HomeMy WebLinkAboutConstructed Wetlands Tertiary Treatment - Phase I
Augusta Richmond OA
DOCUMENT NAME CO(15~ru()-('d fAll- ;"'J'1C1s T-Cr I-/(Atlj
'Wg~~l -<nl~~:E'
1
DOCUMENT TYPE: U(}-!racJ
YEAR: I q q b
BOX NUMBER: 1
FILE NUMBER: ) tJ G tf()
NUMBER OF PAGES:
'?-/~
.....;/
I
- ,
I
I
I,
I.
I,
I,
I
I
I
I
I
I
I
I
I
I
I
J
-=t-', \~ ~ I a.,l.,40
A.l.JGl.JSTA. - !tICIIIVIOND COlJNTY
GEORGIA
J.B. lVIESSERL Y
CO~JST~UCTEDWETLi\NDS
TERTIARY THEATMENT - PHi\SE I
CONTRACT DOCUMENTS AND
TECHNICAL SPECIFICATIONS
Deceinber -1995
Project 9416
PREPAHED BY . 2 E. .Il-l. 435 TELFAIR ST
~ AUGUSTA, GEORGIA
PHONE (706)724-5627 11iIlI' .. F. N GIN r: E, R U
ZIMMER~JAN, E.VANS AND LEOPOLD, rNC.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA - RICHMOND COUNTY
GEORGIA
J.B. MESSERLY
CONSTRUCTED WETLANDS
TERTIARY TREATMENT - PHASE I
CONTRACT DOCUMENTS AND
TECHNICAL SPECIFICATIONS
December 1995
Project 9416
PREPARED BY
2EL.
435 TELFAIR ST.
AUGUSTA, GEORGIA
ENGINEERS
PHONE (706)724-5627
ZIMMERMAN, EVANS AND LEOPOLD, INC.
Advertisement For Bids..........................................
Information For Bids....................................... '. . . . .
Bid.................................................. .'..........
Bid Bond........................................................
Notice of Award. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Agreement. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Payment Bond....................................................
Performance Bond................................................
Notice to Proceed...............................................
Contract Change Order...........................................
General Conditions...............................................
Supplemental General Conditions..... .... ..... ...................
Special Conditions..............................................
I
I
I
I
I
I
1
I
T-l
T-2
T-3
T-4
T-5
T-6
T-7
T-8
T-9
T-'16
T-19
T-20
T-21
I
I
I
1
I
1
I,
I
I
I
I
9416.ind
INDEX
TECHNICAL SPECIFICATIONS
Site Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Excavation, Filling, and Backfilling....... ..... .... ... ...
Concrete. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Masonry. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Structural Steel and Miscellaneous Metal........ ..........
Plant and Yard Piping............................. " . . . . . . .
Val ves and Gates.,.........................................
Manholes. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Bridge and Sheet Piling...................................
Electrical. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Planting. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Fencing'. . . . . . . . . . . . ~ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Grassing. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
AFB-l
I FB-l
B-1
NA-l
A-I
PB-l
PFB-l
NTP-l
CO-l
GC-l
EPD-l
SC-l
Tl-l
T2-1
T3-1
T4-1
T5-1
T6-1
T7-1
T8-1
T9-1
T16-1
T19-1
T20-1
T21-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
Mayor and City Council
City of Augusta
806 Municipal Building
Augusta, Georgia 30911
PROJECT: JAMES B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTIARY TREATMENT-
Phase.I
Separate sealed bids for the construction of the subject project will be
received by the Mayor/Chairman and Council/Commission of the unified
Augusta-Richmond County, Georgia government, at the office of the Purchasing
Agent of the Augusta-Richmond County unified government, '. 207 Municipal
Building, until 12:00 noon , EST, on February 8,1996 and at the said
office publicly opened and read aloud. A MANDATORY pre-bid conference is
scheduled for January 16, 1996 at the former Chambers of the City Council,
8th floor of the Municipal Bldg., at 1:30 pm.
The Contract Documents may be examined at the office of Zimmerman, Evans and
Leopold, Inc., 435 Telfair Street, Augusta; at the offices of the
Engineering Department, 701 Municipal Bldg., Augusta; at the James B.
Messerly Wastewater Treatment Plant Conference Room, Doug Bernard Parkway
(formerly New Savannah Rd.); at the F. W. Dodge Plan Rooms, Augusta, Atlanta
and Columbia, S. C.; at the Builders Exchanges in Augusta and Atlanta; and
at Construction Market Data in Atlanta.
Copies of the CONTRACT DOCUMENTS may be obtained at the office of Zimmerman,
Evans, and Leopold, Inc., 435 Telfair Street, Augusta, Ga. 30901 upon
payment of $~ for each set, non-refundable. A list ,of plan holders will
be available free of charge.
A bid deposit of 5 % will be required with all bids, and 100% performance
and payment bonds wilt be required for the contract.
The Owner reserves the right to waive any informalities in bidding and to
reject any or all bids. The successful BIDDER must be an Equal Opportunity
Employer and must obtain an Augusta-Richmond County Business License.
Clerk of Council & Purchasing Agent
806 Municipal Building
Augusta, GA 30911
9416
AFB-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INFORMATION FOR BIDDERS
Bids will be received by The Mayor/Chairman and Council/Commission of
Unified Government of Augusta-Richmond County, Georgia (herein called
"OWNER"), at the office of the Purchasing Agent until 12 noon EST
February 8, 1996, and then publicly opened and read aloud for
the
the
on
PROJECT: JAMES B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTIARY TREATMENT
Phase I
Each BID must be submitted in a sealed envelope, addressed to Mayor/Chairman
and Council/Commission of the Unified Government of Augusta-Richmond County,
806 Municipal Building, Augusta, Georgia 30911. Each sealed envelope
containing a BID must be plainly marked on the outside as BID for (name of
Project as indicated above) and the envelope should bear on the outside the
name of the BIDDER, his address, and his license number if applicable. If
forwarded by mail, the sealed envelope containing the BID must be enclosed
in another envelope addressed to The Mayor/Chairman and Council/Commission
of the Unified Government of Augusta-Richmond County, c/o Clerk of Council,
806 Municipal Building, Augusta, Georgia 30911.
The Engineer will hold a PRE~BID CONFERENCE at 1:30 pm on January 16, 1996
at the former City Council Chambers, Room 804, Municipal Bldg. to discuss
the requirements of the proj ect and to answer bidder's questions. A
clarification addendum will be issued if necessary prior to the bid date
addressing the issues discussed at ,the conference. ATTENDANCE OF THE PRE
BID CONFERENCE IS MANDATORY FOR ALL CONTRACTORS-WHO INTEND TO ENTER A BID ON
THIS PROJECT. The bidder's attendance of the conference must be documented
by signing the attendance roster sheet at the conference. No questions will
be answered outside of this forum prior to the bid opening.,
All BIDS must be made on the required BID form.
prices must be filled in, in ink or typewritten,
required schedules must be fully completed and
Only one copy of the BID form 'is required.
All blank spaces for BID
and the BID form with all
executed when submitted.
The OWNER may waive any informalities or minor defects or reject any and all
BIDS. Any BID may be withdrawn prior to the above scheduled time for the
opening of BIDS or authorized postponement thereof. Any BID received after
the time and date specified shall not be considered. No BIDDER may withdraw
a BID within 60 days after the actual date of the opening there~f. Should
there be reasons why the contract cannot be awarded within the specified
period, the time may be extended by mutual agreement between the OWNER and
the BIDDER.
BIDDERS must satisfy themselves of the extent of the work in the
Schedule by examination of the site and review of the drawings
specifications including ADDENDA. After the BIDS have been submitted,
BIDDER shall not assert that there was a misunderstanding concerning
quality or quantities of WORK or of the nature of the WORK to be done.
Bid
and
the
the
9416
IFB-1
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I:
The CONTRACT DOCUMENTS contain, the provisions required for the construction
of the PROJECT. Information obtained from an officer, agent, or employee of
the OWNER or any other person shall not affect the risks or obligations
assumed by the CONTRACTOR or relieve him from fulfilling any of the
conditions of the contract.
Each BID must be accompanied by a BID Bond payable to the OWNER for five
percent (5%) of the total amount of the BID. As soon as the BID prices have
been compared, the OWNER will return the bonds of all except the three
lowest responsible BIDDERS. When the Agreement is executed the bonds of the
two remaining unsuccessful BIDDERS will be returned. The BID Bond of the
successful BIDDER will be retained until the Payment Bond and Performance
Bond have been executed and approved, after which it will be returned. A
certified check may be used in lieu of a BID Bond.
A performance bond and a payment bond, each in the amount of 100 percent of
the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be
req~ired for the faithful performance of the contract.
Attorneys-in-fact who sign BID bonds or payment bonds and performance bonds
must file with each bond a certified and effective dated copy of their power
of attorney.
The party to whom the contract is .awarded will be required to execute the
Agreement and obtain the performance bond and payment bond wi thin ten
calendar days from the date when NOTICE OF AWARD is delivered to the bidder.
The NOTICE OF AWARD shall be accompanied by the necessary Agreement and
bond forms. In case of failure of the BIDDER to execute the Agreement, the
OWNER may at his option consider the BIDDER in default, in which case the
BID bond accompanying the proposal shall become the property of the OWNER.
The OWNER within 10 days of receipt of acceptable performance bond, payment
bond and Agreement signed by the party to whom the Agreement was awarded
shall sign the Agreement and return,to such party an executed duplicate of
the Agreement. Should the OWNER not execute the Agreement wi thin such
period, the BIDDER may by written notice withdraw his signed Agreement.
Such notice of withdrawal shall be effective upon receipt of the notice by
the OWNER.
The NOTICE TO PROCEED shall be issued within 10 days of the execution of the
Agreement by the OWNER. Should there be reasons why the NOTICE TO PROCEED
cannot be issued within such period, the time may be extended by mutual
agreement between the OWNER and CONTRACTOR. If the NOTICE TO PROCEED has
not been issued within the 10 day period or within the period mutually
agreed upon, the CONTRACTOR may terminate the Agreement without further
liability on the part of either party.
The OWNER may make such investigations as he deems necessary to determine
the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish
to the OWNER all such information and data for this purpose'as the OWNER may
request. The OWNER reserves the right to reject any BID if the evidence
submitted by, or investigation of, such BIDDER fails to satisfy the OWNER
that such BIDDER is properly qualified to carry out the obligations of the
Agreement and to complete the WORK contemplated therein.
A conditional or qualified BID will not be accepted.
All applicable laws, ordinances, and the rules and regulations of all
authorities having jurisdiction over construction of the project shall apply
to the contract throughout.
Each BIDDER is responsible for inspecting the site and for reading and being
thoroughly familiar with the CONTRACT DOCUMENTS." The failure or omission of
9416
IFB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
any BIDDER to do any of the foregoing shall in no way relieve any BIDDER
from any obligation in respect to his BID.
Award will be made to the lowest responsive, responsible BIDDER.
Each BIDDER shall supply the names of major material manufacturers, and the
names of the maj or subcontractors,. on the forms provided with the BID.
Appropriate instructions are included as part of the BID.
Each BIDDER will be subject to Equal Employment Opportunity and EPA
requirements.
The successful BIDDER will be required to obtain a Business License.
The ENGINEER is ZIMMERMAN, EVANS AND LEOPOLD, INC., 435 Telfair Street,
Augusta, Georgia 30901.
9416
IFB-3
I
I
I
I
I
I;
I
I
I
I
I
I
I
I
I
I
I
I
I
,.
3:~
:".::: 1"~e ~a'lo=/C~ai.:=\an ana ,=,Juncil./C,JlmU.33.:.~n ~:: ':~e tJni~ied Gove::".::1er:: 0:
Augusca-~.:.=h:nond C,Jun::! herei::a,::er co11leci "~WNErt":.
306 Mun.:.=.:.~.l 3u.:.ldi::g
Auqusca. Geor~.:.a 3091:
PROPOSAL of
R.B. @ake~ Construction, Inc.
(he:ei::a!':er l
called "3r~DE~", organiced and eX':'3':i::g under :~e laws of :~e State of
Geo~qia
doing Ousine33 013
a Co~cation
In compliance 1011. t~ your Adver':.:..sement tor 3ids, aIDDER hereby proposes to
?e::or:n all. ';oiORK of :::e C,Jn:rac: :~r .1Al-f.ES 3. :-tESSERL'f WW'!'E' - C:NS':'RtJc::"=:~
WE:'LNlDS 1'=:R'!"::MY '!"REA'n'~rr - ~HASE r, in 3 er=-- c: accordance :.oIJ.:~ t:be CCN':'~c::"
~CCJME117S, wi:::':':: :::e t~e set for::: :::erei::. and at :~e ?:ice seated ~elow.
3y submission of t:::is 3!:l, eacb aI~DER cer-=i:ies, and i:: case ,of joi..'1t 3I~,
eac:: ?a:-=:! e::e:e:o ce:-=i=ies as' t:o his own organL:ation, tbac: tbis a!: has
been a:=ived ole i::dependentl'l, :.oIi:bout: c~nsul:ac:ion. communicac:icn, 0:
ag=e~~e~t: as ':0 any ~c-=e: relaci::g :0 Chis 3:~ .,i:b any oc:~e: 3IDDER 0: .,i:h
any compecitor.
3I~DER hereby agrees :0 commence work under :::is C,Jnc:rac: on or before a dace
:0 be s!=eci:ied i:: :he ~01":C::: 1'0 ?ROC:::::::J anc::. :0 :~lly complece :be ?RC,,'"Ec::"
'.t:::i:: 460 consec:.ll:ive calendar days tberea::e:. BIDDER ::l::ber agrees :0
:"ay as liquidaced damages. the sum of $800 :or each c:::nsec:lci'Je calendar day
:~e:ea:':er as ?:ovided i:: .~':icl.e 15 of :::e G~ne:al C,Jnc.:.:.:.ons.
BIDDER ac~'owledges :ecei~t: of tbe :ollowi::g .~D~lDtJM(A)
~o. : 1 Dated.: January 9, 1996
No. : 2 Dated: Januaev 19, 1996
No. : 3 Daeed: Januarv <0. 1006
4 February 2, 1996
.!:lse:-= "a co =:::0 r3 c.:..on" , "a par~::e:sh~p", or "an :.::ci ."::.dua: .. as a~p':'':''=3.ble .
9416
8-1
I
I
I
3::CE~ a~=e~s ~= ~~=~3~ a~ ~ce=~~~~_ ~~~;man~. :=ol~. ~~C=, 5.~~:eS_ a~c
oc~.: .~en3.S ~.cossa:'l :~ C:~C~~ ~a :enco: :~ieco 4na O~.=~c~ona~ :~.
~ollow:.~c; ~:ems :"'1~~.::q all conc:=~,=a. :DaU,;,. ;:.;=:...~C;, eie<::.::.~~.
.:.::.s::..:::en:.1:.:.~n.. ec:., :.:: ac:===-~r:ce ..4~:': .&:.:. :~e =e<;''::'=~en:3 c:n~~~erc. :.::
:~e =~n:=3C:: :oc:~nC3. S~.~~~:~:~=n3 anc :r~w~~c;s ~o= ~~e ~~l~ow:.~q ~~ S~
I
,,=.:.:es:
!':~ ~o.
Cesc=:.:c:..:m
~~ Su= ?=:..:e '~O=~l
r~ ~u::IDe=s I
I
1
~OD~:./Cemac~=..
i.'.Ir"l-I\lA...L..l ~~ 'Tt.60 ~ J
$ ~5'o a~O-
2
C~nc:=e~e C~~e~
1'Laltl"'\U I"'... ~..." nu.,.i....J ..T:'Li....~
""Q~~
;;'uo" hL.~L.J . ~I\.. 1L._....,... .J
,
S t 11.0 ...00-
,
I'
3
.u~ t':..;:i..~c;
~ t:;<o\I"IOO-
4
3.....C;- '''0 '" ~~-'-"-"s 1 ,\.... J - "-....
..~- ... ,..... ~.:. -'-------- l},.I!''''''''...4",~. \..."~:;~ ~\""'c:;: t"Il"lr">-
^-ll S~:e ~r3.c:.:...~q at1" m.II........ F;u~ h~J THe......4"'L...-.J ll, ~l'o.n IYIQ.-
I
5
-5
.;,:.:. So:...l. ::':=s:.=:: Con:==l. ro.,." 'n1A...l_.....l /;)\1"1~ \T,.....'j- .J t ZlJo, r'I"n.-
I
i
~. ?!.a.:: t:;:..-:.C;
\~ h~J,,~J ~ .._~ - n,;11' t Z"2Q I I'X'lO -
,~~
\:ftltl!.~ \,I.....L..~ E'",\.~'C;...", .s .Jl!S, f'lrm -
~ S".1^a - ~~~
.E I ~:J I r-n~
~Vl!' m.III"'.... ~(',.".u...cL.,.1 ;;~ - "ll't'll! ~1.t'IJ"";
~:.:. "Je =:..:s ; .
3
~. ::':'se :: c.::::;:l.~o:~
I
~ ~ -=~:
I
.,.,.-
.-~
3~ :.r::.:. 3E: ~ ':eC ':: :::0 ::.c=!! ~~~ 5;' 0:: :.=.e 3a~e :.:..:. -:=t:.3.~.
I
3::CE:~ '-=c:e=~-:.3.nd3 ':.':.at: ':.':.e C-;""Nc::\ =!!sa=-res ':.':.e
ar.... ::: .J~.:e a..::.7 ~==-~L:.=':'~5 .:..:: =.::.e ::.~=.
-- _:...-
:: :~:ec-:
a.::,! =r c':'
= .:... c..s
I
-:~e 3==CE..~ aq=~s :.=.ac ~3 ~id. ~naJ..:.. ::e good .u:.c, :nay :lOC ::e '.r..~ci=3wn. ~::: a
?e=i..:ci 0: 60 ca.lenea= days a=-=e: ~~e sc.::ed.uJ.ed. closed. :.i.':e ~== :ece~'r-=:c; ::i..~.
I
trn~': :=:.=~ -=.:: 5u;~"1: a.::d :":3":3l:"
-=;:e ::cci::r.a.l. 5~:l= '.ace= 'ra.l.'re
a~ s~;:'wn =n O::3W::.=q i. 'St!~;.::n .:...-i
-::l1:3':"
S 140,300-
I
Cua::.:.:.':.'l
23
an.:. ': ? =:. =e
S Goloa ~
-::-:':".3 ~: ? :ice 'oI~~ ~o't' ::e ~tuid.e=ed. :..:: :.=.e awa:: 0 ~ ~e c:nt::3C":
I
L~ S~ ?:ic:e :0 Oesi~/3uild. 4 conc::ece b~;.d.qe ac:=o~s 3u-:.:..e= C~. ~
ac:::: r-'..anc:e 'oIi.~ :::le =~=emenu i.a~:.lc1ed. :..::1 ACCencu:: ~o. J :
Lump Su=. ?::.c:e ~oc 3ridqe ove: 3ut:le= c:;c
s~g. ~
~)..5 /):)0
3E3
I
~.3 supple:Dlltl1cu 11.mlP sum ;u:::..c:e ~ ~CT be e=rui.eered. i:1 ce ..~r:i ot
ce c:=nc.:ac::
I
I
,
11
9<4 la
ReV'J.~ed. 3-2
1_-
1
-I
rl
II
1
I
I
1
I
I
I
I
I
I
I
I
I
I
rloon :ece':'j:ll: 0:: ~r:.::en ~oe:'cll o~ AC:lIp:~nc' 0:: :~.:." ~~:. 3:=Ot.~ ...,~.:.: '!xec:J:e
! ~=::::Ia.1. C,:)n::3c: at:~c~ed '~1.:~:.n 10 :ays <I~a de1.,:,':e: a Su:eti" 30nd or 3onc:J
-.. :equi:ed by Article 2: o! the Gene:3':' C.=nc:;,,::..=n:J. -:"he ~1.d "ec:Jr:.:i"
a::~ched in t~. sum of
.s-o/~ 0 L bc.~~ b, d
~u~"j "P,..#_~- ~~ ~~~ F;urh..,.JreJ-~;;h;
Ool':'.1:s (S 11 ~ A ~n
.
) .
i:J :0 become :~e proper":i" of t~e CWNE~i:1 :~e evene e."e Con::ac": and Bond <Ire
:'10c: exe<:".Jted w1.:~in :~e t:ime oli:love set ~or":h a:J liquidaee<i damages !or the
delay and additional expen:Je to the CWNE~ cau:Jed :herecy. .
s u.bmi. t te<i :
-:"i:le Vice President
:i~ Name R. 9. Bake~ Const=uction, Inc.
Ac.c:ess
P.O. Box 7192
Garden CitYI GA 31418
-rAL - if aid is
a co=?orat:ion)
9416
B-3
1_'
I
,I
,I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
DATA TO BE SUBMITTED WITH BID
A.
SUPPLEMENTAL INSTRUCTIONS:
The following instructions supplement the requirements of the Information For
Bidders and provides instructions for completing the schedules which follow.
1. The Bidder shall submit a list of names and addresses of at least
three (3) clients for which the Bidder has constructed similar work which may
include heavy industrial construction or water or wastewater plants or pumping
stations of comparable size and complexity. Reference Paragraph 7 of Page
IFB-2, Information For Bidders and Schedule B.
2. The Bidder shall list in the space provided in Schedule C the major
subcontractors to be used for construction of the project. Subcontractors so
listed shall be used for the contract construction unless their replacement is
approved by the Owner.
3. The "Schedule of Material and Equipment Included in Base Bid" which
follows as Schedule D shall be completed to denote the manufacturer of major
items proposed to be furnished by the Bidder under the Base Bid. In that
schedule, the manufacturer of the items of major equipment upon which the
design is based are listed as Selection "A" for the several items. Also
listed under many of those items are other manufacturers whose equipment or
products are deemed equal in quality and acceptable to be included in the Base
Bid. For those items for which more than one acceptable manufacturer is
listed, the Bidder MUST indicate which manufacturer of the item will be
provided under the Lump' Sum Base Bid by striking the inapplicable
rnanufacturers. FAILURE OF THE BIDDER TO STRIKE THE INAPPLICABLE MANUFACTURERS
WILL BE INTERPRETED TO MEAN THAT SELECTION "A" WILL BE FURNISHED.
For comparable named items, the furnished items shall fulfill the function and
performance of the item specified and shall be of equal quality; any
modifications required by the furnished equipment to the structure, process,
associated equipment, or piping shall be a consideration in the Bid price and
the completed installation of the item by the Contractor shall incur no
additional cost to the Owner. In that same schedule, the Bidder has the
opportunity to offer substitute eqUipment for consideration by the Owner and
the Engineer. Such substitute equipment must satisfy the following conditions
and the Bidder must state the deduction or increase of contract amount if that
substitute is accepted. The offering of such substitute equipment shall be
optional to the Bidder and the off~ring of such substitutions or failure to so
offer shall not influence the determination of the low bidder and the award of
the contract. Only the Base Bid will be considered for the contract award.
In the event the Owner, upon the recommendation of the Engineer, accepts any
substitute material or equipment for incorporation into the project, the
contract amount of the award will be adjusted accordingly as a Pre-Award
Addendum or by a formal change order.
Consideration of substitute equipment by the Owner and the Engineer will be
subject to the following conditions:
a. The substitute equipment shall be of equal quality, function and
performance to the designated Base Bid equipment item.
b.
technical
When requested, the Bidder/Contractor shall submit five sets of
informa tion, including full des cripti ve material, speci fica tions,
9416
B-4
I
I
I
I
I
I
I
I
I
I
I'
1
I
I
1
I
I
I
I
drawings, certified operating parameters and efficiencies for the Engineer to
evaluate the equipment. Should the information describing the alternate fail
to fully describe its capability in meeting the job requirements or' if the
Contractor fails to furnish complete information, the Engineer shall disregard
the alternate bid. The Engineer shall be considered the sole judge of the
merits of alternates.
c. Such equipment shall be suitable for installation in the space
allocated on the construction plans without major modifications. Any such
modifications shall be delineated by appropriate drawings submitted with data
for consideration and any cost associated therewith shall have been included
in the substitute offer.
d. In the event an al~ernate is installed by the Contractor and does not
meet the specified intent of this specification with regard to reliability,
efficiency,. functional capability or other system parameters, the alternate
system may be rejected by the Engineer and must be replaced with the system
originally specified. This option may be exercised by the Owner or the
Engineer at any time during the project tenure. Project tenure is defined as
beginning the date the project bids and ending the date the system has
operated satisfactorily for one year after final acceptance.
9416
8-5
I
I
I
I
I
I~
I
I
I
I
I
I
I
I
I
I
I
I
Ii
!
9416
::I
C.
5.
6.
:.:s-: CF ?~~.."'::US ?~CJ~C-:-~:
,
. .
l'=~:ec::-Iame: Supecior' Landfill Wetland Mitigation Pcoject
C:~en~/Cwner: waste ~agement / Superior tandfil1
Address: 3001 Little Neck ~cad, Savannah, ~ 31419
Complec~on Oace: Dee 94
; App=~x. C~nt=3c: Amoun: S
2, 250,OC()
z.
l'roJec: ~ame: Bryan County, Re. 144 / US 17
Cl~er.:/Cwne=: Georgia Oepar~~t of Transportation
Add.:ess:
P.o. Box 1212, Savannah, ~
C~mplec~on Dace: Dee 19qM
; .~prox.
C~ncraCt Amount S 12 millicn
3.
?rojec: :-lame:
Savannah River Parkway, Sprinqfie1d Bvoass
Georqia Decartment of Transocrtaticn
Cl~ent/Cwner:
Address:
P.O. Box 1212, Savannah, ~
C~mp':'e:::.on Dace: Oct _ 1007
Ap~=ox. C~r.cr3c:: .~our.: S 15 millicn
. --...
~_.J_
c=' :-!A';CR SUBC:N7RAc:"':RS:
::ar-:1'1worJ.::
Self Perfocned
Addr!!ss:
Plan=/~ar~ ?i~inc:,
Self Performed
Address:
3.
Elec:r~cal: Hebbard Electric, Inc.
4.
Address: 333a :~mmerce Drive, ~u;usta , ~ 30909
Coastal Science and Associates
?lanc:.na:
Addr!!ss: P.o. Box 11687, Columbia, SC
Self Performed
29211
C:Jl ',fer"::
Addres 5 :
Br:..dqe:
Self Performed
AddJ=ess:
8-6
1-
1-
o.
I
~
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
I:
s~u:.z OF ::cu:~~ :~rC:'::~E~ ~ ~S:: 3:::
OESC:~:~:C:f
.
...
c.:::~~
3A.SC: ~
SUSS-:::'7:'~
2.
C::t.:.zC':'CR Hl'!:rG <CR-Z-t"~
~~
SiIaS':'::-."7:!:
3. .
c::r":'~C:CR ?!~~rG 30" ~:l 36'"' "
:3ASE 3=::)
~l",t:s .. _ _ .... _.:.
~ .
c=:..:.z==-,:~ ?!~~rG > 36"~
3ASZ 3:::J
~o (-)/:E:~~ (-i
c:: S':" :0 ~ S"'~:3 S':" :":"'.-:":!:
:--.Am:~C-:-jRE~
," ~-: :~ ?!.;C:!: -<l' ~ ~",;:,.....
3
s
J
^ ?1/'C
'~=1I1"11
c =::!"'.a
J ~:7
-0- :- -::-
\.~~ ;-79~ ~o~le ~al:l
i.;S~ ;-79~ S~~q~e ~al:l
s
A. ~I"!:.=N~ (A,5~ :-7:4 ::Jou.bl.e ;.tal:)
] !:"=~ (A,5,:,:,! ;-794 S:.~q~.e, :-Ia:':'l
- ""--
--
'" "'(:i
.;, ~,-!:.=:'l n.c
: JU
- ,r:':.
St.-aS':'::-~-:";: ::J
9416
... ........J
\~....
=-7;~ :c~~~ ~a~::
5
R.~.seci B-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3:~ 3C:J:
KlIeW .:.:.:. :-!E:Z 3Y :'~:::3:: ??,::SE:J':"S, :~.1': '4e. ':ne :;~::e'::J:';~~-::.
R.B. BAKER COISTRUCTIQIl, !!'C.
as
?:~nc~;::<l~. .1r.::!
SAFEX:'O rNSlJRANCE aJI-!P.l\.'-IY OF AMERlc.\
as
Surecy, <l:~ ~e:~c: held .1r.d :;.=~:! ::cur.d '.;n:=
Auqu:s~a-Ri..::hmona C,:,un~i', GeL by and ':h.:~uC;h
CQunc~1/C':'~:S3:.on, as Cwner, in ~~e ?enal sum ~:
CI'1O.Int for which award can be made under the
accamanvinq bid.
':::.e ':~u~c:.':':':=:r:n.:.ss:.=~ ==
:':05 :-I a ':'0': / C~.ti:::lan and
Five oercent of the largest
:0:':.1:3;.j 5%
for :~e ~a!~en: 0: ~n~c~~ ~el: and ~=~:.: :~ :e ~de, ~e ~e=eol :o~~c:J and
severally ~ind ourselves, our hei:s, exeC~~=:3. a~~~i3::3:0:S, successo::J
and assigns.
Signed, th;.s
26th
day of.
Jan~
1.996
~he condi~i=n of. :he above obl;.gaticn is such
:~a': ~he:eas :he
?:i:.ci;:la...
has s~~:~ed :0
7~e :':t..:::=:..:/C.:rn.~3S:"=:"l ~:
.;u=~s :.3.-~:" =~~=~d
:::~:1.:': ,
G~c==:..1 a ~e:~3~~ 3i=, .1~~3ched
he~e~= a~c ~er~cy ~ce a pa=~ her~of =~ ~n~~r i~~~ a co~c=ac~ in ~=~~~~g, :~r
'che .;;".ME:3 3. ~::SSER.~'! ~~? -' C::NS7?UC7:::: 7:::~':':.;":)": ':'?EA~~l~.~,::-::~1 :.:'.C:::T:::~-
?!'lase :.
NC~'l :'~:::?:::=CRE,
{al
.,..,
.....
or i~ :~e al:e=na:e,
said aid shall oe =e~ec:ed,
(b) If said 3id shall oe accepced and the ?=:.~cipal shall exec~te
and delive: a cont=ac~ i~ :~e :o~ c: Cont=ac: at~ac~ed
~e:ec::l. (;:lr:::pe:li' completed :':1 acc:::r:::ance wi,:~ sa.:.d 3idl. 3nd
shall :'.I=:1.:.sh d. bond :::lr h.:.s :ai::~=u': pe:=o:::-.ance 0: sa.:.::!
C,:,nc:3ct, and for ::~e pa:iment oi a.i.':' persons pe::::l~:1g lato:
== :ur:1.ish~:1g ~te::.als :':1. conn~ction :he:ewl:h, 3:1d shal':'. ::1.
all ocher respects. pe:=o:~ t~e ag:eemen: c:eated by the
acceptance of said 3id.
::hen :his obligat~cn shall. be vO.ld,. othe:'4.lse :~~ same shall remain :":1 :o=ce
c3lnd ef:ec~; i: be':':1q expre~~ly unaerst:ocd and agreed ~~at: :he l.iabil.iti" of
the Su:ecy for any and all cl.1.l::\~ ~e=eunde= shall, in no event, exceed :~e
penal amount of this obligation as he:~~ri stated.
9416
88-1
I
1
I
1
1
I:
1
I
I
1
1
I
I
I
1
I
I
I
I
":'!':e S~=~-:".:',
=c':'~;.2:~;~
==
=== ~a!~e =~~e~~ed.
..a..1~:i ";u="!':-: ..lnd __J
~: :~d :~~~ 4~~~~~ A~~:~ ~~~ :~~~: ~4: ~~:~=~
, \
~~=~cy ~d~~e ~C:~~~ ;: ~~.: 3UC~ ~X:~~s~=n.
~-_..
~~~~c:~c ~y .1~~ ~:~:~n~~:~
3~=: ~~: Ja~= ~u=~~J ~o~s
;,e=~c':
:::cr.:
J~~i'U:~~~S
lr.::
:-. :J
Jq=~~5 :~.J:
':~e
";~..J__ :P!'
'.Ja ':' :':::;:-1;"':~
::1 ;-;::-::=::; :; :';H::::.::::- , :~e ?=:';~c:.;:a: .:I~d :::"! ':1...::-! ': 0:0 ::..l./~ ."":"! =~'.,.;::: = ;~~
~a~d3 .J~= ~~~':',J , ~nd suc;, == ':::~::l 33 .1.... ===::C =3:;":~3 ."':..J OJ'! :.3~se-::
:::e;,,=
':~e~=
:==~C~3:~ J~~:~ :~ =e ~e:~co ~::~xe~ ~~C :~~:~ ~=~S~~:~ ~= =e ~:=~~C =: ':~e~=
~=:=~= :~~~~~=3, :~~ .i~~ ~nd ~~a: ~~=~~ J~': ~=:':~ 1==':~.
Su=e':o/
~~&J~~U0
Christocher 8. Wortham, State of
Georgia. Licensed Resident Agent
afl:t~l~
INC.
. - \
:...~.,
SAF9:Q INSURANCE CCMP.a;..r{ OF ~C\
3'L@'~
Tan S. Lobrano. III, Attorney-in-fact
::~?';~7.;':1:': .sL:.=~'='/ =~mpanies e:<e,=:.;:~::g =onc~ ~~.s~ .l~::e3.= ::1 ":::e :-=':!3S\l=....
:~~a=~~e~~'s ~cs~ ~~==~n~ _~3~ ~C~==~~~= 5~J 35 ~ree~ce~l ~~= =~ ~~:~o=~=e~ :=
":=3~sac~ ~us~~ess ~~ =~e SC3~d ~he=~ :~e ~==~~~:. ~s ::=3~e~.
9416
88-2
ii'
I~
SAF1ECd"
POWER
Of ATTORNEY
.....ICO ,-.....a ~6M'I OP ~CA
CZtelA&. 11OSl"ANa! ~6M'I OP ....'CA
~ ~'CI:: SAl'ICO "-AlA
RATTLE. WASHlNQTQII .tft
I
ItNOW AU. IV THESE PRESENTS:
Ne.
9079
I
That "FECO INSURANCE COMtANY ~ AMERICA .,., ODDAL INSURANCE COY'ANY ~ AMERICA. MCfl I ~on
c:oroorlrtlon. aces MCfl "'eov IIlOQInt
...JAMES C. CONGELIO; A. B. LYNCH. JR.; TOM S. LOBRANO. I I I: BRADFORD w. BUSH; J.ctsonvil'I,
Florid.........................................................................................
I
its tNe rod I~f~ mom.y(s)-tn-flCt. _ftl r~ IUlftOnl'I 10 IXecutl on IfS bINIr rlOllllY rod SU'eIy bonas 01' \ftMr1a.ngs rod at,..
OOCU'nenlS of . "..,. CNrlCter Issued In I,. COlISI of .fs business. rod 10 tlInd 111I felDlCt_ COt'OInV tIlIrlOV.
I
IN WITNESS WHEREOF, SAFECO INSURANCE COYtANY ~ AMERICA rod ODlERAL INSURANCE COY'ANY ~ AMERICA ,.,. Nd\
Ixecutla rod IftlSteel fNM presams
I
ltiS
9th
_Of
Februarv
'9~
1
I
camFlCA TE
I
EX11"1C1 fran 111I Bv-LIWS or SAFECO INSURANCE COMPANY OF AMERICA
rod or QENEAAL INSURANCE COMPANY OF AMERICA:
"ArtiCle Y. Section 13. - FCELITY AI'oCJ ~ ea.DS . . . I,. ~ISI01nf. lnI IIICI ~ISI01nf. f,. Seeret..,. rod "", AsSIst...f Vice
~8$1oenf 4IPOOlnl8d fOIl' lhat PIIl)C)SI by "" oHic.. In eNrOl or SU'I'" 0QIrIt10l'lS. SNIII NCtI ~ lIUlftOnty 10 <1IlOOInt inctYl~S a
irTlorneys-ln-ract 01' lI'08r Of,., ~oonatl lilies -1ft 1Utflon.., 10 IXICUtI on o.NIt or I,. ~ riGellty rod SUOI.., oonas and
olner OOCU"nenfS or' snwl. eNrIC1. 1SSU8CI by "" ~ In 111I COU'SI of lIS OUSIness . . . 01 lnI Instrununt ma.ng 01' 8VI08nc1ng
suc:n acoorntmenl. IIle S1gnatll'es ~ be ~Hixeel by rlCSlrnl.. On lnI Instrunent COI"Ir8rrtng suc:n IUtftOn.., 01' on .", lXlncS 01' ~alung
of 1118 Cl~. IhI SUI. 01' . rlCSn'lll 1"'lOf. ~ be rt"Clr1SSlCl 01' .HiXeel 01' in "'" Of,.. rnrner ~ prOVIded, how.,er.
IhIt IIle Sell SNIII not be necessarv 10 I,. vllidil'I of lnI SUdl Instnlnlnl 01' ~lkino:
EX1ract rran iI Resolution Of ,lhI Board of [)rectors of SAFECO INSURANCE COMPANY OF AMalCA
and Of OENERAL INSURANCE COMPANY OF AMERICA IOCOfeel .A.iy 28. 1970.
I
1
I
"On at'P+I certificate eXlICU1eel by 111I s.cr.,.., 01' ... asIstlm secrel.., ot 11'11 Canoanv senlng out.
(i) Tile crovtSlons of AnICl. II. Sec:llon 13 of 11'11 Bv-l~ ana
(ii) A Coov of rhe pawer-or-morn.y aJOImm.nt. 'XlCUted ~1 lher.,o. ana
(iii) CanlrVl"O Tf\I1 sad POW..-of -momev IIIDCIIlfl'rWlt IS In fUI 'orca ana effect.
lP1e 51'7\1111' of 11'11 certifYIng offic.. ~ be by racs.nl" ana 111I SUI or lh1 Canoanv mav oe , t-=-nle lherlOr:
I
l R. A. P11f'$Clt\. Sec:r811rV or SAFECO INSURANCE COMPANY ~ AMERICA ana or OENERAL INSURANCE COY'ANY ~ AMERICA,
dO rweov CerTlry lhat I'" foreoong eX1racTS of "" &'-LIWS ana or , ResatUflon or rill Boara of [)rectors of IIIIM CCIrlXlf'atIOl'lS. ana
ot ~ Pow" of Al1orn.y IssuecI Pll'SUInt lherlto. .. lrue ana CQrTect. rod 11\11 DO'" 111I Bv-L~ rill AesatufIOl"l ana 111I Pow.. of
Allorn.y U, SlIU In t~l rOl'ca ana .ffect.
.1
IN WITNESS WHERfOF. , Mlfl her....o sel rn, I\Irld rod .HiXeel I,. rlCSl'nlle SUI Or SllCI CClIOOr.ion
I
nu
26th
_of
January
19
96
I
I S-8761!~ "',
CI) "'It... tr..... If SAIlCO c...._1Or\,
I
,I
I
I
I
I
I
I
I
I
1
I
I.
