporary measure to
prevent soil erosion until the permanent grassing can be established. See Section
02920 Lawns and Grassing for permanent grassing requirements.
D. Land disturbance activity shall not commence until the Commercial Development
Permit/Land Disturbance Permit has been issued.
E. The LDPILand disturbance permit shall be obtained and paid for by the Owner.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02200 - Site Preparation.
B. Section 02920 - Lawns and Grassing.
REV. 02/11/04
Erosion and Sedimentation Control
02370-1
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
1.03 APPLICABLE PUBLICATIONS
A.
The publications listed below form a part of these Specifications as if incorporated
herein, except as modified herein to the extent referenced. Referenced standards and
recommended practices shall be the latest versions of any such documents. The
contractor shall be responsible for complying with requirements of these regulations.
B. Environmental Protection Agency (EP A) Regulations:
1. 40 CFR 112 Oil Pollution Prevention
2. 40 CFR 116 Designation' of Hazardous Substances
3. 40 CFR 122 EP A Administered Permit Programs: The National Pollutant
Discharge Elimination System (NPDES)
4. 40 CFR 136 The National Pollutant Discharge Elimination System
(NPDES)
5. 40 CFR 257 Criteria for Classification of Solid Waste Disposal Facilities
and Practices
6. 40 CFR 258 Criteria for Municipal Solid Waste Landfills (Effective 10-9-
93)
7. 40 CFR 261 Identification and Listing of Hazardous Waste
8. EPA 833-B-92-001 "NPDES Storm Water Sampling Guidance Document
C. Georgia Environmental ProtectionlDivision (EPD) Rules:
1.
Chapter 391-3-4
Solid Waste Management Rules
1.04 QUALITY ASSURANCE
A. The temporary and permanent erosion and sedimentation control measures shown on
the Drawings are minimum 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 the unit price bid indicated
on the Bid Schedule. I
B. The Contractor shall be required to meet the requirements of the National
Pollution Discharge Elimination System (NPDES) GAR 100001, 100002, or
100003 dated August 13, 2003 (as applicable). The Contractor will be required to
follow all BMPs (Best Management'Practices) as shown on the Erosion, Sedimentation
and Pollution Control Plan and shall inspect, monitor and maintain those BMPs as
required by the above permit. The Contractor will be required to notify the storm water
sampling subcontractor whenever there is a storm occurrence and to make required
reports to EPD General Permit.
C. Basic Principles
1.
I
Coordinate the land disturbance activities to fit the topography, soil types and
conditions.
Minimize the disturbed area1and the duration of exposure to erosive elements.
2.
REV. 02/11/04
Erosion and Sedimentation Control
02370-2
i
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
3.
Provide temporary or permanent stabilization to disturbed areas immediately
after rough grading is complete.
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.
Retain sediment on-site that was generated on-site.
Minimize encroachment upon watercourses.
4.
5.
6.
D. 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.
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 1:hfough a filter system before exiting the Project site.
The Contractor shall provide temporary and permanent erosion and
sedimentation control measures to prevent silt and sediment from entering the
waterways.
The Contractor shall limit land disturbance activity to those areas shown on the
Drawings.
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 acceptance of the Project. Maintenance shall include mulching, re-seeding,
re-sodding, 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 Engineer.
All fines imposed for improper erosion and sedimentation control shall be paid
by the Contractor.
2.
3.
4.
5.
6.
PART 2 PRODUCTS
2.01 BEST MANAGEMENT PRACTICES
The vegetative measures and structural practices shall be in accordance with chapter six of
the "Manual for Erosion and Sediment Control in Georgia" as currently amended.
2.02 NPDES STORMW A TER SAMPLING
Please refer to Part IV.D.5 of the specifications for NPDES Permit No. GAR 100001,
100002 or 100003 (as Applicable). Also, refer to the Erosion, Sediment and Pollution
Control Narrative and Comprehensive Morutoring Program general notes on the construction
plans. Monitoring locations are shown on the plans and shall be sampled with the following
Automatic Sampler.
The Global Water St0l111water Sampler, SS505 or approved equal, is designed specifically to
meet federal and state storm water sampling requirements. The Global Stormwater Sampler
REV. 02/11 /04 Ft. Gordon 1 S" Water Main
Erosion and Sedimentation Control 02370-3 AUD Project NO.1 OS01
.
.
.
shall consist of a rugged, rainprooflockable carrying enclosure. Inside the enclosure shall be
a 1.0 liter polyethylene sample bottle, a peristaltic sampling pump, a logic timer/controller,
and a rechargeable 5 Ah gel cell battery. Electronic circuits shall be fully encapsulated in
epoxy eliminating failure due to moisture. The sampler shall include an auto-drain rain
gauge, sampler pickup hose and a battery charger.
PART 3 EXECUTION
3.01 GENERAL
A. The 24-hour contact is: Augusta Dispatch @ (706) 842-3060
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 will be repaired or replaced by the end of the
day.
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 INSTALLATION
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 road, driveway, 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 roadway elevations. The stone shall
be dropped no more than three feet 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 off site when the dis~bed 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
REV. 02/11/04
Erosion and Sedimentation Control
02370-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
1.
Sediment barriers shall include, but are not necessarily limited to, silt fences,
hay bales, rock check dams, inlet sediment traps or any other device which
prevents sediment from exiting the disturbed area.
Silt fences, hay bales and rock check dams shall not be used in any flowing
stream, creek or river.
Sediment barriers shall be installed as shown on the Drawings and as required
by the Contractor's construction sequence and methods.
Sediment barriers shall be maintained to ensure the depth of impounded
sediment is no more than one-half of the original height of the barrier. Tom,
damaged, destroyed or washed-out barriers shall be repaired, reinforced or
replaced with new material.
Sediment Barrier Removal
2.
3.
4.
5.
a. 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.
b. Accumulated sediment shall be removed from the barrier and spread
over excess soil disposal area.
c. All non-biodegradable parts of the barrier shall be disposed of properly.
Used bales may be spread evenly across the disposal area as a
mulching material. .
d. The disturbed area created by barrier removal shall be permanently
stabilized.
C.
Temporary Sediment Basins and Water Quality Ponds
1. Pond maintenance shall follow the following outline.
a. Initial Cleaning.
Clean all ponds of accumulated silt to low level elevation shown on
drawings. Initial cleaning shall be accomplished within 90 days of the
Notice to Proceed.
b. Intermediate Cleanings.
Whenever silt accumulation reaches the maximum level shown on
drawings, silt shall be removed to the low level as shown in the
drawings. Intermediate cleanings shall be done as often as necessary to
keep silt accumulation below the maximum level.
c. Final Cleaning.
After all utility work, final grading, sidewalks and roads, and soil
stabilization is complete, the Contractor shall clean the ponds of
accumulated silt to their low level.
d. After final cleaning of ponds, the slopes and bottoms shall be seeded
for a permanent grass establishment. The contractor shall schedule the
cleaning to coincide with the proper planting season for the permanent
grass.
D.
Rip Rap
REV. 02/11/04
Erosion and Sedimentation Control
02370-5
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
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 streams or drainage ditches. Compact backfill and
place rip rap to prevent subsequent settlement and erosion. This requirement
applies equally to construction along side a stream or drainage ditch as well
as crossing a stream or drainage ditch.
When trenching across a stream or drainage ditch, rip rap to be placed shall
be brought to the correct lines and grades before placement is commenced.
Where filing 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,
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 hauled off of the
site and disposed of properly.
2.
E. Filter Fabric
1.
Plastic filter fabric shall be placed under all rip rap unless shown or specified
otherwise.
Filter fabric shall not be placed under rip rap on stream or drainage ditch
crossings.
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 each joint. 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 the 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 or rip rap shall be removed and replaced with
uncontaminated and undamaged fabric at no additional cost to the Owner.
2.
3.
F.
Temporary Stream Crossing
Construction operations in rivers, streams, and impoundments shall be restricted to
those areas, which must be entered for the construction of temporary or permanent
structures. As soon as conditions permit, rivers, streams, and impoundments shall be
promptly cleared of all false work, piling which are to be removed, debris, and other
obstructions placed therein or caused by the construction operations. Frequent
fording oflive streams with construction equipment will not be permitted; therefore,
temporary bridges or other structures shall be used whenever an appreciable number
of stream crossings are necessary. Mechanized equipment shall not be operated in
live streams except as may be required to construct channel changes and temporary or
permanent structures, and to remove temporary structures.
REV. 02/11/04
Erosion and Sedimentation Control
02370-6
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
3.03
INST ALLATION (VEGETATIVE MEASURES)
A. Mulching
Temporary mulching or grassing may be required by the Engineer where construction
or conditions prohibit completion in a continuous manner and surface erosion is
probable. See Section 02920 - Lawns and Grassing and Section 02921- Sodding for
additional requirements.
B. Grassing
1. Seed rate, fertilization and other requirements shall be provided as shown on
the Drawings.
2. Temporary stabilization: Temporary stabilization shall be provided as shown
on the Drawings and conforming to these specification to control erosion on
the site. Temporary stabilization shall be provided to any area which will not
receive permanent stabilization within the next 14 calendar days. Partial
payment requests may be withheld for those portions of the Project not
complying with this requirement.
3. Permanent Stabilization
a.
Permanent stabilization shall be provided as shown on the Drawings
and conforming to specification Section 02920 to control erosion on
the site. Permanent stabilization shall be provided to all areas ofland
disturbance within seven calendar days of the completion of land
disturbance for nay area greater than 0.25 acre. Partial payment
requests may be withheld for those portions of the Project not
complying with requirement.
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.
b.
C. Matting and Blankets
Matting and Blankets (Mb) shall be installed on all slopes four horizontal to one
vertical and steeper. The Mb shall be installed immediately after slope is final graded
and seeding is complete. The matting shall be secured with staples one per square yard.
3.04 FIELD QUALITY CONTROL
All erosion and sedimentation control devices and structures shall be inspected by the
Contractor at least once a week and immediately prior to each rainfall occurrence. Any
device or structure fund to be damaged will be repaired or replaced by the end of the day.
Sediment ponds shall be cleaned out prior to the silt reaching the height or elevation shown
REV. 02/11/04 Ft. Gordon 18" Water Main
Erosion and Sedimentation Control 02370-7 AUD Project No.1 0801
.
.
.
on the Drawings.
3.05 CLEAN-UP
A. Dispose of all excess erosion and sedimentation control materials in a manner
satisfactory to the Engineer.
B. Final clean-up shall be performed in accordance with the requirements of these
Specifications.
END OF SECTION
REV. 02/11/04
Erosion and Sedimentation Control
02370-8
Ft. Gordon 18" Water Main
AUD Project NO.1 0801
.
.
.
SECTION 02445
JACK AND BORE CROSSINGS
PART 1 GENERAL
1.01 SCOPE
The work covered in this section consists of furnishing all materials, labor, equipment, and
other miscellaneous appurtenances necessary for the proper completion of pipeline crossings
under roads, railroads, or creeks;
1.02 SUBMITTALS
Complete product data and engineering data, including shop drawings, shall be submitted to the
Engineer in accordance with the requirements of Section 01800 of the Contract Documents. .
PART 2 PRODUCTS
2.01
MATERIALS:
Shall conform to requirements of GA D.O.T.S.S. Section 615 for crossings of State
Highways or to the applicable railroad owner for railroad crossings if more stringent than the
requirements specified within this section.
A. Carrier Pipe:
Shall be ductile iron pipe, Pressure Class 250, of the size shown on the drawings.
B. Casing Pipe:
Shall be steel pipe conforming to AS TM A -139, Grade B, electric fusion welded pipe
having a minimum yield strength of35,000 psi. The exterior of the casing pipe shall
be coated with Kopper "Bitumastic Super Service Black", coal tar epoxy paint or
equal. The size and wall thickness of the casing pipe for the indicated carrier pipe
shall be as shown below:
Carrier Pipe
6"
8"
10"
12"
16"
18"
24"
Casing Pipe
12"
16"
16"
18"
24"
30"
36"
Thickness
0.250"
0.250"
0.250"
,0.312"
.0.375"
0.375"
0.500"
REV. 02/11/04
Jack and Bore Crossings
02445-1
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
C.
Casing Spacers:
Shall be Model CCS stainless steel casing spacers as manufactured by Cascade
Waterworks Mfg. Co. ofYorkville, IL.
PART 3 EXECUTION
3.01 GENERAL
Construction method shall conform to requirements of GA D.G.T.S.S. Section 615 for
crossings of State Highways or to the applicable railroad owner forrailroad crossings if more
stringent than the requirements specified within this section.
3.02 JACKING PROCEDURES
A. The diameter of the excavation shall conform to the outside diameter and
circumference of the pipe as closely as practicable. Any voids which develop during
the installation operation and which are determined by the Engineer to be detrimental
to the roadbed, shall be pressure grouted with an approved mix.
B. The distance that the excavation extends beyond the end of the pipe will depend upon
the character of the excavated material, but shall not exceed 2 feet in any case.
C.
The pipe shall be jacked from.the lciw or downstream end. Variation in the final
position of the pipe from the line and grade established by the Engineer will be
permitted if approved by the Engineer, providing that the final grade of flow line
shall be in the direction indicated on the plans. Wood blocking to adjust the grade of
the carrier pipe may be required.
D. When jacking of pipe is once begun, the operation shall be carried on without
interruption, insofar as practicable, to prevent the pipe from becoming firmly setin
the embankment.
E. Any pipe damaged in jacking operations shall be removed and replaced by the
Contractor at his expense.
F. Pressure pipeline carriers shall be adequately blocked with pressure treated wood to
prevent movement in the casing pipe.
G. Casing pipe shall be welded by a certified welder in accordance with A WS and AISC
Standards. Welds shall be continuous, watertight and develop a greater strength than
the pipe. Welds shall be chipped and wire brushed immediately before applying coal
tar coating.
H.
The ends of the casing pipe shall be sealed with brick and mortar to effect a
watertight seal.
REV. 02/11/04
Jack and Bore Crossings
Ft. Gordon 18" Water Main
AUD Project No.1 0801
02445-2
.
.
.
1.
Bores Under Paved Driveways and Surface Obstructions: When driveways and other
obstructions are encountered along the proposed waterline, the Contractor shall avoid
damaging the area by boring under the driveways or other surface obstruction as
called for on the plans.
J. The type of bore shall be determined by its length and the soil conditions of the bore
location. Bore diameter shall not exceed four (4) inches larger than that of the carrier
pipe. When bore lengths exceed 25 L.F., a casing pipe shall be carried along with the
bore. After the piping has been inserted through the casing, the casing shall be
removed from the bore hole. When bore lengths are less than 25 L.F., the casing pipe
will not be required to be used unless soil conditions will not permit an uncased bore.
K. Casing spacers shall be placed not more than three (3) feet from each end of each
joint of piping. Spacers shall be installed in strict accordance with manufacturer's
recommendations.
3.03 BORING PROCEDURES
A. Holes are to be bored mechanically.
B. The boring may be done using a pilot hole approximately 2" in diameter which shall
be bored the entire length of the installation and shall be checked for line and grade
on the opposite end of the bore. This pilot hole shall serve as the centerline of the
larger diameter hole to be bored.
C.
The use of water or other fluids in connection with boring will be permitted only to
the extent necessary to lubricate cuttings. Jetting will not be permitted.
END OF SECTION
REV. 02/11/04
Jack and Bore Crossings
02445-3
Ft. Gordon 18" Water Main
AUD Project No.1 0801
SECTION 02510
WATER PIPE AND FITTINGS
.
PART 1 GENERAL
1.01 SCOPE
A. Provide all labor, materials, equipment and incidentals necessary to construct,
pressure test and disinfect all potable water piping, fittings and appurtenances as
shown on the Construction Drawings and as specified herein.
B. Site piping covered under this Section shall begin at the outside face of structures
and buildings, except where there is no joint at the outside face, then site piping
shall begin not more than two feet beyond the face of the structure or building.
Piping covered under this section shall also include piping within miscellaneous
vaults such as meter and backflow prevention vaults.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02317 - Trench Excavation and Backfill.
B. Section 02445 - Jack and Bore Crossings.
C. Section 02511 - Valves, Meters, and Accessories.
.
D. Section 02532 - Manholes and Covers.
E. Section 03305 - Cast-In-Place Concrete.
1.03. SUBMITTALS
Complete product data and engineering data, including shop drawings, shall be submitted to
the Engineer in accordance with the requirements of Section 01800 of the Contract
Documents.
1.04 TRANSPORTATION AND HANDLING
A. Unloading: Furnish equipment and facilities for unloading, handling, distributing
and storing pipe, fittings and accessories. Make equipment available at all times for
use in unloading. Do not drop or dump materials. Any materials dropped or
dumped will be subject to rejection without additional justification. Pipe handled on
skids shall not be rolled or skidded against the pipe on the ground.
B.
Handling: Handle pipe, fittings, valves and accessories carefully to prevent shock or
damage. Handle pipe by rolling on skids, forklift, or front end loader. Do not use
material damaged in handling. Slings, hooks or pipe tongs shall be padded and used
in such a manner as to prevent damage to the exterior coatings or intemallining of
the pipe. Do not use chains in handling pipe, fittings arid appurtenances.
.
REV. 06/08/06
Water Pipe and Fittings
02510-1
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
1.05 STORAGE AND PROTECTION
.
A.
Store all pipe which cannot be distributed along the route. Make arrangements for
the use of suitable storage areas.
B. Stored materials shall be kept safe from damage. The interior of all pipe, fittings and
other appurtenances shall be kept free from dirt or foreign matter at all times.
Valves and hydrants shall be drained and stored in a manner-that will protect them
from damage by freezing.
C. Pipe shall not be stacked higher than the limits recommended by the manufacturer.
The bottom tier shall be kept off the ground on timbers, rails or concrete. Pipe in
tiers shall be alternated: bell, plain end; bell, plain end. At least two rows of timbers
shall be placed between tiers and chocks, affixed to each other in order to prevent
movement. The timbers shall be large enough to prevent contact between the pipe in
adjacent tiers.
D. Stored mechanical and push-on joint gaskets shall be placed in a cool location out of
direct -sunlight. Gaskets shall not come in contact with petrolewn products. Gaskets
shall be used on a first-in, first-out basis.
E. Mechanical-joint bolts shall be handled and stored in such a manner that will ensure
proper use with respect to types and sizes.
. PART 2 PRODUCTS
2.01 PIPE
A. DUCTILE IRON PIPE
Shall be Pressure Class 250 from 4" to 24" diameter unless otherwise shown on
the plans and shall conform to A WW A C 151/ ANSI A21.51, latest revision.
Ductile iron pipe, specials, and fittings shall have an approved exterior asphaltic
coating ANSVAWWA C151/A21.51 and an approved interior coating of standard
cement lining with an asphaltic seal coating, 1 mil in accordance with A WW A
C104/ANSI A21.4.
The seal coat shall not impair the potability or impart color, taste, odor, phenols,
toxicity, caustic alkalinity, or have deleterious effect to the water shall be certified
to meet the requirements of ANSIINSF Standard 61. Each pipe shall bear a mark
denoting its class. . All pipe shall be manufactured within the limits of the
continental United States.
B. POLYVINYL CHLORIDE PIPE (C900)
.
REV.06jOSj06
Water Pipe and Fittings
02510-2
Ft. Gordon 1 S" Water Main
AUD Project NO.1 OSOl
.
.
.
PVC pressure pipe 4" to 10" shall be DR 18, PR 150 unless otherwise shown on
the plans and shall conform to A WW A C900, latest designation, made from
compounds meeting standard code designation PVC 1120 and shall meet or
exceed all requirements of ASTM D224l. Couplings, bells, gaskets and lubricants
to be used with PVC pipe shall also conform to A WW A C900 requirements. Pipe
shall have ductile iron pipe equivalent outside diameters. Each joint of pipe shall
be marked with the nominal size and OD Base, material code designation,
dimension ratio number, AWW A pressure class, A WW A designation number,
manufacturer's name or trademark and production record code, and seal of the
National Sanitation Foundation verifying the suitability of the pipe material for
potable water service. Gaskets and lubricants shall be of proper size and shape
and suitable for potable water and shall be furnished as required by the pipe
manufacturer.
The contractor shall furnish manufacturer's affidavit certifying that the pipe meets
A WW A C900 latest designation standards. Size and class shall be as called for in
the Bid Form or plans.
C. WATER SYSTEM MATERIALS
All materials utilized in the construction of the water system shall be new. Used
water mains that meet these standards may be used again after the pipe has been
thoroughly cleaned and restored practically to its original condition.
2.02 JOINTS AND GASKETS
A.
PUSH-ON JOINTS
1. DIP Push-on joints shall conform to AWWA CllI/ANSI A21.11 (latest
revision) - Rubber Gasket Joints for Cast Iron Pressure Pipe and Fittings.
Details of the joint design shall be in accordance with the manufacturer's
standard practice such as "Fastite", "Bell-Tite," "Tyton," or equal joints.
Gasket material shall be standard styrene butadiene copolymer (SBR).
Whenever the pipe is cut in the field, the cut end shall be conditioned so it
can be used in making up a joint by filing or grinding the cut end to
remove burrs or sharp edges that might damage the gasket.
2. PVC Push-on joints shall be an elastomeric gasketed joint. Insertion and
lubrication of the elastomeric gasket in the annular groove must be as
recommended by the manufacturer.
B. RESTRAINED JOINTS
Restrained joints for DIP shall be obtained by the installation of "Field Lok", "TR
Flex", "Fast-Grip", "Flex-Ring", MEGALUG by EBAA Iron, hie. or. approved
equal. These restraint glands shall have a working pressure of at least 250 psi
with a minimum safety factor of2:1.