I
I
I
I
1
1
Ii
,
"
NOTICE OF AWARD
TO:
R. B. BAKER CONSTRUCTION, INC.
PROJECT: JAMES B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTI~Y TREATMENT -
PHASE I
The OWNER has considered the BID submitted by you on FEBRUARY 8, 1996
f9r the above described WORK in response to its Advertisement for Bids and
Information for Bidders.
You are hereby notified that your BID has been accepted in the BASE SID
amount
of FIVE MILLION SIX HUNDRED SEVENTY FOUR THOUSAND DOLLARS
Dollars ($ 5,674,000 ).
You are required by the Information for Bidders to execute the Agreement and
furnish the required Contractor's Performance Bond and Payment Bond within
ten calendar days from the date of this Notice to you.
If you fail to execute said Agreement and to furnish said bonds within ten
days from the date of the Notice, said OWNER will be entitled to consider all
your rights arising out of the OWNER'S acceptance of your BID as abandoned
and as a forfeiture of your Bid Bond. The OWNER will be entitled to such
other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to
the OWNER.
Dated this 8th day of April, 1996.
AUGUSTA-RICHMOND COUNTY, GEORGIA
ACCEPTANCE:
By Jorge E. Jimenez, P. E.
Receipt of the above NOTICE OF
AWARD is hereby acknowledged by
Title Project' Engineer
/213- /6~R:r:- ~~4~ON~~
This the 2-3 day of ~// , 1996.
By /2#~
Title 0~~&;hcl't'~
9416
NA-1
I
I
AGREEMENT BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
I
THIS AGREEMENT is dated as of the ~ day of ~
, ,
1996 by and
between THE COUNCIL/COMMISSION, OF AUGUSTA/RICHMOND COUNTY, GEORGIA, (By and
through its Mayor/Chairman and Council/Commission) hereinafter called Owner,
and
I
R. B. Baker Construction, Inc., hereinafter called CONTRACTOR.
I
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
I
,Artic~e 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Work is generally described as follows:
I
JAMES B. MESSERLY WWTP - CONSTRUCTED TERTIARY TREATMENT - PHASE I
I
The CONTRACTOR will furnish all of the materials, supplies, tools, equipment,
labor and other services necessary for the construction and completion of the
project described.
I
Article 2. CONTRACT PRICE.
I
2.1. OWNER shall pay CONTRACTOR for completion of the Work included in the
Base Bid (Including the Design-Build Bridge) in accordance with the Contract
Documents in current funds the sum of:
Five Million Six Hundred and Seventy four Thousand Dollars ($ 5,674,000)
Artic~e 3. CONTRACT TIME.
I
3.1 The CONTRACTOR will complete the work required by the CONTRACT DOCUMENTS
within 460 calendar days after the corrunencement date stipulated by the NOTICE
TO PROCEED unless the period for completion is extended otherwise by the
CONTRACT DOCUMENTS; the CONTRACTOR will initiate the work at the site within
10 calendar days from the corrunencement date.
I
I
3.2 LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1 above, plus
any extensions thereof allowed in accordance with Article 15 of the General
Conditions. They also recognize the delays, expense and difficulties involved
in proving in a legal proceeding the actual loss suffered by OWNER and
CONTRACTOR if the work is not completed on time. 'Accordingly, instead of
requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER EIGHT
HUNDRED Dollars ($ 800.00) for each day that expifes after the time
specified in paragraph 3.1 for Completion.
I
I
I
I
I
I
9416
A-I
1
I
I
I
I
'1
1
1
1
I
I:
I
I
1
1
I
I
1
I
Article 4.
PAYMENT PROCEDURES.
CONTRACTOR shall submit Application for Payment
of the General Conditions. Applications for
ENGINEER as provided in the General Conditions.
in accordance with Article 19
Payment will be processed by
4.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER, on or about the 20th day of each month during
construction as provided below. All progress payments will be on the basis of
the progress of the Work measured by the schedul~ of values established in
Article 3 of the General Conditions (and in the case of Unit Price Work based
on the number of units completed) or, in the event there is no schedule of
values, as provided in the General Requirements.
4.1.1. Prior to Substantial Completion, progress payments will be made in an
amount equal to the percentage indicated below; *
90% of Work completed. If Work has been 50% completed as determined by
ENGINEER, and if the character and progress of the Work have been
,satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER,
may determine that as long as the character and progress of the Work
remain satis factory to them, there will be no additional retainage on
account of Work completed in which case the remaining progress payments
prior to Substantial Completion will be in an amount equal to 100% of the
. Work completed in the payment period.
90% of materials and equipment not incorporated in the Work (but
delivered, suitably stored and accompanied by documentation satisfactory
to.OWNER as provided in Article 19 of the General Conditipns).
4.1.2. Upon Substantial Completion, in an amount sufficient to increase
total payments to CONTRACTOR to 98% of the Contract Price, less such
amounts as ENGINEER shall determine, or OWNER may withhold, in accordance
with paragraph 14.13.
* but, in each case, less the aggregate of payments previously made and
less such amounts as ENGINEER shall determine, or OWNER may withhold, in
accordance with Article 19 of the General Conditions.
Article 5.
INTEREST.
All moneys not paid when due
Conditions shall bear interest
shall be paid on the retainage.
as provided in Article
at the rate of 1.0'(; per
19 of
month.
the
No
General
interest
,Article 6.
CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement' CONTRACTOR makes the
following representations:
6.1. CONTRACTOR has familiarized itself with the nature and extent of the
Contract Documents, Work, site, locality, and all local conditions and Laws
and Regulations that in any manner may affect cost, progress, performance or
furnishing of ~he Work.
6.2. CONTRACTOR has carefully considered subsurface conditions and the
drawings of physical conditions which are identified in the Contract Documents
and accepts the determination that only the technical data contained in the
drawings is the extent upon which CONTRACTOR is entitled to rely.
9416
A-2
I
I
1
I
I
I
I'
I
I
I
I
I
'I
'I
'1
I
I
I
'I;
,
6.3. CONTRACTOR has obtained (or assumes responsibility for obtaining and
carefully studying) the subsurface or physical conditions at or contiguous to
the site or otherwise which may affect the cost, progress, performance or
furnishing of the Work as CONTRACTOR considers necessary for the performance
or furnishing of the Work at the Contract Price, within the Contract Time and
in accordance with the other term~ and conditions of the Contract Documents,
and no additional examinations, investigations, explorations, tests, reports,
studies or similar information or data are or will be required by the
CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Docume,nts with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information
or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Time and in accordance with the other terms and conditions
of the Contract Documents, including specifically the provisions of paragraph
4.3 of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, expl'orations, tests, reports and studies with
the terms and conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written
resolution' thereof by ENGINEER is acceptable to CONTRACTOR.
.Article 7. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following: .
(A) Bid
(B) Bid Bond
(C) Notice of Award
(D) Agreement
(E) Payment Bond
(F) Performance Bond
(G) Notice To Proceed
(H) Change Order
(I) General Conditions
(J) Supplemental General Conditions
(K) Special Conditions
(L) Drawings prepared by Zimmerman, Evans and Leopold, Inc.
Consulting Engineers, 435 Telfair. Street, Augusta, Ga. 30901
numbered 1 thru 29 inclusive dated December, 1995.
(M) Technical Specifica,tions prepared by Zimmerman, Evans and
Leopold, Inc. dated December, 1995.
(N) ADDENDA: No.__1_____ dated January 9, 1996
No.__2_____ dated January 19, 1996
No.__3_____ dated January 30, 1996
No.__4_____ dated February 2, 1996
~rhere are no Contract Documents other than those listed above in this Article
7. The Contract Documents may only be amended, modified or supplemented as
provided in Articles 13 and 14 of the General Conditions.
9416
A-3
I
I
I
'I
'1
I
I
I
I
I
I.
1
I
I
1
1
1
1
I
Artic1e 8. MISCELLANEOUS.
8.1. Terms used in this Agreement which are defined in Article 1 of the
General Conditions will have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically but without
limitation moneys that may become due and moneys that are due may not be
assigned without such consent (except" to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge the assignor from any duty or responsibility under the Contract
Documents.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
.successors, assigns and legal representatives in respect of all covenants,
agreements and obligations contained in the Contract Documents.
IN WITNESS WHEREOF, OWNER AND CONTRACTOR have signed this Agreement
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR
ENGINEER. All portions of the Contract Documents have been signed
identified by OWNER and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on ~ ~~ ; 1996.
in
and
or
': IF~J1!>.
CONTRACTOR: '.,>/;~.
nn,___h() <0 .....~ !~,
r' )<:y V.JG. - -1>=-,::> 11::";'I~ti:;;} ,"~
. , ~ -~; ",: 2
.. ~-_..- ~
...... .-,,,
... -:........v
......'
OWNER:
COUNCIL/COMMISSION, GEORGIA
ri
By:
[ CORPORA:z,~~b;1.\),":t,
..,./ <l tC.,-lMo ,.~!\"
- /".' !Vb 'l'lb.
P>fIc~J~ noceea"f)Oo C r/~
~',\S~ (,Q 0", 0... ~,\
~ ....1. ~O 9" toll ;r
l:A- i/ ~, <~ ~I
At t'~~ P";':,~ . t' "
~ "";" ':, "'. "~ "- ~
':6 ~ ~ . :i' .;-,.:.~l.'.~/r~. :i ~ ~
Addr-~s's .0foYHli'v~:r.rg- np~~s :
~A 00 EST, "," J!
'( CJo 1;,'"% 0& JJI
Room ~4 M"l!m&,i.pacf Bl~. (11)
'0\\ GEORG\!\. _--
Augusta, ~~~911
[CORPORATE SEAL]
Attest
eJI&h~
Address for giving notices:
515 BO~A.AJe /J-ve. ~.k.IA/ PO 80x
~A.-d.p,./ 4
s/Y/'$
~
3
00
License No.:
Agent for service of process:
Elvia;..! D, ~/,<IeA.--
'//92--
(If Contractor is a corporation,
attach evidence of authority to sign)
9416
A-4
I
I
I
I
I
I
"
I
I
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE OF OWNER'S ATTORNEY
the duly authorized and
~f//LlC/7dHJ /k~}
I, the undersigned
representative
, 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
wi th the terms, condi tions and provisions
thereof.
~~/
'P
Date ~3, /9';?~
/
9416
A-5
~
_... -
i
ii_
=
~
~
---- .~
lr
J
-
-
~
~-
,,-
- :.
PAYMENT BOND
BOND NO 5857009
KNOW ALL MEN BY THESE PRESENTS: that
R. B. BAKER CON~TRUCTION, INC.
(Name of Contractor)
Post Office Box 7192, Garden City, GA 31418
(Address of Contractor)
a Corporation
(Corporation, Partnership or Individual)
hereinafter called Principal,
.
and
SAFECOINSURANCE COMPANY OF AMERICA
(Name of Surety)
Safeco Plaza, Seattle,' Washington' 98185
(Address of Surety
hereinafter called Surety, are held and firmly bound unto the
Council/Commission of the Unlfied government of Augusta/Richmond County,
Georgia, by and through'its Mayor/Chairman and Council/Commission),
hereinafter called OWNER, in the penal sum of FIVE MILLION SIX ,HUNDRED SEVENTY
FOUR THOUSAND AND NO/IOO Dollars($S.674 000.00 )
in lawful money of the Uni ted States,
truly to be made, we bind ourselves,
,severally, firmly by these presents.
for the payment of which sum well and
successors, and assigns, jointly and
THE CONDITION OF THIS OBLIGATION is such that whereas, the Princjpal entered
into a certain contract with the OWNER, dated the -zg. ' day of ~ 1.) , ,
1996, a copy of which is' hereto attached and made a part hereof for the
construction of
JAMES B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTIARY TREATMENT - PHASE I
NOW, THEREFORE, if the principal shall promptly make payment to all persons,
firms, subcontractors, ,and corporations furnishing materials for or performing
labor in the prosecution of .the work provided for in such contract, and' any
authorized extension or modification thereof, including all amounts due for
materials, lubricants, oil, gaso~ine, coal and coke, repairs on machinery,
equipment and tools, consumed or used in connection with the construction of
such work~ and all insurance premiums on said work, and for all labor,
performed in s~ch work whether by subcontractor or otherwise, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the contract or to' the work to b~ performed thereunder or the
specifications accompanying the same shall in any wise affect its obligation
on this bond, and it does hereby waivenotfce of any such change, extension of
time, alteration or addition to the terms of the contract or to the work or to
the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfled.
9416
PB-1
c
'.
.
II
.'
.
II
II
.
-
.
IN WITNESS WHEREOF, this instrument is executed in 5
counterparts, each one which shall be deemed an original,
day of' ~~~I , 1996.
ATTEST:
~ L2., tP~.
(Principal) Secretary
. (SEAL)
~'~ -: ;2.//~
)::-,,- ; Witness to Principal
~-;.~:/ ;::7 [) ~ 'D~ )/92-
(Address)
~L ~~_~/~7
ATTEST:
(Surety) Secretary
~-~Le
Wi~S~ to Surety
, Be y Hall
2110 Herschel Street
. (Address)
Jacksonville, Florida 32204
NOTE: Date of Bond must not be prior to
If Contractor is Partnership, all
,(number of copies)
this the 2-3'
,R. B. BAKER CONSTRUCTION, INC.
By ~hh)JC~~~~1
P. O. Box 7192
(Address)
Garden City, GA 31418
SAFECO INSURANCE COMPANY OF AMERICA
~ Surety
B~~.,
Attorney-in-Fact
Tom S. Lobrano, III
. . \ ' ..~
2110 Herschel Street '.'.--,
(Address.) ~ .~.- -=. .::- r
g:.,~:. '1-, -", .
Jacksonville, FTb~aa '32"2"0'4:"--.... . . /
.-- .. "
-" .~ :
. :-~:'-?:..~,~ ,- -; /, .
(SEAL) lid", ....'.,. ..; .' ~ >0 .
COUNTERSHiNED:L41.~ Ja:/u JdIiJickJ..-
Christopher B. Wortham, Georgia Resident
date of Contract. Agent
partners should execute bond. '
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department I s most current list (Circular '570 as amended) and be authorized to
transact business in .the State where the project is located.
9416
PB-2
m (!)
SAFECD
POWER
OF ATTORNEV
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE. WASHINGTON 118185
No. ' 9079
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington
corporation. does each hereby appoint
...JAMES C. CONGELIO; A. B. LYNCH. JR.; TOM S. LOBRANO. I I I; BRADFORD W. BUSH; Jacksonvil Ie.
Florida........................................................................................
its true and lawful attornev(s)-In-fact. with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
docllTlents of a Similar character Issued in the course of its business. and to bind the respective canpany thereby.
,IN WITNES:S WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each
executed and attested these presents
this
9th
day of
February
. 19 95 .
~?1' ff~
~Q~~~~.
RA PIERSON SECRETARY
DAN D, McLEAN, PRESIDENT
CERTIFICATE
Extract fran the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V. Section 13. - FIDELITY AND SURETY BCJ\iDS . . . the President, any Vice President. the Secretary. and artIJ Assistant Vice
,President appointed for that purpose by the officer in charge of surety operations. shall each have authority to appoint individuals as
,attorneyS-in-fact or under other appropriate titles with authority to execute on behalf of the canpartIJ fidelity and surety bonds and
other docU'nents of similar character issued by the canpany in the course of its business . . . On any instrllTlent making or evidencing
. such appointment, the signatures may be affixed by facsimile. On any instrllTlent conferring such authority or on any bond or undertaking
,of the canpartlJ. the seal. or a facsimile thereof. may be impressed or affixed or in any other manner reproduced: provided. however,
'that the seal shall not be necessary to the validity of arYoJ such instrllTlent or undertaking."
Extract fran a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970.
:"On any certificate executed by the Secretary or an assistant secretary of the Canpany setting out.
(i) The provisions of Article V. Section 13 of the By-Laws. and
I (ii) A. COpy of the power-of -attorney appointment. executed pursuant thereto. and
J (iii) Certifying that said power-of -attorney appointment is in. full force and effect.
,the signature of the certifying officer may be by facsimile. and the seal of the Canpany may be a facsimile thereof."
I
I
11. R. A. Pierson. Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,
do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations. and
of a Power of Attorney issued pursuant thereto. are true and correct. and that both the By-Laws. the Resolution and the Power of
Attorney are Slill in full force and effect.
IN WITNESS WHEREOF, I have hereunto set rrTIJ hand and affixed the facsimile seal of said corporation
this
day of
19
~ a' ff ~e;~?t-
RA PIERSON, Sl'CRETARY
~ S-974/EP 1/113
@) Registered trademark of SAFECO Corporation.
....
to
....
ch
I
I
I
I
I
I
I
I
I
I;
I
I
I
I
I
I
I
I
I
I
~
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
(Name of Contractor)
(Address of Contractor)
a , hereinafter called Principal,
(Corporation, Partnership or Individual)
and
(Name of Surety)
(Address of Surety
,hereinafter called Surety, are held and firmly bound unto the
Council/Commission of the Unified government of Augusta/Richmond County,
Georgia, by and through its Mayor/Chairman and Council/Commission), ,
hereinafter called OWNER, in the penal sum of
Dollars($
in lawful money of the United States,
truly to be made, we bind ourselves,
severally, firmly by these presents.
for the payment of which sum well and
succes,sors, and assigns, jointly and
THE CONDITION OF THIS OBLIGATION is such that whereas,
into a certain contract with the OWNER, dated the
1996, a copy of which is hereto attached and made a
construction of
the Principal
day of
part hereof
for the
entered
JAMES B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTIARY TREATMENT - PHASE I
NOW, THEREFORE, if the principal shall promptly make payment to all persons,
firms, subcontractors, and corporations furnishing materials for or performing
labor in the prosecution of the work provided for in such contract, and any
authorized extension or modification thereof, including all amounts due for
materials, lubricants, oil, gasoline, coal and coke, repairs on machinery,
equipment and tools, consumed or used in connection with the construction of
such work, and all insurance premiums on said work, and for all labor,
performed in such work whether by subcontractor or otherwise, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the contract or to the work to be performed thereunder or the
specifications accompanying the same shall in any wise affect its obligation
on this bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract or to the work or to
the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
9416
PB-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'. '.
IN WITNESS WHEREOF, this instrument is executed in 5 (number of copies)
counterparts, each one which shall be deemed an original, this the
day of , 1996.
ATTEST:
Principal
By
(s)
(Principal) Secretary
(SEAL)
(Address)
Witness to Principal
(Address)
Surety
ATTEST:
By
Attorney-in-Fact
(Surety) Secretary
(Address)
Witness to Surety
(Address)
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
If Contractor is Partnership, all partners should execute bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to
transact business in the State where the project is located.
9416
PB-2
.
-
-
-.
-
~
-;
--:
---
-
-
----
-
-
----
-
---
II
---
i
-
-
~
-
-
~
-
-
..
.
.'
--,
.1
.i
-'
1
-i
-I
-
-'
!!!!!!
I
--. ,.r';"
PERFORMANCE BOND
\
BOND NO 5857009
. KNOW ALL MEN BY THESE PRESENTS: that
R. B. BAKER CONSTRUCTION, IN~..
(Name of Contractor)
Post Office Box 7192, Garden City, GA 31418
(Address of Contractor)
a Corporation hereinafter called Principal, and
(Corporation, Partnership, or Individual)
SAFECO INSURANCE COMPANY OF AMERICA
(Name of Surety)
Safeco Plaza, Seattle, Washington 98185
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto the
Council/Commission of the Unified government of Augusta/Richmond County,
Georgia, (by and through its~Mayor/Chairman and Council/Commission),
hereinafter called Owner, in the penal sum of FIVE MILLION SIX HUNDRED SEVENTY
FOUR THOUSAND AND NOIlOO Dollars ($ 5,674.000.00 )
in lawful
truly be
severally,
money of the United States,
made, we bind ourselves,
firmly by these presents.
for the payment of which sum well and
successors, and assigns, ,jointly and
THE CONDITON OF ,THIS OBLIGATION is such that whereas;
into a certain contract with the Owner, dated the ~
1,996, a copy of which is' hereto attached and, made .a
construction of
the Principal entered
day of ~~,l ,
part hereof for the
JAMES B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTIARY TREATMENT - PHASE I
NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said contract during, the original term thereof, and any extensions thereof
which may be granted by the'Owner, with or without notice to the Surety and
during the one year guaranty period, and if he shall satisfy all claims and
demands incurred under such, contract and shall fully' indemnify and save
harmless the Owner from all costs and damages which it may suffer by reason of
failure to do so, and shall reimburse and repay the Owner all outlay and
expense which the Owner may incur in making good any default, then this
obligation shall' be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the, said surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the contract or t~ work to be performed th~reunder or the
specifications accompanying the same shall, in any wise affect its obligation
on this bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract or to the work or to
t~e specifications.
9416
PFB-l
. "...,,~.-'
~'f:l."" ;;.-
~~ ~:>~O- ATTEST:
~ /~2 j'J~:~-\ ' , ta
_~ ;~rc ~ #- ./ /ht-
,~.~:;,; .-.:.';/~4 ~
? ;;.~-:/' -:;"t~/ ( Principal) Secretary , '
.~~/~-='.,,'''_'cioo.~) . ,
r,t'~~_.... .
--"...n '
... Witness to Principal
- .
~ f?D ,lJox. 7/J? z.-
(Address)
II
.
I:
I~
I
I
f:
I
i'
i
f
I
~;
"~
PROVIDED, FURTHER, that no final settlement, between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in 5 (Numher) counterparts,
each one which shall be deemed an original, this the H day of /1-,-/1// , 1996.
R. B. BAKER CONSTRUCTION, INC.
By @b~@~)
P. O. Box 7192
(Address)
Garden City, GA
31418
~A~-v ~~ ~
7/j.//?
SAFECO INSURANCE COMPANY OF AMERICA
Surety
B~~'..
L-~ ft~orneY-iJi'~F:acth",~,",
Torn S. L<;?b:x:apo ,'.: ~I.I _
...... .~.~ ... .. ... I .
2110 Herschel Stre.:e'~'! ,-- _
(Address.1"- : j j :..:: ,".....,v .
- --- .... ~;~ ~.-
::...-:.;.-;~.~ ..
Jacksonville, Flor.:j:d~". '3;2204' ~ r; .; "
--:..-'/ -/; ".r..:",- '; ~ _ ,.....
/./?_'. ":I'r:--- -,....."''''.~
coJJitl<dIGNEDiYu~~ 7 ~ M!Ii1i~
Christopher B. Wortham, Georgia Resident Agent
date of Contract.
partners should execute bond.
,A.TTEST:
Secretary
Wit
Bett Hall
2110 Herschel Street
(Address)
Jacksonville, Florida 32204
NOTE: Date of Bond must not be prior to
,If Contractor is Partnership, all
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department I s most, current list (Circular 570 as amended) and be authorized t.o
transact business in the State where the project is located.
9416
PFB-2
\
....4.
"~
m
s~co(!)
POWER
OF ATTORNEV
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFF I CE: SAFECO PLAZA
SEATTLE, WASHINGTON 88185
No.
9079
KNOW AU. BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington
corporation. does each hereby appoint
...JAMES C. CONGELIO; A. B. LYNCH. JR.; TOM S. LOBRANO. I I I; BRADFORD W. BUSH; Jacksonvil Ie.
Florida........................................................................................
its true and lawful attorney(s)-in-fact. with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other
docU"n9nts of a similar character Issued In the course of its business. and to bind the respective company thereby.
. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANV OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each
executed and attested these presents
this
9th
day of
February
. 19 95 .
~t1'ff~
~Q~
R,A, PIERSON, SECRETARY
DAN D, McLEAN. PRESIDENT
CERTIFICA TE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
'''Article V. Section 13. - FIDELITY AND SURETY BO\lDS . . . the President. any Vice President. the Secretary. and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations. shall each have authority to appoint individuals as
attorneys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other docll'nents of similar character issued by the company in the course of its business . . . On any instnment making or evidencing
,such appointment, the signatures may be affixed by facsimile. On any instrllnent conferring such authority or on any bond or undertaking'
,of the company. the seal. or a facsimile thereof. may be impressed or affixed or in any other manner reproduced: provided. howevBr.
jthat the seal shall not be necessary to the validity of any such instrU"n9nt or undertaking."
I
I Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
I and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out.
m Tl'\e provisions of Article V. Section 13 of the By-Laws. and
(ii) A copy of the power-Of -attorney appointment, executed pursuant thereto. and
i (iii) Certifying that said power-of -attorney appointment is in full force and effect.
,the signature of the certifying officer may be by facsimile. and the seal of the Company may be a facsimile thereof."
I
I. R. A. Pierson. Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,
do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations. and
of a Power of Attorney issued pursuant thereto. are true and correct. and that both the By-Laws. the Resolution and the Power of
Attorney art! still in full force and effect.
IN WITNESS WHER~OF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this
day of
. 19
..kR t:? ff ~d7L
RA PIFRSON. SECRE,TARY
~ S-974/EP 1/93
(!) Registered traaemark of SAFECO Corporation.
t--
Q)
t--
,;,
1-
,I
"I
,I
-I
'I
I
I
I
I
I
I
I
I
I
I
1
I
I
..~
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
that
(Name of Contractor)
(Address of Contractor)
a
, herein~fter called ~rincipal, and
(Corporation, Partnership, or Individual)
(Name of Surety)
(Address of S~rety)
hereinafter cal~ed Surety, are held and firmly bound unto the
Council/Commission of the Unified government of Augusta/Richmond County,
Georgia, (by and through its Mayor/Chairman and Council/Commission),
hereinafter called Owner, in the penal sum of
Dollars ($
in lawful money of the United States,
truly be made, we' bind ourselves,
severally, firmly by these presents.
for the payment of which sum well and
successors, and assigns, jointly and
THE CONDITON OF THIS OBLIGATION is such that whereas,
into a certain contract with the Owner, dated the
1996, a copy of which is hereto attached and made a
construction of
the Principal
day of
part hereof
entered
for the
JAMES B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTIARY TREATMENT - PHASE I
NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said contract during the original term thereof, and any extensions thereof
which may be granted by the Owner, with or without notice to the Surety and
during the one year guaranty period, and if he shall satisfy all claims and
demands incurred under such contract and shall fully indemnify and save
harmless the Owner from all costs and damages which it may suffer by reason of
failure to do so, and shall reimburse and repay the Owner all outlay and
expense which the Owner may incur in making good any default, then' this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the contract or to work to be performed thereunder or the
specifications accompanying the same shall in any wise affect its obligation
on this bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract or to the work or to
the specifications.
9416
PFB-1
I"
I
.1
:1
I
'I
1
1
1
1
I,
1
I
1
1
I
I
I
1
,
. ......;
PROVIDED, FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunde~, whose claim
may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in 5
each one which shall be deemed an original, this the
(Number)
day of
counterparts,
, 1996.,
ATTEST:
Principal
(s)
By
(Principal) Secretary
(SEAL)
(Address)
Witness to Principal
(Address)
:.":;''f;
Surety
ATTEST:
By
Attorney-in-Fact
(Surety) Secretary
(Address)
Witness to Surety
(Address)
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
If Contr~ctor is Partnership, all partners should execute bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to
transact business in the State where the project is located.
9416
PFB-2
I."
I
I
I
I
I
I
I
I
I'
I
I
I
Ii
I
"I
I
I
I
NOTICE TO PROCEED
Date~~4(79~
TO:
PROJECT: J. B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTIARY TREATMENT -
PHASE I
You ar~Jf~fied to commence work in accord with ~e Agreement
dated , 1996, on or before ~ , 1996,
and you re to'co plete the WORK within ~ consecuti cal~~ ~
thereafter. The date of completion of , all WORK is therefore ,
1997.
AUGUSTA-RICHMOND COUNTY, GEORGIA
By
Honorable Larry Sconyers
Title Mayor/Chairman
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED
is hereby acknowledged by
~#-~~/c'*,,,- Co-:s~~~
this the ,;!.-> day of ~A/ / , 1996
By
~~
o ~ /"'..-....e s;, oI~.--./r
Title
9416
NTP-1
I"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~I
I
I
Ii
CHANGE ORDER
Order No.
Date
Agreement Date
PROJECT: J. B. MESSERLY WWTP-CONSTRUCTED WETLANDS TERTIARY TREATMENT-PHASEI
OWNER: AUGUSTA-RICHMOND COUNTY, GEORGIA
CONTRACTOR:
The following changes are hereby made to the CONTRACT DOCUMENTS:
/
Justiflcation:
Change to Contract Price:
Original CONTRACT PRICE
$
Current CONTRACT PRICE adjusted
by previous CHANGE ORDERS
$
The CONTRACT PRICE due to this
CHANGE ORDER will be (increased)
(decreased) by:
$
New CONTRACT PRICE including this CKN~GE ORDER
$
Change to CONTRACT TIME:
Original completion date:
Current completion date:
The CONTRACT TIME will be (increased) (decreased) by
calendar days.
The new date for completion of all work will be
(Date) .
Requested:
Date
By:
Recorrunended:
Date
By:
Accepted:
Date
By:
9416
CO-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL CONDITIONS
1. Definitions
2. Additional Instructions and
Detail Drawings
3. Schedules, Reports & Records
4. Drawings and Specifications
5. Shop Drawings
,6. Materials, Services & Facilities
7. Inspection and Testing
8. Substitutions
9. Patents
10. Surveys, Permits, Regulations
11. Protection of Work, Property,
Persons '
12. Supervision by Contractor
13. Changes in the Work
14. Changes in Contract Price
15. Time for Completion and
Liquidated Damages
16. Correction of Work
1. DEFINITIONS
17. Subsurface Conditions
18. Suspension of Work, Termination
and Delay
19. Payments to Contractor
20. Acceptance of Final Payment
as Release
21. Insurance
22. Contract Security
23. Assignments
24. Indemnification
25. Separate Contracts
26. Subcontracting
27. Engineer's Authority
28. Land and Rights-of-Way
29. Guaranty
30. Disputes
31. Taxes
1.1 Wherever used in the CONTRACT DOCUMENTS, the following terms shall have
the meanings indicated which shall be applicable to both the singular and
plural thereof:
1.2 ADDENDA - Written or graphic instruments issued prior to the execution
of the Agreement which modify or interpret the.CONTRACT DOCUMENTS. DRAWINGS
and SPECIFICATIONS, by additions, deletions, clarifications or corrections.
1.3 BID - The offer or proposal of the BIDDER submitted on the prescribed
form setting forth the prices for the WORK to be performed.
1.4 BIDDER - Any person, firm or corporation submitting a BID for the WORK.
1.5 BONDS - Bid, Performance, and Payment Bonds and other instruments of
security, furnished by the CONTRACTOR and his surety in accordance with the
CONTRACT DOCUMENTS.
1.6 CHANGE ORDER A written order to the CONTRACTOR authorizing an
addition, deletion or revision in the WORK within the general scope of the
CONTRACT DOCUMENTS, or authorizing an adjustment in the CONTRACT PRICE or
CONTRACT TIME.
1.7 CONTRACT DOCUMENTS - The contract, including Advertisement For Bids,
Information For Bidders, BID, Bid Bond, Agreement, Payment Bond, Performance
Bond, NOTICE .OF AWARD, NOTICE TO PROCEED, CHANGE ORDER, DRAWINGS,
SPECIFICATIONS, and ADDENDA.
1.8 CONTRACT PRICE - The total monies payable to the CONTRACTOR under the
terms and conditions of the CONTRACT DOCUMENTS.
GC - 1
I
I
I
I
I'
I:
,
It
I
I
I
I;
Ii
I'
I
I
I
I
I
II
I
i
1.9 CONTRACT TIME - The number of calendar days stated in the CONTRACT
DOCUMENTS for the completion of the WORK.
1.10 CONTRACTOR - The person, firm or corporation with whom the OWNER has
executed the Agreement.
1.11 DRAWINGS The part of the CONTRACT DOCUMENTS which show the
characteristics and scope of the WORK to be performed and which have been
prepared or approved by the ENGINEER.
1.12 ENGINEER The person, firm or corporation named as such in the
CONTRACT DOCUMENTS.
1.13 FIELD ORDER - A written order effecting a change in the WORK not
involving an adjustment in the CONTRACT PRICE or an extension of the
CONTRACT TIME, issued by the ENGINEER to the CONTRACTOR during construction.
1.14 NOTICE OF AWARD - The written notice of the acceptance of the BID from
the OWNER to the successful BIDDER.
1.15 NOTICE TO PROCEED - Written communication issued by the OWNER to the
CONTRACTOR authorizing him to proceed with the WORK and establishing the
date of commencement of the WORK.
1.16 OWNER - A public or quasi-public body
association, partnership, or individual for
performed.
or authority, corporation,
whom the WORK is to be
1.17 PROJECT - The undertaking to be performed as provided in the CONTRACT
DOCUMENTS.
1.18 RESIDENT PROJECT REPRESENTATIVE - The authorized representative of the
OWNER who is assigned to the PROJECT site or any part thereof.
1.19 SHOP DRAWINGS -All drawings, diagrams, illustrations, brochures,
schedules and other data which are prepared by the CONTRACTOR, a
SUBCONTRACTOR, manufacturer, SUPPLIER or distributor, which illustrate how
specific portions of the WORK shall be fabricated or installed.
1.20 SPECIFICATIONS
written descriptions
construction systems,
A part of the CONTRACT DOCUMENTS consisting of
of a technical nature of materials, equipment,
standards and workmanship.
1.21 SUBCONTRACTOR - An individual, firm or corporation having a direct
contract with the CONTRACTOR or with any other SUBCONTRACTOR for the
performance of a part of the WORK at the site.
1.22 SUBSTANTIAL COMPLETION - That date as certified by the ENGINEER when
the construction of the PROJECT or a specified part thereof is sufficiently
completed, in accordance with the CONTRACT DOCUMENTS, so that the PROJECT or
specified part can be utilized for the purposes for which it is intended.
1.23 SUPPLEMENTAL GENERAL CONDITIONS - Modifications to General Conditions
required by a Federal agency for participation in the PROJECT and approved
by the agency in writing prior to inclusion in the CONTRACT DOCUMENTS, or
such requirements that may be imposed by applicable state laws.
GC - 2
I
I
I
I
I
I
I
i
I
I
I
I
I
I
I
I
I
I
1
I'
1\
1.24 SUPPLIER - Any person or organization who supplies materials or
equipment for the WORK, including that fabricated to a special design, but
who does not perform labor at the site.
1.25 WORK - All labor necessary to produce the construction required by the
CONTRACT DOCUMENTS, and all materials and equipment incorporated or to be
incorporated in the PROJECT.
1.26 WRITTEN NOTICE - Any not~ce to any party of the Agreement relative to
any part of this Agreement in writing and considered delivered and the
service thereof completed, when posted by certified or registered mail to
the said party at his last given address, or delivered in person to said
party or his authorized representative on the WORK.
2. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS
2.1 The CONTRACTOR may be furnished additional instructions and detail
drawings, by the ENGINEER, as necessary to carry out the WORK required by
the CONTRACT DOCUMENTS.
2.2 The additional drawings and instruction thus supplied will become a
part of the CONTRACT DOCUMENTS. The CONTRACTOR shall carry out the WORK in
accordance with the additional detail drawings and instructions.
3. SCHEDULES, REPORTS AND RECORDS
3.1 The CONTRACTOR shall submit to the OWNER such, schedule of quantities
and costs, progress schedules, payrolls, reports, estimates, records and
other data where applicable as are required by the CONTRACT DOCUMENTS for
the WORK to be performed.
3.2~ Prior to the first partial payment estimate the CONTRACTOR shall submit
construction progress schedules showing the order in which he proposes to
carryon the WORK, including dates at which he will start the various parts
of the WORK, estimated date of completion of each p~rt and, as applicable:
3.2.1 The dates at which special detail drawings will be required; and
3.2.2 Respective dates for submission of SHOP DRAWINGS, the beginning
of manufacture, the testing and the installation ,of materials, supplies and
equipment.
3.3 The CONTRACTOR shall also submit a schedule of payments that he
anticipates he will earn during the course of the WORK.
3.4 The CONTRACTOR shall maintain in a safe place at the site one record
copy of all Drawings, Specifications, Addenda, Written Amendments, Change
Orders, Work Directive Changes, Field Orders and written interpretations and
clarifications in good order and annotated to show all changes made during
construction. These record documents together with all approved samples and
a counterpart of all approved' Shop Drawings will be available to ENGINEER
for reference. . Upon completion of the Work, these record documents, samples
and Shop, Drawings will be delivered to the ENGINEER for the OWNER.
GC - 3
I
I
I
1
I
I'
I
1
I'
I
I
1\
I
I.
I
I
I
I
I
4.
DRAWINGS AND SPECIFICATIONS
4.1 The intent of the DRAWINGS and SPECIFICATIONS is that the CONTRACTOR
shall furnish all labor, materials, tools, equipment, and transportation
necessary for the proper execution of the WORK in accordance with the
CONTRACT DOCUMENTS and all incidental work necessary to complete the PROJECT
in an acceptable manner, ready for use, occupancy or operation by the
OWNER.
4.2 In case of conflict between the DRAWINGS and SPECIFICATIONS, the
SPECIFICATIONS shall govern. Figure, dimensions on DRAWINGS shall govern
over scale dimensions, and detailed DRAWINGS shall govern over general
DRAWINGS.
4.3 Any discrepancies found between the DRAWINGS and SPECIFICATIONS and
si te conditions or any inconsistencies or ambigui ties in the DRAWINGS or
SPECIFICATIONS shall be immediately reported to the ENGINEER, in writing,
who shall promptly correct such inconsistencies .or ambiguities in writing.
WORK done by the CONTRACTOR after his discovery of such discrepancies,
inconsistencies or ambiguities shall be done at the CONTRACTOR'S risk.
5. SHOP DRAWINGS
5.1 The CONTRACTOR shall provide SHOP DRAWINGS as may be necessary for the
prosecution of the WORK as required by the CONTRACT DOCUMENTS. The ENGINEER
shall promptly review all SHOP DRAWINGS. The ENGINEER'S approval of any
SHOP DRAWINGS shall not release the CONTRACTOR from responsibility for
deviations from the CONTRACT DOCUMENTS. The approval of any SHOP DRAWING
which substantially deviates from the requirement of the CONTRACT DOCUMENTS
shall be evidenced by a CHANGE ORDER.
5.2 When submitted for the ENGINEER'S review, SHOP DRAWINGS shall bear the
CONTRACTOR I S certification that he has reviewed, checked and approved the
SHOP DRAWINGS and that they are in conformance with the requirements of the
CONTRACT DOCUMENTS.
5.3 Portions of the WORK requiring a SHOP DRAWING or sample submission
shall not begin until the SHOP DRAWING or submission has been approved by
the ENGINEER. A copy of each approved SHOP DRAWING and each approved
sample shall be kept in good order by the CONTRACTOR at the site and shall
be available to the ENGINEER.
6. MATERIALS, SERVICES AND FACILITIES
6.1 It is understood that, except as otherwise specifically stated in the
CONTRACT DOCUMENTS, the CONTRACTOR shall provide and pay for all materials,
labor, tools, equipment, water, light, power, transportation, supervision,
temporary construction of any nature, and all other services and facilities
of any nature whatsoever necessary to execute, complete, and deliver the
WORK within the specified time.
6.2 Material,s and equipment shall be so
preservation of their quality and fitness for
and equipment to be incorporated in the WORK
facilitate prompt inspection.
stored as to insure the
the WORK. Stored materials
shall be located so as to
GC - 4
-I
'I
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
6.3 Manufactured articles, materials and equipment shall be applied,
installed, connected, erected, used, cleaned and conditioned as directed by
the manufacturer.
6.4 Materials, supplies and equipment shall be in accordance with samples
submitted by the CONTRACTOR and approved by the ENGINEER.
6.5 Materials, supplies or equipment to be incorporated into the WORK shall
not be purchased by the CONTRACTOR or the SUBCONTRACTOR subject to a chattel
mortgage or under a conditional sale contract or other agreement by which an
interest is retained by the seller.
7. INSPECTION AND TESTING
7. 1 All
shall be
generally
DOCUMENTS.
materials and equipment used in the construction of the PROJECT
subj ect to adequate inspection and testing in accordance wi th
accepted standards, as required and defined in the CONTRACT
7.2 The OWNER shall provide all inspection and testing 'services not
required by the CONTRACT DOCUMENTS.
7.3 The CONTRACTOR shall provide at his expense the testing and inspection
services required by the CONTRACT DOCUMENTS.
7.4 If the CONTRACT DOCUMENTS, laws, ordinances, rules, regulations or
orders of any public authority having jurisdiction require any WORK to
specifically be inspected, tested, or approved by someone other than the
CONTRACTOR, the CONTRACTOR will give the ENGINEER timely notice of
readiness. The CONTRACTOR will then furnish the ENGINEER the required
certificates of inspection, testing or approval.
7.5 Inspections, tests or approvals by the ENGINEER or others shall not
relieve the CONTRACTOR from his obligations to perform the WORK in
accordance with the requirements of the CONTRACT DOCUMENTS.
7.6 The ENGINEER and his representatives will at all times have access to
the WORK. In addition, authorized representatives and agents of any
participating Federal or state agency shall be permitted to inspect all
work, materials, payrolls, records of personnel, invoices of materials, and
other relevant data and records. The CONTRACTOR will provide proper
facilities for such access and observation of the WORK and also for any
inspection, or testing thereof.
7.7 If any WORK is covered contrary to the written instructions of the
ENGINEER it must, if requested by the ENGINEER, be uncovered for his
observation and replaced at the CONTRACTOR'S expense.
7.8 If the ENGINEER considers it necessary or advisable that covered WORK
be inspected or tested by others, the CONTRACTOR, at the ENGINEER'S request,
will uncover, expose or otherwise make available for observation inspection
or testing as the ENGINEER may require, that portion of the WORK in
question, furnishing all necessary labor, materials, tools, and equipment.
If it is found that such WORK is defective, the CONTRACTOR will bear all the
expenses of such uncovering, exposure, observation, inspection and testing
and of satisfactory reconstruction. If, however, such WORK is not found to
be defective, the CONTRACTOR will be allowed an increase in the CONTRACT
GC - 5
I
I
I
I
I
I,
I
I
1\
I
I
I;"
Ii
I
\
I'
I
I
I
I
I
I;
PRICE or an extension of the CONTRACT TIME, or both, directly attributable
to such uncovering, exposure, observation, inspection, testing and
reconstruction and an appropriate CHANGE ORDER shall be issued.
8. SUBSTITUTIONS
8.1 Whenever a material, article or piece of equipment is identified on the
DRAWINGS or SPECIFICATIONS by reference to brand name or catalogue number,
it shall be understood that this is referenced for the purpose of defining
the performance or other salient requirements and that other products of
equal capacities, quality and function shall be considered. The CONTRACTOR
may recommend the substitution of a material, article, or piece of equipment
of equal substance and function for those referred to in the CONTRACT
DOCUMENTS by reference to brand name or catalogue number, and if, in the
opinion of the ENGINEER, such material, article, or piece of equipment is of
equal substance and function to that specified, the ENGINEER may approve its
substitution and use by the CONTRACTOR. Any cost differential shall be
deductible from the CONTRACT PRICE and the CONTRACT DOCUMENTS shall be
appropriately modified by CHANGE ORDER. The CONTRACTOR warrants that if
substitutes are approved, no major changes in the function or general design
of the PROJECT will result. Incidental changes or extra component parts
required to accommodate the substitute will be made by the CONTRACTOR
without a change in the CONTRACT PRICE or CONTRACT TIME.
9. PATENTS
9.1 The CONTRACTOR shall pay all applicable royalties and license fees. He
shall defend all suits or claims for infringement of any patent rights and
save the OWNER harmless from loss on account thereof, except that the OWNER
shall be responsible for any such loss when a particular process, design, or
the product of a particular manufacturer or manufacturers is specified,
however, if the CONTRACTOR has reason to believe that the design, process or
product specified is an infringement of a patent, he shall be responsible
for such loss unless he promptly gives such information to the ENGINEER.
10. SURVEYS, PERMITS, REGULATIONS
10.1 The OWNER shall furnish all boundary surveys and establish all base
lines for locating the principal component parts of the WORK together with a
suitable number of bench marks adjacent to the WORK as shown in the CONTRACT
DOCUMENTS. From the information provided by the OWNER, unless otherwise
specified in the CONTRACT DOCUMENTS, the CONTRACTOR shall develop and make
all detail surveys needed for construction such as slope stakes, batter
boards, stakes for pile locations and other working points, lines,
elevations and cut sheets.
10.2 The CONTRACTOR shall carefully preserve bench marks, reference points
and stakes and, in case of willful or careless destruction, he shall be
charged with the resulting expense and shall be responsible for any mistakes
that may be caused by their unnecessary loss or disturbance.
10.3 Permits. and licenses of a temporary nature necessary for the
prosecution of the WORK shall be secured and paid for by the CONTRACTOR
unless otherwise stated in the SUPPLEMENTAL GENERAL CONDITIONS. Permits,
licenses and easements for permanent structures or permanent changes in
existing facilities shall be secured and paid for by the OWNER, unless
otherwise specified. The CONTRACTOR shall give all notices and comply with
GC - 6
I
I
I
I
I
I
I
I
I
I
I
I:
I
I
I
I
I
I
I
all laws, ordinances, rules ~n6'regulations bearing on the cond4ct of the
WORK as drawn and specified. If the CONTRACTOR observes that the CONTRACT
DOCUMENTS are at variance therewith, he shall promptly notify the ENGINEER
in writing, and any necessary changes shall be adjusted as provided in
Section 13, CHANGES IN THE WORK.
11. PROTECTION OF WORK, PROPERTY AND PERSONS
11.1 The CONTRACTOR will be responsible for initiating, maintaining and
supervising all safety precautions and programs in connection with the WORK.
He will take all necessary precautions for the safety of, and will provide
the necessary protection to prevent damage, injury or loss to all employees
on the WORK and other persons who may be affected thereby, all the WORK and
all materials or equipment to be incorporated therein, whether in storage on
or off the site, and other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements, roadways, structures and
utilities not designated for removal, relocation or replacement in the
course of construction.
11. 2 The CONTRACTOR will comply with all applicable laws, ordinances,
rules, regulations and orders of any public body having jurisdiction. He
will erect and maintain, as required by the conditions and progress of the
WORK, all necessary safeguards for safety and protection. He will notify
owners of adjacent utilities when prosecution of the WORK may affect them.
The CONTRACTOR will remedy all damage, injury or loss to any property
caused, directly or indirectly, in whole or in part, by the CONTRACTOR, and
SUBCONTRACTOR or anyone directly or indirectly employed by any of them or
anyone for whose acts any of them be liable, except damage or loss
attributable to the fault of the CONT,RACT DOCUMENTS or to the acts or
omissions of the OWNER or the ENGINEER or anyone employed by either of them
or anyone for whose acts either of them may be liable, and hot attributable,
directly or indirectly, in whole or in part, to the fault or negligence of
the CONTRACTOR.
11.3 In emergencies affecting the safety of persons or the WORK or property
at the site or adjacent thereto, the CONTRACTOR, without special instruction
or authorization from the ENGINEER or OWNER, shall act to prevent threatened
damage, injury or loss. He will give the ENGINEER prompt WRITTEN NOTICE of
any significant changes in the WORK or deviations from the CONTRACT
DOCUMENTS caused thereby, and a CHANGE ORDER shall thereupon be issued
covering the changes and deviations involved.
12. SUPERVISION BY CONTRACTOR
12.1 The CONTRACTOR will supervise and direct the WORK. He will be solely
responsible for the means, methods, techniques, sequences and procedures of
construction. The CONTRACTOR will employ and maintain on the WORK a
qualified supervisor or superintendent who shall have been designated in
writing by the CONTRACTOR as the CONTRACTOR'S representative at the site.
The supervisor shall have full authority to act on behalf of the CONTRACTOR
and all communications given to the supervisor shall be as binding as if
given to the CqNTRACTOR. The supervisor shall be present on the site at all
times as required to perform adequate supervision and coordination of the
WORK.
13. CHANGES IN THE WORK
GC - 7
I
I
I
1
,I
-I
1
I
I:
I
I:
1
I
,
I
I:
I
I
I;
I
1
I
I
I
13.1 The OWNER may at any time, as the need arises, order changes within
the scope of the WORK without invalidating the Agreement. If such changes
increase or decrease the amount due under the CONTRACT DOCUMENTS, or in the
time required for performance of the WORK, an equitable adjustment shall be
authorized by CHANGE ORDER.
13.2 The ENGINEER, also, may at any time, by issuing a FIELD ORDER, make
changes in the details of the WORK. The CONTRACTOR shall proceed with the
performance of any changes in the WORK so ordered by the ENGINEER unless the
CONTRACTOR believes that such FIELD ORDER entitles him to a change in
CONTRACT PRICE or TIME, or both, in which .event he shall give the ENGINEER
WRITTEN NOTICE thereof wi thin seven (7) days after the receipt of the
ordered change. Thereafter the CONTRACTOR shall document the basis for the
change in CONTRACT PRI CE or TIME wi thin thi rt y (30) days. The CONTRACTOR
shall not execute such changes pending the receipt of an executed CHANGE
ORDER or further instruction from the OWNER.
14. CHANGES IN CONTRACT PRICE
14.1 The CONTRACT PRICE may be changed only by a CHANGE ORDER. The value
of any WORK covered by a CHANGE ORDER or of any claim for increase or
decrease in the CONTRACT PRICE shall be determined by one or more of the
following methods in the order of precedence listed below:
(a) Unit prices previously approved.
(b) An agreed lump sum.
(c) The actual cost for labor, direct overhead, materials, supplies,
equipment, and other services necessary to complete the work. In addition
,there shall be added an amount to be agreed upon but not to exceed fifteen
(15) percent of the actual cost of the WORK to cover the cost of general
overhead and profit.
15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
15.1 The date of beginning and the time for completion of the WORK are
essential conditions of the CONTRACT DOCUMENTS and the WORK embraced shall
be commenced on a date specified in the NOTICE TO PROCEED.
15.2 The CONTRACTOR will proceed with the WORK at such rate of progress to
insure full completion within the CONTRACT TIME. It is expressly understood
and agreed, by and between the CONTRACTOR and the OWNER, that the CONTRACT
TIME for the completion of the WORK described herein is a reasonable time,
taking into consideration the average climatic and economic conditions and
other factors prevailing in the locality of the WORK.
15.3 If the CONTRACTOR shall fail to complete the WORK within the CONTRACT
TIME, or extension of time granted by the OWNER, then the CONTRACTOR will
pay to the OWNER the amount for liquidated damages as specified in the BID
for each calendar day that the CONTRACTOR shall be in default after the time
stipulated in the CONTRACT DOCUMENTS.
15.4 The CONT,RACTOR shall not be charged with liquidated damages or any
excess cost when the delay in completion of the WORK is due to the
following, and the CONTRACTOR has promptly given WRITTEN NOTICE of such
delay to the OWNER or ENGINEER.
GC - 8
I
I
I
I
I
I
I
I
I
I
I
I,
I'
I
I
I
I
I
\1
15.4.1 To any preference, priority or allocation order duly issued by
the OWNER.
15.4.2 To unforeseeable causes beyond the control and without / the
fault or negligence of the CONTRACTOR, including but not restricted to, acts
of God, or of the public enemy, acts of the OWNER, acts of another
CONTRACTOR in the performance of a contract with the OWNER, fires, floods,
epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal
and unforeseeable weather; and
15.4.3 To any delays of SUBCONTRACTORS occasioned by any of the causes
specified in paragraphs 15.4.1 and 15.4.2 of this article.
15.5 No added cost from delay:
occasioned by the causes set out in
be required to pay any additional
extension of time to the CONTRACTOR
In the event of a delay in completion
15.4.1 thru 15.4.3, the OWNER shall not
costs resul ting from such delay. The
shall be the exclusive remedy.
15.6 Non-excusable delay: The factors, with the exception of "Labor
Disputes", set out in paragraph 15.4.1 thru 15.4.3 which specify causes for
excusable delay in completion of construction shall not constitute a defense
for delay in completion caused by the acts or omissions of the CONTRACTOR,
its agents or employees.
15.7 Change in Contract Time: The CONTACT TIME may only be changed by a
CHANGE ORDER or a WRITTEN AMENDMENT. Any claim for an extension or
shortening of the CONTRACT TIME shall be based on WRITTEN NOTICE delivered
by the party making the claim to the other party and to ENGINEER promptly
(but in no event later than thirty days) after the occurrence of the event
gi ving rise to the claim, and stating the general nature of the claim.
Notice of the extent of the claim with supporting data shall be delivered
within sixty days after such occurrence (unless ENGINEERS allows an
additional period of time to ascertain more accurate data in support of the
claim) and shall be accompanied by the claimant's written statement that
the adjustment claimed is the entire adjustment to which the claimant has
reason to believe it is entitled as a result of the occurrence of said
event. All claims for adjustment in the CONTRACT TIME shall be determined
by ENGINEER in accordance with paragraph 27.1 if OWNER and CONTRACTOR cannot
otherwise agree. ' No claim for an adjustment in the CONTRACT TIME will be
valid if not submitted in accordance with the requirements of this paragraph
15.7.
16. CORRECTION OF WORK
16.1 The CONTRACTOR shall promptly remove from the premises all WORK
rejected by the ENGINEER for failure to comply with the CONTRACT DOCUMENTS,
whether incorporated in the construction or not, and the CONTRACTOR shall
promptly replace and re-execute the WORK in accordance with the CONTRACT
DOCUMENTS and without expense to the OWNER and shall bear the expense of
making good all WORK of other CONTRACTORS destroyed or damaged by such
removal or replacement.
16.2 All removal and replacement WORK shall be done at the CONTRACTOR'S
expense. I f the CONTRACTOR does not take action to remove such rej ected
WORK within ten (10) days after receipt of WRITTEN NOTICE, the OWNER may
remove such WORK and store the materials at the expense of the CONTRACTOR.
GC - 9
I
I
I
I
I
I
f
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I
I
17. SUBSURFACE CONDITIONS
17.1 The CONTRACTOR shall promptly, and before such conditions are
disturbed, except in the event of an emergency, notify the OWNER by WRITTEN
NOTICE of:
17.1.1 Subsurface or latent"physical conditions of the site differing
materially from those indicated in the CONTRACT DOCUMENTS: or
17.1.2 Unknown physical conditions at the site, of an unusual nature,
differing materially from those ordinarily encountered and generally
recognized as inherent in WORK of the character provided for in the CONTRACT
DOCUMENTS.
17.2 The OWNER shall promptly investigate the conditions, and if he finds
that such conditions do so materially differ and cause an increase or
decrease in the cost of, or in the time required for, performance of the
WORK, an equitable adjustment shall be made and the CONTRACT DOCUMENTS shall
be modified by a CHANGE ORDER. Any claim of the CONTRACTOR for adjustment
hereunder shall not be allowed unless he has given the required WRITTEN
NOTICE; provided that ,the OWNER may, if he determines the facts so justify,
consider and adjust any such claims asserted before the date of final
payment.
18. SUSPENSION OF WORK, TERMINATION AND DELAY
18.1 The OWNER may suspend the WORK or any portion thereof for a period of
not more than ninety days or such further time as agreed upon by the
CONTRACTOR, by WRITTEN NOTICE to the CONTRACTOR and the ENGINEER which
notice shall fix the date on which WORK shall be resumed. The CONTRACTOR
will resume that WORK on the date so fixed. The CONTRACTOR will be allowed
an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or
both, directly attributable to any suspension.
18.2 If the CONTRACTOR is adjudged a bankrupt or insolvent, or if he makes
a general assignment for the benefit of his creditors, or if a trustee or
receiver is appointed for the CONTRACTOR or for any of his property, or if
he files a petition to take advantage of any debtor's act, or to reorganize
under the bankruptcy or applicable laws, or if he repeatedly fails to supply
sufficient skilled workmen or suitable materials or equipment, or if he
repeatedly fails to make prompt payments to SUBCONTRACTORS or for labor,
materials or equipment or if he disregards laws, ordinances, rules,
regulations or orders of any public body having jurisdiction of the WORK or
if he disregards the authority of the ENGINEER, or if he otherwise violates
any provision of the CONTRACT DOCUMENTS, then the OWNER may, without
prejudice to any other right or remedy and after giving the CONTRACTOR and
his surety a minimum of ten (10) days from deli very of a WRITTEN NOTICE
terminate the services of the CONTRACTOR and take possession of the PROJECT
and of all materials, equipment, tools, construction equipment and machinery
thereon owned by the CONTRACTOR, and finish the WORK by whatever method he
may deem expedient. In such case the CONTRACTOR shall not be entitled to
receive any further payment until the WORK is finished. If the unpaid
balance of the CONTRACT PRICE exceeds the direct and indirect costs of
completing the PROJECT, including compensation for additional professional
services, such excess SHALL BE PAID TO THE CONTRACTOR. If such costs exceed
such unpaid balance, the CONTRACTOR will pay the difference to the OWNER.
GC - 10
I
I
I
I
I
I
I
I
I
I
I
I
II
I:
:
\
I'
I
I
I
I
I
I
Such costs incurred by the OWNER will be determined by the ENGINEER and
incorporated in a CHANGE ORDER.
18.3 Where the CONTRACTOR'S services have been so terminated by the OWNER,
said termination shall not affect any right of the OWNER against the
CONTRACTOR theri existing or which may thereafter accrue. Any retention or
payment of monies by the OWNER due the CONTRACTOR will not release the
CONTRACTOR from compliance with the CONTRACT DOCUMENTS.
18.4 After ten (10) days from ,delivery of a WRITTEN NOTICE to the
CONTRACTOR and the ENGINEER, the OWNER may, without cause and without
prej udice to any other right or remedy, elect to abandon the PROJECT and
terminate the CONTRACT. In such case, the CONTRACTOR shall be paid for all
WORK executed and any expense sustained plus reasonable profit.
18.5 If, through no act or f~ult of the CONTRACTOR, the WORK is suspended
for a period of more than ninety (90) days by the OWNER or under an order of
court or other public authority, or the ENGINEER fails to act on any request
for payment within thirty, (30) days after it, is submitted, or the OWNER
fails to pay the CONTRACTOR substantially the sum approved by the ENGINEER
or awarded by alternate process within thirty (30) days of its approval and
presentation, then the CONTRACTOR may, after ten (10) days from delivery of
a WRITTEN NOTICE to the OWNER and the ENGINEER, terminate the CONTRACT and
recover from the OWNER payment for all WORK executed and all expenses
sustained. In addition and in lieu of terminating the CONTRACT, if the
ENGINEER has failed to act ori a request for payment or if the OWNER has
failed to make any payment as aforesaid, the CONTRACTOR may upon ten (10)
days WRITTEN NOTICE to the OWNER and the ENGINEER stop the WORK until he has
been paid all amounts then due, in which event and upon resumption of the
WORK, CHANGE ORDERS shall be issued for adjusting the CONTRACT PRICE or
extending the CONTRACT TIME or both to compensate for the costs and delays
attributable to the stoppage of the WORK.
18.6 If the performance of all or any portion of the WORK is suspended,
delayed, or interrupted as a result of a failure of the OWNER or ENGINEER to
act within the time specified in the CONTRACT DOCUMENTS, or if no time is
specified, within a reasonable time, an adjustment in the CONTRACT PRICE or
an extension of the CONTRACT TIME, or both, shall be made by CHANGE ORDER to
compensate the CONTRACTOR for the costs and delays necessarily caused by the
failure of the OWNER or ENGINEER.
19. PAYMENTS TO CONTRACTOR
19.1 At least ten (10) days before each progress payment falls due (but not
more often than once a month), the CONTRACTOR will submit to the ENGINEER a
partial payment estimate filled out and signed by the CONTRACTOR covering
the WORK performed during the period covered by the partial payment estimate
and supported by such data as the ENGINEER may reasonably require. If
payment is requested on the basis of materials and equipment not
incorporated in the WORK but delivered and suitably stored at or near the
site, the partial payment estimate shall also be accompanied by such
supporting data, satisfactory to the OWNER, as will establish the OWNER'S
title to the material and equipment and protect his interest therein,
including applicable insurance. The ENGINEER will, within ten (10) days
after receipt of each partial payment estimate, either indicate in writing
his approval of payment and present the partial payment estimate to the
OWNER, or return the partial payment estimate to the CONTRACTOR indicating
GC - 11
1
I
I
I
I,
I
II
\
I
I
I
I
I
I'
I
I
I
1
I
I
I
I
I
in writing his reasons for refusing to approve payment. In the latter case,
the CONTRACTOR may make the necessary corrections and resubmit the partial
payment estimate. The OWNER will, 'within ten (10) days of presentation to
him of an approved partial payment estimate, pay the CONTRACTOR a progress
payment on the basis of the approved partial payment estimate. The OWNER
shall retain ten (10) percent of the amount of each payment until final
completion and acceptance of all work covered by the CONTRACT DOCUMENTS.
The OWNER at any time, however, after fifty (50) percent of the WORK has
been completed, if he finds that satisfactory progress is being made, shall
reduce retainage to five (5%) percent Of the contract amount. When the WORK
is substantially complete (operational or beneficial occupancy), the
retained amount may be further reduced below five (5) percent to only that
amount necessary to assure completion. On completion and acceptance of a
part of the WORK on which the price is stated separately in the CONTRACT
DOCUMENTS, payment may be made in full, including retained percentages, less
authorized deductions.
19.2 The request for payment may also include an allowance for the cost of
such major materials and equipment which are suitably stored either at or
near the site.
19.3 Prior to SUBSTANTIAL COMPLETION, the OWNER, with the approval of the
ENGINEER and with the concurrence of the CONTRACTOR, may use any completed
or substantially completed portions of the WORK. Such use shall not
constitute an acceptance of such portions of the WORK.
19.4 The OWNER shall have the right to enter the premises for the purpose
of doing work not covered by the CONTRACT DOCUMENTS. This provision shall
not be construed as relieving the CONTRACTOR of the sole responsibility for
the care and protection of the WORK, or the restoration of any damaged WORK
except such as may be caused by agents or employees of the OWNER.
19.5 Upon completion and acceptance of the WORK, the ENGINEER shall issue a
certificate attached to the final payment request that the WORK has been
accepted by him under the conditions of the CONTRACT DOCUMENTS. The entire
balance found to be due the CONTRACTOR, including the retained percentages,
but except such sums as may be lawfully retained by the OWNER, shall be paid
to the CONTRACTOR within thirty (30) days of completion and acceptance of
the WORK.
19.6 The CONTRACTOR will indemnify and save the OWNER or the OWNER'S agents
harmless from all claims growing out of the lawful demands of
SUBCONTRACTORS, laborers, workmen, mechanics, materialmen, and furnishers of
machinery and parts thereof," equipment, tools, and all supplies, incurred in
the furtherance of the performance of the WORK. The CONTRACTOR shall, at
the OWNER' S request, furnish satisfactory evidence that all obligations of
the nature designated above have been paid, discharged, or waived. If the
CONTRACTOR fails to do so the OWNER may, after having notified the
CONTRACTOR, either pay unpaid bills or withhold from the CONTRACTOR'S unpaid
compensation a sum of money deemed reasonably sufficient to pay any and all
such lawful claims until satisfactory evidence is furnished that all
liabilities have been fully. discharged whereupon payment to the CONTRACTOR
shall be resumed, in accordance with the terms of the CONTRACT DOCUMENTS,
but in no event ,shall the provisions of this sentence be construed to impose
any obligations upon the OWNER to either the CONTRACTOR, his Surety, or any
third party. In paying any unpaid bills of the CONTRACTOR, any'payment so
made by the OWNER shall be considered as a payment made under the CONTRACT
GC - 12
I
I
I
I
I
i
I
I
I
I
I
I,
II
I;,
I
Ii
I'
I:
I
I
I,
I
I
I
,
DOCUMENTS by the OWNER to the CONTRACTOR and the OWNER shall not be liable
to the CONTRACTOR for any such payments made in good faith.
19.7 If the OWNER fails to make payment thirty (30) days after approval by
the ENGINEER, in addition to other remedies available to the CONTRACTOR,
there shall be added to each such payment interest at the maximum legal rate
commencing on the first day after said payment is due and continuing until
the payment is received by the CONTRACTOR.
20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE
20.1 The acceptance by the CONTRACTOR of final payment shall be and shall
operate as a release to the OWNER of all, claims and all liability to the
CONTRACTOR other than claims in stated amounts as may be specifically
excepted by the CONTRACTOR for all things done or furnished in connection
with this WORK and for every act and neglect of the OWNER and others
relating to or arising out of this WORK. Any payment, however, final or
otherwise, shall not release the CONTRACTOR or his sureties from any
obligations under the CONTRACT DOCUMENTS or the Performance BOND and Payment
BONDS.
21. INSURANCE
21.1" The CONTRACTOR shall purchase and maintain such insurance as will
protect him from claims set forth below which may arise out of or result
from the CONTRACTOR'S execution of the WORK, whether such execution be by
himself or by any SUBCONTRACTOR or by anyone directly or lndirectly employed
by any of them, or by anyone for whose acts any of them may be liable:
21.1.1 Claims under ,workmen I s compensation, disability benefit and
other similar employee benefit acts;
21.'1.2 Claims
sickness or disease,
for damages because of
or death of his employees:
bodily
injury,
occupational
21.1.3 Claims for damages because of bodily injury, sickness or
disease, or death of any person other than his employees:
21.1.4 Claims for damages insured by usual personal injury liability
coverage which are sustained (1) by any person as a result of an offense
directly or indirectly related to the employment of such person by the
CONTRACTOR, or (2) by any other person; and
21.1.5 Claims for damages because of injury to or destruction of
tangible property, including loss of use resulting therefrom.
21.2 Certificates of Insurance acceptable to the OWNER shall be filed with
the OWNER prior to commencement of the WORK. These Certificates shall
contain a provision that coverages afforded under the policies will not. be
canceled unless at lease fifteen (15) days prior WRITTEN NOTICE has been
given to the OWNER.
21.3 The CONTRACTOR shall procure and maintain, at his own expense, during
the CONTRACT TIME, liability insurance as hereinafter specified;
21. 3 . 1 CONTRACTOR'S General Publi c Liabili t y and P ropert y Damage
Insurance including vehicle coverage issued to the CONTRACTOR and protecting
GC - 13
I
I
I
I
I
!
I'
I
I
I
Ii
I
I!
Ii
I'
I~
I
I
I
I
I
him from all claims for personal injury, including death, and all claims for
destruction of or damage to property, arising out of or in connection with
any operations under the CONTRACT DOCUMENTS, whether such operations be by
himself or by any SUBCONTRACTOR under him, or anyone directly or indirectly
employed by the CONTRACTOR or by a SUBCONTRACTOR under him. Insurance shall
be written with a limit of liability of, not less than $500,000 for all
damages arising out of bodily injury, including death, at any time resulting
therefrom, sustained by anyone person in anyone accident; and a limit of
liability of not less than $500,000 aggregate for any such damages sustained
by two or more persons in anyone accident. Insurance shall be written with
a limit of liability of not less than $200,000 for all property damage
sustained by anyone person in anyone accident; and a limit of liability of
not less than $200,000 aggregate for any such damage sustained by two or
more persons in anyone accident.
21.3.2 The CONTRACTOR shall acquire and maintain, if
Extended Coverage insurance upon the PROJECT to the
thereof for the benefit of the OWNER, the CONTRACTOR,
their interest may appear. This provision shall in
CONTRACTOR or CONTRACTOR'S surety from obligations
DOCUMENTS to fully complete the PROJECT.
applicable, Fire and
full insurable value
and SUBCONTRACTOR as
no way release the
under the CONTRACT
21.4 The CONTRACTOR shall procure and maintain, at his own expense, during
the CONTRACT TIME, in accordance with the provisions of the law of the state
in which the work is performed. Workmen's Compensation Insurance, including
occupational disease provisions, for all of his employees at the site of the
PROJECT and in case any work is sublet, the CONTRACTOR shall require such
SUBCONTRACTOR similarly to provide Workmen's Compensation Insurance,
including occupational disease provisions for all the latter's employees
unless such employees are covered by the protection afforded by the
CONTRACTOR. In case any class of employees engaged in hazardous work under
this contract at the site of the PROJECT is not protected under Workmen's
Compensation statute, the CONTRACTOR shall provide and shall cause each
SUBCONTRACTOR to provide, adequate and suitable insurance for the protection
of his employees not otherwise protected.
21.5 The CONTRACTOR shall secure, if applicable, "All Risk" type Builder's
Risk Insurance for WORK to be performed. Unless specifically authorized by
the OWNER, the amount of such insurance shall not be less than the CONTRACT
PRICE totaled in the BID. The policy shall cover not less than the losse~
due to fire, explosion, hail, lightning, vandalism, malicious mischief,
wind, collapse, riot, aircraft, and smoke during the CONTRACT TIME, and
until the WORK is accepted by the OwNER. The policy shall name as the
insured the CONTRACTOR, the ENGINEER, and the OWNER.
22. CONTRACT SECURITY
22.1 The CONTRACTOR shall wi thin ten (10) days after the receipt of the
NOTICE OF AWARD furnish the OWNER with a Performance Bond and Payment Bond
in penal sums equal to the amount of the CONTRACT PRICE, conditioned upon
the performance by the CONTRACTOR of all undertakings, covenants, terms,
conditions and. agreements of the CONTRACT DOCUMENTS, and upon the prompt
payment by the CONTRACTOR .to all persons supplying labor and materials in
the prosecution of the WORK provided by the CONTRACT DOCUMENTS. Such BONDS
shall be executed by the CONTRACTOR and a corporate bonding company licensed
to transact such business in the state in which the WORK is to be performed
and named on the current list of "Surety Companies Acceptable on Federal
GC - 14
I
I
I
I
I
I
I
I
\
I
I
I
I
I'
I
I
I
I
I
I
I
Bonds" as published in the Treasury Department Circular Number 570. The
expense of these BONDS shall be borne by the CONTRACTOR. If at any time a
surety on any such BOND is declared a bankrupt or loses its right to do
business in the state in which the WORK is to be performed or is removed
from the list of Surety Companies accepted on Federal BONDS, CONTRACTOR
shall within ten (10) days after notice from the OWNER to do so, substitute
an acceptable BOND (or BONDS) in such form and sum and signed by such other
sure-ty or sureties as may be satisfactory to the OWNER. The premiums on
such BOND shall be paid by the CONTRACTOR. No further payments shall be
deemed due nor shall be made until the new surety or sureties shall have
furnished an acceptable BOND to the OWNER.
23. ASSIGNMENTS
23.1 Neither the CONTRACTOR nor the OWNER shall sell, transfer, assign or
otherw~se dispose of the CONTRACT or any portion thereof, or of his right,
title or interest therein, or his obligations thereunder, without written
consent of the other party.
\,'
24. INDEMNIFICATION
24.1 The CONTRACTOR will indemnify and hold harmless the OWNER and the
ENGINEER and' their agents and employees from and against all claims,
damages, losses and expenses including attorney's fees arising out of or
resulting from the performance of the WORK, provided that any such claims,
damage, loss or expense is attributable to bodily injury, sickness, disease
or death, or to injury to or destruction of tangible property including the
loss of use resulting therefrom: and is caused in whole or in part by any
negligent or willful act or omission of the CONTRACTOR, and SUBCONTRACTOR,
anyone directly or indirectly employed by any of them or anyone for whose
acts any of them may be liable. '
('
24.2 In any and all claims against the OWNER or the ENGINEER, or any of
their agents or employees, by any employee of the CONTRACTOR, an~
SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or
anyone for whose acts any of them may be liable, the indemnification
obligation shall not be limited in any way by any limitation on the amount
or type of damages, compensation or benefits payable by or for the
CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts,
disability benefit acts or other employee benefits acts.
24.3 The obligation of the CONTRACTOR under this paragraph shall not extend
to the liability of the ENGINEER" his agents or employees arising out of the
preparation or approval of maps, DRAWINGS, opinions, reports, surveys,
CHANGE ORDERS, designs or SPECIFICATIONS.
25. SEPARATE CONTRACTS
25.1 The OWNER reserves the right to let other contracts in connection with
the PROJECT. The CONTRACTOR shall afford other CONTRACTORS reasonable
opportunity for the introduction and storage of their materials and the
execution of their WORK, and shall properly connect and coordinate his WORK
with theirs. If the, proper execution or results of any part of the
CONTRACTOR'S WORK depends upon the WORK of any other CONTRACTOR, the
CONTRACTOR shall inspect and promptly report to the ENGINEER any defects in
such WORK that render it unsuitable for such proper execution and results.
GC - 15
I
I
I
1
I
I
I
I
11
i
I
I
I
I:
I:
I
1
1
I
I
I
I
25.2 The OWNER may perform additional WORK related to the PROJECT by
himself, or he may let other contracts containing provisions similar to
these. The CONTRACTOR will afford the other CONTRACTORS who are parties to
such Contracts (or the OWNER, if he is performing the additional WORK
himself), reasonable opportunity for the introduction and storage of
materials and equipment and the execution of WORK, and shall properly
connect and coordinate his WORK with theirs.
25.3 If the performance of additional WORK by other CONTRACTORS or the
OWNER is not noted in the CONTRAcT DOCUMENTS prior to the execution of the
CONTRACT, written notice' thereof shall be given to the CONTRACTOR prior to
starting any such additional WORK. If the CONTRACTOR believes that the
performance of such additional WORK by the OWNER or others involves him in
additional expense or entitles him to an extension of the CONTRACT TIME, he
may make a claim therefor as provided in Sections 14 and 15.
26. SUBCONTRACTING
26.1 The CONTRACTOR may utilize the services of specialty SUBCONTRACTORS on
those parts of the WORK which, under normal contracting practices, are
performed by specialty SUBCONTRACTORS.
26.2 The CONTRACTOR shall not award WORK to SUBCONTRACTOR(s), in excess of
fifty(50%) percent of the CONTRACT PRICE, without prior written approval of
the OWNER.
26.3 The CONTRACTOR shall be fully responsible to the OWNER for the acts
and omissions of his SUBCONTRACTORS, and of persons either directly or
indirectly employed by them, as he is for the acts and omissions of persons
directly employed by him. ,,/
26.4 The CONTRACTOR shall cause appropriate provisions to be inserted in
all subcontracts relative to the WORK to bind SUBCONTRACTORS to the
CONTRACTOR by the terms of the CONTRACT DOCUMENTS insofar as applicable to
the WORK of SUBCONTRACTORS and to give the CONTRACTOR the same power as
regards terminating any subcontract that the OWNER may exercise over the
CONTRACTOR under any provision of the CONTRACT DOCUMENTS.
26.5 Nothing contained in this CONTRACT shall create any contractual
relation between any SUBCONTRACTOR and the OWNER.
27. ENGINEER'S AUTHORITY
27.1 The ENGINEER shall act as the OWNER'S representative during the
construction period. He shall decide questions which may arise as to
quality and acceptability of materials furnished and WORK performed. He
shall interpret the intent of the CONTRACT DOCUMENTS in a fair and unbiased
manner. The ENGINEER will make visits to the site and determine if the WORK
is proceeding in accordance with the CONTRACT DOCUMENTS.
27.2 The CONTRACTOR will be held strictly to the intent of the CONTRACT
DOCUMENTS in regard to the quality of materials, workmanship and execution
of the WORK. Inspections may be made at the factory or fabrication plant of
the source of material supply.
27.3 The ENGINEER will not, be responsible for the construction means,
controls, techniques, sequences, procedures, or construction safety.
GC - 16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,
I'
I
I
I
I
I
I
I
I
27.4 The ENGINEER shall promptly make decisions relative to interpretation
of the CONTRACT DOCUMENTS.
28. LAND AND RIGHTS-OF-WAY
28.1 Prior to issuance of NOTICE TO PROCEED; the OWNER shall obtain all
land and rights-of-way necessary for carrying out and for the completion of
the WORK to be performed pursuant to the CONTRACT DOCUMENTS, unless
otherwise mutually agreed.
28.2 The OWNER shall provide to the CONTRACTOR information which delineates
and describes the lands owned and rights-of-way acquired.'
28.3 The CONTRACTOR shall provide at his own expense and without liability
to the OWNER any additional land and access thereto that the CONTRACTOR may
desire for temporary construction facilities, or for storage of materials.
29. GUARANTY
29.1 ,The CONTRACTOR shall guarantee all materials and equipment furnished
and WORK performed for a period of one (1) year from the date of SUBSTANTIAL
COMPLETION. The CONTRACTOR warrants and guarantees for a period of one (1)
year from the date of SUBSTANTIAL COMPLETION of the system that the
completed system is free from all defects due to faulty materials or
workmanship and the CONTRACTOR shall promptly make such corrections as may
be necessary by reason of such defects including the repairs of any damage
to other parts of the system resulting from such defects. The OWNER will
give notice of observed defects with reasonable promptness. In the event
that the CONTRACTOR should fail to make such repairs, adjustments, or other
WORK that may be made necessary by s~ch defects, the OWNER may do so and
charge the CONTRACTOR the cost thereby incurred. The Performance BOND shall
remain in full' force and effect througn the guarantee period.
30. DISPUTES
30.1 All claims, disputes, and other matters in question arising out of, or
relating to, CONTRACT DOCUMENTS or breech thereof, except for claims which
have been waived by the making or acceptance of final payment as provided by
paragraph 20.1 shall be decided in the Superior Court of Richmond County,
Ga., except where the parties agree on an alternate process for resolution
of the question. '
30.2 No action in Superior Court of Richmond County shall be filed for any
claim, dispute or other matter that is required to be referred to ENGINEER
initially for decision in accordance with paragraph 27.1 thru 27.4 until the
earlier of (a) the date on which ENGINEER has rendered a decision or (b) the
fifteenth day after the parties have presented their evidence to ENGINEER if
a written decision has not been rendered by ENGINEER before that date.
30.3 The CONTRACTOR will carryon the WORK
schedule during any arbitration proceedings,
agreed in writing.
and maintain the
unless otherwise
progress
mutually
GC - 17
I
I
31. TAXES
I
31.1 The CONTRACTOR will pay all sales, consumer, use and other similar
taxes required by the law of the place where the WORK is performed.
I,
I
\
,
I
i
I'
I
Ii
Ii
Ii
I
I~
,
I
I!
I'
I
I
I
I
I
GC - 18
I
I
I
I
I
I
I
,
I
I
I
,
I
I
,
I.