REV.06/0S/06
Water Pipe and Fittings
02510-3
Ft. Gordon 1 S" Water Main
AUD Project No.1 OSOl
.
.
.
Tyton Joint Pipe with "Field Lok Gaskets", Fastite Pipe with "Fast-Grip Gaskets"
or DIP or PVC Pipe with EBAA Iron, Inc. pipe restraints or approved equal.
All underground creek crossings and jack and bores with steel casing shall use
"Field Lok" or "Fast-Grip" restrained joints.
C.
FLEXIBLE JOINTS
Flexible joints shall be American Pipe "Flex-Lok", Clow "Ball and Socket", U.S.
Pipe "Usiflex", EBAA Iron Inc. FLEX-900 or approved equal. Piping shall have
a minimum working pressure rating of 250 PSI and a minimum allowable joint
deflection of 150.
D. MECHANICAL JOINTS
Mechanical joints for DIP and PVC shall consist of a bolt joint of the stuffing box
type as detailed in A WW A C 11 0/ ANSI A21.1O (latest revision) and described in
A WWA C111/ANSI A21.11 (latest revision) - Rubber Gasket Joints shall be SBR
rubber and conform to A WW A C 111/ ANSI A21.11 (latest revision).
E.
FLANGED JOINTS
Flanged joints shall conform to A WW A ClIO/ANSI A21.10 (latest revision).
Gaskets shall be SBR rubber per ANSV A WW A C 111/ A21.11. This rubber
compound is NSF 61 certified for contact with potable water or other approved
quality shall be used in all flanged joints. The bolts and nuts shall conform in
dimensions to the American Standard heavy series.
"KWIK" or Uni-Flange adaptors for plain and pipe shall be used only when
authorized by the Engineer. Set screws shall be self-torquing or be properly
torqued during installation with a torque wrench.
F. FUSION JOINTS
1.
Sections of polyethylene pipe should be joined into continuous lengths on
the jobsite above ground. The joining method shall be the butt fusion
method and shall be performed in strict accordance with the pipe
manufacturer's recommendations. The butt fusion equipment used in the
joining procedures. should be capable of meeting all conditions
recommended by the pipe manufacturer, including, but not limited to,
temperature requirements of 400 degrees Fahrenheit, alignment, and an
interfacial fusion pressure of 75 PSI. The butt fusion joining will produce.
a joint weld strength equal to or greater than the tensile strength of the
pipe itself. All welds will be made using a -Data Logger. to record
temperature, fusion pressure, with a graphic representation of the fusion
cycle shall be part of the Quality Control records.
Sidewall fusions for connections to outlet piping shall be performed in
accordance with HDPE pipe and fitting manufacturer's specifications.
The heating irons used for sidewall fusion shall have an inside diameter
2.
REV.06/0S/06
Water Pipe and Fittings
02510-4
Ft. Gordon 1 S" Water Main
AUD Project NO.1 OSOl
.
.
.
3.
equal to the outside diameter of the HDPE pipe being fused. The size of
the heating iron shall be ~ inch larger than the size of the outlet branch
being fused.
Mechanical joining will be used where the butt fusion method can not be
used. Mechanical joining will be accomplished by either using a HDPE
flange adapter with a Ductile Iron back-up ring or HDPE Mechanical Joint
adapter with a Ductile Iron back-up ring.
Socket fusion, hot gas fusion, threading, solvents, and epoxies will not be
used to join HDPE pipe.
4.
G. THREADED FLANGE JOINTS
These joints shall be in accordance with A WW A Cl15/ANSI A21.15. All flanges
shall have a taper pipe thread (NPT) in accordance with ANSI B2.1, Pipe Threads
(except dryseal), adapted to DIP and CIP outside diameters.
2.03 PIPE FITTINGS AND SPECIALS
A.
DIP FITTINGS AND SPECIALS
Shall be manufactured in the USA. Mechanical joint fittings 4 inches through 24
inches shall conform to either AWWA CllO or AWWA C153 (Compact
Fittings). Minimum pressure rating for fittings shall be 350 psi. All other fittings
shall conform to A WW A C 11 O. Unless otherwise noted on the plans, fittings for
underground installation shall be mechanical joint conforming to A WW A Cl11,
and fittings for above ground installation shall be flanged conforming to ANSI
B16.1 Class 125. Minimum pressure rating for fittings shall be 250 psi. Fittings
and specials shall be completed with rings, bolts, gaskets, etc., for joints.
B.
POLYVINYL CHLORIDE PIPE
Fittings used on 4" thru 10" PVC Pipe transitions shall be mechanical or
restrained joints as manufactured by American Pipe, U.S. Pipe, Clow or EBAA
Iron Inc.
PART 3 EXECUTION
3.01 EXISTING UNDERGROUND UTILITIES AND OBSTRUCTIONS
A. The plans indicate utilities and obstructions that are known to exist according to the
best information available to the Owner.
B. Existing Utility Location: The following steps shall be exercised to avoid
interruption of existing utility service.
1.
Expose the facility, for a distance of at least 100 feet in advance of pipeline
construction, to verify its true location and grade. Repair, or have repaired,
REV.06jOSj06
Water Pipe and Fittings
02510-5
Ft. GordonlS" Water Main
"AUD Project No.1 OSOl
.
2.
any damage to utilities resulting from locating or exposmg their true
location.
Avoid utility damage and interruption by protection with means or methods
recommended by the utility owner.
C. Conflict with Existing Utilities:
'.,
.
D.
1.
Horizontal Conflict: Horizontal conflict shall be defined as when the actual
. horizontal separation between a utility, main, or service and the proposed
piping does not permit safe installation of the piping by the use of sheeting,
shoring, tying-back, supporting, or temporarily suspending service of the
parallel or crossing facility. The Contractor may change the proposed
aligmnent of the piping to avoid horizontal conflicts if the new aligmnent
complies with regulatory agency requirements and after a written request to
and subsequent approval by the Engineer. Where such relocation of the
piping is denied by the Engineer, the Contractor shall arrange to have the
utility, main, or service relocated.
Vertical Conflict: Vertical conflict shall be defined as when the actual
vertical separation between a utility, main, or service and the proposed
piping does not permit the crossing without immediate or potential future
damage to the utility, main, service, or the piping. The Contractor may
change the proposed grade of the piping to avoid vertical conflicts if the
changed grade maintains adequate cover and complies with regulatory
agencies requirements after written request to and subsequent approval by
the Engineer.
2.
Electronic Locator: Have available at all times an electronic pipe locator and a
magnetic locator, in good working order, to aid in locating existing pipe lines or
other obstructions.
E. Water and Sewer Separation:
.
REV.06/0S/06
Water Pipe and Fittings
1.
Water mains shall be laid at least ten (10) feet horizontally from any existing
or proposed sanitary sewer, storm sewer or sewer manhole. The distance
shall be measured edge-to-edge. When local conditions prevent a horizontal
separation of 10 feet, the water main may be laid closer to a sewer (on a
case-by-case basis) provided the water main is laid in a separate trench or on
an undisturbed earth shelf located on one side of the sewer at such an
elevation that the bottom of the water main is at least 18 inches above the top
of the sewer. It is advised that the sewer be constructed of materials and with
joints that are equivalent to water main standards of construction and be
pressure tested to assure water-tightness prior to backfilling.
Water mains crossing house sewers, storm sewers or sanitary sewers shall be
laid to provide a separation of at . least 18 inches between the.bottom of the
water main and the top of the sewer. At the crossings, one full length of
water pipe shall be located so that both joints will be as far from the sewer as
possible (bisected at the point of crossing). Special structural support for the
water and sewer pipes may be required.
When local conditions prevent a vertical separation of 18 inches and/or less
2.
3.
02510-6
Ft. Gordon lS" Water Main
AUD Project No.1 OSOl
.
F.
.
4.
than 10 feet of horizontal separation, the sewer passing over or under water
mains shall be constructed of materials and with joints that are equivalent to
water main standards of construction and shall be pressure tested to assure
water-tightness prior to backfilling. At the crossings, one full length of water
pipe shall be located so that both joints will be as far from the sewer as
possible (bisected at the point of crossing).
When water mains cross under sewers, additional measures shall be taken
by providing:
a. a vertical separation of at least 18 inches between the bottom of the
sewer and the top of the water main;
b; adequate structural support for the sewers to prevent excessive
deflection of joints and settling on and breaking the water mains;
c. that the length of water pipe be centered at the point of crossing so
that the joints will be equidistant and as far as possible from the
sewer; and,
d. both the sewer and the water main shall be constructed of water
pipe materials and subjected to hydrostatic tests, as prescribed in this
document. Encasement of the water pipe in concrete shall also be
considered.
No water main shall pass through, or come in contact with, any part of a
sanitary sewer manhole.
5.
Surface Water Crossings:
Surface water crossings, both over and under water, may present special concerns
and should be discussed with the Division before the final plans are prepared.
1. At above water crossings, the pipe shall be adequately supported and
anchored, protected from damage and freezing, and accessible for repairs or
replacement.
2. At underwater crossings, a minimum of two (2) feet of cover shall be
provided over the pipe.
3. The installation of ductile iron pipe with restrained push-on joints and
encased in concrete, may be considered with the prior approval of the
Engineer. Otherwise, when crossing water courses which are greater than 15
feet in width, only pipes of special construction, having flexible, watertight
joints shall be installed.
4. Valves shall be provided at both ends of water crossings so that the section
can be isolated for testing or repair (valves shall be easily accessible and not
subject to flooding); the valve closest to the supply source shall be in a
manhole.
5. Sampling taps shall be installed at each end of the crossing, and permanent
taps shall be made for testing and determining leaks.
3.02 INSTALLATION IN TRENCH
A.
.
REV.06/0S/06
Water Pipe and Fittings
Proper and suitable tools and appliances for safe and convenient handling and
installing of pipe and fittings shall be used. Great care shall be taken to prevent
pipe coatings from being damaged, particularly cement linings on the inside of
02510-7
Ft. Gordon 1 S" Water Main
AUD Project NO.1 OSOl
.
.
.
D.I.P. pipes and fittings. Any damage shall be remedied as directed. All pipe and
fittings shall be carefully examined by the Contractor for defects just before
installing and no pipe or fitting shall be installed which is defective.
B.
If any defective pipe or fitting is discovered after having been installed, it shall be
removed and replaced in a satisfactory manner with a sound pipe or fitting by the
Contractor at his own expense. All pipes and fittings shall be thoroughly cleaned
before they are installed and shall be kept clean until they are used in the
completed work. Open ends of pipe shall be kept plugged with a bulkhead during
construction.
C. Water mains shall be installed on a 4" Class II or III select natural material
bedding as specified in Section 02317 Trench Excavation and Backfill with
O.D.l2 haunching. The compaction for bedding and haunching shall be 90% of
Standard Proctor Density as determined by (ASTM D698). Pipe shall not be
installed within 6 inches of rock. In trench rock conditions, a minimum of 6
inches of sand or approved suitable soil shall be placed on rock prior to pipe
installation. Trenches shall be kept free of water.
D.
Where bends and tees occur in pressure mains, the Contractor will pour a block of
concrete at the bend or tee as detailed on the Plans. The block shall consist of
3000 psi concrete, and shall be of size and shape as shown on the plans or as
directed by the Engineer. The Contractor may use forms or either walls to mold
the "thrust block;" however, if earth walls are used they shall be cut true to shape
with all excess earth removed and the work shall be done in such a manner that no
loose earth will become mixed with the fresh concrete. Thrust restraint shall be
provided at all points where hydraulic thrust may develop. This will include
providing reaction blocking, tie rods or joints designed to prevent movement to all
bends, tees, valves, plugs, hydrants and other points where thrust may develop.
The Engineer shall inspect all thrust blocks prior to them being covered.
E. All ductile iron pipe laid underground shall be mechanical joint pipe and fittings
or "push-on" type joint unless otherwise shown on the plans or directed by the
Engineer.
F. All water mains laid underground shall have a minimum of 42 inches of cover
-above the top of the pipe unless otherwise shown on the plans, or unless otherwise
directed by the Engineer.
G. All water mains laid under existing sewers, storm drains, culverts, structures, etc.,
shall have a minimum clearance of 18 inches between the outside wall of the
water pipe and the outside surface of the existing pipe or structure.
3.03 PIPE JOINTING- --
A.
MECHANICAL AND RESTRAINED JOINTS
Clean spigot and bell of foreign material and apply soapy water containing
chlorine solution before slipping gasket and gland over spigot end of pipe. Small
REV. 06/08/06
Water Pipe and Fittings
Ft. Gordon 18" Water Main
AUD Project No.1 0801
02510-8
.
.
.
side of gasket and lip of gland must face the socket. Paint gasket with soapy
solution and place spigot end of pipe securely home in socket. Push gasket
evenly into position in socket, slide gland into position and tighten bolts with
fingers.
Tighten bolts to uniform tightness with ratchet wrench by tightening bottom bolt
and then top bolt. Thereafter, all bolts shall be tightened in sequence of 180
degrees apart until all bolts are within the range of torque recommended by the
manufacturer.
B. PUSH-ON JOINTS
Jointing shall be made with rubber gaskets and lubricant furnished by the
manufacturer in strict accordance with the manufacturer's recommendations.
Prepare field cut pipe by filing 1/8 inch 30 degree bevel on pipe end to avoid
injuring gasket. .
C. THREADED FLANGE JOINTS
Insert recommended manufacturer's gasket and tighten bolts to uniform tightness
with ratchet wrench by tightening bottom bolt and then top bolt. Thereafter, all
bolts shall be tightened in sequence of 180 degrees apart until all bolts are within
the range of torque recommended by the manufacturer.
D.
POLYVINYL CHLORIDE PIPE
Do not thread PVC pipe. When threads are necessary, adaptors will be used. Use
strap wrenches to couple threaded PVC pipe fittings and use lubricant
recommended by pipe manufacturer.
Avoid excessive torque and do not score pipe. Use couplings furnished with pipe
for fittings and install in strict accordance with the manufacturer's
recommendations.
3.04 MISCELLANEOUS CONSTRUCTION
A. CONNECTIONS TO EXISTING MAINS
These shall be made at the locations shown on the plans or as directed by the
Engineer.
When existing gate valves on the distribution system must be shut off in order to
~~~ c~~~~tion~, this work will be done by the Contractor with approval of the
Owner. Whenevertne Contractor eleds to proceed with~ a connection witliouf a
complete shut-off, this work will be done without additional cost to the Owner.
When an existing main has been cut or a plug removed for a connection, the work
of mating a connection shall proceed without interruption until complete at no
increase in contract price.
REV. 06/08/06
Water Pipe and Fittings
Ft. Gordon 18" Water Main
AUD Project No.1 0801
02510-9
.
.
.
Connections to existing mains shall be governed by all applicable provisions of
these specifications. The contractor shall locate, excavate and cut the existing
main, remove the section of old pipe, rework the trench, connect the new pipe
with the old and set necessary specials and valves as shown on the plans or as
directed by the Engineer. Tapping sleeves, crosses and valves may be used at the
option of the Contractor at no addition to the contract price. All necessary
precautions shall be taken to brace valves and mains under pressure to prevent
blowouts.
B.
CONCRETE VALVE MARKER POSTS
A concrete valve marker post shall be furnished and installed as directed, with
each gate valve (excluding fire hydrant valves). The concrete marker post shall
have a four inch minimum square section and a minimum length of 42 inches with
beveled edges and containing at least one three-eighths inch diameter bar of
reinforcing steel. Markers shall be placed as directed by the Engineer and set so
as to leave 18 inches exposed above grade. The exposed portion of the valve
markers shall be engraved with the word "WATER".
C. SERVICE CONNECTIONS
Corporation stops and service saddles shall be used for all service connections.
They shall have tapered threads for iron or steel pipe and pipe threads for plastic
pipe saddles. Use approved tapping machine to make all ductile or cast iron taps.
D.
EXPANSION COUPLINGS
Expansion couplings shall be installed where shown on the plans, required or
directed. Unless otherwise shown or specified, the pipe couplings shall be of a
gasketed short sleeve type, with a diameter to fit the pipe properly.
E. PIPE SLEEVES
Contractor shall furnish and install cast iron wall sleeves or wall pipe as indicated
on the plans where cast iron and ductile iron piping connects with or passes
through concrete walls or floors and in locations where small piping and electric
wiring and conduits connect with or pass through concrete walls or floors. Wall
pipe or sleeves shall be accurately located and securely fastened in place before
concrete is poured. All wall sleeves and wall pipes shall have wall collars
properly located to be in the center of the wall where the respective pipes are to be
installed.
F.
BUILT-IN PIPE AND FITTINGS
Where shown on the plans or where directed, pipe and fittings shall be carefully
built into or supported on concrete or brick masonry. Where pipe or fittings are
shown through concrete or brick walls, the pipe or fittings shall be carefully
REV. 06/08/06
Water Pipe and Fittings
02510-10
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
supported and the masonry work poured or built against them. Under no
circumstances will blocking out of walls be permitted for pipe insertion later:
G.
INSTALLATION OR REPAIR
Any pipe, solder or flux which is used in the installation or repair of the public
water distribution system shall be lead free with not more than 8.0% lead in pipes
and fittings and not more than 0.2% lead in solders and flux.
3.05 DRILLING AND TAPPING
A. Wherever required, cast iron and ductile iron pipes and fittings shall be drilled and
tapped to other piping. All holes shall be drilled accurately at right angles to the
axis of any pipe or fitting. Where plugs are drilled, holes shall be at right angles
to the face of the plug.
B. All tapping shall be carefully and neatly done by skilled workmen with suitable
tools.
C. Where connections are made between new and old water .piping the connections
shall be made in a thorough and workmanlike manner using proper fittings and
specials to suit actual conditions.
3.06 PIPELINE DETECTION MARKING
A.
All water mains shall be protected by a plastic marking tape placed a minimum of
12 inches above the top of pipe for its full length. The tape shall be similar to
Reef Industries Terra Tape Standard. It will have sufficient thickness; tensile
strength; elongation and resistance to alkalis, acids and other destructive agents to
remain a permanent marker of the line buried below.. A message shall be printed
on the tape at least every 30 inches "CAUTION WATER LINE BURIED
BELOW".
B. All non-metallic water mains shall be protected by a metalized foil tape buried a
minimum of 12 inches above the top of the pipe for its full length. The foil shall
be protected by plastic film laminated on each side. The lamination shall be
strong enough to prevent the separation of foil and plastic film. The tape should
be similar to Reef Industries' Terra Type Detectable. It shall be inductively
locatable' and conductively traceable using a standard pipe and cable-locating
device. A message shall be printed on the tape every 30 inches "CAUTION
WATER LINE BURIED BELOW".
3.07 PRESSURE TESTING
After the pipe has been laid and backfilled, all new pressure pipe, or any valved section
thereof, shall be subjected to a hydrostatic pressure test at the rated pressure of the pipe
and joints. The duration of each pressure test shall be at least two consecutive hours.
REV. 06/08/06
Water Pipe and Fittings
02510-11
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
Pressure and leakage tests shall be performed in accordance with the latest edition of
A WW A Standard C600. The test pressure of the installed pipe shall be a minimum 1.5
times the working pressure, but not less than 150 psi, whichever is greater. Allowable
leakage shall be no greater than as calculated in L=SD(P)1/2/133,200 where L is allowable
leakage in gallons/hour, S is the length of pipe tested in feet, D is pipe diameter in inches
and P is test pressure during the leakage test in pounds per square inch (psi).
Each valved section of pipe shall be slowly filled with water to the specified text
pressure, based on the elevation of the lowest point of the line or lowest point of the
section under test, and corrected to the elevation of the test gauge. The pressure shall be
applied by means of a gasoline driven test pump connected to the pipe in a manner
satisfactory to the Engineer. The Contractor shall make arrangements for metering the
amount of water used during the test. The test pressure shall be maintained by pumping
during the test period.
The Contractor shall backfill all pipe and provide all reaction blocking before hydrostatic
testing. It shall be the Contractor's responsibility to locate and repair any and all leaks
that may develop. The Engineer may direct the contractor to leave certain joints and
connections uncovered until testing has been completed.
Before applying the specified test pressure, all air shall be expelled from the pipe. If
hydrants or blowoffs are not available at high places, taps at points of highest elevation
shall be made before the test is made and plugs inserted after the test has been completed.
.
All exposed pipe, fittings, valves, hydrants, and joints will be carefully examined during
the test. Any cracked or defective pipe, fittings, valves, or hydrants discovered in
consequence of this pressure test shall be removed and replaced with sound material and
the test shall be repeated until satisfactory to the Engineer.
The amount of leakage allowed during the pressure test shall be 10 gallons per inch
diameter per mile per day. No section of pipe will be acceptable until the leakage is less
than this amount.
3.08
STERILIZATION OF POT ABLE WATER MAINS
.
Precaution should be taken when installing pipes, valves, and hydrants to keep them as
clean as possible to minimize contamination. After each line between valves has been
tested and all necessary repairs made, and the lines flushed clean, water containing not
less than 25 parts per million of chlorine shall be fed in. the line and allowed to stand 24
hours, after which the lines shall be flushed and samples taken at various points. Water
mains shall be disinfected by the continuous feet method. The chlorine solution shall be
slowly fed through a suitable device within 10 feet of the point of filling the new main.
Care should be taken in filling the mains. so that all air pockets are eliminated so as to
permifiritiniate coritact of the disinfection agenCwitli tlle entire insidediariieter oCthe
pipe. The water and chlorine solution should be slowly fed until 25 mgll free chlorine is
throughout the main. An acceptable method is by preparing a 1 % chlorine solution using
sodium hypochlorite or calcium hypochlorite. For example, one pound of calcium
hypochlorite to 8 gallons of water will produce a 1 % solution. The required amount of
chlorine to produce a 25 mgll concentration per 100 feet of pipe is as follows:
REV.06/0S/06
Water Pipe and Fittings
02510-12
Ft. Gordon 1 S" Water Main
AUD Project NO.1 OSOl
Pipe 1 % Chlorine
. Diameter Solution (gal.)
4" 0.16
6" 0.36
8" 0.65
10" 1.02
12" 1.44
16" 2.60
The disinfection solution shall be allowed to remain in the lines for not less than 24
hours. At the end of the 24-hour period, all portions of the main shall show a chlorine
residual of not less than 10 mg/l. The highly chlorinated water shall be drained to a
sanitary sewer or neutralized with an approved chemical prior to draining to other than a
sanitary sewer.
Disinfection of the new mains and the disposal of the heavily chlorinated water,
following the disinfection, shall be accomplished in accordance with the latest edition of
AWWA Standard C651. There shall be no physical connection between the distribution
system and any pipes, pumps, hydrants, or tanks whereby unsafe water and other
contaminating materials may be discharged or drawn into the system.
.
Following chlorination all water shall be flushed from the lines until the replacement
water has a chlorine content not more than 0.1 p.p.m. in excess of the residual in the
water from the supplying main. Water samples shall be taken by the Contractor and sent
to an approved laboratory for bacteriological examination. The lines shall not be placed
into service until a satisfactory bacteriological report is received.
The "tablet method" of disinfection which consists of placing calcium hypochlorite
granules or tablets in the water main as it is being installed and then filling the main with
potable water when installation is complete is not allowed.
3.09 CLEANUP
Remove all surplus materials, tools, excess dirt, rubbish, and debris from the site as
installation progresses. Clean as directed by the Engineer. Obtain letter of approval from
the State Highway Department covering work installed in areas of State Highway
jurisdiction. Contractor is to maintain surface of ditches, unpaved streets, road shoulders,
sod, grass, and other disturbed surfaces for a period of thirty (30) days thereafter.
END OF SECTION
.
REV. 06/08/06
Water Pipe and Fittings
02510-13
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
SECTION 02511
VALVES, METERS AND ACCESSORIES
PART 1 GENERAL
1.01 SCOPE
Furnish all materials, labor, and equipment to properly install all valves, valve boxes,
hydrants, and related accessories at the locations shown on the plans or as directed by the
Engineer for the proper completion of the work included under this contract whether shown
expressly on the plans or implied by other requirements.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02510 - Water Pipe and Fittings.
1.03 SUBMITTALS
Complete product data and engineering data, including shop drawings, shall be submitted to the
Engineer in accordance with the requirements of Section 01330 of the Contract Documents.
PART 2 PRODUCTS
2.01 GENERAL
A. All valves shall have the name of the manufacturer, pressure, and size of the valve
cast upon the body or bonnet in raised letters.
B. Valves and operating mechanisms shall be of the proper size and dimensions to fit
the pipe connections thereto and shall be installed in the position and within the
space shown on the plans.
C. All castings, whether bronze, iron or steel, shall be sound and smooth, without
swells, lumps, blisters, sand holes or other imperfections and shall be made in
accordance with best foundry practice. All materials, unless specifically noted
otherwise, shall be of the grade and qualities as established by the specifications of
the ASTM listed as follows:
Iron Castings
Steel C~stings
Stem, Bolts, & Nuts
Stem Nut & Yoke Nut
Stuffing Box Gland
Bushings
A126, Grade B
A216
B2.I~GradeA; Half Hard
B132, Grade B
B62, with some modifications
B62, Permissible as approved
REV. 02/11/04
Valves Meters and Accessories
02511-1
Ft. Gordon 18" Water Main
AUD Project NO.1 0801
.
.
.
2.02 GA TE VALVES
A.
1-1/2 inch or smaller: Shall be of the best quality bronze body, bronze mounted,
solid wedge type, non-rising stem, and shall be rated for 200 psi water working
pressure.
B. 2 inch through 3 inch valves: Shall be resilient wedge type rated for 250 psig cold
water working pressure. All ferrous components shall be ductile iron or cast iron.
C. Valves 4"-16" shall be in full compliance with A WW A C509 and be UL listed, FM
approved. The words "Ductile Iron" or "Cast Iron" shall be cast on the valve or
stamped on a permanently attached corrosion resistant metal tag. The wedge shall be
ductile iron encapsulated with nitrile rubber or SBR rubber and be symmetrical and
seal equally well with flow in either direction. There shall be no exposed metal
seams, edges or screws within the waterway.
1.
The stem shall be bronze in full compliance with section 4.7 of A WW A
C509.
Valves shall be NSF Standard 61 certified.
Bolting materials shall develop the physical strength requirements of ASTM
A307 and may have either regular square or hexagonal heads with
dimensions conforming to ANSI B 18.2.1. Metric size socket head cap screws
therefore are not allowed.
Operating nut shall be constructed of ductile iron and shall have four flats at
stem connection to assure even input torque to the stem.
All gaskets shall be pressure energized O-rings.
Stem shall be sealed by three O-rings. The top two O-rings' shall be
replaceable with valve fully open and while subject to full rated working
pressure. O-rings set in a cartridge shall not be allowed.
Valve shall have thrust washers located with (1) above and (1) below the
thrust collar to assure trouble-free operation of the valve.
All internal and external surfaces of the valve body and bonnet shall have a
fusion bonded epoxy coating, complying with ANSI! A WW A C550, applied
electrostatically prior to assembly, 250# raised face flanges shall be provided
when required.
Valves shall be American Flow Control, Mueller, Clow, M&H, or approved
equal.
2.
3.
4.
5.
6.
7.
8.
9.
D. Joints: Below ground valves shall be mechanical joint, above ground valves shall be
flanged, unless otherwise shown on the plans. Flanged joints shall meet the
requirements of ANSI B16.1, Class 125.
E.
Opening: The direction of opemng In ail' cases shall be counterdockwise,--or-to the
left. The direction of opening shall be clearly marked with the word "OPEN" and an
arrow at least two inches long pointing in the direction of "OPEN". The markings
shall appear on the wrench nut base for valves installed below ground and on the
handwheel of all valves having handwheels.
REV. 02/11/04
Valves Meters and Accessories
02511-2
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
F.
Position Indicators: All gate valves for above ground service shall be equipped with
needle and slot type position indicators with a bronze pointer mounted on a threaded
collar moving through the valve range and indicating on a marked plate attached to
the valve.
G. Handwheels: Handwheels shall be furnished for all gate valves installed above
ground or in valve pits below ground where access to handwheels is provided.
2.03 CHECK VALVES
A. Air cushioned check valves shall prevent backflow and be watertight. Valves shall
be designed for the operating head indicated and shall not slam shut on pump
shutdown. Valves shall be hinged disc type with cast iron body and cover
conforming to ASTM A126, Class B and cast or ductile iron disc. The valve shall
have a resilient Buna-N rubber disc seat held in place by a stainless steel follower
ring and screws. The body seat shall be stainless steel and replaceable. The flow
area shall be greater than or equal to the nominal inlet size. The shaft shall
continuous and stainless steel, extending both sides of the body be and be sealed
where it passes through the body to prevent leakage. A lever and an easily moved
counterweight shall initiate closure and shall be steel or ductile iron. The external,
side mounted, adjustable, air cushion cylinder shall cushion closure of the valve and
be corrosion resistant. Valves shall be equipped with a 1/2-inch tap at the high point
of the valve for bleeding air from the line.
B.
Oil cushioned check valves shall prevent backflow and be watertight. Valves shall
be designed for the operating head indicated and shall not slam shut on pump
shutdown. Valves shall be hinged disc type with cast iron body and cover
conforming to ASTM A126, Class B and cast or ductile iron disc. The valve shall
have a resilient Buna-N rubber disc seat held in place by a stainless steel follower
ring and screws. The body seat shall be stainless steel and replaceable. The flow
area shall be greater than or equal to the nominal inlet size. The shaft shall
continuous and stainless steel, extending both sides of the body be and be sealed
where it passes through the body to prevent leakage. A lever and an easily moved
counterweight shall initiate closure and shall. be steel or ductile iron. An oil
controlled, side mounted cylinder shall provide two speed control closing for the
prevention of surge control and water hammer. Each stage shall be independently
adjustable and the oil system will be self-contained and separate from the main line
media. Valves shall be equipped with a ll2-inch tap at the high point of the valve for
bleeding air from the line.
C. Valve ends shall be flanged, . meeting the requirements of ANSI B 16.1, Class 125.
-~, -_..~- .--
D. Valves shall be manufactured by APCO, GA Industries, Cnspin or approved equal.
2.04 "DUCKBILL" ELASTOMERIC CHECK V ALVES
A.
Check Valves are to be all rubber of the flow operated check type with a slip-on
cOIUlection. The Check Valve is designed to slip over the specified pipe outside
REV. 02{11 /04
Valves Meters and Accessories
02511-3
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
diameter and attached by means of vendor furnished stainless steel clamps. The port
area shall contour down to a duckbill, which shall allow passage of flow in one
direction while preventing reverse flow. The valve shall be one-piece rubber
construction with nylon reinforcement. In sizes 20" and larger, the bill portion shall
be thinner and more flexible than the valve body, and formed into a curve of 1800.
B.
Company name, plant location, valve size and serial number shall be bonded to the
check valve. Elastomeric duckbill check valve shall be manufactured in the United
States of America. A single manufacturer shall provide all elastomer duckbill check
valves.
C.
All valves shall be "Tideflex" of the Series TF-2 as manufactured by the Red Valve
Co., Inc. or approved equal.
2.05 FLAP VALVES
A.
Flap valves 8 inches and larger shall have a resilient seat. Valve body and flap shall
be cast iron in accordance with ASTM A 126, Class B. The flange shall be drilled
for mounting to ASME/ANSI B16.1, Class 125 flange. The valve shall operate
without leakage with seating and unseating heads as indicated on the Drawings.
Resilient seat shall be wide seating Buna- N or neoprene, bonded in a groove
machined into the valve body. Hinge links shall be 304 stainless steel. Each hinge
arm shall have two pivot points. A lubrication fitting shall be provided for each
pivot. Valves shall be manufactured by Rodney Hunt, Waterman, Hydro Gate or
approved equal.
B. Flap valves 6 inches and smaller shall have a bronze seat and brass hinge pins. Valve
body and flap shall be cast iron in accordance with ASTM A 126, Class B. Valves
shall be manufactured by Troy, Clow or approved equal.
2.06 BUTTERFL Y VALVES
A. Butterfly Valves for Liquid Service
1. Butterfly valves shall be resilient seated, short body design, and shall be
designed, manufactured,. and tested in accordance with all requirements of
A WW A C504 for Class 150B. Valves shall be rated for 150 psi working
pressure unless otherwise specified or shown.
2. Valve bodies shall be ductile iron conforming to ASTM A 536, Grade
65-45-12 or ASTM A 126, Grade B cast iron. Shafts shall be ASTM A 276,
Type 304 stainless steel, machined and polished. Valve discs shall be ductile
iron, ASTM A 536, Grade 65-45-12, ASTM A48 cast iron or ASTM A 126,
Grade Bcasfirol1. The1;esiliel1t ValVe seat shall be located in the valve body
and for valves 30-inch and greater, shall be fully field adjustable and field
replaceable.
3. Actuators
a.
Valves for non-buried service, 3 through 8-inches in diameter, shall
REV. 02/11/04
Valves Meters and Accessories
02511-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
b.
be lever operated. The lever shall be capable of being locked in 10
positions. Valves for non-buried service, 10-inches in diameter and
larger, shall be handwheel operated.
Valves for buried service or non-buried service, 10-inches or greater
in diameter shall be equipped with traveling nut or worm gear type,
self-locking type manual actuators designed, manufactured and tested
in accordance with A WW A C504. Actuators shall be capable of
holding the disc in any position between full open and full closed
without any movement or fluttering of the disc. Actuators shall be
furnished with fully adjustable mechanical stop-limiting devices.
Actuators that utilize the sides of the actuator housing to limit disc
travel are unacceptable.
Valves shall be equipped with motorized actuators where shown on
the Drawings.
c.
4. Operators
.
a.
Valves for non-buried service, six feet or more above the operating
floor shall be furnished with a chainwheel operator and chain for
operation from floor level.
Valves for buried service shall be equipped with a valve box and stem
extension required to bring the operation nut within 6-inches of
finished grade. Valve boxes and extension stems shall be as specified
in this Section. Three inch and larger valves shall have two-inch
square operating nuts.
Valves shall be equipped with pedestal type operators where shown
on the Drawings and as specified in this Section.
b.
c.
5. Valves shall be installed with disc shaft horizontal, except where extended
bonnets or levers are used. Valves and actuators shall have seals on all shafts
and gaskets on valve actuator covers to prevent the entry of water.
6. Valve ends shall be mechanical joint type and meet the requirements of
A WW A C 111/ ANSI 21.11, except where flanged or restrained joint ends are
shown. Flange joints shall meet the requirements of ANSI B 16.1, Class 125.
At the contractor's option, grooved mechanical fittings meeting the
requirements of A WW A C606 may be used in lieu of flanged connections in
all interior ductile iron piping.
7. Butterfly valves shall be manufactured by Mueller, SPX/DeZurik, Pratt or
approved equal.
2.07 PRESSURE GAUGES
A. For installation on pump discharge asshown ontheHplans-shaJlbe 6fBourdoriHtube
design with brass tube and polished steel case, equal to Ashcroft general service
gauge, Type 1009. The size shall be 3-1/2 inches with a range of 0 - 160 psi.
.
B.
For installation on the base of elevated water tank riser use Ashcroft: Model No. 35-
1032S-20L. The size shall be 3-1/2 inches with a range of 0 - 100 psi.
REV. 02/11/04
Valves Meters and Accessories
02511-5
Ft. Gordon 18" Water Main
AUD Project NO.1 0801
2.08 AIR RELEASE VALVES
.
.
A.
B.
Air Release Valves: The air release valve shall automatically release air
accumulations from the pipeline due to the action of the float. When the air valve
body fills with air, the float falls freely from the orifice to allow the air to escape to
the atmosphere. When all the air has been exhausted from the valve body, the float
will be buoyed up to seat against the orifice and prevent water from being exhausted
from the valve. The valve body and cover shall be constructed of cast iron
conforming to ASTM A 126, Class B. A synthetic orifice button shall be affixed to
the valve cover to provide a non-corrosive seat for the float. The float shall be
constructed of stainless steel. A resilient, Buna-N seat shall be attached to the float
for drop-tight closure. The float shall be free floating within the valve body.
AirN acuum Valve: The air/vacuum valve shall discharge large amounts of air as the
pipeline fills and allow air to enter the pipeline as it drains or in the event ofvacuum
conditions. The valve body and cover shall be constructed of cast iron conforming to
ASTM A 126, Class B. The valve shall operate by means of a non-collapsible
stainless steel float and Buna-N seat, which seals an orifice. As air enters the valve
the float shall drop from the orifice and allow the air to escape. As water rises in the
valve, the float will again seal the orifice. The valve will be of such design that the
float cannot blow shut at any air velocity including sonic velocity. All working parts
shall be of stainless steel. A surge check shall be installed on the inlet to reduce the
flow of extremely high velocity water during closing to minimize slam and shock.
The rate of closure shall be adjustable. The surge check shall have an ASTM A126,
Class B cast iron body and bronze internals.
C. Combination Air Valves: Combination air valves shall combine the features of an air
release valve and an air/vacuum valve and shall be of one of the following types:
.
2.
1.
Combination air valves 3 inches and larger shall consist of an air/vacuum valve
described in paragraph B. above, with an air release valve described in A.
above tapped into its body. The valve shall be of two-piece body design with
an isolation gate valve separating the two valves.
Combination air valves smaller than 3 inches shall be single body, double
orifice, allowing large volumes of air to escape out the larger diameter air and
vacuum orifice when filling a pipeline and closes watertight when the liquid
enters the valve. During large orifice closure, the smaller diameter air release
orifice will open to allow small pockets of air to escape automatically and
independently of the large orifice. The large air/vacuum orifice shall also
allow large volumes of air to enter through the orifice during pipeline
drainage to break the vacuum. The valve body and cover shall be constructed
otcast iron cOllfolming to ASTM A 126, ClassB.The Buna~:t\rseats must he
fastened to the valve, without distortion, for drop-tight shut-off. The float
shall be stainless steel. The valve will be of such design that the float cannot
blow shut at any air velocity including sonic velocity. A surge check shall be
installed on the inlet to reduce the flow of extremely high velocity water
during closing to minimize slam and shock.
REV. 02/11/04
Valves Meters and Accessories
02511-6
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
D.
Potable Water Systems: All air valves and accessories shall be supplied by a single
manufacturer and shall be GA Industries, APCO Valve Corporation, Crispin, Val-Matic
or approved equal.
2.09 REDUCED PRESSURE ZONE, DOUBLE CHECK & DOUBLE CHECK
DETECTOR VALVE TYPE, BACKFLOW PREVENTER
A. The device shall consist of a pressure differential relief valve located in a zone
between two positive seating check valves. The reliefvalve shall contain a separate
means whereby free air will enter the zone, and contained water will be discharged to
the atmosphere when the valve is fully open. The assembly shall include two tightly
closing shut-off valves before and after the device, test cocks, and a strainer. The
device shall meet the requirements of A WW A C511, latest revision, UL EX3185,
and the SBCCI Plumbing Code. The device shall be Watts Regulator Co. Series 909
or approved equal.
B. The size shall be as shown on the plans. Size 3 inch and smaller shall have ball
valves for shut-off. Size 4 inch and larger shall have OS & Y 4 gate valves for shut-
off. A 2-inch diameter bypass line with shut off valve shall be provided for size 4
inches and larger.
C.
If intended for below grade service, the backflow preventer shall be installed in a
precast or cast-in-place concrete enclosure. The bottom shall have a minimum of 4-
three inch diameter weep holes. The enclosure shall be installed on a minimum of 6
inches of No. 57 stone. An aluminum watertight lid of non-traffic design and a clear
opening exceeding the length of the backflow preventer shall be provided.
2.10 WATER PRESSURE REGULATORJREDUCING VALVES
A. The reducing valve shall maintain a uniform downstream pressure as preadjusted on
the control pilot handwheel or adjusting screw. The control pilot shall be capable of
field adjustments from near 25 psi to 10 percent above the factory-preset pressure.
The valve shall be completely piped and ready for installation.
B. The main valve shall operate on the differential piston principle, such that the area on
the underside of the piston is no less than the pipe area, and the area on the upper
surface ofthe piston is of a greater area than the underside of the piston. The valve
piston shall be guided on its outside diameter by ports that minimize the effects of
throttling. Throttling shall be done by the ports and not by the valve seating surfaces.
C. .~ alves ~~all be o!~_~ast iron body perthe requirements of A TSM A126 with ANSI
flanges. The valve interiorshaffhebronze..
D.
The valve shall be capable of operating in any position and shall incorporate only one
flanged cover at the valve top from which all internal valve parts shall be accessible.
There shall be no stems, stem guides or spokes within the waterway, or springs to
assist in valve operation.
REV. 02/11/04
Valves Meters and Accessories
02511-7
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
E.
Valve seals shall be easily renewable.. All controls and piping shall be of non-
corrosive construction.
F.
Valve and control system shall lower line pressure to a predetermined set point and
shall maintain that set point, regardless of variations in flow or inlet pressure. Valve
shall be capable of operating with inlet pressure up to 300 psi and an adjustable outlet
pressure of 25 to 75 psi. Valve shall be as manufactured by Watts Regulator, Series
25AUBZ3 (1/2" to 2") for standard capacity water or approved equal.
2.11 DUAL CHECK BACKFLOW PREVENTER
2.12
2.13
The dual check backflow preventer shall meet the domestic requirements of ANSI! ASSE
Standard 1024, and bear the seal of approval. It shall be bronzed bodied and include not less
than one union, with the union nut drilled to accept a tamper-proofing lock wire. A brass
identification tag shall be securely attached to the valve body by corrosion-resistant
mechanical fasteners. The dual check valve shall be as manufactured by Watts Regulator Co.,
Series 7, or approved equal.
VALVE BOXES AND COVERS
All valves below ground level shall be furnished with a valve box and cover. Each shall be
of the roadway extension type, or proper length and base size with suitable detachable cover,
bituminous coated inside and out. Boxes shall be 5 1/4 inch inside diameter, "Standard
Telescopic Valve Box" as manufactured by American Cast Iron Pipe Co. or approved equal.
FIRE HYDRANTS
A. All fire hydrants shall conform to the requirements of A WW A C502, latest revision for
250 psi working pressure. Hydrants shall be the compression type, closing with line
pressure. The valve opening shall not be less than 5-1/4 -inches. Hydrants shall meet
Georgia Fire Insurance Commission Standards, and Local Fire Department
requirements and be furnished in accordance with owner's standards.
B. In the event of a traffic accident, the hydrant barrel shall break away from the standpipe
at a point above grade and in a manner which will prevent damage to the barrel and
stem, preclude opening of the valve, and permit rapid and inexpensive restoration
without digging or cutting off the water.
C. The means for attaching the barrel to the standpipe shall permit facing the hydrant a
minimum of eight different directions.
~~. -- ..~." . "-' --_.-. - - _.._-"--- " .
D. Hydrants shall be fully bronze mounted with all working parts of bronze. Valve seat
ring shall be bronze and shall screw into a bronze retainer.
E.
All working parts, including the seat ring shall be removable through the top without
disturbing the barrel of the hydrant.
REV. 02/11/04
Valves Meters and Accessories
02511-8
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
F.