I
I
,
,
I
I'
I
I
I
I
I
I
GEORGIA DEPARTMENT OF NATURAL RESOURCES
ENVIRONMENTAL PROTECTION DIVISION
SUPPLEMENTAL GENERAL CONDITIONS
FOR
FEDERALLY ASSISTED STATE REVOLVING LOAN FUND
CONSTRUCTION CONTRACTS
May 1, 1989
IF' THESE DOCUMENTS CONFLICT WITH OTHER' GENERAL CONDITIONS,
INSTRUCTIONS TO BIDDER, ETC., IN THE CONTRACT SPECIFICATIONS; THEN
THE MORE STRINGENT REQUIREMENTS SHALL PREVAIL.
i
Revisions 3-15-91
2-24-92
I
I
I
I
I
I
;
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
l
EP A SPECIAL CONDITIONS
The at~ched' instnictioris 'and regulations as -Ijned below shall be incorporated
into the Specifications and comprise EPA's Special Conditions.
1. Special Provisions (pp EPD 2))
2. EEO Documents
a. Notice of Requirement for Affirmative Action
(TABS - A, B, C & D) (pp EPD 3-18)
b. Certification by Proposed Prime & Subcontractor
Regarding Equal Employment Opportunity, EPA-R4-0017
(pp EPD 19)..
c. Special Notices to Bidders (pp EPD 20-21)
No. 1 Check List of EEO Documents to be Submitted
No.2 Contractor's Notice Regarding Submittal of EEO
Documents
No.3 Contractor Agrees to be Bound & Require
Subcontractors to be Bound by EEO Requirement
No.4 SF 257, Monthly Report
, '
3. Labor Standards Provisions for Federally Assisted Construction, EPA
Form 5720-4 (5-87) (pp EPD 22-26)
4. U. S. Department of Labor Wage Decision(s) - Request from E?D
Prior to advertising for bid (pp EPD 27)
5. Debarred Firms (pp EPD 28-29)
6. Bonds and i~surance (pp EPD JOl)
These special conditions shall supersede any conflicting provisions of this contract.
EPO . 1
I-
I
I
I
I
I
I
I
I
I
,
I:
I'
I
I
I
I
I
I
I
EEO Notice
Following is the standard language which must be incorporated into all
solicitations for offers and bids on all Federal and Federally-assisted
construction contracts or subcontracts in excess of $10,000 to be performed
in designated geographical areas:
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE
EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246)
1. The Offeror's or Bidders attention is called to the "Equal Opportunity
Clause" which is included in the nondiscrimination Provision and Labor
Standards, EPA Form 5720-4 and the "Standard Federal Equal Employment
Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed
in percentage terms for the Contractor's aggregate work force in each trade
on all construction work in the covered area, are as follows:
Timetables
Goals for minority
participation for
each trade
Goals for female
participation in
each trade
Insert goals for
each year
Insert goals for
each year
(See Tab D for Goals and Timetables to be inserted for designated areas).
These goals are applicable to all the Contractors construction work (whether
or not it is Federal or Federally assisted) performed in the covered area.
The Contractors compliance with the Executive Order and the regulations
in 41 CFR Part 60-4 shall be based on its implementation of the Equal
Opportunity Clause, specific affirmative action obligations required by the
specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the
goals established for the geographical area where the contract resulting
from this solicitation is to be performed. The hours of minority and female
employment and training must be substantially uniform throughout the length
of the contract, and in each trade, and the contractor shall make a good
faith effort to employ minority and women evenly on each of its projects.
The transfer ,of minority or female employees or trainees from Contractor
to Contractor or from project to project for the sole purpose of meeting
the Contractor's goals shall be a, violation to the contract, the Executive
Order and the regulations in 41 CFR Part 60-4. Compliance with the goals
will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the -Director of
the Office of Federal Contract Compliance Programs within 10 working
days of aw.ard of any construction subcontract in excess of $10,000 at any
tier for construction work under the contract resulting from this solicitation.
The notification shall list the name, address and telephone number of the
subcontractor; employer identification number; estimated dollar amount
of the subcontract; estimated starting and completion dates of the
subcontract; and the geographical area which the contract is to be performed.
· Environmental Protection Division, Reference pp EPD 21
EPD -4
I
I
I
I
I
I
I
.1
I
I
I
I
I
,
I
I
I
I
I
I
I
I
4. As used in this Notice, and in the contract resulting from this solicitation,
the "covered area" is (insert description of the geographical area where
the contract is to be performed giving the state, county and city, if any).
..' .. ...."!'~ :
E:PD - &;
I
I
I
I
I
I
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I,
..,
-~
.!,;,;'. . ..'!-.'
.
.
\
~B
Etn\L ~ 0l'PCRIUa'rt c:::.x15Z
sa Uloa S1'ANDA1U)S PIOVISIONS, tlA FORM 57%0-4
MON1)ISOIMINA1'IOtf PIOVlSIOlIS
.
EPD - 6
Re.1ae4 October 1
... .
I
I
I
I
I
j
I
I
I
i
I
I
I
I
I
I
I
I
I
I
I
I
I
.
. .
.
. .
.
.
TAli C
S"PAIIDAO nRUJ. KQVAI. QIPI.OftIEJIT 0.1lO.1...1n ~CIJ
CCII'rIAC'f SftC%nCAT%CIIS (~."5 ODD 11246)
. .
.. .
-,
~ ':~~'
- .-'
.4;,... .
lID Sp-""" ,....p.4,... ,
~ ia ttw ~.m.9'I! ~ ''tIbic:h Bat:. be 1ft,. LfrWlt4ata4 ~ all
~U~~ fr: ~~~ and ~ids c::n aU ~ mI:l1"ll:!caUy-pil1:8Cl
c::a::IM=:ctica c.cnt:ac=I ell:' ~AL._--U 1D ~ -9 cl $10,000 ta be pc-
~'l_ ' j,n ~i~ ~ ~:
~~~~~.:J..
~~~..CNS ' (EU.'"J1f1VE 0JaR ll246f
.- '--= .';. -.
o::Nm\C'
1. .Aa u.C m ~ ~~"~-4t"lP'l.:
a. .~ area- mans the ~ &m& ~.--<I.:U::s!
in the ~licitaticft fmIl whi.d1 t.'Ua loooIooIW~ =-alta:!I
b. -cu_~. rrelnsCi.rec:-..cr, ~t1~ at ~&J. o..ut...~
~1b.'X:8 P.~",~, United S~ ~ o! T.Jt""""',
=- any ~~, tc wh:m tba CU~ dal.eI;Rta aud".ityf
c:. ~ ~Ucn u~~- -m. the F8:!c'al
~Jll Scu:ity ~ use en t:. ~'.
Qart:aX'ly ~al Tax Aau.-A, U.S. ~ ~. L-1IOWt.
Fc::m 9"1.
d. ~ity. ~1'~:
.
~
I
-
EPD - 7
~...1.ed ~tcNI' UU
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.'
tiJ fi..... CAll ~.a_ havin9~ JD ." of tha
.: '-:-~~:'-',: ".... ~ r--4-t ~ JI:IC of Kl..,-'~
'~.), . '
(W JI1s;8nic" (all ...--- Of,...........,. "-'= R1cIn.
o:an. OIdUAl ca:' ~ 'JIIIW'4... c: ~
~1'" ~tImI ca:' criqin. 37M' ~ of r3CII):
(1ll) 1\8Un md Pacillc ~ (411 p- 7" .._ havinq
Clri;W Us any of tba nriq'inA1 pacplas of the Far
EI'Ia'C. SCIzthea.st Asia. the Izx!ian Salt-. -.tJnent. =
tM ~ fie Islands): am!
u.v) An8:rican Indian or '&"'4Qn Na~_ Call puaous
havinq cd.q.ina in IIZfY of tM c:1qim1l ~les of
NIZ'tb ArIIIr1c2 and ~ ~ t,......bal
..If''' 1 i.ticns dm:u:;ft h4 ~ an:! pllfti.c:ipaUai
01:' O""""Imty .~ .
, 2. ,,...,...... th8 c:cnt:'3C:1:Cr, or tmy ~.~_~ ,
.~ atrf 'tier, sa:c:n~ . p:'tica of the wcrx
involvinq any ~cu::tia! t:=dG, it 3hAll physicUly
~hw. in each suL:c:ncract in ~al o:f $10,000 the
prcviIians at thesa sps:if1QticnI = the NOt1ca...Uch .
ccm:ains the ~"~~l~ ~1., fer mi:'Jcrity-an:t fSllLle .
parC.cipatia1 and which is Ai: !0:1:." in tha ., I ;,-! tatiaw
f:cm whieb th:U \..wit...ct rl!SUl tI!Id.
3. If the O:nt:nctcr is participat::inq (p:'SUmTt to ~1 ~
60-4.5) in a Halato.n I'lan a~ by the u.s. ~
of T.aMPin the c::N8nd a.rca aithar indivi~Ullly or
. dm:u:;ft an .~~. iu aUi:md.... actica <:clic;a~ofl"lPls
en all warX in tha p~ area (.i.nclucUnq g-1. and e:.-
, ~h1..) shall bI in ~ vith thai: P1m fer t:Dse
t...--- ~ .Mva \ZU.cns pa:1:.ic1;:atLn; in the Plan.
o..d...__~S au&: be able to dea,__trate their psrtici:-
paticn in an:! ~liancll vith the p:'OYisicns at my
..x:tl lJcm.:ta.ft Plan. Each ~ or ~
partic:ipltincJ in an a~' P1m is in:U.vftbUlt 1y
mqu.i.ror! to ~ly vith its cblic;aticns under the En:)
('lJl\JR, and t:c II\'\Y.C! A qccd ruth "ffort to achieve each
9QIll \n!ar the! Pl.-,n in ~ tr3da in wtU.ch it has
~. 'ftm ~a11 ga:d t:Jith performnc:e Cy other
O.n~~'tCa or S~ tcwfU:'c:l a 9QoU in an
.~QWIS Plan delIS not ucu:sa ~ CCYC!.ra:l CCntractcr 's
= ~'S f~l\:Q to taXa gc:a:! faith efforts
to 1Chi.... ttu PlAn gaals And t.i:rIIQb1es.
-. --_..
..... ..-
EPD - 8
,.1R,..iaod Oc,!Cbel' 1984
I
I
I,
I
,
i
I
,
I
I
,
I
I
i
I
I
I
I:
I'
Ii
I
I
I
I
I
.
" .
.
.
.'
4. ~ (l -u~ ~ .,.n. b91 .&' t:Nt . I~~ l\f~4~w
_ 1...~ pcaridIII in p-r...,,......~ ,. ~~ p
-.01 tblfll~. ~ y-'... t...~'1A tbe,
..1....~ A'I:III ~ t:tds -..I...,~ nnltml am, '
~ lJ-' U ~'" .-.~ tte~~ ~...of,.. e::-
..n: and ~ ol t:y .uiI ..,-'. QP' ,~ the
o.,l-b __I .1'" abI:u1d %'M8CNb1y t. abla. to ~~ m ..as
_~~dcn ~ in wtW:ft it haIJ ~ in ~
_. _.I caa. 'IbI o...&.._~ ia IurJ t<<tlM ta --
___canti.Ally uni.fccl ...WOf'It...... tr:I'-C'd ita ~'_ .in Mdt
~ d=inq tha peCcd ~ f~-'.
5. Nei.thm: the pr:eYi.sicns of my 00 ~ 1..-:i.... ~ .
~.-.at. nee the failure by . \mica witts whcIII the
c:cnuac:==' 'Nw . ccllccC.V8 ~ ~__.t. tI:'
raIe either JIincl'1tics ~ ----, ah&1l ~ the
o...l.-t.<<'s eeliqatic:m ~ t1'*'8 ~.
~~w orde: lU4S, CI:'.me rec;W.a~-'- pa:zrW.c;atal
~~ thereto.
6. In -.~ fer the na\ XXin9 t..-aininq b:::urs of
~ ana ~ ~ t. c=mt8! 1:1 ~ the
,0-' -. .ucn bwr'\!ll~ica and t:::ainees 1IID1: C. ~
by the <::a\tr=ter durinq the ~ plric:d. m1 the
~ DUSt have ftIIda' a c:amti.1..M.a.t to ~ the
.'~ an:! tra.J.nees at the ~tet4..cn, of thGtir
~, subject to the &'VII;' ,....; , ; 't:J of ~
. - \. ~'L tlZities. Trainees nuat be t:ai.nI!Id p:suant ta
tiairunq .-.~QUg a~ 'at t!w tJ .S. Oef- r ~,t of
T .JI~.
7. n. Q::at::::lC'tCr shall take spl!Cific .tfi.~tive ac-~
to InSUn equal ~ vn'~~' nxs evalua~
of the o..IU:x:ter'S'~li.anca with these sr--"lica~
&hall bIl t>...-f u;:cn its et!cJ:i: to adU.M 1IBXi.rJw1'll raults
f::aa its a.c:t.ia1S. ~ 021=actcr ah&ll c5cI::mmze these
efforts tully, an:! shall ~lo11\'J\~ht aff;~tiw acticc
~ at lust u ~iSive AS thefcllc::winq:
a. ~ W n"&"1inuin a wor:ki.nq envirc:nn!!nt free of
hArasSlC'tt:, intinliwtia1, and coex-~iCl1 at all sitl!S,
ani in all f~ilities at' which the Coa1tractcr's
..,1cyees arc aui~ to wcrX. 'Ib! O:I1tractor,
~.FC-4JsiD1Q, will 4SSic;n two or m::::=a -....... to
eICh c:cnsauc:ticn pI'Ojec:t. ~e ccnt.raCtcr shall
splCi!i.c.ally enpure that. all foreir'i:::l1, superin-
tendA!nt:si ~ nther ~itc superiiscry pc!rscna!l
are aware of ana arry out the Ca1t::3C:tCr' s
oblic;ati~ to rraintain such a ~q ~t,
............ ----
EPD - 9
R."hed October 1984
..
.
I
I
I
I
I
I
t
I
I:
i
I
I'
I
I
I:
i
'I:
I'
I
I
. "
I
I
I
I '.
witls.. i ~tl! auand.cn tD ~t:y ce" t..1e
. .., indLV.....- t., ~ a1: saz:n a.a. = iD IUCft
, ~ .
_-.~~".,:. , .,.-..Ht18g.
. ........ .. .
b. '!IN"" f", and lIIIintJ1in a c:w..II;Ut l..1.R of mincri~
and f_Io :u:Nit=n1: aou=III. ~ wn~
,.,...f4'.fes'ticn t= miD:1ty m:! tElNlla rBC:'I.Zi~nt
_~ and tc c:amun1~ ~ "*-n the
o.lt;:;~ =' its unicna haw ~ ~-
tDDities av.~i bhlC'l, ancI mUnta:in a Icw.l6.d of t...
~t.iaIS' 'rasp::nses. '
c:. Mlintain a C'w.i..~lt' tW ot to.. MIII!lS, adc!I"e.sMs
aid ~ m.JIt:lc::'s cl each mincrity and fenala
ctf....u.-suee1: AR'lic:Int and zninczd.ty, CZ' fl!lZll.la
retm:ra1 frail . \:Ucn. ~ rcc:uitmlnt; sam:a er
c:amuU.ty ~Ua1 An! ot ~.actial was
taUn with ....a---t to eGd1 sucb jndi~. If
.x:n imivicluiU wu sent to the uni.c:n hi=jnq hall'
fr:rr rafcrral am wu not re!t....a:1 bIcX 1= the
~ rry tho untas ar, it re.t6i.~uo1. not
~loyed by the ~, this shall. be dr:::c.1-
IIII!!ntSl in the fil e with thft ~ ther\!tr::r,
a1.cnq w.i.th whatever cddit.ic:IW. ~ the
CCntnct.cr nay have t.aken.
d. prcvide i.mn:!d1.atc wri~..::n rx=ti!icaticn to the
D1.rectcr -.hem the! nnic::n OJ:" un:ia-.s with whid2 the
CCntrac'tCr has a c:clJ t..-c-..i"1e barqai.nin; ~.,.&.~..u~
has net n:fernd to t.'1cI 02\t...~ a mincrity
.-..0.. 01:' 'eOIIIft satt by the ~, or 1whc!n the
~t.:&Ctoc h."1s other Wcrmati.a1 t.~1: the \mien
mc:al ~-~ h.u ~ to.. ~~s e!~..:s
t:I::I JII!IIe it:s cblic;11'.icc:J. .
e. DlWlcp a2-tho-jc:e tra 1.ninq \oI~ ~ tics and/or
pllrticipatP. in traininq tJ.~..ams fer the UC.:1 W'hich
~665ly incl'~ rni.zxJritics am WO'ft!n, inc.lu:i1nq
upJndinq P'~GIII_ .uxi upprcnti~hip am trainea
~~mns ralevC1nt to the CaltraC1:Or's ~C'jftCnt:
needs, ~i.111y those prtXJr:ms f~ or a~
by tha ~t or I.1.bcr. 'I'hC! Cal~ctOr d'".a11
prcvidG nc~ ot these! p,~.::ms to the sa:ces
c:alt'lied un:icr !b 41b.Ne.'
t .' D~tc the Ccnt.r~r:tcr' S Em policy ~. prtWic:!..inq
noti~"'O of f'J1Q [X'l iCj" to union:: ~ a.tini."1C] P.Ol;.GI!'a
an:! rt.~; t.inq the! i.r c:ccpcra t.i ~ in aQlistinq the
O:lntrZlc:tor in II1!CtinC'} i c E:r.O e'Cliqaticns: DY
incl~in9 it in lJnY polir.j' n\1nWll And .ccllec:ti....
EPD - 10
.
. Jt..,hed Rccaber 19 U.
I .
.
.
.
I ,.
I
1
I
I'
Ii
I
I
I:'
1
I,
11
I
I
I
I
1
I
I
I
, ... .
~ ..,.~ It I bf vou".....t.. it !n u.
.., ... _I ItIII ,lA, ~r, annual .c..,A.~. etI:., by
-J ~4 .!a ~ of tha V"l (~ th all --J.
.-c. ~ 601. J -WIl and vim aU 1IdN:II:1t::t w tCllll1e
. -",1- T ac 1Mft cn:zI . yeKf md bit pcR.inJ
tM . :.~.lI'/ Em policy en t:u1lat.iD b.&1 WI
a.:. ...,n~ 1 e to all ~J.cyees at: eKft lccaticn
4w'. ~ Y:ld 18 SW!,~"v).
'0 ~, a1: lMR amually, tM nt.. q'. DC
pcUcy an:! alf.1DB'tive =t.iaI ~ =de-
tMse ~"91c:a'tir'A- with all C3qI1oywu bavinIr
my ra..-..sibt 1 i ty fer h:.i..rin;, IRi__Il.....,t. lay-
oU, ~ (% ~ tII!Pl~-_t ~icns
inclu:!in9 ~ f'j,c mvial ~ thaM itlllll with
c:n-sita ~ pc.Q~~ JIUd1 U ~
tln:!em:s, Ganm:al 1\-1llII"'" etc., pC.cz- to the
Wto",..tir"'l of ~ -=x at my jcQ
aim. ,\ WZ'itun I--"d shAll tle ..sa and mm-
airx!d idem:ityin; the tiJnI and pI..... of the.-
1lI!et.:inc;s, rCSCllS atunc!inq, SlJbjece mtter
~, W dis;csiticn ol thlI MjC!lCt
ma~.
ho o~~ the Ccnt.-actcr'S E:a:1 {"14'"'1
e:xt':m:rilly by i.nclu:!inq it in arty ~inq in
the news aa1ia, ~ifi~.' '1 ~l\~i~ =in:lz:it:t
and fsale! news Jr'I!dia, anci prcviciinq writt2n
natilic:atial to ard di ~~i.nq the cau:ractcr'.
m:J i=llcY with other ~ and SUtc:n-
~"'t...... with whc:m t!'lS c...,~...~ a:.s or
ant;~p'tas doinq tlusimsa. .'
10 Dir'ec: 1a 46aUi~...,t eU'cr:s. beth C:al and
WJ:i~, to mincrity, f.,-'. an:! c:i:::ammity
~t:i.cm. tc ~ with m:incrity ana
teaa.la s=dent.s and to minczri ~ an::l fl!nllle
rec:uitm!n1: and t:.r2I.ininq cr;ani%aUcM servin:;
the 'O::Inuaacr' s recr..ti.t.r&,t. ana ln1 ~
1II!nt~. Nee lilt= th.m aw lI~lth Fie:' to
.the dati! for the! a~ of applicatia1S fer
apprenticeship or other tr6Wti.nq by any ro::ui t-
lII!n1: sa:ca, the ~uactOr shilll sen:i writtx!n
noUtic:atia1 to Qr9ani:.1tialS ~ as the &bcMt,
del _ JDing thd opsrUnqs, ~ p..o "'lures,
an:! tats to bel used in the select:icn k-iIou( e".
a.heel October 19 84
. EPD -11
I,
I
I
I
I
I
I
I
I:
!
I
I
I
I:
I
I
I
1
I
I
I
I
.. 0.,...,
.' <~::,:
~. ~X"InJ. .-Affll Jd.naI'1_ ... fl. 1. -.,.to'J"'J8
tD ~t: ~ .u.:n.t:p P--- ell t..d . -.I.
,~- ,Jf:l.. ~* ~'-J-..1.. bci4
- wacadcn -4~mMl~ tD "J'Ieri~ and fBIB.la
~ J:Iotb an tM si.ta _ J.a ott-. .... o! a
~'.~.
le. va1J.date aU tMta and 4t:1~ ~ nqaim-
_.tI ~. tmm 18 m ~,to' de>> ., andu-
..1 ~ Pu1: 60-3.
1. cc::n!uc1:. Ai: le.aat mnaUy, 1ft J.:M!ntcry m:!
CMIlUAdcn at !Mat ul &ll .u.:n.ty Inl tlllllla
r-'~.._l fer ......I~ '~l .. t:.m1~ -.I
.~~ u.. ~ to ... CZ' 1:1:1 ~
fer, thz"cu;h ~"1"1'.1..aC8 t:a:UUnq, et:c., .z:n
. \'\ - L-.1t::i.cs.
.
IL zn.ur. thR lalicrity prae+i.ea, jcD ,.bniti';
ClItiaw, wart &Sa1~.'_IU and ~ ~iI~l
pl"aC1:icIIS, do nr=e haw . 14"-r~t=y effect.
~ ~y ncnitCdnq all ~.-l Ind
~t related act.ivities t= ..um that '
tha r::!C 1""1 ;~ and tha ~'s ~
under these l'{aCi!icaticrsa are beinq c:arn.s cut.
n. ~ that all '~~lities an:! _\ ~'If ACtivities
, are l'IClnS8CJl"I!ted a""l:{Jt that ~nta or sinql.e-
U8C = J at Ir1d NKasary chanqincJ ,~, ~ ties shall
be pc:M.dad to usum privacy be~ the sexes.
o. ~ an:! JI8i.nt&iD . ~d of allIC11d.-
. 1:a1::.i.cns of clfara tor "Ib ~,"""'ts t:m lIIi.noriey
an:! t.....J. ---_t.loAieicn ---,~t.-.. and SUA'liers,
inc1\.1:tin1; c:ircu1aticn ot -"11 i~itadcna to minctit:y
ai1d fsnale '--I~_ --uJr ..~ atic:na cd other '
b.IaiJwsa .9--" aticna.
p. ~ a review, 41: lcut amuaUy, ot All
~iSQI"3' ~ ta and pertCw._~ under
the co,trnct='. E!X) p::Uicics and atliDatiw
~~ oblJfiAt1cn:s. .
.
, .
I. Cbntrac:tm:s Aa;u ~ to participa~ in wlunt.ary
~.9Od..ticns ..nidi uaist in fulflll.inq cnc or JrCr8 ot
ttwir atfirmatiw ICtti.c:I'I Clbliqaticns (7. thrcugh p).
1bI efforts of a a:ntractcr "1~i~tiaJ. joint c:cn-
trac:tar-unic:n. c:cntractor.......~ty, or ctJ'm' siJnilar
9""JP ot w,ic:h t.hII cc:nt:'~':t.cr ia . n_,~ a'Id putici-
pint my be .u:serted .. ClIltlll.inq any CIIW =- JIIXIt of
EPD - .12 .
..~t.... October 1914
. .
I
I.
I,
I
I
I
!
,
I
I
I
,
It
Ii
I
I,
I'
I
I
I
I
I
I
..
.
.
-0
-.
..
~:;'.:;.~'~ ."..:' ;' -, .
..., ... .
. .
.
. -."..
't" ,
. .
1f:8~H_~~7. ~pot ~1_, '
~ ~ tha~ tbI ccnt.1:KtlQ~ GCt1valy
~i(1pates in the 9=UP, ...... fIYGr( etten, to
. ...AR ~ tt. 9'J:'CiUt' hu . p:sit1... ~ en the
~ of JllUa'ities lid 'WWAIlIn in ~ 1ndustzy,
~ tM~ ttD _-..ta tlanef1ts of the t-~.'
an nI1~* in the o:nu..~ 's 1Iincri~ md !C3..1e
~).~- ~W:n, .... cp:ld faith ettcrt =
~ its indiv',,1n,.1 r-J. and ~, and em
pftWide ... '.ao.. = ~ 'tlhicft ~~
the effectiwnns of ~ taken en behalf of the
o...u..tcr. 'n. C1b1.iqaUcn 1::0 ~ly, ha./wvar. is
~ O"...._tcr.. and l.ntft'll of suc:ft . q%CUp to
fII,141i11 an C1bllqaUcn ah&ll nee bI . ~.,.. f= the
C.I~ r =.{'. ncr\::o A'" 1 ~ .-..::8.
^ sj,n;la 9C:la1 = lllinaritas An! 4 ~t:D .~la
9QIIl ft: -.....d have t:Ie8l est.Ibli.sha. '%be Q:ntzaC'tC:".
'~. is requind to prcvide equal ~~:o
~"'taUty Ind,= take att~w ac:ia1 for all
mi:lzity grcups, beth JIDle an:! t.... J CI, an:! 411 ..aI'bll,
both minclrl~ and ncn1incrity. ~tly, 'tN!
CCnL.._c.:: rr<<y be in v1clat.ic:n of the DI!r:u1:iw
~ if a ~ c;roup is ~ in a sub-
su.nt.ially d~ata III1nner Ct= ~9la, eYen thcu;h
the OQnt.o.,Ja.~. has ac:tti.eved its 9Q11J.s to:: 1IICm!ft
~lly, the 1:a1t=act= ~ be in violaticn of the
~V8 'Order it a ~; lie mincrity g::up of ~
is ~).
~ ~ttx=- shall net use tn. 90115 and t.int&bles
or a!f1=lrt::i.ve BC'ticz2 ~ tQ t!~....mina~ &qai:1st
any ~~. b:::c:4use of rac:::e. c:c.1=. raliC;ia1. sex. or
natiawJ. cd.qin.
u. ~ ~=_t04 shall not entl!r into arry SUb::a1Uac:t witt
any ~_. or firm debarred fran GcYe.rrIrI!!n't o:::nt.:aCtS
p:susnt to ~vw Order 11246.
10.
12. -nw CCntr4letor :m.l11 azry cut ~ sarx:tiaw and
~lt.ics f= vioLleicn oC t.hesc! sp!Cificatiaw and of
the .F~l ~r1:1Jnity Cl.1USC!, inc:li.xLinq suspcnsicn.
t.cm:iNticn .1nd c:anc:elltltia\ ofcxistinc; subccntracu
as rMy ba ~ or ordC!rB:l pursuant. to ~w
order 11246, as armnded,' and it:: ~lem!ntinq requ-
13tic.;aa. by t.hc ,Offica or FodcrDl O:intrac:t ~li~e
Pr'Ol;rana. l\rry Ccntnct or who tails = CMrf 0\11:, SUC'h
sancticns and pIIM.1tics m1l1 ~ 1ft Yiolaticn ot thase
spaeifiaticns Aid !::xI:cut.i~ orcs.r W46, as ~.
EPO - 13
...18. Oc~b.
I
I
I
I
I
I,
I,
I
I'
I
I:
I:
I
,
I:
I'
I
I
I
I
I
I.
.
0', : ~~,'=;'~"'" .' ..,.
. u. ~ 0Qn~_~. J.n fulfl11u., U:a cD~W:M tnXtr
~... ~fjcaticns. ..u.J.,."I..C I;*:'tUc:
. aU~ ""WUve .:t:1c:n .~, c lMft IS ae..~i.... a
~ .canduda ....-K'XibC 1n PU~~. 1 of ~
~~"-tiI:nI, m u ta, ~ -.rf~ Z'8U1t3 trail
ita .ucn:. CD' ~ ~ ~....t. ........- L.fti1:y.
U ~ o:n~ lalla to ~y v1tb tbD ~
~.~ at .~ Emcuti.VII Orde, the ~1 w_.Unq ~
1A~, = theM ~1ca1::LcN. ~ ~~ Ihall
...< I in ~ vi.tb 41 a'K 60-4.8.
14. ". O:n~tcl shall desic;nata . ~wib1e oUic;.a'
to ID'U~ ..u ~~t raLamd ctivi:y to ensum
that'tha n n, "I'inY !2D r=1lcy ia bIi.nIJ c:un.s cut. to
sutmit 1 ~ UK ralatinq to the ~ hereol as
Illy C. 1"C!IqUi.nd by tJw acw...._.c. Ind to Jc&ep recc.d.8.
--....d.8 shall 4C lMS~ 1nclu61 fer Md'S ~ t!w
,.., addresa, ~...._ ",wt..rs. ~ ~,
\mia\ atf.ili4ticn .if any, ~loy. id8ntificaticn
~...,.. usic;ned. --<l."lI1 MC:'1ty ~, race.
sa, ~t2JS Ce.q., 1II!Chanic, a~, t:'ai.nee,
half*', = ~), c!atas of ~ in ftaC.1S. hours
W(~ PIr ...... in t.hCI i:xtic:aUd t.....A... rata of pay,
an:! lccatic::M At: ....nic:h the -.crk ..... ;c'!~...wJ.
~~ shall be maint.lined in an "'ily tnbrstand-
able and retrievable: torm: ~, tc the deq%ae t.~t.
e:xistinc; t~ ds satisfy this ~, c=C'2Ct::r3
shall net t:e required to IMintain separate rlX:C4as.
15. Notttinq h&!rein provided sh.,ll be c:cns1:::'Ued as & lim-
taUc:n u;a'\ the aR'li~tion ot other lat8 ..nic:h
estaD.U.sh dilf~ ~ o~ ~l.1.1nc:a or up:n .
the 4R'licatia'l of requi~u ter to" hirinq of
, 1ccal or other a1"H residc!na (~. q ., these UZ"lder the
l'ublic ~ ~loyrN:n1: kt ot 1977 am the Cl::mlmity
DIYe.l.c:lpN!n~ 8lcdc Ga.n1: Pro;ram).
.
'--
Revi..d October lS
EPD - 14
I'
I
I
TAB "0"
GOALS AND TIMET ABLBS
I
I
I
I
I
I:
I'
It
:
I:
I'
It is the policy of the State Revolving Loan Fund (SRF) to promote a fair share
award of subagreements for goods and/or services to minority and women's
businesses on contracts performed under the SRP. The contractor must identify
areas, goods and/or services, within the project that will be used to attain the
listed goals. The successful bidder must submit to EPD, with copy to the owner
within 10 days after bid' opening, evidence of the positive steps taken to utilize
minority and women's businesses. Such positive efforts shall include:
a) Including qualified minority and women's businesses on solicitation lists;
b) Assuring that minority and women's businesses are solicited whenever they
are potential sources;
c) Dividing total requirements, when economically feasible, into small tasks
or quantities to permit maximum participation of minority and women's
businesses;
d) Establishing delivery schedules, where the requirements of the work permit,
which will encourage participation by minority and women's businesses; ,
e) Using the services and assistance of the U. S. Small Business Administration
and the Office of Minority Business Enterprise of the U. S. Department of
Commerce;
"
f) Requiring each party to a subagreement to take the affirmative steps outlined
in paragraphs a) through e) of this section.
The documentation of the six steps must be detailed in order to allow for
satisfactory review and should document the efforts of solicitation taken such
as: the name and address of MBE's/WBE's solicited, if advertised in newspaper
show proof and indicate name of paper, specify the part of the project being
subcontracted and area of subcontracting still uncommitted.
Any proposed changes from the approved Minority/Woman business
participation after EED/MBE approval shall be reported to EPD prior to initiation
of the action, with the reason for the proposed deviatIon.
I
I
I
I
I
I
Solicitation should allow adequate time for price analysis; EPD recommends
that contact be made no later than 15 days before bid opening.
EPD - 15
I
I
I
I
I
,
I
I
I
,
I
I
I
I
I
I:
I:
I
I,
I
1
1
I
I
A total goal of 8 % is established for MBE/WBE participation, with separate goals of
7 % for MBE and 1 % for WBE. This goal varies with each program year.
Solicitation must be made to secure minoritY!m! women's businesses. Compliance with
the affirmative steps will not be satisfied through solicitation of one or the other category,
To assist loan recipients and contractors in soliciting qualified minority and women's
businesses, there are four regional Minority Business Development Centers. Contractors
should contact the MBDC closest to the project area for assistance.
The MBDC's are:
Area
Contact Person
Phone
Savannah
Jean King
Perry L. Herrington
Doris Stephens/
Edward Dawson
Rudolph Quarterman
404/586-0973
404/722-0994
Atlanta
Augusta
Columbus
404/324-4253
9121236-6708
The Georgia Utility Contractors Association, Inc. (GUCA) has established a list of qualified
MBEfWBE firms to assist contractors in meeting participation guidelines. Information is
available by contacting GUCA as follows:
, GUCA
MBE/WBE Solicitation Program
P,O. Box 88866
Atlanta, Georgia 30356
404/394-0561
Other sources, such as the Department of Transportation and any local development offices,
should also be contacted for assistance in securing the names of qualified minority or
women's businesses.
Recipients and contractors must submit to EPD a completed SF334 for each quarter that
subcontracts are issued to MBE/WBE firms.
EPD-16
7/1/93
m
I
I
I
I
I
j
I
I
i
I
I
,
I
I
I
I'
I
I
I
I
1
I
I'
'u. fc1lcwin; ;ca1a and ~tabl_ tor f....l. utilization shcu1d be incl~ec
1n a11...hderaJ.. and. federally-aaiated c:cnstructicn contracts and s\bcontrac:t
In' uc....'ot S10,000.00
AREA CXN!:RED
Gca1s for tarBn apply nationwide
Goals
EEC Goals applicable tor thU project:
WOmen: 6.9'
M1nor1t1esl see specific !'.l::o.~c Area Percent
Appendix 8-80
'...
, ontll further notice, the followirg goals for minority utilization in each
consuu:t1on craft and trade shall be inc:l \oded in all Federally or tederally
assisted constru::tion contracts and stbccntracts in ~~s of $10,000.00 to
be partotnld in the reSpective gea;raphical areas. '%'he goals are applicable
to each ncneX'I:IIU"t contrac:tcr's total onsiee constru:tion lCIrtfcrc:8, regardless
of wtner or not part of that w:lrittorca is perfocnin; w:lrX on a Federal.
,
federally assisted or ncnfederally related project, contract or sUx:cntract..
COnstru::tion contractoa ,WUch are patticipatirg in an approved Hanet\Cn Plan
(see 41 CFR 60-6.S) are required to canply vi. th the gcal.s of the HaDetoV1 Plan
wi th regard to c:cnsU'U:tion lICrX they ;::emrm in the area covered by the
Hallttowl Plan. W1 th ra;ara tb all their other CCYered constrU:ticn '-Crt,'
Sur::ft ~ are required to canply with the applicable SMSA or E:A goal
contained in tn1a Appendix 8-80.
EC:H:MIC ARr..as
State
Goal
( P!!rcent)
SMSA. Counties:
5720 Norfolk - Virginl
N: Curti tuck
26.6
VI
No~SMSA C01.Int
NC - e, Caftden, ex,...n, Gates, Hertford,
qu:::)tank, Perquimans
29.7
EPD - 16A
Re9hed October 19
. .J . I#' ~
!CONCIUC A.1QtAS
'... '~.." - '
Stat e
eoal
(l'uemtt)
........
CAROLINA · continued
03' Oarlls-c Clarlastcm, SC
SMSA Coum1u:
: 1~.O Cha~leston-~h
SC . Berkeley
30.0
H Counties:
SC - Co 11 K-c:1cm
CZCRGIA
03S AUIUS-ca. GA
SMSA Counties:
. 0600 A..,IUS-ca. CA-SC
GA - Co 1 uabi a . JU c1uIond, Aiken
27.2
Hon-SMSA Counties:
CiA - Burk., :-nuel, Clascock. Jefferscn,
Jenkins, Lincoln, Mcf)uffie, Talialenu, Wsrn1I,
Wilkes, SC - Allendale, Bamberg, Barnwell,
Edlefield. McCormick
32.8
036 Atlanta, GA
SMSA CDunties:
0520 Atlanta, riA
21.2
CA - But'ts, Cleraiee, Clayton, Cobb, Dor&lb.
Doullas, F:ayttte, Fonyth, Fulton, W11,et't,
Heftr1, Newton. Pauldin., Rockdale. Walton
Hcm-SMSA Caun-cils: 19.5
CA - laaks, Barrav, Bartow, ~n'Oll, Clute,
Coweta, Dawson, Elbert. Fannin, Floyd, Franklin.
CU.er, Gordon, Crttene, Habenha, Hall, Hi.ral.son,
Haft, Heard, J :lckson, JAsper, - Laaar, Lumpkin,
Madis,on, Me1"lan; Ocone., Ollethot'J'e, Pick'tM,
Pik., Polk, Rabun, Spaldjn.. Stephens, To~s.
Union, Upson, Wht teo
,
037 Co 1 uaOus, GA
S)tSA Counties:
1'00 Colu.bus, r~-AL 29.6
AL - Russell, r~ - Chattahoochce, r~luabus
EPD - 16R 1te91aed ~be&" 19U
"
I
I
I
m
I
!
.
,
I
I
I
,
I
I
I
I
Ii
It
!
II
I
I
I
,I
!CDNQMIC AREAS
,s~.~,
GEOReYA - COft~inuecl
037 ~lUllbus, CA
Non-SMSA CD~ies:
At - o..o.r5, La., Hams, Marioa, Mft'i~~,
Quitsm, Schley, Stewart, Sullter, Talbot,
Trou1', Webs~er
031 Macon, GA
SMSA C4uD~ies:
~6I0 Macon, GA
GA - S1bb, Hou.s~cm, Jones, Twins
Noa-SMSA CDun~ilS
Gel - BalciwiJl, 81eckley, Crawford, cnSl', DocIle,
0001 y, Hancock, Johnson, L:1urens, Macon, MDDroe,
Peach, Pulaski, Putnam, Taylor, Tdfai:-,
Tnu~len, WashinCton, Wheeler, Wilcox, W1l1tiuoa
039 Savannah, GA
SMSA Counties:
1520 Savannah, GA
GA - Bt'YI1I, Chatlwl, Eff'inlhaJI
Noa-SJ4SA Coun~ies:
Gel - AWUnl, AtkiJIsOll. Bacon, Bulloch,
~1eJ', CDf!e., Eyus, Jeff Daris,
Liberty, Lon.:, Mc:rn~o!lh. MoMaa-ery.