The operating nut and direction of operation shall match the current Owner standard.
The operating threads shall be totally enclosed in an operating chamber, separated from
the hydrant barrel by a rubber O-ring stem seal and lubricated by a grease or an oil
reservoir.
G. Hydrant shall be a non-freezing design and be provided with a simple, positive, and
automatic drain which shall be fully closed whenever the main valve is opened.
H. Hose and pumper connections shall be breech-locked, pinned, or threaded and pinned
to seal them into the hydrant barrel. Each hydrant shall have two 2-l/2-inch hose
connections and one 4-1/2-inch pumper connection, all with National Standard threads
and each equipped with cap and non-kinking chain.
1. Hydrants shall be furnished with a mechanical joint connection to the spigot of the
6-inch hydrant lead.
J. The minimum bury depth shall be 42 inches (48 inches in State Highway right-of-
way) with 30 to 36 inches above grade. Provide extension section where necessary for
proper vertical installation and in accordance with manufacturer's recommendations.
K. All outside surfaces of the barrel above grade shall be painted with enamel equal to
Koppers Glamortex 501 in a color to be selected by the Owner.
L.
Hydrants shall be traffic model and shall be American-Darling B-84-B, Mueller
Super Centurion, M & H Valve 129.
2.14 . WATER METERS
A. Propeller meters shall be either flanged tube or saddle type as shown. Both types shall
be provided with straightening vanes directly upstream of meterhead assembly.
Meterheads shall be furnished with a conical-shaped bladed plastic propeller with
propeller and shaft-mounted on bearings manufactured from corrosion-resistant
material. Meterheads shall be connected to tube or saddle by means of a flanged
connection faced and drilled to conform to A WW A flange standards. Saddle type
meters shall be complete with a welding type saddle suitable for welding to steel or
steel cylinder concrete pipe and have a meter drop pipe of required length to ensure
propeller will be mounted transversely in center of pipe same diameter as with tube
type.
B. Readout shall be a 6-digit reading totalizer with flow rate dial indicator. Register dial
shall be protected by a suitable hinged cover complete with locking hasp. Meter to
_r~,gis!er within 2 p_erE_~~!_ of true flow of water at all flows ~1J~ve minimum for that
meter.
C.
Meter shall be capable of remote readout for both totalizer and rate indicator when
required. Remote readout may be self-powered or operated from 120 volt AC in a
NEMA 4 enclosure.
REV. 02/11/04
Valves Meters and Accessories
02511-9
Ft. Gordon 18" Water Main
AUD Project No.1 0801
D.
Meter shall be capable of transmitting a 4-20mA signal proportional to flow. When
4-20 mA flow signal is required, unit shall be supplied with a local conduit-mounted
flow indicator calibrated 0-100 percent. Indicator shall be accurate and readable
(markings) to plus 2 percent of full scale. Indicator shall be tagged showing the
design range in units being measured.
.
E. At manufacturer's option, transmitter may be integral with meter or wall mounted.
F. List of Manufacturers:
1. McCrometer, Division of Ametek
2. Sensus Technologies, Inc.
3. Sparling
2.15 METER BOXES
A. 1 inch and Smaller: Shall be a Ford Meter Long Y okebox and approved equal by the
OWNER.
B. 1-1/2 & 2 inch: Shall be as manufactured by Brooks Products and approved equal by
the OWNER.
C. 3 inch and Larger: Shall be as shown on the plans and approved by the OWNER.
.
2.16 SERVICE PIPE COUPLINGS
Dresser Style 65, Ford or approved equal.
2.17 SERVICE SADDLES
Service Saddles shall be Double Strap Bronze or Brass as manufactured by Rockwell, Ford,
Dresser or Mueller for each specific piping material.
2.18 CORPORATION STOPS
Corporation Stops shall be of bronze alloy, size 3/4 inches or as shown on the plans, with
compressionjoint for copper or polyethylene pipe, and with ground key. Shall be Mueller H-
15008, Ford FI000 or approved equal.
2.19 CURB STOPS
Curb Stops shal.l have a body of heavy cast bronze construction, bronze tie head and stem,
_ . __'_~___"_'_"__~_U'__"__"__' ~m_............_._~__,~_,'
spherical brass ball valve seatecn:n: molded. Buna-}{rubber.-nle-meterva1ve"sllallbe
provided with a female meter connection and a compression joint for connection to both 3/4"
plastic or copper tube. Shall be Mueller H-14350, Ford B43-232W or approved equal.
. 2.20 VALVE MARKERS
REV. 02/11/04
Valves Meters and Accessories
02511-10
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
2.21
A concrete valve marker post shall be furnished and installed as directed, with each gate
valve (excluding fire hydrant valves). The concrete marker post shall have a four-inch
minimum square section and a minimum length of 42 inches with beveled edges and
containing at least one three-eighths inch diameter bar of reinforcing steel. Markers shall be
placed as directed by the Engineer and set so as to leave 18 inches exposed above grade. The
exposed portion of the valve markers shall be stamped "W A TER".
ELECTRONICALLY DETECTABLE LINE MARKING TAPE
Reef Industries Terra Tape Standard or approved equal.
2.22 VALVE V AUL TS
2.23
2.24
Precast Manufacturing shall be in conformance with ASTM C913.
Furnish and install for each valve vault an aluminum access assembly as shown on plans,
complete with hinged and hasp-equipped cover. Frame shall be securely mounted. The door
shall have a safety locking handle in the open position. Designed to withstand vehicular
traffic in off-street locations. Single or Double leaf covers are constructed of l!4" diamond
pattern plate and reinforced for AASHTO H-20 wheel loading.
YARD HYDRANTS/HOSE BIBBS
Shall be the non-freezing, compression type with 1 inch threaded inlet and 1 inch hose thread
on the nozzle discharge. It shall be a high capacity I-inch "Any Flow" frost proof yard
hydrant made by Merrill Manufacturing Co. or approved equal. Vacuum breakers shall be
provided with each one.
T-HANDLE OPERATING WRENCH
The contractor shall furnish two wrenches, 30 inches long, standard waterworks type with
socket for square operating nuts of gates or other valves. All below grade valves shall be
adapted with an extension stem and fittings so that they can be operated with a 30-inch long
wrench.
2.25 CUTTING IN SLEEVES AND VALVES
Shall be Clow Class 150 meeting latest A WW A Specifications.
2.26 TAPPING SLEEVES
ShaILpe.al!~!~!l1les~u~~ee!_~i~l:lu}_Q:y~~~I:l!!~ty,_g~~~l:lde W aterworks Manu~cturing
Company, Model CST -SL or approved equal. . - .-
PART 3 EXECUTION
REV. 02/11/04
Valves Meters and Accessories
02511-11
Ft. Gordon 18" Water Main
AUD Project No. 1 0801
.
.
.
3.01 All items specified under this section shall be installed in conjunction with piping that is
specified under the appropriate section. Locations are to be as shown on the plans or as
otherwise specified.
3.02 Valves, brackets, and fittings where not constructed of brass, aluminum, bronze, or finished
steel, shall be factory finished in accordance with approved manufacturer's standards.
Machined surfaces shall be given a suitable coating of grease or other protective material.
After installation, exposed items shall be field painted as specified elsewhere.
3.03 All valves shall be tested at point of manufacture. After the valves are installed, the
contractor shall test them under the working pressure, and any valves found to leak shall be
satisfactorily repaired or replaced.
END OF SECTION
REV. 02/11/04
Valves Meters and Accessories
02511-12
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
SECTION 02532
MANHOLES AND COVERS
PART 1 GENERAL
1.01 DESCRIPTION
A. The work required under this section consists of all materials, accessories,
equipment, tools, and labor required to construct and/or place precast concrete
manholes, where shown on the drawings.
B. Manholes shall be constructed of specified materials to the sizes, shapes and
dimensions, and at the locations shown on the plans or as otherwise directed by
the Engineer. Generally, the height of manholes shall be such that the top of the
manhole frame will be at the finished grade of the pavement or ground surface for
manholes located in pavement, in road or street rights-of-ways or in maintained
grounds. In areas other than above, the top of the manhole shall be 24 to 30
inches above the finish ground level.
1.02 RELATED SECTIONS
A. Section 03305 - Cast-In-Place Concrete.
1.03
REFERENCES
A. ASTM A 48 - Standard Specification for Gray Iron Castings.
B. ASTM C 55 - Standard Specification for Concrete Brick.
C. ASTM C 62 - Standard Specification for Building Brick (Solid Masonry Units
Made From Clay or Shale).
D. ASTM C 144 - Standard Specification for Aggregate for Masonry.
E. ASTM C 270 - Standard Specification for Mortar for Unit Masonry.
F. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole
Sections.
G. ASTM C 923 - Standard Sp~cification for Resilient Connectors Between
Reinforced Concrete Manhole Structures, Pipes and Laterals.
H. IMIAWC~(CW)-- ~ecommended-PraCtices -& GiiideSpecifications forCDld..-
Weather Masonry Construction; International Masonry Industry All-Weather
Council.
REV. 02/11/04
Manholes and Covers
02532-1
Ft. Gordon 1 8" Water Main
AUD Project NO.1 0801
1. ASTM C 1244 - Concrete Sewer Manholes by the Negative Air Pressure
(Vacuum) Test.
. 1.04 SUBMITTALS
A. See Section 01800 for submittal procedures.
B. Shop Drawings: Indicate manhole locations, elevations, pIpmg SIzes and
elevations of penetrations.
C. Product Data: Provide manhole covers, component construction, features,
configuration, and dimensions.
1.05 QUALITY ASSURANCE
Manufacturer: Company specializing in manufacturing products specified in this section
with minimum three years documented experience.
1.06 ENVIRONMENTAL REQUIREMENTS
.
A. Maintain materials and surrounding air temperature to minimum 50 degrees F (10
degrees C) prior to, during, and 48 hours after completion of masonry work.
B. Cold Weather Requirements: Comply with recommendations ofIMIA WC (CW).
PART 2 PRODUCTS
2.01 MATERIALS
C.
D.
E.
F.
G.
. H.
REV. 02/11/04
Manholes and Covers
A. Manhole Sections: Reinforced precast concrete in accordance with ASTM C 478,
with resilient connectors complying with ASTM C 923.
B. Manhole Sections and Joints: Water tight joints for precast manhole sections,
using rubber gaskets for sealing the joints shall be in accordance with ASTM C
443.
Manhole Boots: Shall be NPC Kor-N-Seal connectors or approved equal.
Integral Steps: Fiber reinforced plastic in accordance with ASTM D 3753.
Concrete: As specified in Section 03300 or 03305.
Concrete Reinforcement: As specified in Section 03300 or 03305.
Brick: Shall conform to applicable requirements of ASTM C62 Grade NW.
Mortar: Shall be a 3: 1 sand-cement mix.
02532-2
Ft. Gordon 1 8" Water Main
AUD Project NO.1 0801
2.02 COMPONENTS
.
A.
Ring and Cover: ASTM A 48, Class 30B Cast iron construction, machined flat
bearing surface, removable lockable cover (Bolted Watertight Cover) or
removable non-lockable cover (non-bolted), closed cover design; sealing gasket;
cover molded with identifying name provided by the owner. Use USF 367 for
(Bolted Watertight Standard) Cover or approved equal. Or use U.S. Foundry
(USF) 360-E Ring and Cover Series or approved equal for (non-bolted) covers.
See plans for frame and cover requirements.
{.,
B. Manhole Steps: Polypropylene safety steps meet to ASTM A-615 and ASTM C-
478, AASHTO M-199 and all OSHA specifications. The 1/2" grade 60 steel
reinforcing bar meets ASTM A-615. Polypropylene rungs shall be 1 inch
diameter or approved equal.
C. Manhole Boots: Rubber boots shall be designed and manufactured to meet or
exceed the requirements of ASTM C-923 "Standard Specification for Resilient
Connectors Between Reinforced Concrete Manhole Structures, Pipes and
Laterals". The rubber seal shall be made from a resilient rubber compound, which
conforms to ASTM C923. The pipe clamp shall be manufactured from 304 series
non-magnetic stainless steel, which conforms to ASTM C923 and ASTM A167.
2.03 CONFIGURATION
Construction: Cylindrical base, vertical sections with eccentric cone top section
with tongue and groove joints.
Shape: Cylindrical unless otherwise noted on the plans.
Clear Inside Dimensions: 48 inch diameter or as indicated on the plans.
Design Depth: As indicated on the plans.
Clear Cover Opening: Shall be 20-5/8" to 22-112".
Pipe Entry: Provide openings as indicated on the plans.
Steps: Set every 15 inches as indicated on the plans.
PART 3 EXECUTION
- 3.01- -EXAMINATION- ..
A. Verify items provided by other sections of work are properly sized and located.
.
B.
Verify that built-in items are in proper location, and ready for roughing into work.
REV. 02/11/04
Manholes and Covers
02532-3
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
C. Verify excavation for manholes is correct.
3.02
MANHOLES
A. All manhole sections shall be manufactured in accordance to ASTM C-478.
B. Place manhole sections plumb and level, trim to correct elevations.
C. Form and place manhole cylinder plumb and level, to correct dimensions and
elevations.
D. All manholes base sections shall have preformed inverts cast per the plans.
E. The manhole base shall be set on a 8 inch (minimum thickness) mat of No. 57
stone or as shown on the construction drawings.
F. Set frames and covers to correct elevations and properly anchor to the masonry.
Where manholes are constructed in paved areas, the top surface of the frame and
cover shall be tilted to conform to the exact slope, crown and grade of the existing
or proposed pavement.
G. Installation for the step can be cast in place or driven into pre-formed or drilled
hole. The step will resist pullout forces of over 1500 lbs.
3.03 MASONRY WORK
A.
Maintain masonry courses to uniform dimension. Form vertical and horizontal
joints of uniform thickness.
B. Lay masonry units in running bond. Course one unit and one mortar joint to equal
8 inches.
C. Form concave mortar joints.
D. Lay masonry units in full bed of mortar, with full head joints, uniformly jointed
with other work.
E. Install joint reinforcement 16 inches on center.
F. Place joint reinforcement in first and second horizontal joints above base pad and
below cover frame opening.
3.04 TESTING
A. Leakage Testing: Testing shall be conducted for each precast structure or manhole
in accordance with ASTM C 1244 - Concrete Sewer Manholes by the Negative
Air Pressure (Vacuum) Test.:
REV. 02/11/04
Manholes and Covers
02532-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
Vacuum Testing: Manholes shall be tested after assembly and prior to
backfilling. Stub outs, manhole boots and pipe plugs shall be secured to prevent
movement while the vacuum is drawn. Installation and operation of vacuum
equipment and indicating devices shall be in accordance with equipment
specifications for which performance information has been provided by the
manufacturer and approved by the Engineer. A measured vacuum of 10 inches of
mercury (-4.91 psi) shall be established in the manhole. The time for the vacuum
to drop to nine inches of mercury (-4.42 psi) shall be recorded. Acceptance
standards for leakage shall be established from the elapsed time for negative
pressure change from 10 inches to 9 inches of mercury. The maximum allowable
leakage rate and instructions for a four foot diameter manhole shall be in
accordance with the following:
.
Testing Instructions:
1.
2.
3.
4.
. 5.
6.
7.
8.
9.
10.
Testing is done after complete assembly of the manhole.
The manhole to pipe connection should be a flexible connector, such as
Kor-N-Seal or equivalent.
All lift holes need to be plugged with a non-shrinking mortar, or
equivalent.
The seal between the manhole sections shall be in accordance with
ASTM-C 923.
The contractor must plug the pipe openings, taking care to securely brace
the plugs and pipe.
With the vacuum tester in place:
Inflate the compression band to 40 psi to effect a seal between the vacuum
base and the structure
Connect the vacuum pump to the outlet port with the value open.
Draw a vacuum to 10" ofHg. (-4.91 psi) and close the value.
The test is considered passing if the vacuum remains between 9" Hg. and
10" Hg. in a time greater than one minute. If the initial test fails, the
contractor can locate the leak, and the appropriate repairs made.
4' dia. Manhole Depth Minimum
Elapsed Time for a
Pressure Change of 1 inch Hg
1 0 ft.~or less
> 10ft. but < 15 ft.
> 15 ft. but < 25 ft.
.
REV. 02/11/04
Manholes and Covers
60 seconds
75 seconds
90 Seconds
02532-5
Ft. Gordon 18" Water Main
AUD Project NO.1 0801
.
.
.
For manholes five feet in diameter, add an additional 15 seconds and for
manholes six feet in diameter, add an additional 30 seconds to the time
requirements for four-foot diameter manholes. If the manholes fails the test,
necessary repairs shall be made and the vacuum test and repairs shall be repeated
until the manhole passes the test. If a manhole joint sealer is completely pulled
out during the vacuum test, the manhole shall be disassembled and the sealer
replaced.
END OF SECTION
REV. 02/1.1/04
Manholes and Covers
02532-6
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
SECTION 02720
GRADED AGGREGATE BASE COURSE
PART 1 GENERAL
1.01 SCOPE
Work covered by this section consists of furnishing all plant, labor, equipment and materials,
and performing all operations in connection with the construction of graded aggregated base
and binder course as shown on the plans or as required for paved areas. Material and
construction shall be in conformance with requirements of the Georgia Department of
Transportation, Standard Specifications, Construction of Roads and Bridges, latest edition.
(D.O.T.S.S.)
1.02 RELATED SECTIONS
A. Section 02300 - Earthwork.
B. Section 02740 - Bituminous Concrete Paving.
PART 2 MATERIALS
2.01 GRADED AGGREGATE:
. Shall meet the requirements of Article 815 ofD.O.T.S.S.
2.02 BITUMINOUS PRIME
A. D.O.T.S.S., Section 412.
B. Bituminous Prime shall be included in the unit price bid for Graded Aggregate Base
Course.
PART 3 EXECUTION
3.01 PREPARATION
The area to be paved shall be graded and shaped, as required to construct the base in
conformance with the grades, lines, thicknesses, and typical cross-section shown within the
limits of construction. Prior to installing graded aggregate base, the sub grade shall be test
..._r()lle~~l1.li(;(;()~~~(;~ with I).O.T.S.S., Section 221 : An Engineer shall be present to inspect
during the test rollini-Aliy.subgradedisp1acingover f74'ishaHbe cOrrected and iTI.iidestllble
before construction proceeds. Construction of base will not begin until all subsurface utilities
have been installed.
.
REV. 02/11/04
Graded Aggregate Base Course
02720-1
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
3.02 INSTALLATION
Graded aggregate shall be installed in accordance with Section 310, D.O.T.S.S.
3.03 COMPACTION
After shaping the spread material to line, grade, and cross-section, roll to uniformly compact
the course. Ifusing Group I aggregate, roll to at least 98 percent of maximum dry density. If
using Group 2 aggregate, roll to at least 100 percent of the maximum dry density. Regardless
of compaction, ensure that the compacted base is sufficiently stable to support construction
equipment without pumping. If the base material is unstable from too much moisture, dry
and rework the base material.
3.04 FINISHING
After compaction, the surface of the base shall be shaped to the required lines, grades, and
cross-section as shown on plans or as directed by the Engineer.
3.05
MAINTENANCE
The Contractor shall be required, within the limits of his contract, to maintain the base course
in good condition until all work has been completed and accepted. Maintenance shall
include immediate repairs of any defects that may occur. This work shall be done by the
Contractor at his own expense and repeated as often as may be necessary to keep the area
continuously intact. Faulty work shall be replaced for the full depth of treatment. Any low
areas shall be remedied by replacing the material for the full depth of treatment rather than by
adding a thin layer to the completed work.
3.06
TOLERANCES
The surface of the completed base shall not show any deviation in excess of 1/4" when tested
with a 10' string line. The completed thickness of the base shall be within 1/2" of the
thickness indicated.
3.07 WARRANTY
The Contractor shall warrant the base to be serviceable for a minimum period of one year
after the date of acceptance of the job.
END OF SECTION
REV. 02/11/04
Graded Aggregate Base Course
02720-2
Ft. Gordon 1 S" Water Main
AUD Project NO.1 0801
.
.
.
SECTION 02775
CONCRETE SIDEWALKS, CURBS, AND GUTTERS
PART 1 GENERAL
1.01 SECTION INCLUDES
Concrete sidewalks, stair steps, integral curbs, gutters, median barriers, parking areas,
and roads.
1.02 RELATED SECTIONS
A. Section 02300 - Earthwork
B. Section 02317 - Trench Excavation and Backfill
C. Section 02532 - Manholes and Covers
E. Section 02720 - Aggregate Base Course
1.03 REFERENCES
A.
ACI 211.1 - Standard Practice for Selecting Proportions for Normal,
Heavyweight, and Mass Concrete; American Concrete Institute International;
1991 (Reapproved 1997).
B. ACI 301 - Specifications for Structural Concrete for Buildings; American
Concrete Institute International; 1996.
C. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete;
American Concrete Institute International; 1989 (Reapproved 1997).
D. ACI 305R - Hot Weather Concreting; American Concrete Institute International;
1991.
E. ACI 306R - Cold Weather Concreting; American Concrete Institute International;
1988.
F. ASTM A 185 - Standard Specification for Welded Steel Wire Fabric, Plain, for
Concrete Reinforcement; 1997.
G. _.A.~IM.A._427-__S!andard Specification for Steel Welded Wire Fabric, Deformed,
for Concrete ReinforcemeIit;--199'r: ----. - --- ----
REV. 02/11/04
Concrete Sidewalks, Curbs, and Gutters
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
02775-1
.
.
.
H. ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet-
Steel Bars for Concrete Reinforcement; 1996a.
1.
ASTM C 33 - Standard Specification for Concrete Aggregates; 1999a.