SaeYen. TattnOlll, Tooabs. Wayne,
sc - auulon, ~011, JaSl'et'
CWO Al buy, CA
SMSA Coundes:
01 %0 Al buy, CA
CA - !Jougheny, GA Le.
Non-SMSA Counties:
. CiA - Baker, Ben Hill, 8mien, 8t'OGks, C~lhoun,
Clay, CHnch, COlquitt, Cook, Deca~ur, Early,
Echols, Cndy, I1'Win, ,Lanier, Lowndes, Miller,
Mitchell, Randolph, S~inole, Terrell, Thomas,
Tilt, T\mIe1", Wonh
. .. .
.
"
EPO;. 16C ,
Goal
'~ereeftt )
31.6
%7.5
31.1
30.6
%9.8
32.1
31.1
---
Re9i.~ October 1984
. . . I .
I
I
I
I
I
I
I
I
I
I
,
I
I
I
I:
I
I
I
I
I
I
I,
INSTAUcnCNS
'~~. ,; M8~1 U"nLJZAnON UND&F!DERAL GRANTS,
, COOPERATIVE AGREEMENTS,
AND O'114ER FEDERAL F1....NCw.. ASSISTANC&
, Standard Form 33A
-
A. aen.. ..........
MBEtWBE 1JfiM~ i. baed on E.xecuM Ord8rs
11G5. 12138 ind 12432 ,and OMS Cn:uiar ....1~
Starard Ferm 33lI& musI be ~ by ~II
ot F..-. gnra. ~aINe ~ 01 OUW
F<<2.. tlnanca U,iftallC.'a vaiued at $!OO.OOO' or
mere and wCicn invcNe procurem.. at ~0C2ti_
equicment. CCt1stl'Ucticn or SeMcas to ,acccm~
F~ U'~QlIc:. p~
R~ aN ,.quind. ta reocrt ta agancy aw.a
otffciaa witt1in on. mcn1ft tctJcwinq ltI. II1d at .acn
FeGeni "sea Y" quarmr (i.a. January 31, ~30.
Juiy 31 and OcDc. 31) dunng wnicft any ~
mWlt in .-~'" at 510.000 is ac:uaUy eVKtaa un-
dlf tnis 1ft'Sf:1nC8 ~.m.
a. Ceftnttfona:
Procurwnenr is tn. aaNIStICn tnraugn order.
purcnase. lease or barter at suociia. equicment.
ccnS1J'UC:icn or s...ic.. needed to ~ F1Jd-
n iSsi~ progrmtS.
A minority busineu ~se (MBE) is a CUsinna
concern mat is (1) at lellll 51 pen3'1t owned by on.
or more minorily indMdua&l. or. in tn. case of a
puelidy owned busin.... aI I.. 51' Qerc:Int at me
stcdC is own.. by Qn_ or mere tnlrICIity indiYiduais;
and (2) wftCse dady business OC*aDCilS are ",.,.
aged and dfrec:tld by on. or more at tn. rnincmy
owners.
...
Th.. is na st:andft dati. ,;b<ln of rrrinof'ittt individuals
used by all F... tfnancza assstanca ag81Cl8S.
Hawever. r8ci$2i<<r11 snaI presume ltIat mincmy in-
dMc2uatS indud. BIadl Ameticlt'ls. HiSQlll'lic .A.meri-
cans. Native AmMan.. Asian Pacific Am.iUIIS. or
','om. grcucs wtloae members ~ fcund tI:I b. dis-
advantaged by, tn. Smail Business Act or by, tn.
Secret3rf of Ccmmereaundet SecDcn 5 of EXac:u-
liVe Order 11625. Th. r~ cantaCt at your
Federat financ:r.t usisQrlca agency can provide ad-
ditionaJ infatmacn.
, no.. .. ... .--. ___ .. IN III R_ J. ......... ~
I"'" ._...,. __ __ _ _.._
.."._ .........-A-.,..._.IN_
EPO - ,17
A W'OmM .~a 1mWPri- (WeE) is a business
canc8m tnaI is. (1) aI '''' 51 ~ owned by
on. Of mere women. Ct. in trt. case at a puCtidy
owned ~ aI 1_ 51 P8fC;an1 of tn. stceX is
owned by one at men \WQIMI~ Md. (2) wnase daily
businea ~.. ;rw managea and direct8d by
one 01 I'nCIW of lne wan.. 0WrJerS.
8usinea firms wnid't are 51 P8f'CMt owned by mi-
nami_ Of worn... bur are in t3Ct managed and
operaNd by ncn..miliQll"ry in~s do nat quaUfy
tar meeciltg Meewel! pracurwn~ goats.
Th. tctIcwnJ ..dlbll~~ ~ toT utiJizing MBEs and
weISs.. ~~
1. Indusian of MBI!siW8Es on sclicitaIien
lists.
2. Assur8 MBEsIW8Es are SCllic:ited one. they
are idenufied.
3. Wtl.,.. f~ divide tct=M r~entS
intO smader tasKs to permit 'maximum
MBE-WeE ~.
4. Where teaiCJe. .SQCUsh deW8rf scrted-
ul.. wmcn wi" enccurag. M8E-WBE par-
ticicalicn.
5. Enc:curaq. use at th. setVices of tn. U.5.
Oeaanmem of ~erca' s Minarrty Susi-
neu O.,.eccm.nt Agency (MSCA) and ttle
U.5. Smad Business Admlntstr.mon co iden-
tify MBEslW8&.
6. Require tnat each party co a suCgrant. !l.lC-
agreement. or' ccmraa award tax. tr..
atfirmauve ~ oudined nere.
C. Inall'UCUona tOf p1ft I:
1. Ccmt:'lete Federal fiscal year and cMec)c ac-
plicael. repartlng Quarter. (Federaj fiscai
yell r\JnS tram Octeber 1 tnrcugn Septem-
ber 30.)
2. Identify trte Fedllr.lt ,finat'loai assistance de-
partment or agency" induding tne bureau.
otflce or otn. subac:tMty whicn admInIsters
your tinanoaa assstanC8 agreement.
IdaftDIV lit. ~IC.Y, ... ~, uniwr-
sitY or atMr ~gAWIIiaR wtIicft is ..,. ,..
~ 01 ctIe ~.. fINItdIt "".ralllC6
and _ ....... tD <:cnt&t ~,~N) -
report. ';::. :.p" " ,
}lIitWlla ..... numDGr aai9- by
Fed_ ~ ~t.H-a e;.q.
If ~~... idMtifV s~k ~ -
at aQlnCY Fec*I&" ftnaud. '.'PffallC:e pro.
gram ~ wnidllNa prcjec:Z,ja ~
Chedl type of~. ff."YtIIll~
Penod during wnidt \oWI1~ ~ and O1t1er,
pun:nua under _ awn wil acualJy be
DeC_.,
In dud.. proc:urwnent using ~... funds
ptua r~ m~1CJ funds and funda
tram otn. scuras.
Por1icn of tDtIa ~ dCiIats ~
em ~ to .,.nd witft MSEs at WSEs
tt1i8 ft8c:at '/WI. WiCft ~. c:ancurrenca at tn.
~ fin~ lI$istanea agency, a fair
sham goa snd be d.-..nuled ~ eacn
reci~ienI. i
i
Collar amcunt of all MSEtWeE CCmractS
awwded under tnis assistInC8 agreement
this quarter.
0'I8dc only if on. Of more proanmems in
excus of $10.000 w.. uecut8d tnis re-
paning ~ but no MBEtWSE Pf'OC:UlW-
mentS oc:curred. Sign and data fonn and
retUrn it to Federa financa assistance
agency.
~oo. 17A
8. ~ cammems or ........
Pteae rwffIt to ~ it... ~') if
~.,
7. Name and aU. of otficW admtn;s~~ ar
daignad ~'9 offici&.
8. Sign.... and momn. day, yur ~ suo.
mind.
o. Inauuc:dona tot plft II:
For ucft MBE/WBE ~ ovw $10.000
made uncW mia 1I'tQnC8 agreement during m.
r~,!tJ quarw. provide m. follcwin9 in1armaIian.
(R~ may also ~ on in~ MBEtW8E
~ of ,... man $10.000 if they nnt
tt'I... c.TIICted tcward tt'leir MBEtWSE, goz.. how-
ever, ~ng on smader procur&mems is not re-
qund.)
1. Chedl wf'Imer trlis is a ff,~ tier procure-
ment maao diracUy by Federal financial
asNw.1Ca ~ or omer second tifH'
ptOCUI'WNnt rMda by ~ s sui:lc;r.In-
tee at ~ ""I~~. Indud. ai' qualify-
ing saccnd '* pun:n.... ex8CUWd tnis
quaner regardfea of when tt'I. firsr ti..
procurement 0CCUIT8d.
2. Check MBE or WeE.
3. Deliai' vatu. of proc:yrement.
4. Oata of award. shown as montn. day. year. .
5. Using cedes at. trla bottCm of lt1. tonne
identity type of product or SeMca acquired
tnrcugn trlis prccuremem (&g.. enter 1 if
agricuJture. 2. if mIning, etc.).
S. Nam. and address ot M8E:WBE firm.
I
I
I
I
I
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
0.......11 ItU ~..IIti,
~ ..........,..
MIIIWBI?' UTlUZAnON UNDER FeDERAL GRANTS, COOPERATIVE
AGA....ENTS, AND OTHER FEDERAL FINANCIAL ASSISTANCE
'. ;-:.:'. - PART 1. (NIGATM! REPORTS MAY Be REQUIRED): ,
tit.. F!DIfW."SCAL Y!NII l' &. A~ nNCI QUNIITIIII (e:.:. ___ CICIlO '
l' C ' slO:L-oeaJ. CI 2nd (JarI.-MIr.1. CI 3tlIlHr.~1. CI '" lJ~
2. ~~..-.rNCIAGmcY 3. R~TlNGA<<J 11Hf(""',,~
(C~__ ...-4 .....~:J.._ ,,~ QftIC& ~.....dt
2A. REPOA'TING CCHTACT I PMON&: '
.... Fl~ ASS&STNCa .AGrlEEW&HT 10 NUMBS.
/3A.
/4&
ReoAnNO CCHTACT I P1otONI:
Fe:l~ FlNAHC::M. ASSIST AHCa ~~OG;v.M
~
.c. TYPe 01' P!D!JW. ASSSTNCI AGAIBtEHT
D QJWfT D COQPt!P(ATM ~Es.!NT
~ = WMIN ~I!MINT UNCIA 1)418 AWAAO WI\J. I
gT.lAT OA~ eNO O.A~
~&. AMOUNT 0,. TOTAL pJ:lOJECT ~ RECIP, lENT! MBEtW8I GOA&.S IPftllll at ~ ClftlClIWI*ll oa&in,SDI ttr Menl
oou.AAS ~ FOR '
PAOalADtINT nq 11~ YeAA'
S MBI! " wee "
IotBItWBI PROCtJflDtj ACCO~ :t1'4fS QUAATCR I ,e. NEQA TNl REPORT (C."lClU
IotSI S we! S 0 sea I~NS '
cc....1NTS:
D 0'TH8' A!DIJW. FlNANaAL ASSISTNCZ
~
7. HAM. 0" AUTl-IOAIZJ!C REP~!SiNTATN&
TTTU
OAT!
a. SIGNA TlJRII 0,. AUTl-IORIZ!D RI!PA!!EHT A TNe
.......---..-. ..._.~- --........
~I'CII~___~
1I'.YICWlO I'CtI
,.___~.. ~~ ClfI ca...
EPO - 18
!
I
I
I
I
,I
~
:1
~~~
..
-
-
-
-
,-
.
.
"
,.
~
-
:-
veL
I ~
I~
...... - .. --- ----. ...... .. ...... .. .. - ~. - -..- ...... - ---- - -.
~ ~I
f ~~
of' U
-.... .. ...... .. ---- --.. .. -- -- ..---- .... -.. .. - -.. ---- - -.
f
~ '
....
g c
E ~
~ C>>
c>> e
a-
~
~>~
OE-
~tC
, Q. 2-
-
-4
mil
. ='
if~
~' .~
- -~
-
I
C
III
IlII (
2-
i
- i
m
..1'.
. - "'-: :
Ii
. I
Od3
"Wtwl. .
i tii !
~ ~ f 'l2
(~ 0 B.
2 - h
Ii
I
J
D~.P
. . . .
i i'l:C
:~i
i~~
c -
eo I
.~
:=
[
m
v
~
5
e
.
ncr-r
tit
rlf
-
c
.
i
-
I
I
I
!
I
I
I
I
I:
1
I
I,
I;
,
I
It
i
I:
I
I
I
I
I
CERTIFICATION BY PROPOSED PRIME OR SUBCONTRACTOR
REGARDING EQUAL EMPLOYMENT OPPORnJNlTY .
.' .
Name of Pri me Contractor
ero ject No.
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246, Part II, Section
203 (b), (30 F. R. 12319-25). Any bidder or prospective contractor, or any of
the proposed subcontractors, shall state as an initial part of the bid or negotiations
of the contract whether it has participated in any previous contract or subcontract
subject to the equal opportunity clause; and, if so, whether it has filed all
compliance reports due under applicable instructions.
Where the certification indicated that the prime or subcontractor has not filed
a compliance report due under applicable instruction, such contractor shall be
required to submit a compliance report.
CONTRACTOR'S CERTtFICA TION
Contractor's
Name:
Address:
1. Bidder has participated in a previous contract or subcontract subject to the
Equal Opportunity Clause. YES NO
2. Compliance Reports were required to be filed in connection with such contract
or subcontract. YES NO
If YES, state what reports were filed and with what agency.
3. Bidder has filed all compliance reports due under applicable instructions,
including SF-100. YES NO
4. If answer to item 3 is NO, please explain in detail on reverse side of this
certification.
Certification - The information above is true and complete to the best of my
knowledge and belief. (A willfully false statement is punishable by law - U. S.
Code, Title 18, Section 1001).
NAME AND TITLE OF SIGNER (PLEASE TYPE)
SIGNA TURE
DATE
EPA-R4-D017 (5-73)
EPO - 19
Revised October 1984
I
I
m
I
I
I
I
I
i
\
I
I
j
I
1
I
I
I
I:
I
I
I
I
I'
I
I
I
I
I
I'
."
E?A SPECIAL NOnCE TO BIDOERS
ON EPA ASSISTED CONSTRUCTION
~rAL NOTICE #1 EEO DOCUMENTATION REQUIRED BY
EXEC1.JTIVE ORDER 11246 AS AMeVED
THE LOW, RESPONSIVE, RESPONSIBLE BIDDER MUST FORWARD THE
FOLLOWING ITEMS, IN DUPLICATE. TO THE OWNER NO LATER THAN 10
DA YS AFTER BID OPENING. THE OWNER SHALL TRANSMIT 1 COpy TO
EPD WITHIN 10 DA YS AFTER BID OPENING.
1. SRF Loan Number. Project Location. Type of Construction.
2. Copy of Certification of Prior Work under Executive Order 11246 (EP A Farm,
EPA R4-G017,. 5-73).
3. Copy of EEO-1 Report (Employer Information Report, annually submitted
to the Equal Employment Opportunity Commission).
4. Copy of the Affirmative Actio.n Plan of the contractor. Indicate company
official responsible for EEO.
5. List of current construction contracts, with dollar amount. List contracting
Federal agency, if applicable.
6~ Statistics concerning company percent workforce, permanent and temporary,
by sex, race and trade. How about handicapped and agedl 40 CFR 7.60
7. List or employment sources for project in question. If union sources are
utilized, indicate percentage of minority membership within the union crafts.
8. Anticipated employment needs for this project, by sex, race and trade. with
estimate of minority participation in specific trades.
9. List of subcontractors (name, address and telephone) with dollar amount and
duration of subcontract. Subcontractors with contracts aver 510,000 must
submit items one (1) through eight (8)'
10. List of any subcontract work yet to be committed with estimate of dollar
amount and duration or contract.
11. Contract Price. Duration of prime contract.
12. MBE Documents - See special instructions regarding use of Minority and
Women's and Small Businesses.
13. Each contractor shall submit forms .SF-257, Monthly Employment Utilization
Reports, directly to the appropriate Office of Federal Contract Compliance
Programs (OFCCP) Area Office.
. EPD - 20
Revised October 1984
I
Special Notice 112
I
The Environmental Protection Agency requires the EEO commitment of the
prime contractor and all suocontractors (in exc~ss of $10,000) to the requirement
of Executive Order 11246. EEO Affirmative Action is mandated throughout
the duration of the contract.
I
I
I
The tentatively selected bidder is required to submit EEO documentation in
duplicate to the owner (grantee) within 10 days after bid opening. The owner
must transmit one copy of the information to EPD within 10 days after bid opening.
The information wi II be reviewed and an EEO conference may be scheduled,
as prescribed by EP A regulations. -
I
Failure to submit the EEOdocumentation may subject the contractor to sanctions
under Executive Order 11246.
I
Special Notice 113
I
By the submission of this bid, each bidder acknowledges that he understands
and agrees to be bound by the equal opportunity requirements of EPA regulations
(40 CFR Part 8, particularly Section 8.4 (b)), which shall be applicable throughout
the performance of work under any contract awarded pursuant to this solicitation.
Each bidder agrees that if awarded a contract, it will similarly bind contractually
each subcontractor. In implementation of the foregoing policies, each bidder
further understands and agrees that if awarded a contract, it must engage in
affirmative action directed. at promoting and ensuring equal employment
opportunity in the workforce used under the contract (and that it must require
contractually the same -effort of all subcontractors whose subcontracts exceed
$10,000.00). The bidder. understands and agrees that "affirmative action" as
used herein shall constitute a good faith effort to achieve and maintain minority
employment in each trade in the on-site workforce used on the project.
I
I
I
Ii
Special Notice 1/4
Ii
I
Each contractor shall submit forms SF-257, Monthly Employment Utilization
Reports, directly to the appropriate Office of Federal. Contract Compliance
Programs (OFCCP) Area Office, (Atlanta SMSA only). Contractors are required
to maintain work hour data for all geographical areas and make good faith efforts
to meet established goals but are not required to submit farms SF-257 outside
the Atlanta SMSA.
I
I
I
I
EPD -21
Revised October 1984
I
I
I
I
I
I
I
I
I
I
,
I
I
I
)
I
j
I
I
I
I
I;
I
I
I:
I
1
It
I
I
I
I
I
united states Environmental Protection Aqency
Washinqton, DC 20460
Labor standards Provisions tor
ped.rally A.sisted Contracts
Davis-Bacon and Related Acta
sllctioD 5.5 cODtract provisions and related matters.
(a) The Administrator of the u.s. Environmental Protection Aqency
(EPA) requires the contractinq officer to insert in full in any
contract in excess of $2,000 which is entered into for the actual
construction, alteration and/or repair, includinq paintinq and
docoratinq, of a publicbuildinq or public work, or buildinq or
work tinanced in whole or in part from Federal funds or in
accordance with quarantees ot the u.s. Environmental Protection
Agency or financed tr~. tunds obtained by pledqe ot any contract
o~ a Federal aqency to make a loan, qrant, or annual contribution
and which is subject to the labor standards provisions of any of
the acts listed in section 5.1, the followinq clauses:
(1) KiDt.ua vaqa.. (i) All laborers and mechanics employed or
workinq upon the site ot the work will be paid unconditionally
and not less otten than once a week, and without subsequent
deduction or rebate on any account (except such payroll
deductions as are permitted by requlat!ons issued by the
Secretary ot Labor under the Copeland Act (29 cn Part J)), the
tull amount ot waqe. and bona tide trinqe benetits (or cash
equivalents thereo~) due at time o~ payment computed at rate. not
l.!ss than tho.e contained in the waq. determination ot the
Secretary ot Labor which ill attached hereto and made a part
hureof, reqardle.a of any contractual relationship which may be
aJLleqec1 to exist between the contractor and such laborers and
mnchanics. contribution. lIada or cost. reasonably anticipated
tor bona tida trinqa benetits under .ection l(b) (2) ot the Davis-
Bacon Act on behalf ot laborers or maChanics ara considered wages
paid to such laborer. or .echanics, subject to the provisions ot
paraqraph (a)(l) (iv) of this .ection; also, regular contributions
made or coats "incurred for more than a weekly period (but not
1..8. otten than quarterly) under plans, tunds, or proqrUUl which
cover the particular weekly pariod, are d....d to be
cc:>>nstructively made or incurred durinq such weekly period. Such
laborers and mechanic.'shall be paid the appropriate waqerat.
EPD - 22
paqa 1 ot 10
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
1\
.
.
I'
I
I
I
I
I
I
and frinqe benefits on the waqe determination for the
classification of work actually performed, without reqard to
skill, except as provided in section 5.5(a). (4). Laborers or
mechanics performinq work in more than one classification may be
l=ompensated at the rate specifi.d for each classification for the
'~ime actually work therein: Provided, that the employer's payroll
records accurately set forth the time spent in each
classification in which work is performed. The waqe
determination (including any additional classification and waqe
rates conformed under paragraph (a) (1) (ii) of this section) and
the Davis-Bacon poster (WH-1321) shall be posted at all times by
t~e contractor and its subcontractor at the site of the work in a
prominent and accessible place where it can be easily seen by the
workers. .
(ii) (A) The contracting officer shall require that any class of
laborers or mechanics including helpers, which is not listed in
tne wage determination and which is to be employed under the
c.ontract shall be classified in conformance with the wage
determination. The contracting officer shall approve an
a,dditional classitication and wage rate and fringe benefits
therefore only when the following criteria have been met:
(1) The classitication is utilized in the area by the
construction industry; and
(2) Except with respect.to helpers as defined in 29 CFR
5.2(n) (4), the work be performed by the classification requested
is not performed by a classitication in the waqe determination;
and
(3) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates
contained in the waqe determination.
(.4) With respect to helpers as.detined in 29 CPR 5.2(n)(4), such
a classification prevailS in the area in which the work is
performed.
eS) It the contractor and the laborers and mechanica to be
employed in the classitication (it known), or their
representative., and the contracting otticer agre. on th.
cla.sitication and vage rat. (inclUding the amount designated for
fringe benetits wber. appropriate), a report ot the action taken
shall be .ent by the contracting ofticer to the Administrator of
the Wage and Hour Division, Employment Standards Adainistration
(W'H, ESA), 0.5. Department of Labor, washinqton, DC 20210. The
Administrator W'H, ESA, or an authorized representatives, will
approve, modity, or disapproved every additional classification
action within 30 days ot receipt and so advise the contracting
. EPD - 23
l'&q. 2 of 10
officer or will notify the contracting officer within the 30-day
period that additional time is necessary. (Approved by the
Office of Management and Budget under OMS control number 1215-
0140. )
ee) In the event the contractor, the laborers or mechanics to be
lamployed in the classitication or their representatives, and the
contracting officer do not agree on the proposed classification
and wage rate (including the amount desiqnated for fringe
benefits, where appropriate), the contracting officer shall refer
1:he questions, includinq the views of all interested parties and
1:he recommendation of the contractinq officer, to the,
J~dministrator W&H, ESA for determination. The Administrator W&H,
!~SA, or an authorized representative, will issue a determination
\Iithin 30 days ot receipt and so advise the contractinq ofticer
or will notify the contracting officer within the 30-day period
t~at additional time is necessary. (Approved by the Office of
Manaqement and Budqet under OMS control number 1215-0140.)
(D) The waqe rate (includinq trinqe benetits where appropriate)
determination pursuant to subparagraphs (l)(B) or ee) of this
paragraph, shall be paid to all workers pertorminq work in the
classitication under this contract trom the tirst day on which
work is performed in the classification.
(iii) Whenever the minimum waqe rate prescribed in the contract
for a class of laborers or mechanics includes atrinqe benefit
which is not expressed as an hou~ly ~ate, the contractor sball
either pay the 68netit as stated in the waqe determination or
shall pay another bona tide frinqe benetit or an hourly cash
equivalent thereot.
(iv) It the contractor does not make paymenes to a trustee or
other third person, the contractor may consider aa part of the
wages of any laborer or mechanic the amount of any costs reason
anticipated in providinq bona tide trinqe benetits under a plan
or proqram, Provided, That the Secretary ot Labor haa found, upon
the written reque.t ot the contractor, that the applicable
standards ot the Davi.-Bacon Act have been met. The Secretary of
Labor may require the contractor to set aaid. in a separate
account a...ta tor the m.etinq obliqations under the plan or
p1roqrua. (Approved by theottice ot Manaq..ent and Budqet under
OMS control number 1225-0140.)
(2) withho14iDq. '!'he U.S. Environmental Protection Aqency (EPA)
shall upon its own action or upon written request ot an
authorized repre.entative ot the ~epartment ot Labor withhold or
cau.. to be withheld trom the contractor under thi. contract or
EPD - 24
paqe 3 ot 10
.1
"0
I
I
I
I
I
I
I
I
I,
:
I
I:
Ii
I
I
I
I
I
I
I
J
any other Federal contract with the same prime contractor, or any
other Federal assisted contract subject to Davis-Bacon prevailing
wage requirements, which is held by the same prime contractor, so
I11uch of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices,
trainees, and helpers, employed by the contractor or any
subcontractor the full amount of wages required by the contract.
1:n the event of failure to pay any laborer or mechanic, including
any apprentice, trainee, or helper, employed or working on the
site of the work, all or part of the wages required by the
contract, the u.s. Environmental Protection Agency may, after
written notice to the contractor, sponsor, applicant, or owner,
take such action as may be necessary to cause the suspension of
any further payment, advance, or guarantee of fUnds until such
violations have ceased.
(3) Payrolls aDd Basic aecords. (i) Payrolls and basic records
relating thereto shall be maintained by the contractor during the
course of the work and preserved fo~ a period of three years
thereatter for all laborers and mechanics working at the site of
the work. Such reco~da shall contain the name, address, and
social Security Number ot each such worker, his or her correct
classification, hourly rates of wages paid (including rates of
contributions or costs anticipated tor bona fide fringe benefits
or cash equivalents thereot of the types described in section
l(b) (2)(8) of the Davis-Bacon Act), daily and weekly number of
hours worked, deductions made and actual wages paid. Whenever
the Secretary of La.bor has found under 2' CFR 5.5(a) (1) (iv) that
the wages of any laborer or mechanic include the amount of any
costs reasonably anticipated in providing benefits under a plan
or program described in section l(b) (2) (B) of the Davis-Bacon
Act, the contractor shall maintain records which show that the
commitment to provide such benetits is enforceable, that the plan
or program has been communicated in writing to the laborers or
mechanics affected, and records which show the costa anticipated
o:~ the actual cost incurred in providing such benet ita.
Contractor. employing apprentices or trainees under approved
programs shall maintain written evidence of the registration of
apprenticeship programs and certitication of trainee, and the
ratios and wage rat.. pre.cribed in the applicable progr....
(Approved by the otficeot Management and Budget under OKS .
control 1215-0140 and 1215-0017)
(.ii) (A) The contractor shall submit weekly for each week in which
aJny contract work is performed a copy of all payrolls to the u.S.
Environmental Protection Agency if the agency is a party to the
contract, but if the agency is not such a party, the contractor
will submit the payrolls to the applicant, sponsor, or owner, as
EPD - 25
paq. 4 of 10
'1
I
I
I
I
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the case may be, .for transmission to the U.S. Environmental
Protection Agency. The payrolls submitted shall set out
accurately and completely all of the information required to be
maintained under section 5.5(a) (3)(i) of Requlations, 29 CFR Part
5. This information may be subm~tted in any form de~ired.
optional Form 347 is available for this purpose and may be
purchased from the Superintendent of Documents (Federal Stock
Number 029-005-00014-1), U.S. Government Printing Office,
Washinqton, DC 20402. The prime contractor is responsible for
th~ submission of copies of payrolls by all subcontractors.
(Approved by the Oft ice of Management and Budget under OKS
control number 1215-0149.)
(8) Each payroll submitted shall be accompanied by a "Statement
of Compliance," siqned by the contractor or subcontractor or his
or her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the
information required to be maintained under section 5.5(a)(3)(i)
of 29 cn Part 5 and that such information is correct and
complete;
(2) That each .laborer or mechanic (inClUding each helper,
apprentice and traine.) employed on the contract during the
payroll period has been paid the full weekly wage. earned,
without rebate, either directly or indirectly, and that no
deductions have-been made either directly or indirectly from the
full wages earned, other than permissible deductions as set forth
in Regulations, 29 CFR Part 3;
(3) That each laborer or mechanic has been paid not less than the
applicable waqe rate. and frinqe benetits or cash equivalents for
the classification of work performed, as specified in the
applicable wage determination incorporated into the contract.
(e) The weekly submission of a properly executed certification
set forth on the reverse aide of Optional Form 347 shall satisfy
the requirement tor submission ot the "Statement of Compliance"
required by paraqraph (a) (3) (ii) (B) of this section.
(D) The falsitication ot any of the above certitications may
s'l1bject the contractor or subcontractor to civil or criminal
p:rosecution Wider Section 1001 ot Title 18 and Section 231 of
Title 31 ot the United States Code.
(iii) The contractor or subcontractor shall make the records
r,equired under paragraph (a) (3) (i) ot this section available
tlor inspection, copying, or transcription by authorized
r'.presentative. ot the u.s. Environmental Protection Agency or
EPD - 26
paqa 5 ot 10
D
I
I
I
j
I
I
I
I
!
I
I
I
I
I
I:
I
I,
I
I
I
I
I
the Department of Labor, and shall permit such representatives to
interview employees during working hours on the job. If the
contractor or subcontractor fails to submit the required records
or to make them available, the U.S. Environmental Protection
Agency may, after written notice to the contractor, sponsor,
applicant, or owner, take such action as may be necessary to
cause the suspension of any further payment, advance, or
guarantee of funds. Furthermore, failure to submit the require
records upon request or to make such records available may be
gr.ounds for debarment action pursuant to 29 CFR 5.12.
(4) Apprentice. and Train.e.
(i) Apprentices. Apprentices will be permitted to work at less
than the predetermined rate tor the work they performed when they
are employed pursuant to and individually registered in a bona
fide apprenticeship program registered with the u.S. Department
of Labor, Employment and Traininq Administration, Bureau of
A~,prenticeship and Traininq, or with a state Apprenticeship
Agency recognized by the Bureau, or if a person is employed in
his or her first 90 days ot probationary employment as an
apprentice in such an,apprenticeship program, who is not
iradividually reqistered in the program, but who has been
certified by the Bureau ot Apprenticeship and Traininq or a state
Apprenticeship Aqency (where appropriate) to be eliqible tor
probationary employment as an apprentice. The allowable ratio ot
apprentices to journeymen on the job site in any cratt
classification sball not be greater than the ratio permitted to
the contractor as to entire work force under the reqistered
program. Any worker listed on a payroll at an apprentice wage
rate, who is not reqistered or otherwise employed as stated
above, shall be paid not 108S than the applicable wage rate on
the wage determination tor the classification of work actually
performed. In addition, any apprentice performing work on the
jClb site in exce.. of the ratio permitted under the registered
pt'oqram shall be paid not less than the applicable waqe rate on
the wage. determination for the work actually performed. Where a
contractor is performing construction on a project in a locality
ot:her than ~at in which ita program is reqi.tered, the ratios
and wage rate. (expressed in percentages of the journeyman's
hourly rate) .pecitied in the contractor's or subcontractor's
registered program tor the apprentice's level ot progr.s.,
expressed a. a percentaqe ot the journeymen hourly rata specified
in the applicable wage determination. Apprentice. shall be paid
tx'inge benetits in accordance with the provisions of the
a~lprenticeship program. It the apprenticeship program does not
specity trinqe benetits listed on the wage determination tor the
applicable classitication. It the Administrator W'H, ESA
dtltermines that a ditterent practice prevails tor the applicable
apprentice clas.ification, trinq.. shall be paid in accordance
with that determination. In event the Bureau of Apprenticeship
paq. . ot 10
EPD - 26A
I
I
I
I
I
i
I
I
!
I,
I
I
I
I;
I'
I
I'
I
I
I
I
I
~./
and Training, or a state Apprenticeship Agency recognized by the
Bureau, withdraws approyal of an' apprenticeship program, the
contractor will no longer be permitted to utilize apprentices at
less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will
not be permitted to work at less than the predetermined rate for
the work performed unless they are employed pursuant to and
individually registered in a proqram which has received prior
approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training Administration. The
ratio of trainees to journeymen on the job site shall not be .
qreater than permitted under the plan approved by the Employment
and Training Administration. Every trainee must be paid at not
less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the
journeyman hourly rate specified in the applicable wage
determination. Trainees shall be paid fringe benefits in
accordance with the provisions ot the trainee program. If the
trainee program does not mention fringe benefits, trainees shall
be paid the full amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and Hour
Oi'vision determines that there is an apprenticeship proqrua
associated with the corresponding journeyman wage rate on the
waqe determination which provide for less than full frinqe
be,nefits for apprentices. Any employee listed on the payroll at
a trainee rate who is not registered and participatinq in a
tr,l1ining plan approved by the Employment and Training
Administration shall be paid not less than the classification of
work actually performed. In addition, any trainee performing
work on the job site in excess of the ratio permitted under the
registered program shall be paid not les. than the applicable
waqe rate on the waqe determination for the classification of
work actually performed. In addition, any trainee performinq
work on the job site in exces. of the ratio permitted under the
reqistered program shall be paid not le.. than the applicable
waqe rate on the wage determination for the work actually
performed. In the event the Employment and Training
Administration withdraws approval of a training program, the
contractor will no longer be permitted to utilize trainee. at
less than the applicable predetermined rate for the work
performecl until an acceptable proqram is approved.
(iii) Equal employment opportunity. The utilization of
apprentice., train.es and journeymen under this part shall be in
conformity with the .equal employment opportunity requirements of
Executive Order 11246,a. amended, and 29 CFR Part 30.
EPD - 268
paq. 7 of 10
'I
I
I
I
I
i
I
I.
I:
I'
I:
I'
I
I!
I
I
Ii
I
I'
I
I
I
I
I
I
(3) Compliance with copeland Act requirements. The contractor
shall comply with the requirements of 29 CFR Part 3, which are
iJ,corporated by reference in this 'contract.
(6) Subcontracts. The contractor or subcontractor shall insert in
any subcontracts the clauses contained in 29 CFR 5.5(a) (1)
throuqh (10) and such other clauses as the U.S. Environmental
Protection Aqency'may by appropriate instructions require, and
also a clause requirinq the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor
stlall be responsible for the compliance by any SuDcontractor or
lower tier subcontractor with all the contract clauses in 29 CFR
5.5.
(7) Contract termination: 4.~arment. A breach of the contract
clauses in 29 CFR 5.5 may be qrounds for termination of the
cClntract, and for debarment as a' contractor and a subcontractor
as provided in 29 CFR 5.12.
(8) complianco vi~h Davia-Bacon aAd R.la~ed Ac~ requir...nta. All
rulings and interpretations of the Davis-Bacon and Related Acts
contained in 29 CFR Parts 1,3, and 5 are herein incorporated by
reference in this contract.
(9) Diapu~e. concerninq labor .~dard.. Disputes arisinq out of
the labor standards provisions of this contract shall not be
subject to the general disputes clause ot this contract. Such
disputes shall be resolved in accordance with the procedures of
the Department of Labor set forth in 29 cn Parts 5,6, and 7.
Disputes within the meaninq of this clause include disputes
between the contractor (or any of its subcontractors) and the
contractinq aqency, the o. S. Department ot La.bor, or the
employees or their repre.entatives.
(10) Cer~ifica~ioD ot Bliqibility.
(i) By entering into thi. contract, the contractor certifies that
neither it (nor he or sha) nor any person or tirD who has an
interest in the contractor'. firm in a person or firm ineliqible
to be awarded Government contracts by virtue of section 3(a) of
the Davia-Bacon Act or 29 CFR 5.12(&)(1). (ii) No part ot this
contract .hall be .ubcontracted to any person or firm ineliqible
for award of a.Government contract by virtue of .ection 3(a) of
the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for
makinq false statements is prescribed, in the u.S. criminal Code,
18 U.S.C. 1001.
(b) cODtrac~ Work Bour. and Safety Standarda Ac~. The
Administrator, EPA shall cause or require the contractinq officer
to insert the followinq clauses set forth in paraqraph
(b) (1),(2),(3), and (4) of this section in full in any contract
EPD - 26C
paqe . of 10
I
I
I
I
I
I
I
I
I
,
II
!
I
I:
I
Ii
I
1\
I
,
II
I
I
B
I
I
I
subject to the overtime provisions of the Contract Work Hours and
sat~ety Standards Act. These clauses shall be inserted in
addition to the clauses required by section 5.5(a) of this title.
AS used in this paragraph, the terms "laborers" and "mechanics"
include watchmen and guards.
(1) overtime requirements. No contractor or subcontractor
corltractinq for any part of the contract work which may require
or involve the employment of laborers or mechanics shall require
or permit any such laborer or mechanic in any work week in which
he or she is employed on such work to in excess of forty hours in
suc:h workWeek unless such laborer or mechanic receives
compensation at a rate not less than one and one-half. times the
ba!;ic rate of pay for all hours worked in excess of forty hours
in such workWeek.
(2)' violation; liability for unpaid vaq..; liquidated damaq... In
thE. event of any violation of the clause set forth in paraqraph
(b) (l) of this section the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In
addition, such contractor and subcontractor shall be liable to
tho United States (in'the case of work done under contract for
the District of columbia or a territory, to such District or to
such territory), for liquidated damaqes. Such liquidated damages
shall be computed with respect to each individual laborer or
mec:hanic, including watchmen and quards, employed in violation of
the clause set forth in paragraph (b)(l) of this section, in the
SWD of $10 for each calendar day on which such individual was
required or permitted to work in excess of the standard workWeek
of forty hours without'payment of the overtime wages required by
the clause set forth in paragraph (b) (1) of this section.
(3) Witbbolding for unpaid vag.. and liquidat.d dlUll&g... The
U.S. Environmental protection Agency shall upon its own action or
upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any
moneys payable on account of. work performed by the contractor or
subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other Federally-
assisted con~act subject to the contract Work Hour. and Safety
standards Act, which is held by the same prime contractor, such
sums as may be determined to be necessary to satisfy any
liabilities of. such contractor or subcontractor for unpaid wages
and liquidated damages as provided in the clause set forth in
paraqraph (b) (2) of this section. .
(4) Subcontract.. The contractor or subcontractor shall insert in
any subcontracts the clauses set forth in paraqraph (b) (1)
through (4) of this section and also a clause requiring the
subcontractors to include these clause. in any lower tier
Page 9 of 10
EPO - 2tiD
I
I
I
I
I.
I
I
Ii
I
I
Ii
I
I
I
I,
I
o
I
U
I
I
I
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with
the clauses set forth in paragraphs (b) (1) through (4) of this
section.