J. ASTM C 39/C 39M - Standard Test Method for Compressive Strength of
Cylindrical Concrete Specimens; 1999.
K. ASTM C 94/C 94M - Standard Specification for Ready-Mixed Concrete; 2000.
L. ASTM C 150 - Standard Specification for Portland Cement; 1999a.
M. ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete
by the Volumetric Method; 1994a.
N. ASTM C 260 - Standard Specification for Air-Entraining Admixtures for
Concrete; 1998.
O. ASTM C 309 - Standard Specification for Liquid Membrane-Forming
Compounds for Curing Concrete; 1998a.
P. ASTM C 494/C 494M - Standard Specification for Chemical Admixtures for
Concrete; 1999a.
Q.
ASTM C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined
Natural Pozzolan for Use as a Mineral Admixture in Concrete; 1999.
R. ASTM C 685 - Standard Specification for Concrete Made by Volumetric
Batching and Continuous Mixing; 1998a.
S. ASTM D 1751 - Standard Specification for Preformed Expansion Joint Filler for
Concrete Paving and Structural Construction (nonextruding and Resilient
Bituminous Types); 1999.
T. ASTM D 1752 - Standard Specification for Preformed Sponge Rubber and Cork
Expansion Joint Fillers for Concrete Paving and Structural Construction; 1984
(Reapproved 1996).
1.04 SUBMITTALS
A. See Section 01800 - Submittals- for submittal procedures.
B. Product Data: Provide data on joint filler, admixtures, and curing compound.
C. Design Data: Indicate pavement thickness, designed concrete strength,
reinforcement, and typical details.
1.05 QUALITY ASSURANCE
REV. 02/11/04
Concrete Sidewalks, Curbs, and Gutters
02775-2
Ft. Gordon 1 S" Water Main
AUD Project No.1 OSOl
.
.
.
A. Perform work in accordance with ACI 301.
B.
Obtain cementitious materials from same source throughout.
C.
Follow recommendations of ACI 305R when concreting during hot weather.
D. Follow recommendations of ACI 306R when concreting during cold weather.
1.06 ENVIRONMENTAL REQUIREMENTS
Do not place concrete when base surface temperature is less than 40. degrees F or surface
is wet or frozen.
1.07 TRAFFIC CONTROL
A. Maintain access for vehicular and pedestrian traffic as required for other
construction activities.
B. Utilize flagmen, barricades, warning signs and warning lights as required.
PART 2 PRODUCTS
2.01 FORM MATERIALS
A.
Form Materials: Conform to ACI 301.
B. Wood form material, profiled to suit conditions.
C. Joint Filler: Preformed; non-extruding bituminous type (ASTM D 1751) or
sponge rubber or cork (ASTM D 1752).
2.02 REINFORCEMENT
A. Reinforcing Steel: ASTM A 615/A 615M Grade 40 (300); deformed billet steel
bars; unfinished finish.
B. Welded Steel Wire Fabric: Plain type, ASTM A 185; in flat sheets; unfinished.
C. Dowels: ASTM A 615/A 615M Grade 40 (300); deformed billet steel bars;
unfinished finish.
--- 2.03... CONCRETEMATERIALS....
A. Concrete Materials: Provide in accordance with State of Georgia Highways
standards.
B.
Cement: ASTM C 150 Normal- Type I Portland type, grey color.
REV. 02/11/04
Concrete Sidewalks, Curbs, and Gutters
02775-3
Ft. Gordon 18" Water Main
AUD Project No.1 0801
C.
. D.
E.
F.
G.
H.
Fine and Coarse Mix Aggregates: ASTM C 33.
Fly Ash: ASTM C 618, Class C or F.
Calcined Pozzolan: ASTM C 618, Class N.
Silica Fume: ACI 211.1
Water: Clean, and not detrimental to concrete.
Fiber Reinforcement: Synthetic fibers shown to have long-term resistance to
deterioration when in contact with alkalis and moisture; 1/2 inch (12 mm) length.
1. Air Entrainment Admixture: ASTM C 260.
J. Chemical Admixtures: ASTM C 494/C 494M, Type A - Water Reducing, Type C
- Accelerating, and Type G - Water Reducing, High Range and Retarding.
1. Do not use chemicals that will result in soluble chloride ions in excess of
0.1 percent by weight of cement.
2.04 ACCESSORIES.
.
A.
Curing Compound: ASTM C 309, Type 1, Class A.
B.
Expansion Joint Fillers: Material shall conform to AASHTO M213.
C. Joint Sealer: Material shall conform to AASHTO M173.
2.05 CONCRETE MIX DESIGN
A.
Proportioning Normal Weight Concrete:
recommendations.
Comply with ACI 211.1
B. Concrete Strength: Establish required average strength for each type of concrete
on the basis offield experience or trial mixtures, as specified in ACI 301.
1. For trial mixtures method, employ independent testing agency acceptable
to for preparing and reporting proposed mix designs.
C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at
rates recommended by manufacturer.
D. Fiber Reinforcement: Add to mix at rate of 1.5 pounds per cubic yard, or as
recommended by manufacturer for specific project conditions.
.
E.
Concrete Properties:
REV. 02/11/04
. Concrete Sidewalks, Curbs, and Gutters
02775-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
1.
Compressive Strength, when tested in accordance with ASTM C 39/C
39M at 28 days: 3000 psi or 4000 psi depending on location see 3.12
schedules.
Fly Ash Content: Maximum 15 percent of cementitious materials by
weight.
Calcined Pozzolan Content: Maximum 10. percent of cementitious
materials by weight.
Silica Fume Content: Maximum 5 percent of cementitious materials by
weight.
Water-Cement Ratio: Maximum 40 percent by weight.
Total Air Content: 4 percent, per ASTM C 173.
Maximum Slump: 3 inches.
2.
3.
4.
5.
6.
7.
2.06 MIXING
A. On Project Site: Mix in drum type batch mixer, complying with ASTM C 685.
Mix each batch not less than 1-1/2 minutes and not more than 5 minutes.
B. Transit Mixers: Comply with ASTM C 94/C 94M.
PART 3 EXECUTION
3.01 EXAMINATION
A.
Verify compacted subgrade IS acceptable and ready to support pavmg and
imposed loads.
B. Verify gradients and elevations of base are correct.
3.02 SUBBASE
A. See Section 02720 - Aggregate Base Course for construction of base course for
work of this Section.
B. Prepare subbase in accordance with State of Georgia Highways 'standards.
3.03 PREPARATION
A. Moisten base to minimize absorption of water from fresh concrete.
B. Coat surfaces of manhole frames with oil to prevent bond with concrete
pavement...--
C. Notify minimum 24 hours prior to commencement of concreting operations.
3.04 FORMING
REV. 02/11/04
Concrete Sidewalks, Curbs, and Gutters
02775-5
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
A. Place and secure forms to correct location, dimension, profile, and gradient.
B.
Assemble formwork to permit easy stripping and dismantling without damaging
concrete.
C. Place joint filler vertical in position, in straight lines. Secure to formwork during
concrete placement.
3.05 REINFORCEMENT
A. Place reinforcement at top of slabs-on-grade.
B. Place reinforcement as indicated.
C. Interrupt reinforcement at contraction joints.
D. Place dowels to achieve pavement arid curb alignment as detailed.
3.06 PLACING CONCRETE
A.
B.
C.
. D.
E.
Coordinate installation of snow melting components.
Place concrete in accordance with ACI 304R.
Place concrete in accordance with State of Georgia Highways standards.
Place concrete using the slip form technique.
Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed
during concrete placement.
F. Place concrete continuously over the full width of the panel and between
predetermined construction joints. Do not break or interrupt successive pours
such that cold joints occur.
3.07 JOINTS
A. Align curb, gutter, and sidewalk joints.
B. Place 1/2 inch wide expansion joints at 50 foot intervals for sidewalks, curb and
gutter and to separate paving from vertical surfaces and other components and in
pattern indicated.
.
C.
'-Pormjoinis witlijoiiiffillerexteridirig-fiom 'oottom'ofpavemeiifto\"iiliiii'
1/2 inch of finished surface.
2. Secure to resist movement by wet concrete.
Provide scored joints:
REV. 02/11/04
Concrete Sidewalks, Curbs, and Gutters
02775-6
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
1.
At 4 foot intervals for 4 foot wide sidewalks, 5 foot intervals for 5 foot
wide sidewalks or as directed by the Engineer.
Sidewalk joints shall be finished with 3/8 inch radius concrete edger on
the edge of sidewalk and a concrete groover on the 4 or 5 foot intervals
across the sidewalk.
Between sidewalks and curbs.
Between curbs and pavement.
2.
3.
4.
D. Provide keyed joints as indicated.
E. Saw cut contraction joints 3/16 inch wide every 10 foot for curb and gutter at an
optimum time after finishing. Cut 1/3 into depth of slab.
3.08 FINISHING
A. Area Paving: Light broom, texture perpendicular to pavement direction.
B. Sidewalk Paving: Light broom, texture perpendicular to direction of travel with
troweled and radiused edge 1/4 inch radius. Finish all edge slabs, including those
at formed joints, with an edger having a radius.
C. Median Barrier: Light broom, texture perpendicular to direction of travel with
troweled and radiused edge 1/4 inch radius.
D.
Curbs and Gutters: Light broom, texture parallel to pavement direction. Round the
edges of the gutter and top of the curb with an edgeing tool to a radius of 1/4".
E. Inclined Vehicular Ramps: Broomed perpendicular to slope.
F. Place sealer on exposed concrete surfaces immediately after finishing. Apply in
accordance with manufacturer's instructions.
3.09 TOLERANCES
A. Maximum Variation of Surface Flatness: 1/4 inch in 10 ft.
B. Maximum Variation From True Position: 1/4 inch.
3.10 FIELD QUALITY CONTROL
A. An independent testing agency will perform field quality control tests.
1.
Provide free access to concrete operations at project site and cooperate
wiiliappoiniedfirm.
Submit proposed mix design of each class of concrete to inspection and
testing firm for review prior to commencement of concrete operations. .'
Tests of concrete and concrete materials may be performed at any time to
ensure conformance with specified requirements.
2.
3.
REV. 02/11/04
Concrete Sidewalks, Curbs, and Gutters
Ft. Gordon 18" Water Main
AUD Project No.1 0801
02775-7
.
.
.
B.
Compressive Strength Tests: ASTM C 39/C 39M. For each test, mold and cure
three concrete test cylinders. Obtain test samples for every 100 cu yd or less of
each class of concrete placed.
1. Take one additional test cylinder during cold weather concreting, cured on
job site under same conditions as concrete it represents.
2. Perform one slump test for each set of test cylinders taken.
C. Maintain records of placed concrete items. Record date, location of pour,
quantity, air temperature, and test samples taken.
3.11 PROTECTION
A. Immediately after placement, protect pavement from premature drying, excessive
hot or cold temperatures, and mechanical injury.
B. Do not permit pedestrian traffic over pavement for 7 days mmImum after
finishing.
C. Do not permit pedestrian traffic over pavement until 75 percent design strength of
concrete has been achieved.
3.12 SCHEDULES
A.
Concrete Sidewalks and Median Barrier: 3,000 psi 28 day concrete, 4 inches
thick, buff color Portland cement, exposed aggregate finish.
B. Parking Area Pavement: 4,000 psi 28 day concrete, 5 inches thick, 6/6 - 6 x 6
inch mesh reinforcement, wood float finish.
END OF SECTION
REV. 02/11/04
Concrete Sidewalks, Curbs, and Gutters
02775-8
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
SECTION 02820
GALVANIZED CHAIN-LINK FENCES AND GATES
PART 1 GENERAL
1.01 SECTION INCLUDES
This section consists of all labor, materials, and equipment and tools necessary for
furnishing and installing chain link fence, gates and accessories in conformance with the
lines, grades, and details as shown.
1.02 REFERENCES
A. American Society for Testing and Materials (ASTM):
B. A121 - Standard Specification for Zinc-Coated (Galvanized) Steel Barbed Wire.
C. A392 - Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric.
D. A817 - Standard Specification for Metal-Coated Steel Wire for Chain-Link Fence
Fabric and Marcelled Tension Wire.
E. C94 - Standard Specification for Ready-Mixed Concrete.
F.
F567 - Standard Practice for Installation of Chain-Link Fence.
G. F626 - Standard Specification for Fence Fittings.
H. F900 - Standard Specification for Industrial and Commercial Swing Gates.
1. FlO43 - Standard Specification for Strength and Protective Coatings on Metal
Industrial Chain-Link Fence Framework.
J. FlO83 - Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated
(Galvanized) Welded, for Fence Structures.
1.03 SUBMITTALS
See Section 01800 for submittal procedures.
PART 2 PRODUCTS
2.01
GENERAL
Materials shall conform to ASTM F1083 and ASTM A392 ferrous metals, zinc-coated;
and detailed specifications forming the various parts thereto; and other requirements
REV. 02/11/04
Galvanized Chain-Link Fences and Gates
02820-1
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
specified herein. Zinc-coat metal members (including fabric, gates, posts, rails, hardware
and other
. 2.02 FENCE MATERIALS
A. HEIGHT: The fabric shall be seven (7) feet in height with an overall height of
eight (8) feet above grade when erected including extension arms for barbed wire
or as shown on the plans.
B. FABRIC
1. No.9 gauge fabric wire (Steel)
2. Two inch (2") mesh chain link.
3. Galvanized after fabrication.
C. POSTS
Type I round post shall be hot dipped galvanized with a minimum average zinc
coating of 1.8 oz.!sq. ft. meeting ASTM F-1 083 for standard weight (Schedule 40)
galvanized pipe. .
.
1. Line Posts: 2.50" O.D. - 5.10 lbs.!LF, Type 1.
2. Corner/Terminal Posts: 4.00" O.D. - 8.65 Ibs'!LF, Type 1.
3. Gate Posts: 4.00" O.D. - 8.65 lbs.!LF, Type 1.
4. Finish: Hot dipped galvanized.
D.
TOP RAIL AND BRACE RAIL
1. Size: 1.625" O.D. - 2.27 lbs.!LF, Type 1.
2. Finish: Hot dipped galvanized.
E. BARBED WIRE
1. Three (3) lines 12-1/2 gauge mounted on extension arms.
2. Four point barbs, 14 gauge spaced approximately 5" on center.
3. Zinc-coated barbed wire shall conform to ASTM A 121.
F. EXTENSION ARMS
1. Pressed steel extension arms shall withstand 250 lb. downward pull at
outermost end of arm without failure.
2. Forty-five degree angle.
3. nT~elve inch~s (12") out from and above fence line.
4. Finish: Hot dipped-galvanized: .. _. 'nn --_.
G. GATES
.
1.
HEIGHT: The fabric shall be seven (7) feet in height with an overall
height of eight (8) feet above grade when erected including extension arms
REV. 02/11/04
Galvanized Chain-Link Fences and Gates
02820-2
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
2.
3.
4.
for barbed wire or as shown on the plans. Width as shown on plans with
offset hinges capable of opening 180 degrees. Conform to ASTM F900.
Frame: 2" O.D. - 2.72lbs.!LF, Type 1.
Provide double gate latch with two gate catches. The locking device
Provide stops and keepers for all double gates. Latches shall have a
plunger-bar arranged to engage the center stop. Arrange latches for
locking. Center stops shall consist of a device arranged to be set in
concrete and to engage a plunger bar. The latching device shall be
constructed so that the plunger bar cannot be raised when the gate is
locked. Keepers shall consist of a mechanical device arranged to be set in
concrete for securing the free end of the gate when in full open position.
Latching device shall have a padlock and key provided per Owners choice.
Finish: Hot dipped galvanized.
5.
H. ADJUSTABLE TRUSS ROD
1. Truss rods & tightener: Minimum rod diameter shall be 3/8".
2. Truss rod adjusting unit shall be located per detail on plans.
3. Finish: Hot dipped galvanized.
PART 3 EXECUTION
3.01 INSTALLATION
A.
Install fence by properly trained crew, on previously prepared surfaces, to line and
grade as shown. Install fence in accordance with ASTM F567 and with the
manufacturer's printed installation instructions, except as modified herein or as
shown. Maintain all equipment, tools, and machinery while on the project in
sufficient quantities and capacities for proper installation of posts, chain links and
accessories. Installation shall be in a neat, tight, plumb and true manner. It shall
conform to the manufacturer's recommendations.
B. Excavation for concrete-embedded posts shall be of the dimensions shown, except
in rock. If rock is encountered before reaching the required depth, continue the
excavation to the depth shown or 18 inches into the rock, whichever is less, and
provide a minimum of 2 inches larger diameter than the outside diameter of the
post. Clear loose material from post holes. Grade area around finished concrete
footings as shown and dispose of excess earth as directed.
C.
Posts shall be a maximum of ten (10) feet on center. Line posts shall be set in
twelve (12) inch diameter by forty (40) inch deep excavation with 3000 psi
. concrete-footings. Corner/Terminal and gateposts ,shall. be set, in sixteen (16) inch _.,.
diameter by forty (40) inch deep excavation with 3000 psi concrete footings. Set
posts plumb and in alignment, in 3000 psi concrete footings with top of footing 2
inches above finished grade and crowned to shed water.
REV. 02/11/04
Galvanized Chain-Link Fences and Gates
02820-3
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
D.
Fit all exposed ends of post with caps. Provide caps that fit snugly and are
weathertight. Where top rail is used, provide caps to accommodate the top rail.
Install post caps as recommended by the manufacturer and as shown.
E.
Do not stretch fabric until concrete foundation has cured 7 days.
F. Position bottom of fabric 1-112 inches maximum above finished grade and on a
straight grade between posts. Excavate if necessary, fill only with approval of
Engineer.
G. Fasten fabric to top rail, line posts, braces, and bottom tension wire with nine (9)
gauge tie wire at maximum 15 inches on centers.
F. Attach fabric to end, corner, and gateposts with tension bars and tension bar clips.
G. Tension bars shall be a minimum of 3/16" x 3/4" and be provided for each end
and gate post, and two for each corner and pull post.
H. Tension wire shall be #7 gage, hot-dipped galvanized and be provided within 6
inches of the bottom of the fabric.
1.
Install gates plumb, level, and secure for full opening without interference. Set
keepers, stops and other accessories into concrete as required by the manufacturer
and as shown. Adjust hardware for smooth operation and lubricate where
necessary.
J.
Use galvanized repair compound, stick form, or other method, where galvanized
surfaces need field or shop repair. Repair surfaces in accordance with the
manufacturer's printed directions.
END OF SECTION
REV. 02/11/04
Galvanized Chain-Link Fences and Gates
02820-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
SECTION 02920
LAWNS AND GRASSING
PART 1 GENERAL
1.01 SCOPE
This section pertains to seeding work, including preparing the seedbed, furnishing and
placing of topsoil, seed and other required materials for a complete installation to the limits
of construction and specified herein. Seeding operations shall be performed on all newly
graded earth areas not otherwise specified covered by structures, pavements and/or
surfacings, riprap, sod, sprigging, walkways, and other items of a similar nature; on all
cleared and/or grubbed areas which are to remain as finish grade surfaces and not to be
excavated or embankments constructed thereon; on all existing off site and on site turfed
earth surfaces which are disturbed by construction operations and which are to remain as
finish grade surfaces; and at all other locations which may be designated on the drawings or
specified herein. The contractor shall follow the GA DOT Standard Specifications
Construction of Roads and Bridges Section 700,882,890 and 891 latest edition and/or pages
6-35 thru 6-60 of the Manual for Erosion and Sediment Control in Georgia (1975 and as
amended in the latest edition).
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.
Erosion and Sedimentation Control - Section 02370
PART 2 PRODUCTS
2.01 TOPSOIL
Topsoil for planting shall be a rich friable loam containing a large amount of humus and shall
be original surface sandy loam, topsoil of good rich, uniform quality, free from any material
such as hard clods, stiff clay, hardpan, partially disintegrated stone, pebbles larger than 112-
inch in diameter, lime, cement, bricks, ashes, cinders, slag, concrete, bitumen or its residue,
boards, sticks, chips, or other undesirable material harmful or unnecessary to plant growth.
Topsoil shall be reasonably free from perennial weeds and perennial weed seeds, and shall
not contain objectionable plant material, toxic amounts of either acid or alkaline elements or
vegetable debris undesirable or harmful to plant life. Bermuda grass roots in topsoil will not
be accepted, unless otherwise approved by the Engineer.
Topsoil shall be natural topsoil without admixture of subsoil material, and shall be
,,--classifiable as loam, silt loam, clay loam, or a combinationthereof.____
REV. 02/11/04
Lawns and Grassing
02920-1
Ft. Gordon 18" Water Main
AUD Project NO.1 0801
.
.
.
2.02
2.03
GRASS SEED
All seeds shall be labeled in accordance with U.S.D.A. Rules and Regulations. Seeds shall
be packaged in suitable containers in accordance with the Georgia Seed Laws, Rules and
Regulations currently in effect. No seed shall be used which has become molded, wet or
otherwise damaged. Seed shall be tested by the Georgia Department of Agriculture for the
purity and germination within six months prior to the date of sowing.
1. Grass seed on level or slightly sloping ground shall consist of the following for
the planting dates specified:
(a) March 1 to June 30
Common Bermuda (hulled)
Tall Fescue
(b) August 1 to November 1
Tall Fescue
10 lbs.lacre
50 lbs.lacre
50 lbs.!acre
10 Ibs.lacre
Common Bermuda (unhulled)
(c) November 1 to March 1
Common Bermuda (unhulled)
10 lbs.!acre
2.
Grass seed on slopes 3: 1 or steeper and infrequently mowed areas shall consist of
the following for the planting dates specified:
(a) March 1 to June 15
Weeping Lovegrass
Sericea Lespedeza (scarified)
(b) August 1 to November 1
Tall Fescue
Sericea Lespedeza (unscarified)
November 1 to March 1
5 lbs.lacre
60 lbs.!acre
501bs.!acre
75 lbs.lacre
(c)
Common Bermuda (unhulled)
Sericea Lespedeza (unscarified)
10lbs.lacre
75 Ibs.lacre
When as directed by the Engineer, an approved quick growing species of grass seed such as
rye, Italian rye, millet or other cereal grass, shall be applied at a rate of 30 Ibs.lacre in
conjunction with and in addition to-the seed mixture specified above.-
SPRIGS
Bermuda, common, healthy living stolons native to locality of project. Plant on day of
removal from growing location. Plant sprigs from March 15 to July 15.
REV. 02/11 /04
Lawns and Grassing
02920-2
Ft. Gordon 18" Water Main
AUD Project No.1 0801 .
.
.
.
2.04 MULCH
A.
Dry Mulch: Dry mulch shall be straw or hay, consisting of oat, rye or wheat straw, or
of pangola, peanut, coastal Bermuda or Bahia grass hay. Only undeteriorated mulch
which can be readily cut into the soil shall be used. Application rate shall be 2 y"
tons per acre.
B. Mulch for hydro seeding: This material shall consist of wood cellulose fiber applied
at 500 lbs.lacre with dye color equal to Weyerhauser Company, or Conway
Corporation material used for "hydro seeding" and suitable for this purpose.
2.05 FERTILIZER
Fertilizer shall be ofan accepted and approved commercial brand. Fertilizer shall be a ready
mixed material containing the soil nutrients as specified and in a suitable form compatible
with the equipment used to achieve uniform distribution of the fertilizer. The fertilizer
mixture shall contain the following nutrients expressed in per cent of the total weight: 6%
nitrogen, 12% available phosphoric acid, and 12% water soluble potash (6-12-12) analysis.
Container tags shall have the name and address of the manufacturer, the brand name, net
weight, and chemical composition of analysis. Fertilizer shall be applied at 1500 Ibs.lacre.
2.06
LIME
Agricultural lime shall be within the specifications of the Georgia Department of Agriculture.
Ground limestone is calcitic or dolomitic limestone ground so that 90 percent of the material
shall pass a 10-mesh sieve, not less that 50 percent will pass through a 50-mesh sieve and at
least 25% shall pass a 1 OO-mesh sieve. Lime shall be applied as indicated by soil test, or the
rate of 1 to 2 tons per acre.
2.07
WATER
The water used in the grassing operations may be obtained from any approved spring, pond,
lake, stream or municipal water system. The water shall be free of excess and harmful
chemicals, acids, alkalies, or any substance which might be harmful to plant growth or
obnoxious to traffic.
2.08 SOD
Shall be healthy living, disease and weed free grass that has been freshly cut.
PART 3 EXECUTION
3.01 HYDRO SEEDING
A.
The materials for grassing shall consist of a thoroughly mixed slurry of grass seed,
fertilizer, lime and mulch as specified. The application rate for wood fiber mulch
shall be approximately 500 lbs.lacre. All materials shall be discharged within one
hour after being combined in the hydro seeder.
REV. 02/11/04
Lawns and Grassing
02920-3
Ft. Gordon 1 8" Water Main
AUD Project NO.1 0801
.
.
B.
Each kind of leguminous seed shall be inoculated separately with the appropriate
commercial culture according to instructions of the manufacturer of the material. All
inoculated seed shall be protected from the sun and shall be planted the same day it is
inoculated.
C. Equipment for mixing and applying the slurry shall be especially designed for this
purpose. It shall be capable of applying a uniform mixture over the entire area to be
seeded. The slurry mixture shall be agitated during application to keep the
ingredients thoroughly mixed. A suitable metering device to determine the rate of
application and assist in obtaining uniform coverage of the grassed areas shall be
incorporated as part of the equipment.
D. Ground preparation for hydro seeding shall be the same as for conventional seeding.
E. H ydroseeding shall not be performed when windy weather prevents even distribution;
when the prepared surface is crusted; or when the ground is frozen, wet or otherwise
in a non-tillable condition.
3.02 CONVENTIONAL SEEDING
A. Grading and Shaping
Grade and shape to finish contours and to allow practical use of equipment.
B.
Seedbed Preparation
1. Broadcast plantings:
a. Tillage as a minimum shall: adequately loosen the soil to a depth of 4
to 6 inches; alleviate compaction; incorporate lime and fertilizer;
smooth and firm the soil; allow for the proper placement of seed, .
sprigs, or plants; and allow for the anchoring of straw or hay mulch if
a disk is to be used.
b. Tillage may be done with any suitable equipment.
c. Tillage may be done on the contour where feasible.
d. On slopes too steep for the safe operation of tillage equipment, the
soil surface will be pitted or trenched across the slope with
appropriate hand tools to provide a place 6 to 8 inches apart in which
seed may lodge and germinate.
2. Individual plants:
a. _~~re.i?d!~4.l.lCll :plants aretobe set, the soil will be well prepared by
excavating holes~- openlngnfuITows,-or-dibble plai:ltii:ig~---
b. For nursery stock plants, holes shall be large enough to accommodate
roots without crowding.
. 3.03 SPRIGS
REV. 02/11/04
Lawns and Grassing
02920-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
Separate or shred and broadcast over area prepared for planting at 40 cu. ft. per acre. Harrow
into ground with disc turned straight.
. 3.04 LIME/FERTILIZER APPLICATION
Lime and fertilizer will be applied uniformly during land preparation so that it will be mixed
with the soil during seedbed preparation. On steep surfaces, scarify slope prior to
broadcasting lime and fertilizer.
3.05 PLANTING
A. Seeding will be done on a freshly prepared and firmed seedbed. For broadcast
planting, use a cultipacker-seeder, drill, rotary seeder, other mechanical seeder, or
hand seeding to distribute the seed uniformly over the area to be treated. Cover the
seed lightly with a cultipacker or other suitable equipment.
B. No-till seeding is permissible into annual cover crops when planting is done
following maturity of the cover crop or if the temporary cover stand is sparse enough
to allow adequate growth of the permanent species.
C. No-till seeding must be done with appropriate no-till seeding equipment. The seed
must be uniformly distributed and planted at the proper depth.
3.06
MULCHING
.
All seeded areas shall be mulched. Soil retention blankets, erosion control netting, and other
manufactured materials may be required in addition to mulch on unstable soils and
concentrated flow areas. Mulch shall be spread uniformly within 24 hours after seeding.
3.07
WATER, MAINTENANCE AND RESEEDING
A.
Contractor shall be responsible for maintaining the proper moisture content of the
soil to insure adequate plant growth until a satisfactory stand of grass is obtained.
Watering shall be performed to maintain an adequate water content in the soil.
B.
The Contractor shall mow and maintain all seeded areas without additional
payment until rmal acceptance of the work by the Owner, and any regrading,
refertilizing, reliming, reseeding or remulching shall be done at his own expense.
Seeding work shall be repeated on defective areas until a satisfactory uniform stand
of grass is accomplished. A satisfactory stand of grass is defined as grass that covers
at least 98% ofthe total area with no bare spots larger than one square foot and bare
nSP2t~~!1~ll be scattered such that h..ll1"eHll1"_~a,.s~d()l1()!'??lllY_ri_~~lllo!~~anJI1 00 of any
given area. Damage resulting from erosion, gulleys, washouts, or- othercausesH
shall be repaired by rIlling with topsoil, compacting, and repeating the seeding
work at the Contractor's expense.
.
END OF SECTION
REV. 02/11/04
Lawns and Grassing
02920-5
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
SECTION 03100
CONCRETE FORMS AND ACCESSORIES
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Formwork for cast-in place concrete, with shoring, bracing and anchorage.
B. Form Accessories.
C. Expansion and Contraction Joints with Accessories.
D. Water Stops
1.02 RELATED SECTIONS
A. Section 03200 - Concrete Reinforcement.
B. Section 03305 - Cast-In-Place Concrete.
1.03 REFERENCES
A.
ACI 301 - Specifications for Structural Concrete for Buildings; American
Concrete Institute International; 1996.
B. ACI 318 - Building Code Requirements for Reinforced Concrete and
Commentary; American Concrete Institute International; 1999.
C. ACI 347R - Guide to Formwork for Concrete; American Concrete Institute
International; 1994.
D. ACI350R - Environmental engineering Concrete Structures; American Concrete
institute International; 1989.
E. ASME A 17.1 - Safety Code for Elevators and Escalators; The American Society
of Mechanical Engineers; 1996, '97, '98, '99 Addenda.
F. PS 1 - Construction and Industrial Plywood; National Institute of Standards and
Technology (Department of Commerce); 1995.
G. AHAA135.4 (1995) Basic Hardboard
H. ASTM A 1011/A 1011M (2003a) Steel, Sheet and Stip, Hot-Rolled, Carbon,
Structural, High Strength Low-Alloy and High-Strength Low-Alloy With
Improved Formability
REV. 02/11/04
Concrete Forms and Accessories
03100-1
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
1.
ASTM A 109lA 109M (2003) Steel, Strip, Carbon (0.25 Maximum Percent),
Cold-Rolled
J.
ASTM A 167 (1999) Stainless and Heat-Resisting Chromium-Nickel Steel Plate,
Sheet, and Strip
K. ASTM A 480/A 480M (2003b) General Requirements for Flat-Rolled Stainless
and Heat-Resisting Steel Plate, Sheet, and Strip
L. ASTM C 919 (2002) Use of Sealants in Acoustical Applications
M. ASTM C 920 (2002) Elastomeric Joint Sealants
N. ASTM D 1751 (1999) Preformed Expansion Joint Filler for Concrete Paving and
Structural Construction (Nonextruding and Resilient Bituminous Types)
O. ASTM D 1752 (1984; R 1996e1) Preformed Sponge Rubber and Cork Expansion
Joint Fillers for Concrete Paving and Structural Construction
P. ASTM D 2628 (1991; R 1998) Preformed Polychloroprene Elastomeric Joint
Seals for Concrete Pavements
Q.
ASTM D 2835 (1989; R 1998) Lubricant for Installation of Preformed
Compression Seals in Concrete Pavements
R.
ASTM D 4 (1986; R 1998) Bitumen Content
S. ASTM D 412 (1998a; R 2002e1) Vulcanized Rubber and Thermoplastic
Elastomers - Tension
T. ASTM D 471 (1998e1) Rubber Property - Effect of Liquids
U. ASTM D 5249 (1995; R 2000) Backer Material for Use with Cold-and Hot-
Applied Joint Sealants in Portland-Cement Concrete and Asphalt Joints
V. ASTM D 5329 (1996) Sealants and Fillers, Hot-Applied, for Joints and Cracks in
Asphaltic and Portland Cement Concrete Pavements
W. COE CRD-C 513 (1974) Specifications for Rubber Waterstops
X. COE CRD-C 572 (1974) Specifications for Polyvinylchloride Waterstops
,
1.04 DESIGN REQUIREMENTS
Formwork shall be designed in accordance with methodology of ACI 347 for anticipated
loads, lateral pressures, and stresses. Forms shall be capable of producing a surface,
which meets the requirements of the class of finish specified in Section 03300 CAST-IN-
PLACE CONCRETE. Forms shall be capable of withstanding the pressures resulting
REV. 02/11/04
Concrete Forms and Accessories
03100-2
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
from placement and vibration of concrete.
1.05
SUBMITTALS
A. See Section 01800 - Submittals
B. Formwork - Drawings showing details of formwork, including dimensions of
panel joints, supports, studding and shoring, and sequence of form and shoring
removal. Manufacturers recommendation on method and rate of application of
form release agents.
C. Samples of form ties and method of sealing form tie hole from transmition of
water in hydraulic structures.
D. Construction and Control Joints: Layout and location for each type.
E. Manufacturer's literature, including safety data sheets, for preformed fillers and
the lubricants used in their installation; field-molded sealants and primers (when
required by sealant manufacturer); preformed compression seals and preformed
control joints.
F . Water Stops - Details of splices, method of securing and supporting water stop in
forms to maintain proper orientation and location during concrete placement.
G.
Samples of all proposed waterstops this includes both PVC and hydrophilic
waterstops
1.06 QUALITY ASSURANCE
Design formwork under direct SupervISIon of a Professional Structural Engineer
experienced in design of concrete formwork and licensed in the State of Georgia.
1.07 DELIVERY, STORAGE, AND HANDLING
Material delivered and placed in storage shall be stored off the ground and protected from
moisture, dirt, and other contaminates. Sealants shall be delivered in the manufacturer's
original unopened containers. Sealants whose shelf life has expired shall be removed
from the site.
PART 2 PRODUCTS
2.01 WOOD FORM MATERIALS
A. Form Materials: At the discretion of the Contractor.
B. Softwood Plywood: PS 1, C Grade, Group 2.
C.
Softwood Plywood: PS 1, B-B High Density Concrete Form Overlay, Class 1.
REV. 02/11/04
Concrete Forms and Accessories
03100-3
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
D. Plywood: Douglas Fir species; solid one side grade; sound undamaged sheets
with clean, true edges.
E.
Lumber: Straight, dressed on all sides, uniforms width and thickness, free from
knots, offsets, holes, dents, and other surface defects; with grade stamp clearly
visible.
2.02 PREFABRICATED FORMS
A. Manufacturers:
1. Alabama Metal Industries Corporation; www.amico-online.com.
2. Molded Fiber Glass Concrete Forms Co.
3. Reward Wall Systems.
4. SureVoid Products, Inc.
B. Preformed Steel Forms: Minimum 16 gage matched, tight fitting, stiffened to
support weight of concrete without deflection detrimental to tolerances and
appearance of finished surfaces.
C. Preformed Plastic Forms: Thermoplastic polystyrene form liner, tight fitting,
stiffened to support weight of concrete' without deflection detrimental to
tolerances and appearance of finished surfaces.
D.
Glass Fiber Fabric Reinforced Plastic Forms: Matched, tight fitting, stiffened to
support weight of concrete without deflection detrimental to tolerances and
appearance of finished concrete surfaces.
E. Pan Type: Steel, of size and profile indicated.
F. Tubular Column Type: Round, spirally wound laminated fiber material, surface
treated with release agent, non-reusable, of sizes indicated.
G. Void Forms: Moisture resistant treated paper faces, biodegradable, structurally
sufficient to support weight of wet concrete mix until initial set; 2 inches (50 mm)
thick.
2.03 FORMWORK ACCESSORIES
A. Form Ties: Removable type, galvanized metal, fixed length, cone type, with
waterproofing washer, 7/8 inch back break dimension, free of defects that could
leave holes larger than 1 inch in concrete surface.
B. ,~WaterStop.Ties:For.water-holdingstructures, basements, pipegalleries,_ and
accessible spaces below finish grade, furnish one of the following:
1.
Integral steel water stop O.l03-inch thick and 0.625 inch m diameter
tightly and continuously welded to tie.
REV. 02/11/04
Concrete Forms and Accessories
03100-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
2.
Neoprene water stop 3116-inch thick and 15/16 inch in diameter whose
center hole is 1/2-diameter of tie, or molded plastic water stop of
comparable size.
Orient water stop perpendicular to tie and symmetrical about center of tie.
Design ties to prevent rotation or disturbance of center portion of tie
during removal of ends and to prevent water leaking along tie.
3.
4.
C. Form Release Agent: Material: Release agent shall not bond with, stain, or
adversely affect concrete surfaces, and shall not impair subsequent treatment of
concrete surfaces when applied to forms. A ready-to-use water based material
formulated to reduce or eliminate surface imperfections, containing no mineral oil
or organic solvents. Environmentally safe, meeting local, state, and federal
regulation and can be used in potable water facilities.
D. Corners: Filleted, rigid plastic type; 1 x 1 inch size; maximum possible lengths.
E. Dovetail Anchor Slot: Galvanized steel, 22 gauge thick, foam filled, release tape
sealed slots, anchors for securing to concrete formwork.
F. Flashing Reglets: Galvanized steel, 22 gauge thick, longest possible lengths, with
alignment splines for joints, foam filled, release tape sealed slots, anchors for
securing to concrete formwork.
G.
Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of
sufficient strength and character to maintain formwork in place while placing
concrete.
2.04 CONTRACTION JOINT STRIPS
Contraction joint strips shall be 1/8 inch thick tempered hardboard conforming to AHA
A135.4, Class 1. In lieu of hardboard strips, rigid polyvinyl chloride (PVC) or high impact
polystyrene (HIPS) insert strips specifically designed to induce controlled cracking in
slabs on grade may be used. Such insert strips shall have removable top section.
2.05 PREFORMED EXPANSION JOINT FILLER
Expansion joint filler shall be preformed material conforming to ASTM D 1751 or
ASTM D 1752. Unless otherwise indicated; filler material shall be 10 mm 3/8 inch thick
and of a width applicable for the joint formed. Backer material, when required, shall
conform to ASTM D 5249.
2.06 SEALANT
APrefurmed.Polycllforoprene Elastomenc Type'ASTM D2628:
B. Lubricant for Preformed Compression Seals ASTM D 2835.
C.
Field-Molded Type ASTM C 920, Type M, Grade P or NS, Class 25, Use [T]
[NT] for horizontal joints. Type M, Grade NS, Class 25, Use NT for vertical
REV. 02/11/04
Concrete Forms and Accessories
Ft. Gordon 1 8" Water Main
AUD Project No. 10801
03100-5
.
.
.
joints. Bond breaker material shall be polyethylene tape, coated paper, metal foil
or similar type materials. The back-up material shall be compressible, non-shrink,
nonreactive with sealant, and non-absorptive material type such as extruded butyl
or polychloroprene rubber.
2.07
PVC W ATERSTOPS FOR EXPANSION JOINTS
A. Provide flexible PVC (polyvinyl chloride) waterstop as manufactured by
Greenstreak, profile style number 732, or approved equal. This profile has a
length of 6", a thickness of 3/8" a bulb diameter of 7/8", and rib dimension of
5/8".
B. The PVC waterstop shall be extruded from an elastomeric plastic material of
which the basic resin is prime virgin polyvinyl chloride. The PVC compound
shall not contain any scrapped or reclaimed material or pigment whatsoever.
C. Performance Requirements as follows:
Property Test Method Required Limits
Water absorption ASTM D 570 0.15% max
Tear Resistance ASTM D 624 200 lblin (35 kN/m) min.
Ultimate Elongation ASTM D 638 350% min.
Tensile Strength ASTM D 638 2000 psi (13.78 Mpa) min.
Low Temperature ASTM D 746 No Failure @ _350 F (_370
Brittleness C)
Stiffuess in Flexure ASTM D 747 600 psi (4.13 Mpa) min.
Specific Gravity ASTM D 792 1.45 max.
Hardness, Shore A ASTM D 2240 79 +3
Tensile Strength after CRD-C 572 1850 psi (11.03 Mpa) min.
accelerated extraction
Elongation after accelerated CRD-C 572 300% min.
extraction
Effect of Alkalies after 7 CRD-C 572
days:
Weight Change between -0.10% I +0.25%
Hardness Change +1- 5 points
2.08 HYDROPHILIC WATERSTOP FOR NON-MOVING CONTRACTION AND
CONSTRUCTION JOINTS
A. Provide hydrophilic rubber waterstop as supplied by Greenstreak, HYDROTITE
profile style number CJ-0725-3KAD or approved equal. This profile has a width
of 0.98"and~a heiglif of 0.28".-n~-
B. The waterstop shall be a combination of chloroprene rubber and chloroprene
rubber modified to impart hydrophilic properties.
REV. 02/11/04
Concrete Forms and Accessories
03100-6
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
C. The waterstop shall have a delay coating to inhibit initial expansion due to
moisture present in fresh concrete.
.
D.
Performance Requirements as follows:
Chloro rene Rubber
Test Method
ASTMD412
ASTMD412
ASTM D 2240
ASTM D 624
Re uired Limits
1300 PSI min.
400% min.
50 +1- 5
100 lblinch min.
Modified Chloro rene dro hilic Rubber
Test Method Re uired Limits
ASTM D 412 350 PSI min.
ASTM D 412 600% min.
ASTM D 2240 52 +1- 5
ASTM D 624 50 lblinch
Volumetric 3 to 1 min.
Change
Distilled Water
700F
2.09 WATERSTOP ACCESSORIES
.
A.
PVC Waterstops
1. Provide factory made waterstop fabrications for all changes of direction,
intersections, 'and transitions leaving only straight butt joint splices for the
field.
2. Provide hog rings or grommets spaced at 12 inches on center along length
of waterstop.
3. Provide Teflon coated thermostatically controlled waterstop splicing irons
for field butt splices.
B. Hydrophilic Waterstops
1. Provide Greenstreak 7300 two component epoxy gel to secure
HYDROTITE to rough, wet (or dry) concrete.
2. Provide LEAKMASTER single component hydrophilic sealant to secure
HYDROTITE to rough, dry concrete.
3. Provide cyanacrylate adhesive (super glue) for all splices.
PART 3 EXECUTION
. 3.01 ERECTION - FORMWORK
REV. 02/11/04
Concrete Forms and Accessories
03100-7
Ft. Gordon 18" Water Main
AUD Project NO.1 0801
.
.
.
A.
Erect formwork, shoring and bracing to achieve design requirements, m
accordance with requirements of ACI 301.
B.
Provide bracing to ensure stability of formwork. Shore or strengthen formwork
subject to overstressing by construction loads.
C. Arrange and assemble formwork to permit dismantling and stripping. Do not
damage concrete during stripping. Permit removal of remaining principal shores.