(c) In addition to the clauses contained in paragraph (b), in any
contr~ct subject only to the Contract Work Hours and Safety
Standards Act and not to any of the other statutes cited in
section 5.1, the Administrator of EPA shall cause or require the
contractinq officer to insert a clause requiring that the
contractor or subcontractor shall maintain payrolls and basic
payroll records durinq the course of.the work and shall preserve
1:hem for a period of three years from the completion of the
c:ontract for all laborers and mechanics, includinq guards and
watchmen, workinq on the contract. Such records shall contain
t;he name and address of each such employee, social security
number, correct classifications, hourly worked, deductions made,
and actual waqes paid. Further, the Administrator EPA shall
cause or require the contractinq officer to insert in any such
contract a clause providinq that the records to be maintained
under this paragraph shall be made available by the. contractor or
subcontractor for inspection, copyinq, or transcription by
authorized representatives of the u.S. Environmental Protection
Aqency and the Department of Labor, and the contractor or
subcontractor will permit such representatives to interview
employees durinq workinq hours on the job. (Approved by the
'Office of Manaqement and Budqet under OMS control number. 1215-
0140 and 1215-0017.)
paq. 10 of 10
EPD - 26E
I
FORM APPROVED OMB NUMBER
LABOR STANDARDS INTERVIEW
9000 -0089
I Public repc.rting burden for this collection 01 inlormation is estlmaled to average HI minutes per response. inCluding the lime ror reviewing instructions,
searChing <:xlsting data sources. gatnering and maintaining the data needed. and completing and reviewing llle collection 01 information. Send comments
regarding tnis burden estimate or any other aspect ot this collection ot inlormation. inCluding suggestions ror reducing this burden. to lne FAR Secretariat
<VRSI. Ollice 01 Federal AcquiSition POlicy, GSA. Washington. DC 2040'5; and to the Ollice 01 Management and BUdget. Paper.work Reduction Project
(9000-C0891. WaShington. DC 20'503.
I
CONTRAC T NUMBER' EMPLOYEE'S NAME lLasl. First. M,I.I
.
NAME OF PRIME CONTRACTOR
EMPLOYEE'S ADDRESS (SIreet. Cily, Slate, ZIP COdel
NAME OF EMPLOYER WORK CLASSIFICATION WAGE RATE
SUPERVI SOR'S NAME (Last. First. M.I'>
. .
(Cneck Below)
YES NO
00 YOU WORK OVER 8 HOURS PER DAY?
00 YOU WORK OVER 40 HOURS PER WEEK?
ARE YOU p.AID AT LEAST TIME AND A HALF FOR OVERTIME HOURS?
ARE YOU RECEIVING ANY CASH PAYMENTS FOR FRINGE BENEFITS REOUIRED BY THE POSTED WAGE DETERMINATION DECISION?
I
I
I
I
I
,WHAT DEDUCTIONS OTHER THAN TAXES AND SOCIAL SECURITY ARE MADE FROM YOUR PAY?
I
HOW MANY HOURS DID you WORK
IWHAT DATE (YYMMDDI WAS THAT?
VOU USE?
ON YOUR LAST WORK DAY BEFORE THIS INTERVIEW'
HOURS
I WHA T TOOLS DO
IWHEN DID you BEGIN WORK ON THIS PROJECT (YYMMDDI?
I HAVE READ THE ABOVE AND CERTI FY IT TO BE CORRECT TO THE BEST
liEMPLOYEE'S SIGNATURE
.!INTERVIEWER'S SIGNATURE
-WORK EMPLOYEE WAS DOING WHEN INTERVIEWED
OF MY KNOWLEDGE.
IDATE (YYMMDDI
IDA TE ('I' YMMDDI
INTERVIEWER'S COMMENTS
liS EMPLOYEE PROPf:RLY CLASSIFIED AND PAID? (It addillo!:l'" space
DYE S 0 NO
ARE WAGE IIATES AND POSTERS DISPLAYED?
I aVES 0 NO
FOR USE
IS A80VE INFORMA TION IN AGREEMENT WI TH PAYROLL DA TA?
OVES ONO
ICOMMENTS
is needed. use comments secliol'll
BY PAYROLL CHECKER
I
I
IDA rE OF CHECK
(V V MMDDI
NAME OF CHECKl;R (Last. First. M.I.l
J08rlrLE
SI GNA TURE
I
INSN 7!l40-C \-20a-C032
Previous edl lion Is UUllle.
Q GPO : 1993 0 - 151-245
EXPIIlA TION OA TE: 3-3 HI3
144!l-102
STANDARD FORM 1446 lREV. 12-'Illl
Prescrllled lIy CSA -FAR (48 CFRI 'SJ.JUlql
EPD - 26F
~4J " '" It.
I~:
I
.1
',1
I
I
I
I
I
I
I:
I~
I
I
I
I
I'
I
I
RC'r":'" .
'- .
, "r:o~
I.,. .J
General Decision Number GA950031
superseded General Decision No. GA940031
state: Georgia
Construction Type:
HEAVY
SEWER AND WATER LINE
County ( ies) :
STATEWIDE
STATEWIDE EXCLUDING THE COUNTIES OF DE KALB, FULTON AND GWINNETT
HEAVY CONSTRUCTION PROJECTS (does not include Sewer & Water Line
Construction Projects in Clayton and Cobb Counties)
Modification'Number
o
1
2
Publication Date
02/10/1995
05/05/1995
06/02/1995
GA950031 - 1
06/02/1995
I.
I
I
I
I
I
I
I
i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COUNTY (ies) :
STATEWIDE
BOIL0026B 11/01/1994
GLYNN COUNTY:
BOILERMAKER
Rates
Fringes
.----------------------------------------------------------------
17.90
5.815
BOIL0199B 11/01/1994
CAMDEN COUNTY:
. BOILERMAKER
Rates
Fringes
----------------------------------------------------------------
17.90
5.815
CARP0865A 09/16/1994
CAMDEN AND GLYNN COUNTIES:
Rates
Fringes
CARPENTERS :
General contracts under $3,000,000:
Carpenter & piledriver 14.10
Millwright 14.95
All other work:
C~rpenter & piledriver 14.60
Millwright 15.45
2.96
2.96
3.21
3.21
----------------------------------------------------------------
ELEC0508E 07/01/1994
CAMDEN AND GLYNN COUNTIES:
ELECTRICIANS:
Electrical subcontracts of
$1,000,000 and over (excluding
power generating plants)
Electrical subcontracts under
$1,000,000 (excluding power
generating plants)
Rates
Fringes
16.50
4% + 3.00
--~-------------------------------------------------------------
14.00
4% + 3.00
* IRON0597E. 05/01/1995
CAMDEN AND GLYNN COUNTIES:
IRONWORKER
Rates
Fringes
----------------------------------------------------------------
15.20
2.86
GA950031 - 2
06/02/1995
I.
I
I
I
,
I
)
I
I,
I:
I
Ii
D.
Ii
I
I
If
i
I
I:
I
I
I~
I
I.
I
I
I
PAINl169A 08/01/1994.
CAMDEN AND GLYNN COUNTIES:
Rates
Fringes
PAINTER:
Work on single and multi-family
structures, houses, apartments
and condominiums 12.75
Work on office buildings~ shops
and retail stores 12.75
Work on any type of plant or
facility engaged in manufacturing,
assembly or storage of goods,
materials, products, including all
buildings and structures related
thereto or located in proximity
thereto. Work includes any
application of substances other
than ordina+y paint or coatings 14.05
2.10
2.10
2.10
----------------------------------------------------------------
PLUM0188B 07/01/1994
CHATHAM AND EFFINGHAM COUNTIES:
Rates
Fringes
HEAVY CONSTRUCTION (NOT APPLICABLE TO SEWER & WATER LINES) :
PIPEFITTER
15.15 .
4.12
SUGA1055A 04/01/1992
CHATHAM AND EFFINGHAM COUNTIES:
Rates
Fringes
HEAVY CONSTRUCTION (NOT APPLICABLE TO SEWER & WATER LINES):
CARPENTER:
Form work only
All other work
CEMENT MASON
ELECTRICIAN
IRONWORKER, REINFORCING &
STRUCTURAL
LABORER
MILLWRIGHT
PAINTER
POWER EQUIPMENT OPERATORS:
Backhoe
Bulldozer
Crane
Loader
Mechanic
12.25
10.72
.8.72
15.56
.85
2.80
13.60
6.34
12.85
9.00
1.93
.38
.85
7.50
10.19
12.05
10.79
11. 66
1.22
1.22
GA950031 - 3
06/02/1995
I
I
I
I
I
i
I
I
I
I
I
I
I
I':
I'
I
I
I
I
I
I;
TRUCK DRIVER
5.62
.38
----------------------------------------------------------------
SUGA1056A 02/07/1992
CLAYTON COUNTY:
HEAVY CONSTRUCTION (NOT APPLICABLE TO SEWER & WATER LINES) :
Rates
Fringes
CARPENTER 9.10 .87
CEMENT MASON/FINISHER 8.70 1. 00
ELECTRICIAN 16.95 21%
IRONWORKER 9.60 1. 29
LABORER, GENERAL 6.00
PLUMBER 11. 15 1. 26
POWER EQUIPMENT OPERATORS:
Backhoe 8.15 1. 02
Bulldozer 8.15 1. 02
Crane 9.10 1. 32
Front end loader 8.15 1. 02
Oiler 7.43 1. 32
Scraper - pan 8.15 1. 02
----------------------------------------------------------------
SUGA1057A 02/07/1992
Rates
Fringes
COBB COUNTY:
HEAVY CONSTRUCTION (NOT APPLICABLE TO SEWER & WATER LINES):
BRICKLAYER
CARPENTER
CEMENT MASON
ELECTRICIAN
IRONWORKER
LABORER, GENERAL
MILLWRIGHT
PAINTER
PLUMBER & PIPEFITTER
POWER EQUIPMENT OPERATORS:
Backhoe
Boom truck
Bulldozer
Compactor
Crane, derrick, dragline
Fork lift
Front end loader
Hydro-hammer
Motor grader
Oiler for motor crane
Revolving backhoe
Scraper - pan
Water pump
TRUCK DRIVER
8.85
8.10
8.35
16.95
9.60
5.80
8.85
8.10
10.75
1. 00
.87
.95
21%
1. 29
.50
.75
1. 04
2.26
8.15
8.50
8.50
8.15
8.50
8.50
8.50
8.15
8.15
7.03
8.50
8.15
8.15
5.00
1. 02
1. 02
1. 02
1. 02
1. 02
1. 02
1. 02
1. 02
1. 02
1. 02
1. 02
1.02
1. 02
GA950031 - 4
06/02/1995
~.
I
I
I
I
i
I
I
I
I
I
I:
I
I
I
I
I
I
I
I
----------------------------------------------------------------
SUGA1058A 02/07/1992
Rates Fringes
STATEWIDE EXCLUDING CAMDEN, CHATHAM, CLAYTON, COBB, DE KALB,
EFFINGHAM, FULTON, GLYNN AND GWINNETT COUNTIES:
BO ILERMAKER:
storage tank erection/repair
All other work
BRICKLAYER
CARPENTER
CEMENT MASON/CONCRETE FINISHER
ELECTRICIAN
IRONWORKER
LABORERS :
Unskilled
Pipelayer
Drill
PAINTER
PLUMBER & PIPEFITTER
POWER EQUIPMENT OPERATORS:
Backhoe
Bulldozer
Crane, derrick, dragline
Front end loader
Motor grader
Roller
Scraper - pan
TRUCK DRIVER
WELL DRILLER
12.96
16.20
8.35
6.50
5.31
8.78
8.72
4.25
4.25
5.00
8.00
6.00
5.70
5.73
7.85
4.80
5.34
4.25
4.25
4.25
6.40
----------------------------------------------------------------
SUGA2002A 02/06/1990
Rates
Fringes
CAMDEN AND GLYNN COUNTIES:
HEAVY CONSTRUCTION (INCLUDING SEWER & WATER LINES) :
HEAT & FROST INSULATOR
CEMENT MASON
LABORERS :
Common
Asphalt raker
Pipelayer
POWER EQUIPMENT OPERATORS:
Backhoe
Bulldozer
Crane
Front End Loader
Mechanic
Motor Grade
Roller
SHEET METAL WORKER
15.55
10.26
2.73
5.73
5.71
6.23
8.47
7.90
13.19
8.99
11. 38
8.96
5.51
14.85
3.24
GA950031 - 5
06/02/1995
I
E
I
'1
"I
;
,
"I
i
I
I
I'
I;
I'
I
I
Ii
I
I
I
I
I
I
I
TRUCK DRIVER
6.60
----------------------------------------------------------------
SUGA2006A 04/01/1992
Rates
Fringes
CHATHAM AND EFFINGHAM COUNTIES:
SEWER & WATER LINE CONSTRUCTION ONLY:
LABORERS:
Pipelayer
Unskilled
POWER EQUIPMENT OPERATORS:
Backhoe
Bulldozer
Loader
TRUCK DRIVER
7.08
5.89
9.29
8.83
7.98
8.50
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing operation
to which welding is incidental.
================================================================
Requests for additional classifications and wage rates may be
submitted to the contracting officer after award, and may be
Qt. -oved only if: (1) the work to be performed by the classi-
fication requested is not performed by a classification in the
wage determination; (2) the classification is utilized in the
area by the construc~ion industry; and (3) the proposed wage
rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determina-
tion (for the given area and type of construction). (See 29 CFR
5.5(a)(v)).
----------------------------------------------------------------
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
END OF GENERAL DECISION
GA950031 - 6
06/.02/1995
m:
I
I
I
I
I
I
I
I,
I
I'
I
I:
I:
I
I'
o
I
I
I
I
I
\ .
DEBARRED FIRMS
:..:'f:'.\:!r::: :. .:,....
All prime constrUction contractors shall certify that Subcontracts have not and
will not be awarded to any firm that is currently on the EPA Master List of
Debarred, Suspended and Voluntarily Excluded Persons in accordance with the
provisions of 40 CFR 32.500 (C). Debarment action is taken against a firm for
non compliance with Federal Law.
All bidders shall complete the attached certification in duplicate and submit
both copies to the owner with the bid proposal. The owner (grantee) shall transmit
one copy to EPD within 10 days after bid opening.
EPD - 28
I:
I'
I
I
I
I
.
I
\
I
I
I
II
I
I
I:
I'
I
I
I
I
I
I
I
I
.
SRF Loan No:
Owner:
CERTlFICA TJON REGARDING
DEBARMENT, SUSPENSION AND OTI-iER RESPONSIBIUTY MA TIERS
The prospective participant certifies to the best of its knowledge and belief
that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any
Federal department or agency.
(b) Have not within a three year period preceding this proposaJ been
convicted of or had a civi I judgement rendered 'against them for
commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or local)
transaction or contract under a public transaction; violation of Federal'
or State antitrust statutes or commission of embezzlement, cheft,
forgery, bribery, falsification or destruction of records, mal< ing false
statements, or receiving stolen property;
(d Are not presently indicted for or otherwise criminally or civilly charged
by a government entity (Federal, State or local) with commission of
any of the offenses enumerated .in paragraph (1) (b) of this certification;
and
(d) Have not within a three year period preceding this application/proposal
had one or more public transactions (Federal, State or local) terminated
for cause or defau I t.
I understand that a false statement on this certification may be grounds for
rejection of this proposal or termination of the award. In addition, under 18
U.S.C. 9 1001, a false statement may result in a fine of up to S 10,000 or
imprisonment for up to 5 years, or bath.
Name & Title of Authorized Representative
Signature or Authorized Representative
Date
o I am unable to certify to the above statements. A ttached is my explanation.
Prime or Subcontractor's Name:
T eJephone Number:
EPD - 29
I:
I
I
I
I
,
,
I
I
I
I
I
I
I,
I;
I
I:
I
I'
I
I
I
I
I
I
. .,
Bonds and Ins. alia!
Bonding 'requin!tTtena f~ Contract.! of $100,000. or less are contained in the
General Conditions. Bond requirements for contracts in excess of $100,000 are:
.;
1. Bid guarantee equivalent to five percent of the bid price. The bid
guarantee shall consist of a firm commitment such as a certified check
or bid bond submitted with the bid.
. 2~ Performance bond equal to 100 percent of the contract price and;
3. Payment bond equal to 100 percent of the contract price. Bonds must
be obtained from companies holding Certificates of Authority as
acceptable sureties, issued by the U. S. Treasury. .
Insurance requirements are contained in the General Conditions. In addition
to the insurance required, the owner or the contractor, as appropriate, must
acquire any flood insurance made avai lable by the Federal Emergency Management
Agency .as required by 40 CFR 30.600 (b), if construction will take place in a
flood hazard area identified by tne Federal Emergency Management Agency.
The owner's requirements on Flood Insurance are contained in the Scecial
Conditions Section of the Contract Documents. '
EPD . 30-
Revised October 1984
I
I
I
'I
-
I
I
I
I
I'
I:
f
I:
I
I
o
I
I
I
I
I
SC - 1
SC - 2
SC - 3
SC - 4
SC - 5
SC - .6
SC - 7
SC - 8
SC - 9
SC - 10
SC - 11
SC - 12
SC - 13
SC - 14
SC - 15
SC - 16
SC - 17
SC - 18
SC - 19
SC - 20
SC - 21
SC - 22
SC - 23
SC - 24
SC - 25
9416
SPECIAL CONDITIONS
INDEX
CONTRACT DOCUMENTS AND DRAWINGS
CONTRACTOR'S FIELD OFFICE
TEMPORARY SANITARY FACILITIES
BOUNDARIES OF WORK
EXISTING STRUCTURES AND UTILITIES
INTERRUPTION OF PLANT OPERATION
ESTIMATE OF QUANTITIES
SURVEYS
DIMENSIONS
EROSION CONTROL
SAFETY AND HEALTH REGULATIONS
CHEMICALS
STORAGE OF MATERIAL
MANUFACTURER'S DIRECTIONS
AS-BUILT DRAWINGS
CLEANING UP
PRIOR USE BY OWNER
UTILITIES
RESTORATION OF PROPERTY
STATE AND LOCAL LAWS
ACCESS OF AGENCIES
SUB-SURFACE INVESTIGATION
WEEKLY WORK SCHEDULE
SECTION 404 PERMIT CONDITIONS
GUIDELINES FOR PLANTING
CORRECTED SC-l
I
I
I
I
I
I
i
I
Ii
I:
I,
II
I
I
,
Ii
I'
I
o
I
I
I
I
SC - 1
CONTRACT DOCUMENTS AND DRAWINGS:
The Contract documents which form a part of this contract include
Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Notice of
Award, Agreement, Payment Bond, Performance Bond, Notice to Proceed, Change
Order, General Conditions, Supplemental General Conditions, Special
Conditions, Technical Specifications, Drawings and Addenda.
Specifications: The specifications consist of a written description of a
general and technical nature of materials, equipment, construction systems,
standards and workmanship, and include General Conditions, Special
Conditions and Technical Specifications indexed at the front of this bound
volume of contract documents.
Drawings: The Engineer will furnish to the Contractor, free of charge, all
copies of drawings and specifications reasonably necessary for the
execution of the work. Location of all features of the work included in
the contract are indicated on the contract drawings. The 'following
drawings comprise the plans for this contract.
Drawing No.
Title
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
Drawing List
General Site Plan
Site and Grading Plan - Wetland Cell 1
Site and Grading Plan - Wetland Cell 4
Si~e and Grading Plan - Wetland Cell 5
Site and Grading Plan - Wetland Cell 6
Site and Grading Plan - Wetland Cell 7
Site and Grading Plan - Wetland Cell 8
Site and Grading Plan - Wetland Cell 9
Site and Grading Plan - Wetland Cell 10 & 11
Site and Grading Plan - Wetland Cell 12
Yard Piping Plan - Wetland Cell 1
Yard Piping Plan - Wetland Cell 4
Yard Piping Plan - 'Wetland Cell 5
Yard Piping Plan - Wetland Cell 6
Yard Piping Plan - Wetland Cell 7
Yard Piping Plan - Wetland Cell 8
Yard Piping Plan - Wetland Cell 9
Yard Piping Plan - Wetland Cell 10 & 11
Yard Piping Plan - Wetland Cell 12
Yard Piping and Site Plan - Polishing Pond
YardPip~ng Profile - West Collector
Yard Piping Details - Distribution Piping
Yard Piping Details - Distributor / Collector Manifolds
Structural - Berm Sections
Structural - Inlet / Outlet and Weir Box Details
Miscellaneous Details
Soil Erosion and Sediment Control Plan
Erosion and Sediment Control Details
( .
A drawing showing the
drawings is attached
conditions.
relative location of site. and
immediately following these
piping
special
SC - 2
CONTRACTOR'S FIELD OFFICE:
The Contractor shall maintain a field office on or near the site of the work
which contains a telephone, the" contract documents, and the contractor's
records.
9416
SC-2
I
I
m
I
I
I
i
I
I
I
I
I
I:
I
I
I
I
I
I
I
I
\
Guide~ines for P~antinq
Auqusta Project: Constructed Wet~ands for Advanced Wastewater Treatment
EMERGENT - MARSH AREAS
SOILS
Substrate compaction will greatly affect herbaceous plant survival and the
development and rate of spreading of the root system. Substrates that are
compacted should be deconsolidated by plowing/disking as part of the
construction. Substrates for herbaceous planting should be deconsolidated to
a depth of 4-6 inches.
TIME OF PLANTING
It is critical to the plant survival in the constructed wetland that
transplanting be performed between mid-March and mid-June. Planting prior to
mid-March may be allowed if the Contractor can show that substrates/water are
not frozen. Plants will suffer less stress if transplanted prior to breaking
dormancy. Planting after these times may result in a significant loss due to
heat stress and drought when bare root stock is planted in the hot summer
months. Emergent plants will need a full growing season to build the root
reserves needed to survive winter. Any planting outside of the mid-March to
mid-June tim~frame will require approval by the Engineer.
SITE PREPARATION
Once the wetland cell is graded, and topsoil replaced, the site should be
disked or otherwise prepared for planting root stock. Pond/stream water (not
wastewater effluent) should be released into the cell prior to planting to
facilitate soil setting and removal of air pockets. Shallow flooding followed
by draining leaving a soupy substrate creates the ideal growth conditions for
new plant stocks and facilitates hand or mechanical planting.
PLANTING
. The wetland cells will be planted with whole plants, dormant rhizomes and
tubers as ~pecified by the Engineer. As the plants are critical to the success
of the project, nurseries subcontracted to provide the plants must be
inspected and annually certified by their state as meeting the certification
criteria. To meet the plant specifications by Ma'rch 1997, plants must be as
required by the Specifications.' The selected nursery vendor must initiate
stock planting in early Spring 1996 to meet the order. The nursery will be
inspected and plantings verified and approved by a qualified representative
of the Engineer.
Planting may be done by hand or mechanically. Plants will be planted deep
enough to prevent propagules from floating out of the planting hole. Sterns
will be trimmed to avoid toppling after planting and to encourage new stern
growth. It is anticipated that the herbaceous plants will develop a good
stand within 4~6 weeks. The survivability criteria is a minimum of 80% of
each species. Plants not responding within the six week initiation period
will require replacement.
Proper water depth and careful regulation are the key factors for plant
survival during the initial planting. Due to a lack of an extensive root
system, initial flooding can cause significant losses.
I
I
I
I
I
I
I
I
I
I
Ii
0'
D:
I
I
I
I
I
I
I
After p~anting, the constructed wetland cells should be saturated with
pond/stream water to about 1-3 em for 4-5 weeks. Water levels must not
overtop cut stalks from the original plants or new shoot growth. After the
sixth week, if emergent plants show new and vigorous growth, water levels can
be slowly and gradually increased to support erect, upright growth forms.
Plants must be established at least six weeks before introduction of
wastewater. It is absolutely essential that the sternE are above the water
surface to avoid drowning new plants. It is also important that water levels
not be lowered to the extent to expose the plant roots.
To insure these planting guidelines are followed, a representative of the
Engineer will frequently inspect the site. All plant materials entering the
site must be approved by the representative of the Engineer prior to planting.
Plant materials not meeting the criteria specified or found in an unhealthy
condition' will be rejected and must be replaced within 48 hours to insure
meeting the planting schedule. Substitutions will not be permitted unless
approved by the Engineer six months prior to the March - June 1997 planting
period.
POND PLANTING
Pond plants can be installed at any time during the planting. Submergent and
floating species require actual flooding immediately after placement as they
depend on buoyant structures and water pressure for physical support to
achieve an upright growth form. potamogeton in weighted cotton mesh bags are
simply placed in the pond prior to flooding. It may be necessary to utilize
plant nails to anchor the plants.
-,-'--~'...:.~ -
-~I
--
II
~I
~~.
..
-.!!!!
..
-~
...
II
. --,
--
- I
.-
ii.
--
--
..
. ....
..
-..
--
-u
---
-.
-.
LORATION
.:BRtDQJ~{SI~~~~~(;!\:I1GtJST;A;iYf~tE WATER TREATMENT PLANT
tU9U~~!o,!G ...
:~ . .
.:.;c.,>:.", ..
. . ,~.-, ,.:~... ."
'~"';;:/:;",." :,H,'"
'v.~. .,.;:.: :$:~;~l.' '."
..',.-. ..-.-.;......<. . ... ..:,.... . '.~: -:' ,,:',:.~:::..'
'::;Mi:!~1!f'~~;?'F~;ji',~:,,;':':."',1:\;~;'~ii,:~l".
. :'!,~\.,\: ~~:.:;'~::.: :":';:':~:'.::
-""'::.'" -
..:~!:_-;
...,...,..-.-..,. - ..
::;-:'::~~::-::::-:'>:~.~:';-;: ~.,.';
"~'::i~'~~~-":,,.:;:,:,~,~:.;:,,:, :;,~~;:,., ::. : ;:::" ;',:' :;\~?;:: ~~~:".::'.':::i
. '" ".. . " ..,::,~. ",-:.;'-!$:' . "
.,~.-:~.i.~.':.{.:':..~.',;.:,...',~~.i:.i.:,':;.!.:..:,;~~~\.C.:.,~..~.;.{:,.,:('._~:.\,:.:~,:::.:..';}':.''~G::'..:i.:.,.:.':' " . . .....
,;;;~;,f")':~;;'~9i"2;?0'!~m~lt{~J
."..... ";.:......,,.
-' '. "'." ....:" ,;..' /:;-: ':'; ,:~ ,:, :
'. ..':_" "'.":.;~ .~: .,.,....:
"';.<:..~~ ....,..:;"...." .......~'_.~:~:.:.,
uCSRA.T~g3nd~:~;~g ~~:;)~C.
'1005 Emmett Street, Smte A.:' ;'::C;"':'::':::'.'
AuguSt3~'(jeOrgia ~^)30004'W~;:~;'i;A<'\'~:;,!;;;~,;~
(706). 733~960 FaX (706) 737-0629..>1
. '. ~.;::..;:':.~::,;,~;:.;~:'.' ~~/ ~~
.. ..........:::..;;1{;.::..,;....
'.. . ..; '~':..;...~~~:.:::'.'.~
',: ~:;'~: .:)>~"':~,.;:~':'}:~.~~lL~~~?-:'.~;;": ~
I
'Ii
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
?!fIECT Bridge Site at Augusta WilrP
L<I.\TION Augusta, Georgia
VISUAL SOIL
DESCRIPTION
Fi.J:m, Grayish-Tan, Fine Silty Clay
5'
F:i.J::m, Brown, Fine Silty Clay
Fi.I:m. Grayish-Tan. Fine Silty Clay
Boring Te..--.mi.nated at 10 feet.
20'
25'
30'
35'
40'
Value is number of blows of 140 pound
ammer required to drive 2" split-tu~e
sampler one foot after seated.
I .'
BORING NO. B-3
DATE November'4, 1994
PENETRATION
VALUE (N)
UNIFIED
CLASS.
5' WATER TABLE
PERCENT
MOISTURE
I:
_I'
"1_-
csra
TESTING & ENGINEERING CO., INC.
1005 EMMETT STREET. SUITE A AUGUSTA. GEORGIA 30904 (708) 733-6960
(FAX) 737-0629
BORING NO. 8-4
IOJECT Bridge Site at Augusta WWrP
LOCATION Augusta, Georgia
November 3, 1994
DATE
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
PERCENT
MOISTURE
UNIFIED
CLASS.
8 @ 2'
10 @ 4'
5' Finn to Stiff, Grayish-Tan, Fine Silty Clay
10 @ 7'
11 @ 9'
10 @ 14'
F:i..Dn, Tan Fine to Coarse Sand
14 @ 19'
Boring Te:oninated at 20 feet.
Value is number of blows of 140 pound
hammer required to drive 2" split-tube
ImPler one foot after ~eated.
5'
-=- WATER TABLE
.- rROJECT Bridge Site at Augusta WWl'P
-LOCATION Augusta, Georgia
- I DEPTH
FEET
"I
-'
I
10'
csra
TESTING & ENGINEERING CO., INC.
1005 EMMETT STREeT. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 .
(FAX) 737-0629
BORING NO. 8-22
DA TE Noventler 3, 1994
VISUAL SOIL
DESCRIPTION
PENETRATION
VAlUE (N)
UNIFIED
CLASS.
10 @ 2'
8 @ 4'
5'
Firm to Stiff, Grayish-Tan, Fire Silty Clay
9 @ 7'
10 @ 9'
15' Firm, Tan, Fine to Corase Sar.d
15 @ 14'
.., ,
.
I.
.
--.
-.
-.
-.
14 @ 19'
Bor...ng Terminated at 20 feet .
25' i
30'
35'
40'
5'
-.
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated. '
"1
WATER TABLE
PERCENT
MOISTURE
1'1' ", ~
I
I
I
I
I
I
I
I
I
I
I
I,
Ii
I:
t
I
,
II
I
I
I
1
I
I
I
I
:::;rN
/ Y-I jo
csra
TESTING AND ENGINEERING CO., INC.
1005 EMMETT STREET. SUITE A
AUGUSTA, GEORGIA 30904
(706) 733-6960
FAX (706) 737 -0629
Report No. B-13794
Date December 17. 1994
CLIENT:
Zimmerman, Evans and Leopold Engineers
PROJECT:
Advanced Waste Water Treatment Plant
Sample No.1 at B-11, 1'-5'
LOCATION:
Augusta, Georgia
REQUEST:
Soil Classification
SOIL DESCRIPTION: Brownish-Tan Clayey Silt
SOIL CLASSIFICATION: ML
.. .. ::::::>SIEVE NO~ .. .. ..... .. ':;::$' PASSING:,;,::
p'
.. ... ..-..
.. ..' "00' ,. ....... ....
10 100.0%
.
60 98.2%
200 62.4 %
Clay Content 17.6%
,.
Liquid Limit 30.0%
Plasticity Index 7.0%
Silt Content 44.8%
Respectfully submitted,
CSRA Testing and Enginee .
2 cc: Zimmerman, Evans and Leopold
Member at American Society tor Testing and Materials
I.
I
I
I
.1
I
I
I
I
I
I
I'
I
I
I:
I
I
I
I-
I
I
I
csra
TESTING AND ENGINEERING CO., INC.
.
1005 EMMETT STREET, SUITE A
AUGUSTA. GEORGIA 30904
(706) 733-6960
FAX (706) 737-0629
Report No. B-13794
Date December 17 1994
CLIENT:
Zimmerman, Evans and Leopold Engineers
PROJECT:
Advanced Waste Water Treatment Plant
Sample No.2 at B-20, 1 '-10'
LOCA TION:
Augusta, Georgia
REQUEST:
Soil Classification
SOIL DESCRlPTION: Dark Brown Clayey Silt
SOIL CLASSIFICATION: . CL
... .. ,,!:i;:<SIEVE: NO~;. . ........ .....",... ............%...
.. ... .n:nH<<<n: ." PASSING
......... .....
10 100.0%
60 99.8%
200 93.6%
Clay Content 29.6%
Liquid Limit 34.0%
Plasticity Index 1 1.0%
Silt Content 64.0%
Respectfully submitted,
CSRA Testing and Engine
2 cc: Zimmerman, Evans and Leopold
Member of American Society tor Testing and Materials
I
I
I
I'
I
I:
Ii
I
,
I:
I
I
I:
I:
I
I
I
I
I
I
I
csra
TESTING AND ENGINEERING CO., INC.
.
1005 EMMETT STREET. SUITE A
AUGUSTA. GEORGIA 30904
(706) 733-6960
FAX (706) 737-0629
Report No. B-13794
Date December 17. 1994
CLIENT:
Zimmerman, Evans and Leopold Engineers
PROJECT:
Advanced Waste Water Treatment Plant
Sample No.3 at B-17, 1'-8'
LOCATION:
Augusta, Georgia
REQUEST:
Soil Classification
SOIL DESCRIPTION: Dark Brown Clayey Silt
SOIL CLASSIFICATION: ML
1"" nn <:'SIEVE:NO~:';':j;;;:!::m:: ;;;:::/1: .... /$ PASSING:: ;/;U/>,~' I
: 10 100.0%
60 99.6%
200 86. I %
Clay Content 29.4%
Liquid Limit 38.0%
Plasticity Index 9.0%
Silt Content 56.7%
Respectfully submitted,
CSRA Testing and Engineering Co., Inc.
2 cc: Zimmerman, Evans and Leopold
Member of American Society for Testing and Materials
,I
I
I
I
I
I
I
-
j
I
I
I
I;
I
I
I
I
I
I
I
c s ra . TESTING AND ENGINEERING CO., INC.
'005 EMMETT STREET. SUITE A
AUGUSTA. GEORGIA 30904 .
(706) 733-6960
FAX (706) 737-0629
Report No. B- 13794
Date December 17 1994
CLIENT:
Zimmennan, Evans' and ~pold Engineers
PROJECT:
Advanced Waste Water Treatment Plant
Sample No.4 at B-14, 1'-8'
LOCATION:
Augusta, Georgia
REQUEST:
Soil Classification
SOIL DESCRIPTION: Light Brown Clayey Silt
SOIL CLASSIFICATION: ML
I ...",....",:."".,..."...."1"...."". .. .
; . .:,,:!:SIEVE. NO~,!E::n<<>;: > :;:!:!:i!HS>PASSING:' ".
.",:::;;,.,.:1
10 100.0%
60 94.7%
200 87.3%
Clay Content 29.4%
Liquid Limit 39.0%
Plasticity Index 8.0%
Silt Content 57.9%
Respectfully submitted,
CSRA Testing and Engin
2 cc: Zimmerman, Evans and Leopold
Member of American Society for Testing and Materials
I .
I
I
I
I
I
I'
I
I
I[
I:
I:
I:
!
I
I:
I
I
I
I
1
I
I
, ,
csra
TESTING AND ENGINEERING CO.~, INC.
1005 EMMETT STREET. SUITE A
AUGUSTA. GEORGIA 30904
(706) 733.6960
FAX (706) 737-0629
Report No. B-13794
Date December 17. 1994
CLIENT:
Zimmerman, Evans and Leopold Engineers
PROJECT:
Advanced Waste Water Treatment Plant
Sample No. 5 at B-2, 1 '-8'
LOCATION:
Augusta, Georgia
REQUEST:
Soil Classification
SOIL DESCRIPTION: Light Brown Clayey Silt
SOIL CLASSIFICATION: CL
E.......... .....".,"""",;,: ,$:PASSING-:
.....,." 'SIEVE NO"
...... ......'...... . ... ...............
:;;;:':"''''H::''E/ ..:': ".,. .,":',,'.,' "",.. ................ .",'"",' . .".'
.....
10 100.0%
60 99.7%
200 99.0%
Clay Content 26.6%
Liquid Limit 33.0%
Plasticity Index 10.0%
Silt Content 72.4 %
Respectfully submitted,
CSRA Testing and Engine Co., Inc.
2 cc: Zimmennan, Evans and Leopold
Member of American Society for Testing and Materials
I
I
-
I
I
I
J
I:
I
!
11
,
Ii
I
I
I
I
I
Ii
I
I
I
I
I
csra
TESTING AND ENGINEERING CO., INC.
1005 EMMETT STREET. SUITE A
AUGUSTA. GEORGIA 30904
(706) 733-6960
FAX (706) 737-0629
Report No. 8-13794
Date December 17. 1994
CLIENT:
Zimmerman, Evans and Leopold Engineers
PROJECT:
Advanced Waste Water Treatment Plant
Sample No.6 at 8-6, 1'-8'
l.OCATION:
Augusta, Georgia
REQUEST:
Soil Classification
SOIL DESCRIPTION: Brown Clayey Silt
SOIL CLASSIFICATION: ML
I:
'..::SIEv;E::NO'f<':j:,Um I:::::;::>:::::;!!%,PASSING: .. ::.... .,
10
100.0%
60 98.6%
200 58.6%
Clay Content 12.6%
Liquid Limit 28.0%
Plasticity Index 5.0%
,
Silt Content 46.0%
Respectfully submitted,
CSRA Testing and En' . g Co., Inc.
2 cc: Zimmennan, Evans and Leopold
Member of American Society for Testing and Materials
I
I
I
I.
I
I
I:
I:
I
I
I:
I:
I
I:
I
I
I
I
I
csra
TESTING AND ENGINEERING CO., INC.
.
'1005 EMMETT STREET. SUITE A
AUGUSTA. GEORGIA 30904
(706) 733.6960
FAX (706) 737 -0629
Report No. B-13794
Date December 17. 1994
CLIENT:
Zimmerman, Evans and Leopold Engineers
PROJECT:
Advanced Waste Water Treatment Plant
Sample NO.7 at B-Il, 5'-10'
LOCATION:
Augusta, Georgia
REQUEST:
Soil Classification
SOIL DESCRIPTION: Dark Brown Silty Sand
SOIL CLASSIFICATION: SM
I:' .. ;::;(SIEVE: NOi .....1. ....P . .....~.. PASSINO" ............,
....... .......n... ........ . . .
.... .... ;j:>W "', ,- - . ::,.
.. . ..' .. ..... ':\' ~j::~njdq1;jin
10 100.0%
60 95.2%
200 3 1 .2%
Clay Content 5.6%
Liquid Limit 24.0%
Plasticity Index 2.0%
Silt Content 25.6%
Respectfully submitted,
CSRA T .ng and Enginee . g Co., Inc.
"
2 cc: Zimmerman, Evans and Leopold
Member of American Society for Testing and Materials
~
0\
r-
f'O'l
-
~
o
Z
-
I..
o
Q.
Ql
"
~
0\
0\
-
r-
N
1-0
~
..c
...
...
~
t)
~
o
Ql
-
=
Q
..
.. Z ~
.. fool 0 rI.)
fool U E: ~
z ~ < ~
~ a U 0'
~ " 0 ~
U Q.. ~ "
Ul
1-0
~
~ -
c: c:
0- cc
co -
c: c..
w -:::
"':l ~
"0 E
c.. -
o cc
~ ~
-0 1-0
c: ~
cc ~
~ ~
.~ ~
w ~
::: ~
~ "C
c: ~
1-0 t)
~ c:
... cc
c: >
E "'0
N <:
cc
co
1-0
o ~
C1) ==
o ::
~ ~
cc =
- Ql
~ e
co I..
::l Ql
<: Q..
'E""'"
:,"CJ':
:::I! ~ ~ ~ ~ ~ ~ ~
;~: 0000000
:::~: ------
::::, ~ ~ ~ ~ ~ ~
':=', 0\ f'O'l f'O'l V'l - 0\
.~:: f'O'l N N 100 N .