D. Align joints and make watertight. Keep form joints to a minimum.
E. Obtain approval before framing openings in structural members that are not
indicated on drawings.
F. Provide fillet strips on external corners of beams, joists, columns, and walls.
Fillet strips shall be placed in the forms.
G. Install void forms in accordance with manufacturer's recommendations. Protect
forms from moisture or crushing.
H. Coordinate this section with other sections of work that require attachment of
components to formwork.
1.
If formwork is placed after reinforcement, resulting in insufficient concrete cover
over reinforcement, request instructions from the Engineer before proceeding.
3.02 APPLICATION - FORM RELEASE AGENT
A. Apply form release agent on formwork m accordance with manufacturer's
recommendations.
B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded
items.
C. Do not apply form release agent where concrete surfaces will receive special
finishes or applied coverings that are affected by agent. Soak inside surfaces of
untreated forms with clean water. Keep surfaces coated prior to placement of
concrete.
3.03 INSERTS, EMBEDDED PARTS, AND OPENINGS
A. ?ro~d~ fOJ:111ed openings where required for items to be embedded in passing
through concrete work ' _n_~~
B. Locate and set in place items that will be cast directly into concrete.
C.
Coordinate with work of other sections in forming and placing openings, slots,
reglets, recesses, sleeves, bolts, anchors, other inserts, and components of other
REV. 02/11/04
Concrete Forms and Accessories
03100-8
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
work.
D.
Position recessed anchor slots for brick veneer masonry anchors to spacing and
intervals.
E. Install accessories in accordance with manufacturer's instructions, so they are
straight, level, and plumb. Ensure items are not disturbed during concrete
placement.
F. Install waterstops in accordance with manufacturer's instructions, so they are
continuous without displacing reinforcement. Heat seal joints so they are
watertight.
G. Provide temporary ports or openings in formwork where required to facilitate
cleaning and inspection. Locate openings at bottom of forms to allow flushing
water to drain.
H. Close temporary openings with tight fitting panels, flush with inside face of
forms, and neatly fitted so joints will not be apparent in exposed concrete
surfaces.
3.04 FORM CLEANING
A. Clean forms as erection proceeds, to remove foreign matter within forms.
B.
Clean formed cavities of debris prior to placing concrete.
1. Flush with water or use compressed air to remove remaining foreign
matter. Ensure that water and debris drain to exterior through clean-out
ports.
2. During cold weather, remove ice and snow from within forms. Do not use
de-icing salts. Do not use water to clean out forms, unless formwork and
concrete construction proceed within heated enclosure. Use compressed
air or other means to remove foreign matter.
3.05 FORMWORK TOLERANCES
A. Construct formwork to maintain tolerances required by ACI 301.
B. Construct and align formwork for elevator hoistway in accordance with ASME
A17.1.
C. ~amber slabs and beams 114 inch per 10 feet.
D. Camber slabs and beams in accordance with ACI 301.
3.06 FIELD AND QUALITY CONTROL
A.
An independent testing agency will perform field quality control tests.
REV. 02/11/04
Concrete Forms and Accessories
03100-9
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
3.07
3.08
B.
Inspect erected formwork, shoring, and bracing to ensure that work is in
accordance with formwork design, and to verify that supports, fastenings, wedges,
ties, and items are secure.
C. Do not reuse wood formwork more than three (3) times for concrete surfaces to be
exposed to view. Do not patch formwork.
FORM REMOVAL
Forms shall be removed preventing injury to the concrete and ensuring the complete
safety of the structure. Formwork for columns, walls, side of beams and other parts not
supporting the weight of concrete may be removed when the concrete has attained
sufficient strength to resist damage from the removal operation but not before at least 24
hours has, elapsed since concrete placement. Supporting forms and shores shall not be
removed from beams, floors and walls until the structural units are strong enough to carry
their own weight and any other constrUction or natural loads. Supporting forms or shores
shall not be removed before the concrete strength has reached 70 percent of design
strength, as determined by field cured cylinders or other approved methods. Job-cured
test specimens shall demonstrate this strength, and by a structural analysis considering
the proposed loads in relation to these test strengths and the strength of forming and
shoring system. The job-cured test specimens for form removal purposes shall be
provided in numbers as directed and shall be in addition to those required for concrete
quality control. The specimens shall be removed from molds at the age of 24 hours and
shall receive, insofar as possible, the same curing and protection as the structures they
represent.
CONTRACTION JOINTS
Contraction joints may be constructed by inserting tempered hardboard strips or rigid
PVC or HIPS insert strips into the plastic concrete using a steel parting bar, when
necessary, or by cutting the concrete with a saw after concrete has set. Joints shall be
approximately 118 inch wide and shall extend into the slab one-fourth the slab thickness,
minimum, but not less than 1 inch.
3.09 JOINT STRIPS
Strips shall be of the required dimensions and as long as practicable.
After the first floating, the concrete shall be grooved with a tool at the joint locations. The
strips shall be inserted in the groove and depressed until the top edge of the vertical
surface is flush with the surface of the slab. The slab shall be floated and finished as
specified. Working of the concrete adjacent to the joint shall be the minimum necessary
to fill ,voids Cllld_~onsolidate the concrete. Where indicated, the top portion of the strip
shall be sawed out after the curing period to form a recess for -sealer: The removable
section of PVC or HIPS strips shall be discarded and the insert left in place. True
alignment of the strips shall be maintained during insertion.
3.10 SAWED JOINTS
REV. 02/11/04
Concrete Forms and Accessories
03100-10
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
3.11
3.12
3.13
Joint sawing shall be early enough to prevent uncontrolled cracking in the slab, but late
enough that this can be accomplished without appreciable spalling. Concrete sawing
machines shall be adequate in number and power, and with sufficient replacement blades
to complete the sawing at the required rate. Joints shall be cut to true alignment and shall
be cut in sequence of concrete placement. Sludge and cutting debris shall be removed.
EXPANSION JOINTS
Preformed expansion joint filler shall be used in expansion and isolation joints in slabs
around columns and between slabs on grade and vertical surfaces where indicated. The
filler shall extend the full slab depth, unless otherwise indicated. The edges of the joint
shall be neatly finished with an edging tool of 1/8 inch radius, except where a resilient
floor surface will be applied. Where the joint is to receive a sealant, the filler strips shall
be installed at the proper level below the finished floor with a slightly tapered, dressed
and oiled wood strip temporarily secured to the top to form a recess to the size shown on
the drawings. The wood strip shall be removed after the concrete has set. Contractor may
opt to use a removable expansion filler cap designed and fabricated for this purpose in
lieu of the wood strip. The groove shall be thoroughly cleaned of laitance, curing
compound, foreign materials, protrusions of hardened concrete, and any dust, which shall
be blown out of the groove with oil-free compressed air.
JOINT SEALANT
Sawed contraction joints and expansion joints in slabs shall be filled with joint sealant,
unless otherwise shown. Joint surfaces shall be clean, dry, and free of oil or other foreign
material, which would adversely affect the bond between sealant and concrete. Joint
sealant shall be applied as recommended by the manufacturer of the sealant.
JOINTS WITH PREFORMED COMPRESSION SEALS
Compression seals shall be installed with equipment capable of installing joint seals to
the prescribed depth without cutting, nicking, twisting, or otherwise distorting or
damaging the seal or concrete and with no more than 5 percent stretching of the seal. The
sides of the j oint and, if necessary, the sides of the compression seal shall be covered with
a coating of lubricant. Butt joints shall be coated with liberal applications of lubricant.
3.14 JOINTS WITH FIELD-MOLDED SEALANT
Joints shall not be sealed when the sealant material, ambient air, or concrete temperature
is less than 4 degrees C 40 degrees F. When the sealants are meant to reduce the sound
transmission characteristics of interior walls, ceilings, and floors the guidance provided in
ASTM C 919 shall be followed. Joints requiring a bond breaker shall be coated with
curingcomp()und or with bituminous paint. Bolld breaker and back~up material shall be
inst81ledwhere required. JointsPshall be primed -aiid -filled-flusnwith joiiit sealant -iii-
accordance with the manufacturer's Recommendations.
3.15 W ATERSTOP INSTALLATION
A.
PVC Waterstop
REV. 02/11/04
Concrete Forms and Accessories
03100-11
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
1.
Field butt splices shall be heat fused welded using a Teflon covered
thermostatically controlled waterstop splicing iron at approximately 380
degrees F. Follow approved manufacturer recommendations.
Lapping of waterstop, use of adhesives, or solvents shall not be allowed.
Center waterstop in joint and secure waterstop in correct position using
hog rings or grommets spaced at 12" on centers along the length of the
waterstop and wire tie to adjacent reinforcing steel.
2.
3.
B. Hydrophilic Waterstop
1. Cut coil ends square (or at proper angle for mitered corners) with shears or
sharp blade to fit splices together without overlaps.
2. Splices shall be sealed using cyanacrylate adhesive (super glue) and
LEAKMASTER (LEAKMASTER is optional).
3. Seal watertight any exposed cells of HYDROTITE usmg
LEAKMASTER.
4. Follow approved manufacturer recommendations.
C. Hydrophilic and PVC Intersections
1.
2.
Maintain continuity of waterstops at all intersections and transitions.
Joinery between PVC and HYDROTITE shall be sealed using
LEAKMASTER.
Follow approved manufacturer recommendations.
3.
END OF SECTION
REV. 02/11/04
Concrete Forms and Accessories
03100-12
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
SECTION 03200
CONCRETE REINFORCEMENT
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Reinforcing steel for cast-in-place concrete.
B. Supports and accessories for steel reinforcement.
1.02 RELATED SECTIONS
A. Section 03100 - Concrete Forms and Accessories.
B. Section 03305 - Cast-In-Place Concrete.
1.03 REFERENCES
A. ACI 301 - Specifications for Structural Concrete for Buildings; American
Concrete Institute International; 1996.
B. ACI 318 - Building Code Requirements For Reinforced Concrete and
Commentary; American Concrete Institute International; 1999.
C.
ACI 350R - Environmental Engineering Concrete Structures; American Concrete
Institute International, 1989.
D. ACI SP-66 - ACI Detailing Manual; American Concrete Institute International;
1994.
E. ASTM A 82 - Standard Specification for Steel Wire, Plain, for Concrete
Reinforcement; 1997 a.
F. ASTM A 184/A 184M - Standard Specification for Fabricated Deformed Steel
Bar Mats for Concrete Reinforcement; 1996.
G. ASTM A 185 - Standard Specification for Steel Welded Wire Fabric, Plain, for
Concrete Reinforcement; 1997.
H. ASTM A 497 - Standard Specification for Steel Welded Wire Fabric, Deformed,
for Concrete Reinforcement; 1997.
1. ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet-
Steel Bars for Concrete Reinforcement; 1996a.
J.
ASTM A 6411A 641M - Standard Specification for Zinc-Coated (Galvanized)
Carbon Steel Wire; 1998.
REV. 02/11/04
Concrete Reinforcement
03200-1
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
K. ASTM A 7041 A 704M - Standard Specification for Welded Steel Plain Bar or
Rod Mats for Concrete Reinforcement; 1996.
L.
ASTM A 7061 A 706M - Standard Specification for Low-Alloy Steel Deformed
and Plain Bars for Concrete Reinforcement; 1998.
M. ASTM A 767/A 767M - Standard Specification for Zinc-Coated (Galvanized)
Steel Bars for Concrete Reinforcement; 1997.
N. ASTM A 775/A 775M - Standard Specification for Epoxy-Coated Reinforcing
Steel Bars; 1997.
O. ASTM A 884/A 884M - Standard Specification for Epoxy-Coated Steel Wire and
Welded Wire Fabric for Reinforcement; 1996a.
P. ASTM A 996/A 996M - Standard Specification for Rail-Steel and Axle-Steel
Deformed Bars for Concrete Reinforcement; 2000.
Q. ASTM D 3963/D 3963M - Standard Specification for Fabrication and Job-Site
Handling of Epoxy Coated Reinforcing Steel Bars; 1999.
R. A WS D1.4 - Structural Welding Code - Reinforcing Steel; American Welding
Society; 1998.
S.
CRSI (DA4) - Manual of Standard Practice; Concrete Reinforcing Steel Institute;
1997, 26th Edition.
T. CRSI (PI) - Placing Reinforcing Bars; Concrete Reinforcing Steel Institute; 1999.
1.04 SUBMITTALS
A. See Section 01800 - Submittals, for submittal procedures.
B. Shop Drawings: Comply with requirements of ACI SP-66. Include bar schedules,
shapes of bent bars, spacing of bars, and location of splices.
1. Prepare shop drawings under seal of a Professional Structural Engineer
experienced in design of work of this type and licensed in the State of
Georgia.
C. Manufacturer's Certificate: Certify that reinforcing steel and accessories supplied
for this project meet or exceed specified requirements.
D. Reports: Submit certified copies of mill test repoi1: of reinforcement materials
analysis.
REV. 02/11/04
Concrete Reinforcement
03200-2
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
1.05 QUALITY ASSURANCE
A.
Perform work of this section in accordance with ACI 301.
1. Maintain one copy of each document on project site.
B. Provide with access to fabrication plant to facilitate inspection of reinforcement.
Provide notification of commencement and duration of shop fabrication in
sufficient time to allow inspection.
C. Welders' Certificates: Submit certifications for welders employed on the project,
verifying A WS qualification within the previous 12 months.
1.06 DELIVERY AND STORAGE
Reinforcement and accessories shall be stored off the ground on platforms, skids, or other
supports.
PART 2 PRODUCTS
2.01 REINFORCEMENTS
A. Reinforcing Steel: ASTM A 615/A 615M Grade 60 (420).
1.
2.
3.
Plain billet-steel bars.
Unfinished.
Shop fabricated and bent cold.
B. Reinforcing Steel Mat: ASTM A 704/A 704M, using ASTM A 615/A 615M
Grade 40 (300) steel bars or rods, unfinished.
C. Stirrup Steel: ASTM A 82 steel wire, unfinished.
D. Welded Steel Wire Fabric: ASTM A 185.
1. Flat Sheets.
2. Mesh Size and Wire Gage: As indicated on drawings.
3. Minimum Lap shall be 8".
E. Synthetic Fiber Reinforcement
Synthetic fiber shall be polypropylene with a denier less than 100 and a nominal
fiber length of 50 mm 2 inches.
F. Reinforcement Accessories:
1.
2.
Tie Wire: Annealed, minimum 16 gage (1.5 mm).
Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate
REV. 02/11/04
Concrete Reinforcement
03200-3
Ft. Gordon 18" Water Main
AUD Project No. 10801
.
.
.
support of reinforcement during concrete placement.
3. Provide stainless steel components for placement within 1-1/2 inches (38
mm) of weathering surfaces.
2.02
DEVELOPMENT AND SPLICES
A. Conform to ACI 318, Chapter 12, and ACI 350R.
B. Development 38 bar diameters, minimum.
C. ClassB splices 48 bar diameters, minimum.
D. Welded wire fabric lap 8 inches, minimum.
2.03 FABRICATION
A. Fabricate concrete reinforcing in accordance with CRSI (DA4) - Manual of
Standard Practice.
B. Welding of reinforcement is not permitted.
c.' Welding of reinforcement is permitted only with the specific approval of the
Engineer. Perform welding in accordance with A WS D1.4.
1.
Galvanized Reinforcement: Clean surfaces, weld and re-protect welded
joint in accordance with CRSI (DA4).
D. Fabricate and handle epoxy-coated reinforcing in accordance with ASTM D
3963/D 3963M.
E. Locate reinforcing splices not indicated on drawings at point of minimum stress,
if feasible.
1. Review locations of splices with the Structural Engineer.
PART 3 EXECUTION
3.01 INSTALLATION
A. Placing
1.
General: Reinforcingst~~lsh!!ll .,1J~, pl~ced ill, ~c~()rd@ce ~ith the,
drawings and reviewed shop drawings and the applicable requirements of
the "Codes and Standards" hereinbefore specified. Install reinforcement
accurately and secure against movement, particularly under the weight of
workmen and the placement of concrete.
Reinforcing Supports: Bars shall be supported on metal chairs or spacers
on metal hangers, accurately placed and securely fastened to hold
Ft. Gordon 1 8" Water Main
AUD Project NO.1 0801
2.
REV. 02/11/04
Concrete Reinforcement
03200-4
.
.
.
reinforcement in place. Additional bars shall be supplied whether
specifically indicated on the drawings or not where necessary to securely
fasten reinforcement in place. Support legs of accessories in forms without
embedding in form surface. Spacing of chairs and accessories shall
conform with CRSI'S "Manual of Standard Practice. " Hooping and
stirrups shall be accurately spaced and wired to the reinforcing. No wood
will be permitted inside forms. Where the concrete surface will be exposed
to the weather in the finished structure, the portions of all accessories
within 112 inch of the concrete surface shall be noncorrosive or protected
against corrosion.
B.
Slab reinforcing supports: All slab reinforcement shall be supported on approved
continuous slab bolsters. To prevent feet penetration into sub grade or formwork,
slab bolsters shall have a continuous base. For slabs over insulation, slab bolsters
shall have a continuous plate base. Spacing of bolsters shall not exceed 4' -0" on
center.
C.
Placing and Tying: All reinforcing shall be set in place, spaced, and rigidly and
securely tied or wired with 16 gauge steel tie wire at all splices and at sufficient
points to hold the reinforcing in its proper position. Rebending of bars on the job
to fit existing conditions will not be permitted without the written approval of the
Engineer. Point ends of wire ties away from forms.
D.
Spacing: Minimum center to center distance between parallel bars shall be in
accordance with the details on the drawings or, where not indicated, the clear
spacing shall be 2 times the bar diameter but in no case less than 1-1/2 inches nor
less than 1-1/3 times the maximum size aggregate.
E. Splices:
1. Laps of splices, where indicated on the drawings, shall be adequate to
transfer stress by bond.
2. Unless indicated otherwise on the drawings, lap bars according to ACI
318, Class B. Lap bars in masonry in accord with ACI 530, with a
minimum of 48 diameters.
3. Wherever possible, splices of adjacent bars shall be staggered.
4. All splices not indicated shall be subject to acceptance by the Engineer.
5. Mechanical connections for reinforcing bars may be used subject to
acceptance by the Engineer.
6. Welded wire fabric shall be overlapped wherever successive mats are
continuous in such a way that the overlap measured between outermost
, cross wires of each fabric sheet is not less than the spacing of the cross
wires pl_l:!S 2)nches.
F.
Welded Wire Fabric: Wire fabric shall be in as long lengths as practicable and
shall be wired at all laps and splices. End laps shall be off-set in adjacent widths.
Welded wire fabric shall be supported with approved slab bolsters and as required
for slab reinforcing supports.
REV. 02/11/04
Concrete Reinforcement
03200-5
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
G. Dowel aligners: Dowel aligner shall be installed m accordance with
manufacturer's recommendations.
H.
Dowels: Dowels shall be tied securely in place before concrete is deposited. In
the event there are no bars in position to which dowels may be tied, a #3 bar
minimum shall be added to provide proper support and anchorage. Bending of
dowels after placement of concrete will not be permitted. Templates shall be
furnished for all column and pier dowels.
1. Protective Concrete Covering: Except where indicated otherwise on drawings,
the minimum concrete coverage for steel reinforcement shall be as follows:
1. Concrete cast against and permanently exposed to earth: 3 inches.
2. Formed concrete exposed to weather or earth: 1-1/2 inches for bars No.5
and smaller, and 2 inches for bars over No.5 in size.
3. Concrete not exposed to weather or in contact with ground:
a. Slabs, walls, joists: 3/4 inches for bars No. 11 and smaller and 1-
1/2 inches for bars over No. 11 in size.
b. Beams, columns: Primary reinforcement, ties, stirrups, spiral: 1-
112 inches.
J. Placing Tolerances: Bars shall be placed to the following tolerances:
1.
2.
3.
Clear distance to formed surfaces: ::t 114 inches.
Minimum spacing between bars: ::t 1/4 inch.
Top bars in slabs and beams:
a. Members 8 inches deep or less: ::t 1/4 inch.
b. Members more than 8 inches but not over 2 feet deep: + 1/2
inches.
c. Members more than 2 feet deep: ::t 1 inch.
Crosswise of members: Spaced evenly within 2 inches.
Lengthwide of members. ::t 2 inches.
4.
5.
K. Bars may be moved as necessary to avoid interference with other reinforcing
steel, conduits or embedded items. Ifbars are moved more than one bar diameter,
or enough to exceed the above tolerances, the resulting arrangement of bars shall
be subject to acceptance by the Engineer.
L. Cleaning: Reinforcement, at time concrete is placed, shall be free of all coatings
that would impair bond to concrete.
3.02 FIELD QUALITY CONTROL
A. Notification
1.
Subcontractor shall notify the Engineer, Building Department and Testing
Laboratory at least 48 hours ahead of each concrete pour, ,and no concrete
shall be placed until all reinforcing steel has been installed by the
Subcontractor and approved by the Engineer or Testing Laboratory.
REV. 02/11/04
Concrete Reinforcement
03200-6
Ft. Gordon 18" Water Main
AUD Project NO.1 0801
.
.
.
B. Correction During Concreting
1.
Capable steel workmen shall be kept on the work at all times during the
placing of concrete and shall properly reset any reinforcement displaced
by runways, workmen, or other causes.
C. Defective Work
1. The following reinforcing steel work will be considered defective and may
be ordered by the Engineer to be removed and replaced by the
Subcontractor at no additional cost to the Builder or Owner.
a. Bars with kinks or bends not shown on Drawings.
b. Bars injured due to bending or straightening.
c. Bars heated for bending.
d. Reinforcement not placed in accordance with the Drawings andlor
Specifications.