:~::i! ~ ~ ~ ....; ~ f'O'l
::'C::
:;;;;
::Q.."
,:~::
...-::
:~::
':E ,j r"! ~ r--: -: ~ ~
":Y: f'O'l ~ - ~ f'O'l ~
,..0:; 0\ 0\ 0\ 0\ 0\ 0\
':::..,::
'Ae':
I! ~
,,,..,.::
:;:~:;
":'Q,l::
::Q" . c:
~. cc
~: ~
:.~..I .~
:"',,:::: 0
;::;: as
..:e::
':~
':;j::
",CJ::
:~.
i :;~'9
,:~il ~ ~ ~
.::::;;. :
,.:c,:
:z:
.,~::
,:;....: - N f'O'l ~ V'l 100
:c.;:
J:
,,<<.:
,lI.)::
'-
.
y
=
-
..
.
o
U
QIl
=
.-
~ 10.
~~
oE .~
..c =
;;~
>,"=
= :;
~
_ l:lIl
t) =
~ .-
c.. -
Ul lI'.l
~ Ql
ez:::f-l.
<
"
rI.)
U
"C
"0
c..
o
~
"'E
ca
Ul
c
cc
>
W
~
c
cc
E
1-0
~
E
E
N
u
t)
N
I
i
\
I
,
,
1
I
i
j
j,
I
I'
I
.........
,\/ ~=-. c-3 B-4 c
1'10..... - )
r I I' (A
Per"' ~..,...., eQ 1""~" .,.
\ b. I .J ~ . 1:::1 '"
1"0 r r"' , a "e '0 - ~
,.. 1"'1""-)
/'-JOf'''!:I.' e.e.~ :;j) ,
s-e2:
b,a.~,.., D~o""''''
(Re,"ol!: i
I
I.
I
. ,)
1:0
'0
I,
~
I: "
1
1/
I: I
I,
I,
I
1
I
1000 FT.
;t~I~~:.~ 20
1 mAVI~
BORE 21 0 mAil 104
I
_d... tlCLaQ~d
..J~ \ II
t..-a..\Je v_6e. po lV''I,S J.;- (.':,,-
rC ~ .~'.-e v"c.e: <? v;' '-1
I CSRA Report No. 8-13794
I
I
I
I
I
I
,
I
I
1
I
I
I,
I:
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
PROJECT AcivRnC'"Prl WR~i-P tNRi-P,... Treatment Plant
BORING NO.
1
lOCATION Augusta, Georgia
DATE
December 14, 1994
DEPTH
FEET
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTURE
Brownish-Tan Clayey Silt
Brownish-Tan Micaceous Slightly Sandy
Clayey Silt
i
11
I
Top 6 n is Brown Silty Clay (topsoil)
15'
20'
I
1
I
I
I
I N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
I sampler one foot after seated.
25'
30'
35'
40'
5'
-=- WATER TABLE
I
I
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA, GEORGIA 30904 (706i 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
BORING NO. 2
PROJECT Advanced Waste Water Treatment Plant
IlOCATION Augusta, Georgia
I
I
1
I:
I
I
I'
Ii
I
Ii
I
!
I,
,
Ii
I
I
I
I
I
I
I
DEPTH
FEET
25'
30'
35'
40'
DA TE Decanber 14, 1994
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTURE
Light Brown Clayey Silt
Tan Micaceous Clayey Silt
Top 6 n is Brc::Ml Silty Clay (topsoil)
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler' one foot after seated.,
5'
~ WATER TABLE
I
I
csra
TESTING. & ENGINEERING CO., INC.
AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
PROJECT Advanced WasteWater Treatment Plant
I lOCATION Augusta, Georgia
I DEPTH
FEET
I
I
I'
i
I
Ii
I
!
I:
I
I
I
I[
,
I;
11
!
I'
I
I
I
I
I
I
40'
BORING NO.
5
DATE December 2, 1994
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
Brownish-Tan Clayey Silt
Light Brown Clayey Silt
Tan and Gray Slightly Sandy Clayey Silt
Top 6" is Brown Silty Clay (topsoil)
UNIFIED
CLASS.
1.
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
S'
--=-- WATER TABLE
PERCENT
MOISTURE
I
, .
I
I
I
I
I
I
I
csra
TESTING & ENGINEERING CO., INC.
AUGUST A, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
PROJECT Advanced Waste Water Treatment Plant
BORING NO. 6
LOCA TION Auqusta, Georaia
DA TE ~Prt1hP-r 14, 1 qq4
DEPTH
FEET
I
I:
I
\
Ii
,
\
11
I:
I:
,
I'
)1
I
1
I
I
I
15'
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE IN)
UNIFIED
CLASS.
Brown Clayey Silt
5'
Tan Slightly Micaceous Sandy Clayey Silt
Top 6" is Brown Silty Clay (topsoil)
20'
25'
30'
35'
40'
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
~ WATER TABLE
PERCENT
MOISTURE
I.
I
,I
csra
TESTING & ENGINEERING CO., INC.
.AUGUSTA. GEORGIA 30904 .(706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
PROJECT Advanced Waste Water Treatment Plant
I LOCATION Auqusta, Georoia
BORING NO.
7
DA TE December 2. 1994
I DEPTH
FEET
I
I,
I:
II
,
j
1\
I:
I
11
i
I:
I
I.
I
I
I
40'
I . N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
I sampler one foot after seated.
VISUAl SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTURE
Brownish-Tan Clayey Silt
5'
Light. Tan Sandy Clayey Silt
Brown and Tan Micaceous Sandy Silt
.. '
Top 6 n is Brown Silty Clay (topsoil)
35'
15'
20'
25'
30'
5'
-=- WATER TABLE
I:
I
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA:GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
I PROJECT Advanced Waste Water Treatment Plant
LOCATION A\lgll~1";:t. C"1"n"J;;:t
I
I
I
II
I
I:
I"
Ii
I;
I
I'
I
I
I
I
I
DEPTH
FEET
25'
30'
35'
40'
5'
VISUAL SOIL
DESCRIPTION
Brownish-Tan Slightly Micaceous Clayey Silt
Top 6" is Brown Silty Clay (topsoil)
N Value is number of blows of 140 pound
hammel' required to drive 2" split;.tube
sampler one foot after seated.
BORING NO.
B
DATE December 14, 1994
PENETRATION
VALUE (N)
UNIFIED
CLASS.
5' .
-=- WATER TABLE
PERCENT
MOISTURE
I
I
I
I
I
I
I
I
.
I
I,
I
I:
I;
I
I;
I
I
I
I
I
csra
TESTING & ENGINEERING CO., INC.
1005 EMMETT STREET. SUITE A AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
BORING NO.
9
PR 0 J ECT Mvanced Waste Water Treatment Plant ('
LOCATION Augusta, Georgia
DEPTH
FEET
20'
25'
30'
35'
40'
December 14, 1994
DATE
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
Brownish-Tan Slightly Micaceous Clayey Silt
Top 6" is Brown Silty Clay (topsoil)
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5' WATER TABLE
PERCENT
MOISTURE
I
I
I
I
I
;
I
I'
I
I
I
I:
I,
,
I
I~
I
I
I
I
I
c s r.a
TESTING & ENGINEERING CO., INC.
AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
PROfECT Advanced Waste Water Treatrle1t Plant
LOCA TION Auausta, Georqia
DEPTH
FEET
15'
VISUAL SOIL
DESCRIPTION
5'
Brownish-Tan Slightly Micaceous Clayey Silt
Top 6" is Brown Silty Clay (topsoil)
20'
25'
30'
35'
40'
N Valu.! is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
BORING NO.
DATE
PENETRATION
VALUE (N)
10
December 14. 1994
UNIFIED
CLASS.
5'
. WATER TABLE
PERCENT
MOISTURE
I
I
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
I PROJECT Advanced Waste Water Treatment Plant
LOCATION Augusta, Georgia
I
I
I
I
I
I
Ii
Il
I'
I
I
I
I
I
I
I
DEPTH
FEET
15'
20'
25'
30'
35'
40'
BORING NO. 11
DATE December 14, 1994
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
Brownish-Tan Clayey Silt
Dark Brown Silty Sand
Top 6" is B:r:'c7.o1n Silty Clay (topsoil)
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
-=- WATER TABLE
PERCENT
MOISTURE
I
I
I
I
I
I
!
I'
I,
\
!
,
I:
I:
Ii
!
I:
I:
I
I
I
i
I:
I
I
I
I
I
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
PROJECT Advanced Waste Water Treat;ment Plant
BORING NO.
12
lOCATION Augusta. Georgia
DATE
December 14, 1994
DEPTH
FEET
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTURE
Brownish-Tan Clayey Sandy Micaceous Silt
Brownish-Tan Micaceous Clayey Silty Sand
Top 6" is Brown Silty Clay (topsoil)
20'
35'
25'
30'
40'
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
-=- WATER TABLE
'1 PROJECT Adv.;mcMWaste Water Treatment Plant.
LOCATION Auqusta, Georqia
I
DEPTH
FEET
I
I
I:
I:
I
, .
I
I
Ii
I
I:
5'
,
Ii
I
I:
Ii
I
I!
I
I
I
I
I
25'
30'
35'
40'
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
BORING NO.
13
DA TE December 14, 1994
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
Brownish-Tan Slightly Micaceous Clayey Silt
Brownish-Tan Silty Clayey Sand
Top 6" is Brown Silty Clay (topsoil)
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
--===- WATER TABLE
PERCENT
MOISTURE
PROJECT Advanced Waste Water Treatment Plant
LOCA TIONAugusta, Georgia
I
. .
I
I
I
!
I
I
.1
I
I.
Ii
I:
I
I:
!
I
I
I
I
I
I
I
I
I
. r
DEPTH
FEET
5'
40'
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
BORING NO.
DATE
December 14, 1994
14
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
Light Brown Clayey Silt
Tan and Gray Micaceous Clayey Silt
Top 6" is Brown Silty Clay' (topsoil)
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
-=- WATER TABLE
PERCENT
MOISTURE
/1
.
'I
~,
I
I
I
I'
I
I
I:
Ii
I!
I:
I
I
I
I
I
I
t" ..~_{
csra
. .
TESTING & ENGINEERING CO., INC.
AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
PROJECr Advanced Waste Water Treatment Plant
LOCATION Augusta, Georgia
DEPTH
FEET
15'
BORING NO.
December 14, 1994
DATE
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
Brownish-Tan Slightly MicaceOus Clayey Silt
5'
Tan and Gray Slightly Micaceous Clayey Silt
1 '
Top 6" is Brown Silty Clay (topsoil)
20'
25'
30'
35'.
40'
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
-=- WATER TABLE
15
"
PERCENT
MOISTURE
I
'. c::..: .
-I
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
I PROJECT Mvanced Waste Water Treatment Plant
lOCATION Augusta, Georgia
I
DEPTH
I FEET
I
I
.1
I
BORING NO.
16
DA TE December 2, 1994
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTURE
B:rown.i.sh-Tan Clayey Silt
5'
I
I
I
I
Light Brown Clayey Silt
Top 6" is Brown Silty Clay (topsoil)
15'
11
I
I
I
I
I
I
I
I
20'
35'
25'
30'
40'
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
-=- WATER TABLE
I-
.. <--!. .
1
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
I PROJECT
lOCA TlON
I",
I DEPTH
FEET
I~
Advanced Waste Water Treatment Plant
BORING NO.
17
AuQUSta. Georaia
DATE DP.r.emhP.r 14. 1qq4
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTURE
II
1
11
[ark Brown Clayey Silt
5'
I:
I
I
I
II
I'
I
I
I
I
1
I
~ish-Tan Slightly Sandy Clayey Micaceous
Top 6" is Brown Silty Clay (topsoil)
15'
35'
20'
25'
30'
40'
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
-=- WATER TABLE
I.
~ ~ .
I
I PROJECT
I,
DEPTH
I FEET
I':
i
II
LOCA nON
I
I
Ii
I
j
Ii
I
I
I:
I
I
I
I
I
I
,I
15'
20'
25'
30'
35'
40'
csra
TESTING & ENGINEERING CO., INC.
(706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
Mvanced Waste Water Treatment Plant
BORING NO.
Auqusta, Georqia
December 14, 1994
18
DATE
VISUAl SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
Tan Clayey Silt
Brownish-Tan Micaceous Clayey Silt
Top 6" is Brown Silty Clay (topsoil)
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler. one foot after seated.
5'
-=- WATER TABLE
PERCENT
MOISTURE
I"
.
.1
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA. GEORGIA.30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
I PROJECT Advanced Waste Water Treatment Plant
LOCATION' Augusta. ("~rqia
I DEPTH!
I FEET I
I
I
I:
I:
I
I'
1
I
I
I.
I
I
I
I
I
BORING NO. 19
DA TE December 14, 1994
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTURE
Brownish-Tan Clayey Silt
5'
. Top 6" is Brown Silty Clay (topsoil)
40'
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
51
-=- WATER TABLE
I
---'
I
I
I
I
I
I
I"
I
I
I;
11
I
I
I
I
I
I
I
PROJECT
csra
TESTING & ENGINEERING CO., INC.
AUGUSTA. GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
Advanced Waste Water Treatment Plant
BORING NO.
LOCATION Auqusta, Georqia
35'
40'
DATE
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
Dark Brown Clayey Silt
Top 6" is Brown Silty Clay (topsoil)
N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
December 14, 1994
20
UNIFIED
CLASS.
5' WATER TABLE
PERCENT
MOISTURE
I~
. ,
-'
I
., PROJECT Mvanced Waste Water TreatInont Plant
: LOCATION Auqusta. Georqia
Ii DEPTH
,
FEET
I~
.1
'1
,i
I;
I
I
Ij
,
I'
.,1
I
I
I
I
I
20'
25'
30'
35'
40'
csra
TESTING & ENGINEERING CO., INC.
(706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
BORING NO.
21
DATE
December 14, 1994
VISUAL SOIL
DESCRIPTION
PENETRATION
VALUE (N)
PERCENT
MOISTURE
UNIFIED
CLASS.
5'
Brownish-Tan Clayey Silt
Top 6" is Brown Silty Clay (topsoil,>
. N Value is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
5'
_ WATER TABLE
.
.
-
II
-
p
-
p
III
\
I
III
II,
-J
I
J
_J
J
J
_J
.-
.~
]
]
I
-I
ACE EXPLORATION
-
II
-
--I
~
-
I;
'-.J
11
1I!
I
-,
--.:
11
11
11
]i'
]]
-
-I
.,
~
-I
-I
-I
~
_IL-
csra
TESTING AND ENGINEERING CO., INC.
1005 EMMETT STREET, SUITE A
AUGUSTA. GEORGIA 30904
(706) 733-6960
FAX (706) 737-0629
Report No.
Date
B-13794B
February 12_ 1995
CLIENT:.
PROJECT:
LOCATION:
REQUEST:
Zimmerman, Evans and Leopold, Engineers
Augusta Wastewater Treatment Plant
Augusta, Georgia
Additional Subsurface Exploration at Proposed Bridge Site
As requested, one (1) additional test boring, numbered B-1, was drilled at the location
of a proposed roadway bridge at the waste water treatment plant. This location is shown on an
attached Boring Location Plan. The purpose of this work was to examine the subsurface soil
conditions to determine the composition and ability to support the expected loads.
This test boring was made in general accordance with ASTM D-1586 utilizing a truck
mounted. drill rig. The types of subsurface materials encountered are described in detail on the
accompanying t~'t boring record along with the results of standard penetration tests and the
reading of the ground water level. . ..
Representative samples of the soils are now stored in our laboratory if further analysis
is desired. Unless notified otherwise, all samples will be disposed of after thirty (30) days.
This test boring encountered dense sand with gravel belo~ a depth of twenty-feet (20')
which should provide ~xcellent bearing for pile embedment. Since there is a possibility of
damage to wood piles driven uno the gravel, we recommend the use of precast concrete piles.
A twelve inch (12") precast concrete pile should develop a capacity of 30 tons when driven to
a depth of thirty feet (30'). It will be necessary to assure that the pile during driving in the
dc:nse gravels.
es M. Pope, P.E.
President
2 cc: Zimmerman, Evans and Leopold
Member of American Society tor TestlnQ and Materials
-
I
11
-.
-
~II
-
-
11
11
11
---
11
11
11
11
11 ,::-
~
1 "Eb
::'<)
1---------
-
-
1
-I
--
'\
"I:l
:to
~
':i
J'-.-/
r., ( <"
~
(.J .
.~:r~
. I" :./ POND )\
I I
r j
~~- ~
=-- ........:
BORING La
AWWTP_BR~;TJON PLAN
RICHMOND GE SITE
CO., GEORGIA
l~~~~T'NG !:sra
-=--- _" ~,~=..sUIT&A .~'NEER'NG co
. "~,, .~"~ ., INC.
, _"7oeI1~
~
-N-
\
csra
-.
TESTING & ENGINEERING CO., INC.
AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET. SUITE A
11
B-1
Bridge Site at Augusta WWl'P
BORING NO.
PROJECT
.......
-,
Februa:r:y 3, 1995
LOCATION Auausta, Georgia
DATE
11 DEPTH
FEET
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTURE
VISUAL SOIL
DESCRIPTION
11
7 @ 2'
-.
iiiiiiiiiiii"'__
11 @ 4'
11'
!
-,
-- ,
5' Finn to Stiff, Grayish-Tan, Fine Silty Clay
12 @ 7'
11,
10 @ 9'
10'
11
11
12 @ 14'
Finn, Tan, Fine to Coarse Sand
15'
11:
-!
18 @ 19'
111
,
20'
11
,
-=- ,
&,
-1
2S'
1
30'
Dense,. Tan, Fine to Coarse Sand with Gravel
1
-
1
35'
1
40' Boring TeDni.nated at 40 feet.
1 N VaJue is number of blows of 140 pound
hammer required to drive 2" split-tube
sampler one foot after seated.
6'
-=- WATER TABLE
I
I
I
I,
I
I
0,
ni
I
I
.'
I
I
I:
Ii
1
,
I
Ii
I
I
I
I
I
I
I
SECTION T - 1 - SITE WORK
SCOPE:
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, materials and supervision, and in performing
all operations in connection with clearing, grubbing, excavation, filling,
backfilling, grading the site; field layout, staking, and grade setting in
strict accordance with this section of the specifications, the applicable
drawings and terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications
specification:
form a part of this
American Society of Testing Materials Designation:
D 1557 Modified Proctor
D 1556 Sand Cone Method
D 2167 Rubber Balloon Method
D 2922 Nuclear method for in place "Density".
Georgia DOT Standard Specifications:
814
Soil Base Materials
South Carolina D.H.P.T. Standard Specifications:
303
Sand~clay base course
GENERAL:
Operations shall be conducted in a manner which will provide for the safety
of employees and others. Existing utility lines, walks, steps, paving,
structures, or trees to remain shall be safeguarded and protected from
damage, and supported if necessary. Prior to any work the Contractor shall
obtain necessary permits for work in the area or shall ascertain that the
permits have otherwise been obtained.
CLEARING:
Clearing shall consist of the felling and cutting up or trimming of trees
and the satisfactory disposal of the trees and other vegetation designated.
for removal together with the down timber, snags, brush and rubbish
occurring within the project limits. Trees and other vegetation to be
removed and all stumps, roots, and brush in areas to be cleared but not
grubbed shall be cut off flush with or slightly below the original ground
surface. Trees and stumps in areas to be covered by embankments 3 feet or
more in height shall be cut off to 8 inches or less above the original
ground surface. Trees and' other vegetation in areas to be cleared and
grubbed may be removed by uprooting or any other method that the Contractor
may propose that is satisfactory to the Engineer. Individual trees and
groups of trees designated to be left standing shall be trimmed of all live
branches to such heights and in such manner as directed by the Engineer.
.All limbs and branches required to be trimmed shall be neatly cut close to
the bble of the tree or to main branches, and the cuts more than 1-1/2
inches in diameter thus made shall be painted with an approved treewound
paint.
9416
T1-1
SITE WORK
I
I
I
D
I,
I
1
.i
,
Ii
I
I
II
I
I:'
II
\
I:
I
I
I
I
I
I
I
GRUBBING:
Grubbing shall consist of the removal and disposal of all stumps, roots
larger than 3 inches in diameter to the depth specified, and matted roots
from the areas to be grubbed. In foundations areas, stumps, roots, logs or
other timber 3 inches and over in diameter, matted roots, and other debris
not suitable for foundation purposes, shall be excavated and removed to a
depth not less than 18 inches below any subgrade, shoulder or slope; and to
a depth of 12 inches 'below finish grade in areas to be grassed. All
depressions excavated below the original ground surface for or by the
removal of stumps and roots, shall be refilled with suitable material and
compacted to make the surface conform to the surrounding ground surface.
Grubbing will not be required in areas other than those occupied by
construction and graded and grassed areas.
SITE CONDITIONS:
Organic materials and loose sand or other unsuitable soil located at or
below the level of footings, or under structures, shall be removed and
replaced with fill material compacted to 95% of ASTM D-1557 (Modified
Proctor) . Fill material shall comply with the requirements of the
EXCAVATION, FILLING AND BACKFILLING section of these specifications. The
excavations shall be dewatered by well-pointing and the sides of the
excavation shall be fully shored and braced.
DISPOSAL OF CLEARED AND GRUBBED MATERIAL:
Removal of Debris:
All timber, all logs, stumps, l?oots, brush, rotten wood and other refuse
from the clearing and grubbing operations shall be removed from the site and
properly disposed of by the Contractor.
GRADING:
General: Site grading shall consist of excavating and placing all necessary
materials outside the limits of the various structures. Site grading shall
be completed when all surfaces are in conformity with the contours as shown
on the drawings, smooth, firm, containing the specified materials. Site
grading also shall include excavation and backfill for walks and steps.
Site grading shall also include all excavation, filling and compacting
required for construction of all roads and paved areas except as otherwise
specified.
Borrow Material shall be selected to meet the requirements and conditions of
the particular installation for which it is to be used. The material shall
consist of sand soils or sand-clay soils capable of being readily shaped and
compacted to the required densities and shall be free of roots, trash and
any other deleterious material. The material shall be obtained from
off-site or on-site borrow pits approved by the Engineer. Borrow pits shall
be cleared and grubbed as necessary, and shall be opened, excavated, graded
and maintained so that adequate and proper drainage and a neat appearance
shall exist at all times.
Base Material: Sand clay used as road base material
Georgia D.O.T. Specification Section 814.01 Class A,
content between 6 and 15%
shall conform to
containing a clay
Topsoil shall consist of a natural material that occurs in surface deposits
of limited depth, and, in general, on elevated areas, it shall be composed
of natural mixtures of clay and soil binder with sand. Topsoil shall
contain not more than 25 percent of clay and shall be free of stones larger
than 2 inches in diameter, roots, excessive vegetation, rubbish or other
deleterious matter. Topsoil sh~ll be approved by the Engineer before being
used on the work. Topsoil as described, shall be excavated from all areas
9416
T1-2
SITE WORK
I
I
I
Ii
I:
Hi
11
I
I:
I
Ii
I
I:
\
I
I
I
I
I
I
I
to be disturbed, whether for .structures, piping, site grading,' or paving,
and if it cannot immediately be placed in its fihal. location, it shall be
stored for later use. Stockpiled topsoil shall be placed to afford good
drainage. Topsoil work shall not be performed when the soil is so wet that
the tilth of the soil will be destroyed.
Embankment: This item consists of placing in fills and embankments for
roadways, and other site grading work, the materials removed from the
various excavations and borrow pits, all as specified herein and in
accordance with the appropriate lines, grades, sections, contours and
dimensions shown on the drawings.
Classification of Excavation: All excavation in connection with site work
will be considered unclassified common excavation.
EXCAVATION FOR DIKE:
Reference to
indicate any
materials for
POND DIKE.
material for pond dike herein shall not be construed to
substantial quantity of on site material for such use. All
pond dike shall meet the requirements stated hereinafter under
Excavation for the pond dike includes the following:
1. Stripping for the foundation of pond dike embankment.
2. Excavation below stripping for the foundation of the pond dikes.
The alignment and excavation lines shown on the drawings are subject to such
changes as may be found necessary by the Engineer to adapt the foundation
excavation to the condition~disclosed by the excavation.
Accurate trimming of the slopes of the excavation will not be required, but
the excavation shall conform as closely as practicable to the established
lines and grades.
Stripping: The entire area to be occupied by the pond 'and dike shall be
stripped to a sufficient depth to remove all unsuitable materials. The
unsuitable materials to be removed include debris; topsoil; vegetation
remaining after clearing and grubbing; and all other perishable and
objectionable materials unsuitable for use in permanent construction.
Topsoil shall be stockpiled for subsequent use on the slopes of the dike
embankment. Stripping shall be extended to firm foundation material.
Excavation Below Stripping: In fill sections, a keyway trench shall be
excavated in the dike foundation as shown in cross sections. Termination of
the excavation shall be in firm foundation material unless firm material is
more than 36" below the shown bottom of the keyway. Under such conditions,
the keyway shall be extended 36" below the shown elevations.
Fill From On Site: Maximum finished side slopes shall be two horizontal to
one vertical. Topsoil shall be stockpiled for use on dike and other
embankment slopes to be grassed. Suitable material stripped from beneath
the dike and from the keyway trench also may be utilized in the embankment
construction.
Foundation Preparation: The foundation for the pond dike shall be prepared
by scarifying to an approximate depth of 3", leveling, moistening and
rolling so that the surface materials of the foundation will be as compact
and will proviqe as satisfactory a bonding surface with the first layer of
the earthfill as for the subsequent layers of the earthfilL Immediately
prior to placing the first layer of earthfill, all surfaces which the
earthfill will. rest upon or against shall be cleaned of all loose and
objectionable materials by approved methods. Such surface shall have all
water removed from depressions and, shall be properly moistened and cleaned
to obtain a suitable bond with the earthfill. No material shall be placed
in any portion of the pond dike until the foundation has been suitably
9416
T1-3
SITE WORK
I
I
I
I
Ii
I
.1
\
'I
11
Ii
(
I'
Ii
I
1\
I;
I
1\
I
.1
I
I
I
I
prepared and approved by the Engineer.
Pond embankment material shall be a sand-clay mixture, or shall be clean
inorganic soil. All embankment material is available on site from the
excavation. The material shall be placed in layers not exceeding 8" in loose
thickness and then compacted to 90% dry density as measured by ASTM D 1557,
Modified Proctor.
Topsoil shall be applied to all areas to be grassed including all surfaces
of the dike. (See Construction Methods.) Topsoil work shall not be performed
when the soil is so wet that the tilth of the soil will be destroyed. Upon
application of the topsoil, the compacted subgrade shall be scarified to a
2" depth for bonding the topsoil to the subsoil. The topsoil shall then be
evenly spread over all areas, compacted and graded to a uniform thickness
not less than 4", and the surface shall conform to the requirements of site
grading. The vegetative cover shall then be applied.
CLAY CORE:
Key Core: Suitable clay materials shall be obtained from off-site borrow
pits and from on-site excavation where such excavated material prove to be
satisfactory. The saturated vertical hydraulic conductiyity of the clay
material shall not exceed .035 inches per day (1 x 10-0 eml see) and such
materials meeting the Unified Soil Classification of Type SC, CL or ML shall
have a liquid limit and plasticity index which permits it to meet the
permeability and density test requirements stated hereinafter under
INSPECTION AND TESTS.
Construction: The core key shall consist of the required compacted
thickness of impervious clay soils placed in layers and bonded to the
subsoil by scarifying the top 3" and recompacting with the first layer of
the core. Each layer shall be placed in layers not exceeding eight (8")
inches in loose thickness and then compacted with the moisture content
controlled as necessary to obtain the required density. Compaction shall be
accomplished by sheepsfoot roller, pneumatic tired rollers, smooth-drum
vibratory rollers or other suitable heavy equipment approved by the
Engineer. Each layer shall be compacted to not less than 90% of dry density
as measured by ASTM 0-1557, Modified Proctor.
RIP RAP:
General: Areas to receive rip rap shall be cleared and shall be covered
with a woven plastic filter fabric. The area to be covered shall be
prepared to a relatively smooth condition free of obstructions, depressions
and debris. The fabric shall be placed with the long dimension running up
the slope, and 'overlapped a minimum of 1 foot at joints. Fabric shall be
anchored in place with pins of a type recommended by the fabric
manufacturer, placed not more than 3 inches from the centerline of the
overlap. Fabric shall be placed loosely so as to give and avoid stretching
or tearing during placement of rip rap. Fabric shall be protected from
clogging due to clay, silt or other contaminants. A cushioning layer of
concrete sand of sufficient depth to protect the fabric during placement of
rip rap shall be placed on top of the fabric. Stones shall be dropped not
more than 3 feet during construction. All material and workmanship shall be
in accordance with the latest requirements of the Georgia DOT.
:Rip Rap shall be 60# + stone of sound durable pieces meeting the quality
.requirements of Class A or Bcoarse aggregate. Flat slabby or shaley pieces
are not accept.able. Binder stone shall be quarry-run material including
,rock fines, with the largest pieces weighing 15 pounds or less. Rip rap
shall be placed to form a uniform surface not less than 8 inches thick, with
a tolerance of plus 6 inches.
Filter Fabric: The material for the filter fabric shall be a pervious sheet
of woven polypropylene monofilament yarns. The material shall be
Poly-Filter X as manufactured by Carthage Mills or the equivalent product of
9416
SITE WORK
Tl-4
I
I
I
I;
I
I
II
I
II
Ii
I
I,
I'
Ii
. I
I
I
11
I:
I'
I
I
I
I
I
I
at least 16 mil. thickness as' manufactured by Celanese Corporation or
others. The material shall be stored, handled, and placed in strict
accordance with the manufacturer's instructions and recommendations.
CONSTRUCTION METHODS:
General: During construction, embankments, fills and excavations shall be
kept shaped and drained. Ditches and drains along the subgrade shall be
maintained in such manner as to drain effectively at all times. Grading
shall be done so that the surface of the ground will be properly sloped to
prevent water from running into the excavations for structures or pipe
lines; any water which accumulates in excavations shall be removed promptly.
Excavated materials shall not be stockpiled within a distance from the edge
of any excavation less than 1-1/2 times the depth of the excavation.
Suitable material removed from excavation shall be used, where feasible, in
the formation of embankments, fills, subgrades, shoulders, backfills, and
site grading; excess material from excavation not required for such uses, or
materials not suitable for such uses, shall be wasted in on-site locations
directed by the Engineer. .Any wetting, hauling, scarifying, mixing,
shaping, rolling, tamping or other operation incidental to the following
requirements, which, in the judgment of the Engineer, are necessary to
obtain the specified results, shall be performed by the Contractor at no
additional expense to the Owner.
Site Grading: Except as otherwise specified herein, all disturbed areas on
the site shall be finished off to a uniformly smooth surface, free from
abrupt, irregular surface changes. The degree of smoothness shall be that
ordinarily obtainable from power grader operations. The finished surface
shall not be more than 0.10 foot above or below the established grade in the
influent and effluent marshes, and no more than 0.25 foot above or below the
finished grade all other locations. There shall be no roots, wasted
building materials, trash or other unsightly matter projecting through or
visible at the surface.
After 'all embankments and fills have been completed to grade, and after all
structures and pipe lines requiring the use of heavy equipment have been
completed, excavation necessary for the construction of walkways and steps
may be performed. Excavation shall be accurately cut to line and grade;
sufficient width for the accurate placement and adequate support of the
forms shall be allowed. After the forms are removed, the backfill shall be
replaced and recompacted around structures, walks and steps. Care shall be
taken to avoid damage to the walks and steps by the tampers.
Topsoil shall be evenly spread over the entire area to receive .vegetation
cover and the marsh and pond bottoms (except the bottom and below the water
line of the initial pond and the distribution pond). The compacted subgrade
shall be scarified to a depth of 2 inches for the bonding of topsoil with
the subsoil. Topsoil shall then be evenly spread, lightly compacted (not
less than one pass of a cultipacker weighing 100 to 160#/ft. of roller) and
graded to a uniform thickness of not less than 3 inches, and the surface
shall conform to the requirements of site grading, ditches, embankments, or
other features, as applicable.
Ditches shall be cut accurately to line, grade, and cross-section. Any
excessive ditch excavation shall be backfilled to grade with material
approved by the Engineer, consisting of suitable excavated soil, borrow, or
stones or cobbles. The requirements of paragraph "Site Grading" above,
shall apply to ditches except as follows: The degree of smoothness shall be
t:hat usually obtainable with string line or hand raking methods; the
finished surface of ditch slopes shall not be more than 0.25 foot above or
below the appropriate elevations.
\.
P..mbankment: Sloping ground surface, steeper than one vertical to four
horizontal, on which embankment or fill is to be placed, shall be plowed,
stepped, or broken up in such manner that the embankment material will bond
~Iith the existing surface. Approved material, consisting of earth, sandy
9416
SITE WORK
Tl-5
I
I
I
I
j
!
I
Ii
I
,
I!
I
I
Ii
,
i
II
Ii
"
Ii
Ii
!
II
,
I'
I
I
I
I
I
I
clay, sand and gravel, clay gravel, soft shale, or other granular material
(not containing muck, trees, stumps, brush, matted roots or other organic
matter, rubbish, frozen materials, waste construction material, or large
clods of earth or stones) shall be placed in horizontal layers of loose
material not more than 8 inches in depth. Except for the more stringent
compaction requirements of the roadway, each layer shall be spread uniformly
and tamped and compacted to 85 percent of the density measured by Modified
Proctor ASTM D1557 or tested by proofrolling in accordance with a method
approved by the Engineer. Tamping shall be accomplished by sheepsfoot
rollers or mechanical hand tampers. Final compaction may be by an approved
power roller weighing not less than 10 tons, except where insufficient cover
may cause damage to pipe.
Roadways: Roadways shall consist of a compacted subgrade, 6" of compacted
Class A sand clay base. The top 8" of the subgrade shall be compacted to
98% density as measured by Modified Proctor, ASTM D1557; the 6" base shall
be compacted to 100% of the Modified Proctor density.
INSPECTION AND TESTS:
The Contractor shall be responsible for the soil tests of proposed borrow.
The Owner shall be responsible for the in-place density tests of filled and
backfilled areas. Tests shall be performed by an independent laboratory
approved by the Engineer and shall be performed in accordance with the
following: (1) Labora~ory Field Density Tests on soils shall conform to
ASTMD1557 and (2) Field Density Tests on soils shall conform to ASTM D1556
or ASTM D2167 (ASTM D2922 may be used if a minimum of 10% of the tests are
verified by D1556 or D2167). Two Laboratory certified copies each of the
tests on borrow and the in-place density tests shall be forwarded promptly
by the Laboratory to the Engineer. Tests for gradation, classification,
optimum moisture, and density of the proposed borrow shall be performed in
the Laboratory and shall be submitted to the Engineer for approval.
Tests for in-place density shall consist of laboratory tests and field
density tests. The Owner will pay directly to the testing laboratory for
tests, except that where they are retests on materials which failed to meet
the specifications, the retesting of rejected materials and reinstalled work
shall be done at the Contractor's expense.
The Engineer, at his discretion,. may order tests and inspections to be
performed during the progress of the work, or at the completion of any
individual unit of the work, or at the time of final inspection of the
entire project.
Random spot checks of elevation and slopes shall be conducted by ordinary
differential level and profile methods. Random spot checks of topsoil
thickness shall be conducted by cutting through the surface with a spade or
:mattock, and measuring the 'thickness of topsoil exposed.
GRASSING:
.n..reas disturbed by construction operations 'shall be grassed in accordance
with the GRASSING section of the specifications. Areas to be grassed shall
be planted, maintained, and shall utilize topsoil, lime, fertilizer, proper
and approved grass and mulch suf.ficient to produce a cover suitable to
eliminate significant erosion.
MAINTENANCE: .
Inspection of site work as it is completed shall not constitute final
acceptance of the item. The Contractor shall maintain all items in such
condition as to be ready for final inspection from the time of completion
until the final acceptance of the entire project.
9416
SITE WORK
Tl-6
:.r.mWXVd
'~JOM pa~aTdmo~ aq~ J01 PT8 wns dwnT aq~ uT papnT~uT aq
TTeqs q~TMaJaq~ uOT~~auuo~ uT s~so~ TTV 'suoT~e~T1T~ads aq~ 10 uOT~~as sTq~
lq paJa^o~ ~JOM aq~ J01 apEW aq TTTM ~uamled a~eJedas ON 'lJo~eJoqeT aq~
o~ lT~~aJTP JaUMO aq~ lq apem aq TTeqs s~sa~ l~Tsuap a~eTd-uT J01 ~uamled
"-
,
91V6
>lC!OM 3J..IS
L-1J..
I""
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
\
SECTION T-2 - EXCAVATION, FILLING AND BACKFILLING
SCOPE:
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, appliances, materials, layout
staking and grade staking and supervision, and in performing all operations
in connection with the excavation, filling and backfilling for structures
and piping in strict accordance with this section of the specifications, the
applicable drawings and terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications form a part of this
specification:
APPLICABLE SPECIFICATIONS:
American Society for Testing Materials Designation:
C 33
Specifications for Concrete Aggregates
D 1557
Modified Proctor
CLASSIFICATION OF EXCAVATION:
ALL EXCAVATION SHALL BE UNCLASSIFIED.
EXCAVATION:
General: The excavation shall conform to dimensions and elevations
appropriate for the pipe line or structure. Excavation shall not be carried
below the elevation necessary for construction.
.Excavation for Walls and Footings shall extend a sufficient distance to
allow for the placing and removal of forms, installation of services and for
inspection, except where the concrete wall or footing may be authorized to
be deposited directly against excavated surfaces.
Trench Excavation: Trenches shall be excavated true to line and grade.
Trenches to receive pipe having a nominal diameter of 24 inches or less
shall not be less than 12 inches wider nor more than 16 inches wider than
the outside diameter of the pipe to be laid therein, so that a clear space
of not less than 6 inches nor more than 8 inches in width is provided on
each side of the pipe.
Trenches to receive pipe having a nominal diameter greater than 24 inches
shall not be less than 18 inches wider nor more than 24 inches wider than
the outside diameter of the pipe to' be laid therein, so that a clear space
not less than 9 inches nor more than 12 inches in width is provided on each
side of the pipe.
The maximum width specified applies to the width at or below the level of
the top of the pipe. The width of the trench above the pipe may be as wide
as necessary to provide room for proper installation of the work. The
Contractor shall comply with the safety requirements of OSHA.
The bottoms of trenches for pressure lines 6 inches and larger shall be
rounded so that the lower 90 degree quadrant of the pipe is in direct
contact throughout its entire length with undisturbed earth or with suitable
compacted fill material. Bell holes and excavation for joints shall be dug
by hand after the trench bottom has been shaped. These holes shall be so
spaced and sized as to permit first class workmanship on the joint and to
i.nsure that the maximum length of pipe possible will rest on the prepared
bottom of the trench. .
9416
T2-1
EXCAVATION, FILLING AND BACKFILLING
I
I
I
1\
I
.i
I
I
I:
,
I!
1\
I:
I
I
I;
,
I
I
I
I
I
Trenches for gravity sewers shall be excavated below the pipe invert to
provide space for the pipe bedding. Where good soil or rock is encountered
in the trench bottom, the excavation shall be carried below the bottom of
the pipe a distance of 4 inches or one-eighth the outside diameter of the
pipe, whichever is greater.