END OF SECTION
REV. 02/11/04
Concrete Reinforcement
03200-7
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
SECTION 03305
CAST-IN-PLACE CONCRETE
PART 1 GENERAL
1.01 SECTION INCLUDES
A.
B.
C.
D.
E.
F.
G.
H.
1.
. J.
K.
Concrete formwork.
Concrete building frame members.
Concrete for composite floor constniction.
Elevated concrete slabs.
Floors and slabs on grade.
Concrete shear walls, elevator shaft walls, and foundation walls.
Concrete foundations and anchor bolts for pre-engineered building.
Concrete foundations for water storage taiik(s).
Concrete reinforcement.
Joint devices associated with concrete work.
Miscellaneous concrete elements, including equipment pads, light pole bases,
flagpole bases, thrust blocks, and manholes.
L. Concrete curing.
1.02 REFERENCES
A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal,
Heavyweight, and Mass Concrete; American Concrete Institute International;
1991 (Reapproved 1997).
B. ACI 211.2 - Standard Practice for Selecting Proportions for Structural
Lightweight Concrete; American Concrete Institute International; 1998.
C. ACI 301 - Specifications for Structural Concrete for Buildings; American
Concrete Institute International; 1996;-
.
REV. 02/11/04
Cast-In-Place Concrete (Linear)'
03305-1
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
D.
ACI 302.1R - Guide for Concrete Floor and Slab Construction; American
Concrete Institute International; 1996.
E.
ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete;
American Concrete Institute International; 1989 (Reapproved 1997).
F. ACI 305R - Hot Weather Concreting; American Concrete Institute International;
1991.
G. ACI 306R - Cold Weather Concreting; American Concrete Institute International;
1988.
H. ACI 308 - Standard Practice for Curing Concrete; American Concrete Institute
International; 1992 (Reapproved 1997).
1. ACI 318 - Building Code Requirements for Reinforced Concrete and
Commentary; American Concrete Institute International; 1999.
J. AC1350R - Environmental Engineering Concrete Structures; American Concrete
Institute International; 1989.
K. ASTM A 185 - Standard Specification for Steel Welded Wire Fabric, Plain, for
Concrete Reinforcement; 1997.
L.
ASTM A 497 - Standard Specification for Steel Welded Wire fabric, Deformed,
for Concrete Reinforcement; 1997.
M.
ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet-
Steel Bars for Concrete Reinforcement; 1996a.
N.
ASTM A 767/A 767M - Standard Specification for Zinc-Coated (Galvanized)
Steel Bars for Concrete Reinforcement; 1997.
o.
ASTM A 775/A 775M - Standard Specification for Epoxy-Coated Reinforcing
Steel Bars; 1997.
P.
ASTM A 8841 A 884M - Standard Specification for Epoxy-Coated Steel Wire and
Welded Wire Fabric for Reinforcement; 1996a.
Q.
ASTM C 33 - Standard Specification for Concrete Aggregates; 1999a.
R.
ASTM C 39/C 39M - Standard Test Method for Compressive Strength of
Cylindrical Concrete Specimens; 1 999 .
S.
ASTM C 94/C 94M - Standard Specification for Ready-Mixed Concrete; 2000.
T.
ASTM C 150 - Standard Specification for Portland Cement; 1999a.
REV. 02/11/04
Cast-In-Place Concrete (Linear)
03305-2
Ft. Gordon 1 8" Water Main
AUD Project NO.1 0801
.
.
.
U. ASTM C 171 - Standard Specification for Sheet Materials for Curing Concrete;
1997 a.
V.
ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete
by the Volumetric Method; 1994a.
W. ASTM C 260 - Standard Specification for Air-Entraining Admixtures for
Concrete; 1998.
X. ASTM C 309 - Standard Specification for Liquid Membrane-Forming
Compounds for Curing Concrete; 1998a.
Y. ASTM C 330 - Standard Specification for Lightweight Aggregates for Structural
Concrete; 1999.
Z. ASTM C 494/C 494M - Standard Specification for Chemical Admixtures for
Concrete; 1999a.
AA. ASTM C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined
Natural Pozzolan for Use as a Mineral Admixture in Concrete; 1999.
AB. ASTM C 685 - Standard Specification for Concrete Made by Volumetric
Batching and Continuous Mixing; 1998a.
AC. ASTM C 881 - Standard Specification for Epoxy-Resin-Base Bonding Systems
for Concrete; 1999.
AD. ASTM C 1059 - Standard Specification for Latex Agents for Bonding Fresh to
Hardened Concrete; 1999.
AE. ASTM C 1107 - Standard Specification for Packaged Dry, Hydraulic-Cement
Grout (Nonshrink); 1999.
AF. ASTM D 994 - Standard Specification for Preformed Expansion Joint Filler for
Concrete (Bituminous Type); 1998.
AG. ASTM D 1751 - Standard Specification for Preformed Expansion Joint Filler for
Concrete Paving and Structural Construction (Nonextruding and, Resilient
Bituminous Types); 1999.
AH. ASTM D 3963/D 3963M - Standard Specification for Fabrication and Job-Site
Handling of Epoxy Coated Reinforcing Steel Bars; 1999.
A1. ASTM E 1155 - Standard-Test Method for Determining F(F) Floor Flatness and
F(L) Floor Levelness Numbers; 1996.
1.03 SUBMITTALS
A.
See Section 01800 - Submittals, for submittal procedures.
REV. 02/11/04
Cast-In-Place Concrete (Linear)
03305-3
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
B. Product Data: Submit manufacturers' data on manufactured products.
C.
Samples: Submit two, 12 inch long samples of waterstops and construction joint
devices.
D. Manufacturer's Installation Instructions: Indicate installation procedures and
interface required with adjacent construction for concrete accessories.
E. Project Record Documents: Accurately record actual locations of embedded
utilities and components that will be concealed from view upon completion of
concrete work.
1.04 QUALITY ASSURANCE
A. Perform work of this section in accordance with ACI 301 and ACI 318.
1. Maintain one copy of each document on site.
B. Acquire cement from same source and aggregate from same source for entire
project.
C. Follow recommendations of ACI 305R when concreting during hot weather.
D.
Follow recommendations of ACI 306R when concreting during cold weather.
PART 2 PRODUCTS
2.01' FORMWORK
A. Form Materials: Contractor's choice of standard products with sufficient strength
to withstand hydrostatic head without distortion in excess of permitted tolerances.
1. Form Facing for Exposed Finish Concrete: Contractors choice of materials
that will provide smooth, stain-free final appearance.
2. For.m Facing for Exposed Finish Concrete: Steel.
3. Form Coating: Release agent that will not adversely affect concrete or
interfere with application of coatings.
4. Form Ties: Cone snap type that will leave no metal within 1-1/2 inches of
concrete surface. Form ties shall contain a water stop washer.
2.02 REINFORCEMENT
A.
Reinforcing Steel: ASTM A 615/A 615M Grade 60 (420).
1. Deformed billet-steel bars.
2. Unfinished.
3. Galvanized in accordance with ASTM A 767/A 767M, Class 1.
REV. 02/11/04
Cast-In-Place Concrete (Linear)
03305-4
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
4. Epoxy coated in accordance with ASTM A 775/A 775M.
B.
Welded Steel Wire Fabric: ASTM A 185, plain type.
1. Coiled Rolls.
2. Mesh Size and Wire Gage: As indicated on drawings.
C. Reinforcement Accessories:
1. Tie Wire: Annealed, minimum 16 gage (1.5 mm).
2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate
support of reinforcement during concrete placement.
3. Provide stainless steel, galvanized, plastic, or plastic coated steel
components for placement within 1-112 inches (38 mm) of weathering
surfaces.
2.03 CONCRETE MATERIALS
A.
B.
C.
D.
E.
. F.
G.
H.
Cement: ASTM C 150, Type I, II or III - Normal Portland type.
Fine and Coarse Aggregates: ASTM C 33.
Lightweight Aggregate: ASTM C 330.
Fly Ash: ASTM C 618, Class C or F.
Calcined Pozzolan: ASTM C 618, Class N.
Silica Fume: ACI 211.1
Water: Clean and not detrimental to concrete.
Fiber Reinforcement: Synthetic fiber shown to have long-term resistance to
deterioration when exposed to moisture and alkalis; 1/2 inch (12 mm) length.
2.04 ADMIXTURES
A. Air Entrainment Admixture: ASTM C 260
B. Chemical Admixtures: ASTM C 494/C 494M, Type A - Water Reducing, Type C
- Accelerating, and Type G - Water Reducing, High Range and Retarding.
1. Do not use chemicals that will result in soluble chloride ions in excess of
0.1 percent by weight of cement.
2.05 CONCRETE ACCESSORIES
A. Reglets: Formed steel sheet, galvanized, with temporary filler to prevent concrete
intrusion during placement.
.
B.
Bonding Agent: ASTM C 1059, Type II acrylic non-redispersable type.
REV. 02/11/04
Cast-In-Place Concrete (Linear)
03305-5
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
C. Epoxy Bonding System: ASTM C 881, type as required by project conditions.
D.
Vapor Barrier: 6 mil thick clear polyethylene film, type recommended for below
grade application.
E. Chemical Hardener: Fluosilicate solution designed for densification of cured
concrete slabs.
F. Non-Shrink Grout: ASTM C 1107; premixed compound consisting of non-
metallic aggregate, cement, water reducing and plasticizing agents.
1. Minimum Compressive Strength at 48 Hours: 2,400 psi (17 MPa).
2. Minimum Compressive Strength at 28 Days: 7,000 psi (48 MPa).
G. Curing Materials: Comply with requirements of AC1308.
H. Moisture-Retaining Cover: ASTM C 171; regular curing paper, white curing
paper, clear polyethylene, white polyethylene, or white burlap-polyethylene sheet.
1. Liquid Curing Compound: ASTM C 309, Type 1, clear or translucent, non-
staining.
2.06 JOINT DEVICES AND MATERIALS
A.
Waterstops: PVC, bulb-type, 6 inches minimum width, 3/8" nominal thickness,
continuous.
1. Lapped joints are not permitted.
2. Product: Greenstreak 705.
3. Alternative waterstop system: modified chloroprene rubber hydrophilic
waterstop. Product greenstreak CJ-0725-3K.
B. Joint Filler: Nonextruding, resilient asphalt impregnated fiberboard or felt,
complying with ASTM D 1751, 114 inch thick and 4 inches deep; tongue and
groove profile.
C. Joint Filler: Compressible asphalt mastic with felt facers, complying with ASTM
D 994, 1/4 inch thick and 4 inches deep.
D. Construction Joint Devices: Integral galvanized steel, formed to tongue and
groove profile, with removable top strip exposing sealant trough, knockout holes
spaced at 6 inches, ribbed steel spikes with tongue to fit top screed edge.
2.07 CONCRETE MIX DESIGN
A.
Proportioning Normal Weight Concrete: Comply with ACI 211.1
recommendations.
REV. 02/11 /04
Cast-In-Place Concrete (Linear)
03305-6
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
B. Concrete Strength: Establish required average strength for each type of concrete
on the basis offield experience or trial mixtures, as specified in ACI 301.
1.
For trial mixtures method, employ independent testing agency acceptable
to for preparing and reporting proposed mix designs.
C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at
rates recommended by manufacturer.
D. Fiber Reinforcement: Add to mix at rate of 1.5 pounds per cubic yard (0.89 kg
per cubic meter), or as recommended by manufacturer for specific project
conditions.
E. Normal Weight Concrete:
1.
2.
3.
4.
5.
6.
7.
8.
9.
2.08 MIXING
Compressive Strength, when tested in accordance with ASTM C 39/C
39M at 28 days: 4000 psi.
Fly Ash Content: Maximum 15 percent of cementitious materials by
weight.
Calcined Pozzolan Content: Maximum 10 percent of cementitious
materials by weight.
Silica Fume Content: Maximum 5 percent of cementitious materials by
weight.
Cement Content: Minimum 517 lb per cubic yard.
Water-Cement Ratio: Maximum 40 percent by weight.
Total Air Content: 4 percent, per ASTM C 173.
Maximum Slump: 4 inches.
Maximum Aggregate Size: 1 1/2 inch.
A. On Project Site: Mix in drum type batch mixer, complying with ASTM C 685.
Mix each batch not less than 1-112 minutes and not more than 5 minutes.
B. Transit Mixers: 'Comply with ASTM C 94/C 94M.
2.09 CONCRETE PROPERTIES FOR APPLICABLE COMPRESSIVE STRENGTHS
28 Day
Compressive
Strength (fc. psi)
5000
- 4000
3000
Maximum
Water-Cement Ratio
By Weight (lb/lb)
0.40*
0.45'
0.50
611
564
470
Prestressed Members
Structural Items'
Sidewalks,
Concrete Fill
Minimum
Cement Content
(lbs/cubic yard)
LOCATION
*The optimum water-cement ratio for mix designs in excess of 4000 psi 28 day
compressive strength shall be determined by various mix designs but not to exceed 0.40.
REV. 02/11/04
Cast-In-Place Concrete (Linear)
03305-7
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
2.10 SLUMP LIMITS
A.
Concrete, when placed, shall have a slump within the following limits as
measured in accordance with ASTM C143:
1.
2.
3.
Walls, beams, columns
Footings, caissons
Pavement, slabs, sidewalks
1 "-3"
2"-4"
2"-4"
PART 3 EXECUTION
3.01 EXAMINATION
Verify lines, levels, and dimensions before proceeding with work of this section.
3.02 PREPARATION
A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms
to support all applied loads until concrete is cured, and for easy removal without
damage to concrete.
B. Verify that forms are clean and free of rust before applying release agent.
C.
Coordinate placement of joint devices with erection of concrete formwork and
placement of form accessories.
D. Prepare previously placed concrete by cleaning with steel brush and applying
bonding agent in accordance with manufacturer's instructions.
E. In locations where new concrete is doweled to existing work, drill holes m
existing concrete, insert steel dowels and pack solid with non-shrink grout.
F. Install vapor barrier under interior slabs on grade. Lap joints minimum 6 inches
(150 mm) and seal watertight by taping edges and ends. Cover with sand to depth
shown on drawings.
3.03 INST ALLA TION (OF REINFORCEMENTS)
A. Fabricate and handle epoxy-coated reinforcing in accordance with ASTM D
3963/D 3963M.
B. Comply with requirements of ACI 301. Clean reinforcement of loose rust and
mill scale, and accurately position, support, and secure in place to achieve not less
than minimum concrete coverage required for protection.
C.
Install wire fabric in maximum possible lengths, and offset end laps in both
REV. 02/11/04
Cast-In-Place Concrete (Linear)
03305-8
Ft. Gordon 18" Water Main
AUD Project No.1 0801
.
.
.
directions. Splice laps with tie wire.
D.
Verify that anchors, seats, plates, reinforcement and other items to be cast into
concrete are accurately placed, positioned securely, and will not interfere with
concrete placement.
3.04 FIELD QUALITY CONTROL
A. An independent testing agency will perform field quality control tests.
B. ,Provide free access to concrete operations at project site and cooperate with
appointed firm.
C. Submit proposed mix design of each class of concrete to inspection and testing
firm for review prior to commencement of concrete operations.
D. Tests of concrete and concrete materials may be performed at any time to ensure
conformance with specified requirements.
E. Compressive Strength Tests: ASTMC 39/C 39M. For each test, mold and cure
three concrete test cylinders. Obtain test samples for every 100 cu yd (76 cu m)
or less of each class of concrete placed.
F.
Take one additional set of test cylinders during cold weather concreting, cured on
job site under same conditions as concrete it represents.
'G.
Perform one slump test for each set oftestcylinders taken.
3.05 PLACING CONCRETE
A. Place concrete in accordance with ACI 304R.
B. Place concrete for floor slabs in accordance with ACI 302.1R.
C. Notify not less than 24 hours prior to commencement of placement operations.
D. Ensure reinforcement, inserts, waterstops, embedded parts, and formed
construction joint devices will not be disturbed during concrete placement.
E. Repair vapor barrier damaged during placement of concrete reinforcing. Repair
with vapor barrier material; lap over damaged areas minimum 6 inches and seal
watertight.
F. Separate slabs on grade from vertical surfaces with joint filler.
G. Place joint filler in floor slab pattern placement sequence. Set top to required
elevations. Secure to resist movement by wet concrete.
H.
Extend joint filler from bottom of slab to within 112 inch (13 mm) of finished slab
REV. 02/11/04
Cast-In-Place Concrete (Linear)
03305-9
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
.
.
.
surface.
1.
Install joint devices in accordance with manufacturer's instructions.
J.
Install construction joint devices in coordination with floor slab pattern placement
sequence. Set top to required elevations. Secure to resist movement by wet
concrete.
K. Install joint device anchors for expansion joint assemblies as specified. Maintain
correct position to allow joint cover to be flush with floor and wall finish.
L. Apply sealants in joint devices in accordance with Manufacturer.
M. Maintain records of concrete placement. Record date, location, quantity, air
temperature, and test samples taken.
N. Place concrete continuously between predetermined expansion, control, and
construction joints.
O. Do not interrupt successive placement; do not permit cold joints to occur.
P. Place floor slabs in checkerboard or saw cut pattern indicated.
Q.
Saw cut joints within 24 hours after placing. Use 3/16 inch thick blade, cut into
114 depth of slab thickness.
R.
Screed floors level, maintaining surface flatness of maximum 1/4 inch in 10 ft.
3.06 CONCRETE FINISHING
A. Repair surface defects, including tie holes, immediately after removing formwork.
B. Unexposed Form Finish: Rub down or chip off fins or other raised areas 1/4 inch
or more in height.
C. Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas
114 inch or more in height. Provide finish as follows:
1. Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or
other abrasive, not more than 24 hours after form removal.
2. Grout Cleaned Finish: Wet areas to be cleaned and apply grout mixture
by brush or spray; scrub immediately to remove excess grout. After
drying, rub vigorously with clean burlap, and keep moist for 36 hours.
3. Cork Floated Finish: Immediately after'form removal~ apply'grout with
trowel or firm rubber float; compress grout with low-speed grinder, and
apply final texture. with cork float.
D.
Concrete Slabs: Finish to requirements of ACI 302.1R, and as follows:
REV. 02/11/04
Cast-In-Place Concrete (Linear)
03305- 10
Ft; Gordon 1 8" Water Main
AUD Project NO.1 0801
.
.
.
1.
Wood float surfaces that will receive quarry tile, ceramic tile, and terrazzo
with full bed setting system.
Steel trowel surfaces that will receive carpeting, resilient flooring,
seamless flooring, thin set quarry tile, and thin set ceramic tile.
Steel trowel surfaces that will be left exposed.
a. Chemical Hardener: After slab has cured, apply water-diluted
hardener in three coats per manufacturer's instructions, allowing24
hours between coats.
2.
3.
E. In areas with floor drains, maintain floor elevation at walls; pitch surfaces
uniformly to drains at 1: 1 00 nominal.
3.07 CURING AND PROTECTION
A. Comply with requirements of ACI 308. Immediately after placement, protect
concrete from premature drying, excessively hot or cold temperatures, rain and
flowing water, and mechanical injury.
B. Maintain concrete with minimal moisture loss at relatively constant temperature
for period necessary for hydration of cement and hardening of concrete.
1. Normal concrete: Not less than 7 days.
2. High early strength concrete: Not less than 4 days.
C.
Formed Surfaces: Cure by moist curing with forms in place for full curing period.
D.
After forms are removed, an approved membrane forming curing compound, to
seal water in the concrete, shall be applied to all concrete except surfaces which
are to receive future concrete or mortar necessary for hydration of cement and
hardening of concrete.
1. Normal concrete: Notless than 7 days.
2. High early strength concrete: Not less than 4 days.
E. Surfaces Not in Contact with Forms:
1. Start initial curing as soon as free water has disappeared and before
surface is dry. Keep continuously moist for not less than three days by
water ponding, water-saturated sand, water-fog spray, or saturated burlap.
2. Begin final curing after initial curing but before surface is dry.
a. Moisture-retaining cover: Seal in place with waterproof tape or
adhesive.
b. Curing compound: Apply in two coats at right angles, using
application rate recommended by manufactifref.
3.08 WATER TIGHTNESS
A.
All concrete structures for holding and transporting water and wastewater, and
'pits below ground level, shall be watertight; a drop in the water level of more than
REV. 02/11/04
Cast-In-Place Concrete (Linear)
Ft. Gordon 18" Water Main
AUD Project No.1 0801
03305- 11
.
.
.
~ inch within 24 hours will not be permitted when waterholding and transporting
structures, and pits below ground level, are filled.
B.
All exposed surfaces of water holding and transporting structures, and interiors of
pits below ground water level, shall be free from visible damp spots and seepages
before acceptance.
C. The Contractor shall fill and test structures prior to backfilling, as directed by the
Engineer.
3.09 CONTROL JOINTS
A. Construction Joints: Shall be formed using galvanized metal keyway or job-built
wood forms with keyway.
B. Sawed Joints: Shall be sawed within 24-hours of placing the concrete.
C. Expansion Joints: Shall be located where new concrete is to be placed up to
existing concrete and as shown on the drawings or as directed by the Engineer .
D. General: Joints shall be located so that the maximum area between shall not
exceed 600 square feet. Length to width ratios shall not exceed 2 to 1. Refer to
the drawings for a specific joint pattern.
3.10
DEFECTIVE WORK
Concrete not conforming with the plans and specifications, not formed as shown on the
plans, has a defective surface, or lacks the required strength shall be removed from the
job site at the contractor's expense or repaired as directed by the Engineer.
END OF SECTION
REV. 02/11/04
Cast-In-Place Concrete (Linear)
Ft. Gordon 1 8" Water Main
AUD Project No.1 0801
03305-1 2