Where, in the opinion of the Engineer, the natural trench bottom is soil
which is incapable of satisfactorily supporting the pipe, such unsuitable
soil shall be removed to the depth required as determined at the site. The
:trench bottom shall then be refilled with selected refill material, placed
. in 8 inch layers and compacted at optimum moisture content to 90% Standard
Proctor. Each layer shall be thoroughly tamped. The refill shall be
brought to the proper elevation for the pipe, and in the case of gravity
sewers, to the elevation that will provide space for the special bedding.
Dewaterin Draina e of Excavated Areas: Grading in the vicinity of
structures e controlled to prevent surface water from running into
excavated areas. Dewatering by pumping or wellpointing from excavated areas
shall be performed by the Contractor to provide a stable excavation and a
firm pit or trench bottom. Dewatering shall incur no extra cost to the
Owner.
All dewatering methods shall be subject to the approval of the Engineer as
to capacity and effectiveness. Water removed from the excavated areas shall
be conveyed in a proper manner to a suitable point of discharge where it
. will neither cause injury to public health, public or private property, the
surface or use of streets by the public or work completed or in progress.
Silt retention must be provided for any water releases. .
Protection Against Flotation: To guard against the danger of flotation of
empty or partially empty pipe due to a high water table, all dewatering
operations shall be continued without inter~uption until such time as
sufficient backfill has been placed over the top of the pipe to overcome the
buoyancy effect of a completely empty pipe' which is entirely submerged.
Shoring and Protection of Excavations: Shoring shall be provided by the
Contractor as necessary to protect life or property. All existing
structures, streets, pipes, and foundations which are not to be removed or
relocated shall be adequately protected or replaced by the Contractor
without cost to the Owner. The Contractor shall adequately protect the work
under constru~tion and the safety of his workmen in excavations by the use
of suitable sheeting, shoring and bracing, or by sloping the banks in
accordance with the angle of repose of the soil.
The Contractor alone is responsible for any damage or injury resulting from
his failure either to provide adequate protection from the excavation or to
comply with OSHA requirements.
Excess Material: Excess material to be used for backfill shall be
stockpiled as directed by the Engineer. Excavated material shall be
deposited a sufficient distance from the side of excavation walls to prevent
excessive surcharge on the wall. Excess excavated material not suitable or
required for backfill or filling shall be wasted within the limits of the
site and graded as directed by the Engineer.
Blasting: Where blasting is necessary, it shall be done in accordance with
local ordinances by skilled operators and precautions shall be taken to
avoid damage. Suitable mats shall be provided to confine, within the limits
of the excavatLons, all materials lifted by blasting. .
PIPE BEDDING FOR SEWERS:
Sewer pipe shall be bedded. The bedding material shall be well-graded
crushed stone or crushed gravel meeting the requirements of ASTM C-33,
Gradation 67 (3/4 inches to No.4). The bedding shall have a minimum
thickness beneath the bottom of the pipe of. 4 inches or one-eighth of the
9416
EXCAVATION, FILLING AND BACKFILLING
T2-2
"q~dap s~1 ~noq6no~q~ pa~~~dillO~ Alq6no~oq~
aq II~qs 6u1Ppaq ad1d aq~ '1~1~a~~ill 6u1Ppaq aq~ a~~~~auad o~ q6noua AA~aq
~~q MO~~ ~ 6u1sn auop aq II~qs 6u1Ppaq auo~s paqsn~~ JO u6u1~11s-laAoqs"
"~Uailla~~lds1P 1~~a~~1 ~uaAa~d o~ ad1d aq~ JO ap1s q~~a uo pu~ saq~un~q ad1d
aq~ ~apun pa~~~dillO~ pu~ pa~~ld aq II~qs 1~1~a~eID 6u1Ppaq 'u01~1sod l~u1J
U1 pa~~ld uaaq s~q ad1d q~~a ~a~JV .6u11dno~ ~o llaq ad1d aq~ ~ou '1a~~~q
ad1d aq~ Aq Ala~1~ua pa~~oddns s1 P~ol aq~ ~~q~ os 6u11dno~ ~o llaq q~~a
~oJ 6u1Ppaq aq~ u1 6np aq ~Snill saloH .ad1d ~Ad ~oJ ad1d aq~ aAoq~ u9 pu~
ad1d ~A ~oJ ad1d aq~ JO ~a~a~1P ap1s~no aq~ JO q~x1s-auo ad1d aq~ JO sap1s
aq~ dn pua~xa IT~qs pu~ l~a~~a~6 s1 ~aAaq~1qM 'ad1d aq~ JO ~a~aill~1P ap1s~no
:'1'1I.a
'6U1TT1J~~~q ~oJ pa1J1~ads s~ aq TT~qs ~aA~1 q~~a ~OJ ~OOJ ~1qn~
~ad ~q6TaM A~p aq~ 'UOT~~~dillO~ ~a~JV .~aauT6u3 aq~ Aq paAo~dd~ ~aUUeID ~ u1
A~~ysa~au s~ pallo~~uo~ ~ua~uo~ a~n~S10ill q~1M pa~~~dillO~ aq lleqs ~aA~1 q~~3
'ssau~~1q~ u1 saq~u1 8 paa~xa o~ ~ou s~aA~1 u1 pa~~ld aq II~qs I11J q~~~3
: ~NI'1'1 B)i~Vg:
"LSSla ~sv JO %86 ~s~al ~~ aq II~qs ~uaillaA~d pu~ s~T~Map1s 's6u1~00J
'SIT~M 'sq~Ts ~apun TT1J~~eq ~~q~ ~da~xa ~LSSla w~sv Aq pauTWUa~ap s~ '~OOJ
~Tqn~ ~ad ~q6TaM A~a A~O~~~Oq~'1 illnill1X~ill a~~ JO %06 ~s~aT ~~ aq TT~qs ~aA~T
q~~a ~oJ ~ooJ ~1qn~ ~ad ~q61aM A~p aq~ 'U01~~~dillO~ ~a~JV 'AJeSSa~au s~
paTlo~~uo~ ~ua~uo~ a~n~s10ill aq~ aA~q Tq~qs pu~ 'ssau~~1q~ q~u1 8 JO ssa~xa
u1 ~ou sJaA~T' T~~uoz1~oq u1 pa~~ld aq TT~qs Tt1J~~~g: 'ad1d JO a~n~~nJ~S
~ ~SU1~6~ ~o uodn 6U1P~OT ~1~~ua~~a JO u01~~~ 6u16paM AU~ ~uaAa~d o~ ua~~~
aq 11~qs aJ~~ T~1~ads 'pau1~~uT~ill aq 11~qs 6UTP~01 111J~~~q 1~~1J~aIDWAS
's1~qap pu~ qs~~~ 11~ JO paJ~aT~ aq IT~qs U01~~A~~xa aq~ pue paAoilla~
aq II~qs swcroJ TT~ '6U1TT1J~~~q o~ ~01Jd pu~ '~~OM ad1d ~o 'STl~M 's6u1~00J
u01~epunoJ aq~ JO u01~a1dillo~ ~a~JV 'pa~aAo~ s1 ~1 a~oJaq pa~~adsu1 aq
A~ill ~JOM aq~ ~~q~ ~ap~o U1 6U1111J~~~q a~oJaq pa1J1~ou aq 11~qs ~aau16u3 aq~
:~IB3~VW '1'1I.a)i~VS aNV '1'1I.a
"~O~~~~~UO~ aq~ JO A~111q1suodsa~ aq~ aq Tl~qs 1~1Ja~eID aq~ JO 1~sods1P
'U01~~A~~xa aq~ u1 pa~a~uno~ua S1 1~1~a~~ill aTq~~1nsun a~aqM 'Ja~~eID
sn01~a~aTap ~o alq~qs1~ad '~1U~6~0 ~aq~o pu~ s~oo~ IS1~qap ~aq~o ~o 'JaqwnT
'qs~J~ JO aaJJ aq 11~qs pu~ '~aau16u3 aq~ Aq paAo~dd~ MOJ~Oq ~o la1qe~1ns J1
11~1Ja~~ill pa~~A~~xa aq~ JO ~s1suo~ IT~qs 6U11T1J~~~q pu~ TT1J ~oJ Te1~a~ew
:'1VIB3~VW MOBBOS
'1e1Ja~~ill
sn01Ja~a1ap ~aq~o Aue pu~ 'qs~~~ IS~OO~ JO aaJJ aq T1~qs pue sa1~1suap
paJ1nba~ aq~ o~ pa~~~dillo~ pu~ pad~qs AT1P~a~ 6uTaq JO a1q~d~~ s110s
AeT~-pu~s ~o sT10S pu~s JO ~S1SUO~ IT~qs TT1J~~~q q~ua~~ ~oJ Te1Ja~~ill MOJJOg:
:~IB3~VW '1'1I.a3B a3~~3'13S
'asn aAoq~ aq~ ~oJ pasodo~d 1~1~a~~ill aq~ JO ~aau16u3 aq~ illO~J 1~AO~dd~
~01~d u1~~qo 11~qs ~o~~~~~uo~ aq~ '~a~~~ill sn01~a~aTap JO a1q~qs1~ad
1~1U~6JO Jaq~o pu~ s~06J IS~~1~s 'pOS illO~J aa~J u01~~pe~6 alq~~1ns JO laA~J6
~o auo~s paqsn~~ aq T1~qs 1~1~a~~ill q~ns 'paJa~uno~ua S1 T10S a1qe~1nsun
aJaqM illo~~oq q~ua~~ aq~ 1T1Ja~ o~ pasn aq 11~qs 1e1~a~~ill T11Ja~ pa~~a1as
:^~B3dOBd 3~VAIBd .aO NOI~VBO~S3B
'pa~aTdillO~
uaaq s~q 'A~~ssa~au J1 'a~npa~o~d u01~~Uillapuo~ 11~un ~o JaUMO A~JadoJd aq~
JO ~uasuo~ aq~ ~noq~1M paAoilla~ aq TT~qs saa~~ ~o sa~n~~n~~s ON 'JaUMO aq~
o~ ~So~ 1~uoT~1PP~ ou ~~ pu~ ~aauT6u3 aq~ JO T~AO~dd~ aq~ ~aaill o~ s~ ~aUU~ill
q~ns u1 saT~Tl1~~J a~~A1Jd ~aq~o JO ~uailla~~lda~ ~o ~1~daJ aq~ pu~ 's6U1~U~ld
T~~uaill~u~o ~o sa6paq 'SUM~T JO 6u1~U~Tdsu~~~ pu~ '6u1PpoS '6u1paas
apnl~u1 II~qs u01~e~0~sa~ q~ns 'saaAoTdilla ~o s~ua6~ s1q JO Aue JO s~~~
JO su01~~~ado Aq pa~~Jap A~~ado~d 11~ a~o~sa~ AllnJaJ~~ II~qs ~O~~~J~UO~ aq~
91V6
~NI'1'1I.a)i~VS QNV ~NI'1'1I.a 'NOI~~~X3
t:-Z~
I
I
I
I
1
Ii
I:
I
I~
I:
1\
Ii
I
I
I-
I
I
I
I
PAYMENT:
No separate payment shall be made for excavation for structures and pipeline
trenches: backfill: pipe bedding: protection of utilities; maintenance of
usable driving surfaces free from potholes: depressions and ruts: and other
work covered by this section of the specifications. Such work shall be
considered as a subsidiary obligation of the Contractor in completing the
work and all costs in connection therewith shall be included in the lump sum
price for the completed work.
,
9416
EXCAVATION, FILLING AND BACKFILLING
T2-4
I
I
I
I
I
I;
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION T-3 - CONCRETE
SCOPE:
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, and materials, and in performing all operations
in connection with the installation of concrete work, complete, in strict
accordance with this specification and the applicable drawings, and subject to
the terms and conditiqns of the Contract.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications form a part of this
specification:
American Society for Testing Materials' Designation:
A 185
A 615
C 31
C 33
C 39
C 94
C 143
C 150
C 171
C 173
C 260
C 404
C 494
D 1752
Welded Steel Wire Fabric for Concrete Reinforcement
Deformed and Plain Billet-Steel Bars for Reinforcement
Making and Curing Concrete Test Specimens in the Field
Concrete Aggregates
Compressive Strength of Cylindrical Concrete Specimens
Ready-Mix Concrete
Slump of Portland Cement Concrete
Portland Cement
Sheet Materials for Curing Concrete
Air Content of Freshly Mixed Concrete by the Volumetric
Method
Air Entraining Admixtures for Concrete
Chemical Admixtures for Concrete
Chemical Admixtures for Concrete
Preformed Sponge Rubber and Cork Expansion Joint Fillers
for Concrete Paving and Structural Construction
American Concrete Institute Publications:
ACI 304
ACI 315
ACI 318
Recommended Practice for Measuring, Mixing,
Transporting, and Placing Concrete.
Manual of Standard Practice for Detailing Reinforced
Concrete Structures
Buiiding Code Requirement for Reinforced Concrete
Concrete Reinforcing Steel Institute:
CRSI
MATERIALS:
Placing Reinforcing Bars
Cement: Portland Cement shall be Type I, lA, III or Type IlIA conforming to
.ASTM C 150. Only one brand of cement shall be used for exposed concrete in any
individual structure.
Fine Aggregate shall consist of clean, hard natural sand, manufactured sand or
a combination thereof, conforming to the requirement of ASTM C 33, Concrete
Aggregate, and shall be graded from 3/8" to No. 100 sieve.
9416
CONCRETE
T3-1
I
I
I
I:
I!
I:
I:
,
I
I,
I
I
I
I
I
I
I
I
I
I
Coarse A~~re~ate shall consist of crushed stone, gravel, or a combination
thereof, conforming to the requirement of ASTM C 33, Concrete Aggregates, and
shall be graded to meet the requirements of size number 467, 67 and 7, as
appropriate.
Water shall be clean and free from oils, acids, salts, or other injurious
substances.
Admixtures shall be used to provide entrained air. Other admixtures shall be
used only with written approval of the Engineer. Air entraining admixtures
shall conform to ASTM C 260. Other admixtures shall conform to ASTM C 494.
Calcium chloride will not be permitted.
Curing Paper shall conform to specifications for Sheet Materials for Curing
Concrete, ASTM C 171.
Reinforcin~ steel for concrete shall conform to ASTM A 615, Grade 40 or Grade
60. All splices shall be lapped 30 diameters unless otherwise noted.
Principal reinforcement shall be shifted to miss openings through concrete
work. Where the resulting spacing exceeds three times the slab or wall
thickness or 18", nominal minimum steel shall be provided at. the centerline of
the opening and #5 corner bars shall be added in each layer of reinforcement.
Reinforcement shall be placed' in accordance with CRSI Manual "Placing
Reinforcing Bars".
Welded Wire Fabric shall conform to ASTM A 185.
bar spacing plus 2 inches but not less than 8
gauges 12 ga. and smaller shall be galvanized.
Splices shall be lapped one
inches. Fabrics from wire
Forms shall be of wood, metal, or other material approved by the Engineer.
The Contractor shall furnish forms, structurally adequate for. the imposed
loads, that result in correc_tly aligned concrete. For exposed concrete
surfaces, plywood forms, thoroughly braced and tied together with approved
corrosion resistant devices, shall be used. Form ties shall be free of
devices that will leave a hole or depression larger than 7/8" in diameter back
of exposed surfaces of concrete, and such that when forms are removed, no
metal shall be within one inch of finished surface. Curved surfaces concealed
below grade may be formed in planes up to 2'-0" wide. Holes left by form ties
shall be grouted, and the surface left smooth and flush. Exposed corners of
walks, and slabs shall be rounded. Exposed corners of formed concrete shall
have a 3/4 inch chamfer unless otherwise noted.
Preformed Expansion Joint Filler Strips shall conform to ASTM D 1752.
Grout shall be a portland cement grout consisting of one part of cement, two
and one-half parts of sand and the minimum quantity of water to make a
workable mix. Cement shall conform to ASTM C150, Type I and sand shall
conform to ASTM C404, Size 2.
Joint Sealant shall be Sikaflex Polysulfide (411 or 412) as manufactured by
Sika Chemical Corp., or the comparable products of W. R. Meadows, Inc., W. R.
Grace, or Williams Equipment Co.
Storage of Materials: Cement and aggregates shall be stored in such a manner
as to prevent deterioration or intrusion of foreign matter. Steel reinforcing
shall be stored on supports which will keep the steel from contact with the
9416
CONCRETE
T3-2
I
I
I
I
I
;
I'
II
I
.
I;
I
,
I:
I:
I:
,
I
I:
I
I
Ii
I
I
I
I
ground and in such a manner as to be protected from rusting, oil, grease, and
distortion. Store metal forms off the ground; pitch to shed water and cover
with waterproof material.
CONCRETE QUALITY:
All concrete shall be classified by the 28-day compressive strength, f'c. The
design slump shall not exceed 4 inches; the air content shall be 5% +/- 1%.
The water cement ratio shall not exceed 6 gal/SK for 4,000 psi concrete. The
concrete shall be a workable mixture free from segregation and bleeding.
Ready-mix concrete shall conform to ASTM C 94. Job mixed concrete shall be
mixed with a standard type of batch mixer equipped with adequate facilities
for accurate weight measurement and control of each material entering the
mixer. A retarding admixture approved by the Engineer shall be used when the
air temperature is 800F or above. Care shall be taken that the mixing water
shall be cold for all concrete mixed in hot weather.
All concrete not otherwise designated shall be 4,000 psi concrete.
Sidewalks, curbs, gutters and ditch paving may be 3,000 psi concrete.
Reaction blocking, fill concrete, and pipe encasement may be 2,000 psi
concrete.
CONCRETE PAVEMENT:
Concrete roadway pavement shall conform to all requirements including
materials, quality, workmanship, finish, cleaning and testing as specified in
this section of. the specifications. The 28-day compressive strength of
pavement along the roadway shall be 4,000 psi. Pavement shall be unreinforced
and shall be placed on a sand clay base (see Section Tl - SITEWORK).
EMBEDDED ITEMS:
All embedded items included in an area shall be installed before concrete
placement begins. Full cooperation shall be given other trades to install
embedded items. Suitable templates or instructions, or both, shall be
provided for setting items not placed in the forms. Embedded items shall have
been installed and inspected and tests for concrete shall have been completed
and approved by the Engineer before concrete is placed. No "boxing out" or
"cutting" will be permitted unless indicated on plans or ordered in writing by
the Engineer.
Sleeves, anchor bolts, and similar items shall be accurately placed and firmly
secured before concrete placement begins. These embedded items shall be
aluminum or stainless steel.
Waterstops shall be installed wher~indicated on the plans and in all other
joints subject to hydrostatic head. Waterstops shall be firmly attached to
the outside layer of reinforcing steel and shall be installed complete before
concreting is started. PV dams shall be 8" x 3/16" polyvinyl type with a
center bulb to provide for limited movement in the joint. . Steel dams shall be
8" x 3/16" steel plate and at splices, or j~ints shall be welded or lapped and
bolted for continuity. .
/'
9416
CONCRETE
T3-3
I
I
I
I
I
I
I
I
Ii
I
II
I
I
I:
I
,
Ii
1
I'
I
I
I
I
I
Pipe Sleeves shall be anchored, stainless steel pipe, except where otherwise
indicated on the plans, of appropriate, size and shall be provided for all
pipes passing through floors or walls, ~xcept for floors and walls which are
waterproof. Where special provision such as wall pipes or link seals has not
been made for pipes passing through waterproof walls, details of the specific,
condition shall be submitted to the Engineer and approved before concrete is
placed.
SHOP DRAWINGS:
Five sets of shop drawings and information as required by this section of the
specifications which have been checked by the Contractor for field dimensions
and conformance to the plans and specifications shall be submitted for
approval. Two copies of checked information will be returned to the
Contractor.
Shop drawings of reinforcing steel shall show steel for slabs in plan and
steel for walls in elevation. Bar lists and bending diagrams' shall be
submitted as part of the reinforcing steel shop drawings. Fabrication of
reinforcing steel shall NOT commence prior to approval of the shop drawings by
the Engineer.
Shop drawings for metal forms shall show the layout, framing and supports,
with unit dimensions and sections, type and location of welds, and details of
all required accessories. Include printed literature on Manufacturer's
recommended installation instructions.
Design Mixes for each class of concrete required shall be tested and submitted
for approval. Concrete proportions, including water-cement ratio, shall be
established in accordance with ACI 318, Chapter 5, Paragraph 5.3
Proportioning on the Basis of Field Experience and/or Trial Mixtures. Once
the mixture for the concrete has been designed, tested, and accepted by the
Engineer, the exact mixture proportions shall be used throughout the
subsequent casting operations.' Submit copies of each desig~ mix and each
aggregate gradation for approval.
WORKMANSHIP:
Placing: Proposed pour to be approved by O.A.R. prior to ordering concrete.
In accordance with the recommendation of ACI 304, concrete shall be placed in
the forms and mechanically vibrated to produce concrete without segregation or
honeycomb. Concrete shall be placed continuously between construction joints.
Each batch shall be placed into the edge of previously placed concrete to
avoid stone pockets and segregation. If there is a delay in placement, the
concrete placed after the delay shall be thoroughly spaded and consolidated by
mechanical vibration. During the casting of wall sections not less than two
mechanical vibrators shall be operated continuously for each casting location.
The concrete shall not be freely dropped more than 6 feet, nor moved
horizontally, after being deposited, more than 5 feet. The Contractor shall
provide sufficient "windows", chutes or other means or methods of depositing
the concrete to comply with these requirements. The concrete shall be brought
to correct level with a straight edge and struck off. Bullfloats shall be
used to smooth the surface of slabs. Power floating of the slabs shall begin
when the water sheen has d:i.sappeared, and/or the mix has stiffened
sufficiently that the weight of a man standing on it leaves only a slight
imprint on the surface.
9416
CONCRETE
T3-4
I
I
I
I
I
I
11
.i
I
I
I~
I:
1\
I
I
I
I
I
I
I
Reinforcing bars shall be free from scale, oil, and structural defects. The
system of holding the bars in place shall insure that all steel in the top
layer will support the weight of the workman without displacement and be
placed in accordance with ACI Codes 318 and 315. Reinforcement in slabs on
grade shall be supported on stable concrete supports. All reinforcing steel
within the limits of a day's pour shall be in place and firmly wired before
concrete placement starts.
Construction ;oints shall be formed at the locations shown on the plans,
unless otherwise specifically approved by the Engineer. Joints which must be
formed in other locations shall be waters topped wh~re appropriate, shall be
adequately keyed and doweled, and shall be formed along either a horizontal or
a vertical line.
Curing and Protection: All freshly cast concrete shall be protected from the
damaging effects of the elements - freezing, rapid drop in temperature, and
loss of moisture, and from future construction operations . The Contractor
shall maintain the concrete temperature above 500F for the first 7 days after
placing. All surfaces neither protected by forms nor covered with water for
the entire curing period shall be kept wet and covered with curing paper
meeting the requirements of the specification for sheet materials for Curing
Concrete, ASTM C 171.
Membrane Curing Compound may be used in lieu of water curing on concrete which'
will not be covered later with topping, mortar, or additional concrete.
Membrane curing compound shall be spray applied at a coverage of not more than
300 square feet per gallon. Unformed surfaces shall be covered with curing
compound within 30 minutes after final finishing. If forms are removed before
the end of the specified curing period, curing compound shall be immediately
applied to the formed surfaces before they dry out. Curing compound shall be
suitably protected from abrasion during the curing period.
Removal of Forms: The forms shall not be removed until the concrete has
attained sufficient strength to prevent cracking or other injury, but in no
case less than 75% of its design strength. When forms are removed, the
Contractor shall place adequate reshores to prevent injury to the concrete by
construction loads. The sole responsibility for safe practice in this regard
shall be the Contractor's.
SIDEWALK AND PAVEMENT JOINTS:
Sidewalk contraction joints may be formed 1/8" by 1" deep with a jointing tool
or may be saw cut. Pavement joints 1-1/2" deep at 12'-0" spacing shall be saw
cut promptly after casting.
CONCRETE FINISHES:
Rough or Form Board Finish: All concrete wall surfaces which are not exposed
to view may be given this finish. This finish has, as a prerequisite, a
thoroughly vibrated concrete which will give a surface smooth, free from air
pocke'ts, water pockets, sand streaks, or honeycomb. After the removal of the
forms, all fins shall be cut off; all holes, depressions, and rough spots
shall be carefully pointed up with mortar having the same proportions of
cement and sand as used in the concrete being treated. The surface film of
9416
CONCRETE
T3-5
I
all pointed surfaces shall .be carefully removed before setting occurs,
otherwise, surfaces shall be left with the texture imparted by the forms.
I
Rubbed Finish: Walls, beam, sill, and under slab surfaces which are exposed
to view shall have a rubbed finish. As soon as the rough surface finish has
set sufficiently,. the entire surface shall be wet with a brush and rubbed with
a No. 16 Carborundum stone, to bring the surface to a paste. The rubbing
shall be continued sufficiently to remove all form marks and projections, and
to produce a smooth dense surface without pits or irregularities. The
material which is ground to a paste, in the above process,shall be carefully
spread or brushed uniformly over the entire surface and allowed to take a
"reset". The final finish shall be obtained by a thorough rubbing with a No.
30 Carborundum stone. This rubbing shall continue until the entire surface is
of smooth texture and uniform in color. The surfaces shall be stripped evenly
with a brush so as to remove excess paste, and the surface left smooth with
only enough paste remaining to obtain a uniform color.
I
I
1
I.
Float Finish: The surface of all concrete slabs shall, unless otherwise
hereinafter specified, be given a float finish. The structural slab shall be
brought to the established grade by screeding. The surface shall be tested
for irregularities with a straightedge. Irregularities shall be eliminated
and the entire surface finished with a wooden hand float or finishing machine.
Finish shall be a true plane within a tolerance of 1/4 inch in 10 feet
measured in any direction.
I!
I:
I;
Broom Finish: Surfaces of exterior walkways, concrete road pavement, concrete
lined ditches, or platforms shall be given a broom finish. A smooth, true and
uniform surface is a prerequisite for this finish. When the progress of the
set provides the proper consistency, the surface shall be raked with a broom
to give parallel transverse lines in the surface, and to give a uniform
texture.
I,
!
I
I:
i
SAMPLES AND TESTS:
I
The Contractor shall be responsible for the concrete mix designs, test
cylinders for proving the mix designs, tests for the aggregate gradation and
quality, for molding test cylinders during the progress of the job, delivering
the cylinders for testing to the laboratory, testing for slump and air
content, and for conducting load tests, if required. The Owner will pay
directly for the testing of the concrete cylinders molded during the progress
of the work. Before proceeding with the mix design, the Contractor shall
obtain approval by the Engineer of the testing laboratory. Tests not
specifically indicated to be done at the Owner's expense, including the
retesting of rej ected. materials and installed work, shall be done at the
Contractor's expense.
I;
I'
I
Cvlinders: Make one strength test per 50 yards of each class of concrete
placed hut not less than one for each days pour. Mold and cure four cylinders
for each strength test in accordance with ASTM C 31. Test one cylinder after
seven days; test two cylinders after 28 days for acceptance in accordance with
ASTM C 39; test the fourth cylinder only where any of the tests of the three
cylinders is irregular or unacceptabl~.
I
I
Slump; Tests for slump shall be performed at the job site on all concrete
immediately p~ior to placing in accordance with the Test for Slump of Portland
Cement Concrete, ASTM C 143. If the slump varies from that of the design mix
I
I
9416
CONCRETE
T3-6
I
I
I
I,
I
I
,
I
11
1\
I
I
Ii
I,
I
I
I
I
I
I
I
I
by more than that permitted by ASTM C 94, the concrete shall be rejected.
no case shall the maximum specified water cement ratio of the approved
design be exceeded.
In
mix
Air Content: One test for air content shall be made for each strength test.
This test shall be made on a concrete sample that has been removed when
consolidation of the concrete in the forms has been completed and shall be in
accordance with the Test for Air Content of Freshly Mixed Concrete by the
Volumetric Method, ASTM C 173.
Load Test: If there exists any evidence of faulty workmanship, violations of
specifications, or likelihood of concrete having been frozen, load tests may
be required in accordance with ACI 318. These tests shall be under the
direction of the Engineer.
CONCRETE REPAIRS:
Correction of Deficiencies: The Contractor shall be responsible for
correction of concrete work which does not conform to the specified
requirements, including strength, honeycomb, spalls, cracks, chips, holes,
fins, tolerances and finishes. Where shrinkage cracks in the new hydraulic
structures occur away from waterstops, the cracks shall be pressure grouted
with epoxy grout to restore the concrete strength and to eliminate leaks.
PAYMENT:
No separate payment will be made for work covered by this section of the
specifications and all costs in connection therewith shall be included in the
lump sum Bid for the completed work.
9416
CONCRETE
T3-7
I
II
.J
,
I
I'i
I:
I
11
I
I:
I:
I
Ii
I:
I
I
I
I
I
I
I
SECTION T-4 - MASONRY
SCOPE:
The work covered by this section of the specifications consists in furnishing
all labor, materials and equipment, and in performing all operations in
connection with the installation of all masonry items as hereinafter
designated, complete, and in strict accordance with this specification and the
applicable drawings~ and subject to the terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
All masonry shall be of standard sizes and shall conform to the current
edition of the following specifications and,any specifications noted on the
drawings.
American Society for Testing Materials Designation:
C 150
C 91
C 141
C 144
C 90
Portland Cement
Masonry Cement
Hydraulic Hydrated Lime for Structural Purposes
Aggregate for Masonry Mortar
Load Bearin~ Concrete Block
MATERIALS:
Water shall be clean and free from oil, acids, salt, or injurious substances.
Portland Cement shall conform to ASTM C 150, Type I. It shall be a standard
product, the name of which shall be submitted to the Engineer for approval.
Masonry Cement shall conform to ASTM C 91, and shall be a standard product
approved by the' Engineer.
Hydrated Lime shall conform to ASTM C 141.
Aggregate for Masonry Mortar shall conform to ASTM C 144.
Concrete Block: All concrete block in exterior walls shall be load bearing
block conforming to ASTM C 90. Bearing block shall be Type I moisture
controlled units made with normal weight aggregates. Exposed faces of blocks
shall be free of chips, cracks, or other imperfections.
Masonry Wall Reinforcement shall be galvanized truss type extra heavy Dur-O-
Wall (3/16" dia. side rods and No. 9 cross rods), installed in horizontal
courses at 16 inches o.c. in all cavity walls, parapet walls and masonry
partitions. The cross rods in cavity walls shall have a moisture drip at the
center of the cavity.
Masonry Wall Anchors shall be provided at the intersection of abutting walls.
Where intersecting partitions are not bonded by masonry headers, 1-1{2" x 12
gauge galvanized anchors shall be provided at not more than 16" vertical
spacing.
9416
MASONRY
T4-1
I
~I
I
I
I'
II
I:
I:
I
I
Ii
,
I
I
I
I
I
I
I
I
Mortar: Aggregate and other materials for masonry mortar shall conform to
applicable specifications listed above. Mortar mixtures shall contain the
following proportions by volume, measured loose:
Portland
Cement
Minimum
Aggregate
Maximum
Aggregate
Masonry
Cement
Lime
1
1/2 - 1
3-1/4
2-1/4
4
3
1
WORKMANSHIP:
Brick and Block shall be laid in running bond. Only experienced masons shall
be employed. Masonry shall be laid plumb and true with full bed joints,
buttered with sufficient mortar to fill end joints, and all units shoved in
place. The inside face of the brick facing shall be completely pargeted.
Where cutting of exposed masonry is necessary, the cuts shall be made with a
motor driven masonry saw. No masonry shall be laid when the temperature has
dipped below 450 unless it is rising and at no .time when it is below 400F. The
top of exposed walls shall be protected by waterproof material when work is
not in progress. The walls shall be solid and without voids in the joints.
Joints in the exposed face of all b~ick walls shall be finished with a concave
jointing tool to compact the setting mortar and form a continuous contact with
the masonry unit. All holes and cavities shall be filled with mortar before
tooling. Exposed interior masonry joints shall be flush and neatly finished
for painting.
Pointing and Cleaning: When the work is completed, all holes or defective
mortar joints in exposed masonry shall be pointed, or where necessary, cut out
and repointed. All exposed masonry shall be thoroughly cleaned. If stiff
brushes and water do not suffice, the surface shall be thoroughly cleaned by
the procedures for "Cleaning Clay Products Masonry" of the Structural Clay
Products Institute. If so cleaned, all sash, frames, or metal lintels shall
be completely protected.
PAYMENT:
No separate payment will be. made. for any of the work covered by this section
of the specifications. All costs in connection therewith shall be included in
the lump sum Bid for the completed work.
9416
MASONRY
T4-2
I
~I
I
I
I,
Ii
\
11
I
\
Ii
I
I
I:
I
I
I
I
I
I
I
I
SECTION T-5 - STRUCTURAL STEEL. AND MISCELLANEOUS METAL
SCOPE:
The work covered by this section of the specifications consists of furnishing
all labor, materials, equipment and services necessary for or reasonably
incidental to the furnishing and erection of all structural steel, hoistrails,
handrails, stairs, angle frames, grating, bearing plates, anchors, anchor
bolts, nosings, and other miscellaneous metal items to fully complete the
structures in strict accordance with this section of the specifications and
the applicable plans and subject to the terms and conditions of the Contract.
GENERAL:
Except where specifically called for, no ferrous metals shall be used in any
application, .including hardware, unless such are totally embedded in
structural concrete.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications and any specifications
shown on the drawings forma part of this specification:
American Institute of Steel Construction: "Specification for Structural
Steel Buildings".
AISC: "Code of Standard Practice for Steel Buildings and Bridges".
American Society for Tes~ing Materials:
A-36
A-307
A-325
A-505, A-588
B-241
C-150
C-404
Steel for Buildings and Bridges
Unfinished Bolts
High ~trength Bolts
Electrodes for Arc Welding
Specification for Aluminum Alloy Seamless Pipe
Portland Cement
Aggregates for Masonry Grout
American Welding Society:
Dl.l
A5.1
A5.5
A5.10
Federal Specification
TT-P-86H
FF-S~325
S.S.P.C
SP6
Structural Welding Code
Carbon Steel Arc Welding
Low Alloy Arc Welding
Alumnium and Aluminum Alloy Arc Welding
Ready Mixed Red Lead Base Paint
Expansion Anchors
Commercial Blast Cleaning
9416
STRUCTURAL STEEL AND MISCELLANEOUS METAL
T5-1
1
~J
I
I
I
I.
Ii
I
I:
Ii
I
I.
I'
I
I
I
I
I
I
I
SUBMITTALS:
Shop Drawings.. Structural Steel: Fabrication of structural steel,
hoistrails, handrails, stairs, grating, ladders and frames shall not commence
prior to approval of shop dr~wings by the Engineer. Four sets of shop
drawings which have been checked by the Contractor for field dimensions and
conformance to the plans and specifications shall be submitted for approval.
Shop drawings shall include complete details and schedules for fabrication for
shop assembly of members, and details, schedules, procedures and diagrams
showing the sequence of erection.
PRODUCT DELIVERY. STORAGE AND HANDLING:
Material Storage: Protect steel members, aluminum fabrications and packaged
materials from corrosion and deterioration. Welding electrodes shall be
delivered in unbroken packages and stored when opened in a closed, dry heated
box. Do not store materials on the structures in a manner that might cause
distortion or damage to the members or the supporting structures. Repair or
replace damaged materials or structures as directed.
MATERIALS:
Rolled Steel Plates. Shapes, Bars and Anchor Bolts: ASTM A 36, except where
other type steel is shown.
Stainless Steel Shapes, Plates. and Tubes shall be AISI Type 304 (18-8) and
shall be used for all fabricated exterior pipe supports. Stainless steel
bolts shall be AISI Type 316.
Pipe Railing: Pipe shall be aluminum conforming to ASTM B 241, fy = 22,000
psi for handrails and fy = 35,000 psi for wall rails. Handrails shall be 1-
1/2 inch Schedule 40 pipe and the posts shall be 1-1/2 inch Schedule 80 pipe.
Finish shall be 204-Rl Natural Anodized having a minimum coating thickness of
0.4 mils.
Sheet Piles: Sheet piles shall' conform to ASTM A328, shall have a" minimum web
thickness of 3/8 inch and a minimum section modules of 10.0 inch" per lineal
foot of wall. Piles shall be new material and interlocks shall be free of
kinks, camber or twist which prevent proper installation. Corners and
connections shall be fabricated from steel of sufficient weight to develop the
full strength of the sheet piles.
Grating: All grating shall be outside banded, banded around openings and
shall be securely fastened to supporting metalwork with appropriate saddle
clips and bolts. Frames shall be aluminum slmilar to Waco Frame ZF 1.25, or
comparable product. Portions of frames in contact with concrete shall be
coated with Bituminous Paint. Grating, except as otherwise indicated, shall
be extruded aluminum plank of 6063-T6 Aluminum, 1-1/4" depth and 3.0IlSF, shall
have square raised openings, and shall be the standard product of Washington
Aluminum Company, or equal. The size of individual sections shall not exceed
4'-0" x 5'-0".
Fasteners for aluminum and stainless steel products shall be Type 304
Stainless Steel.
9416
STRUCTURAL STEEL AND MISCELLANEOUS METAL
T5-2
'I
I
I
II
Ii
Ii
I
I
1
1\
I
I,
I!
I
1\
,
1\
I
I
I
I
I
I
I
Unfinished Threaded Fasteners: ASTM A 307, Grade A, regular low-carbon steel
bolts and nuts. Provide hexagonal heads and nuts for all connections.
High-Strength Threaded Fasteners: Heavy hexagon structura) bolts, heavy
hexagon nuts, and hardened washers, as follows: Quenched and tempered medium-
carbon steel bolts, nuts and washers, complying with ASTM A 325.
Electrodes for Welding: For carbon steel conform to AWS Code A5.1, ASTM A505,
or ASTM A588, as appropriate, utilizing Series F70 electrodes. Aluminum
welding shall conform to the requirements of the American Welding Society for
the grade of aluminum to b~ welded.
Structural Steel Primer Paint: FS TT-P-86H, Type I, red lead mixed pigment-
linseed oil.
Cement Grout (PC-G): Portland cement (ASTM C 150, Type I or Type III) and
clean, uniformly graded, natural sand (ASTM C 404, Size No.2). Mix at a
ratio of 1.0 part cement to 3.0 parts sand, by volume, with only the minimum
amount of water required for placement and hydration.
Expansion Anchors: Fed. Spec. FF-S-325; cinch anchor type, Group I, Type I,
Class 2 (2 unit), or Group I, Type II, Class 2, Style 1 (2.unit); wedge type,
Group II, Type IV, Class 1 or 2; or self-drilling type, Group III, Type I.
Expansion anchors shall be installed in conformity with the manufacturer's
recommendations for maximum holding power, but in no case shall the depth of
hole be less than four bolt diameters. Minimum distance between the center of
any expansion anchor and an edge or exterior corner of concrete shall be not
less than 4-1/2 times the diameter of the hole in which it is installed.
FABRICATION:
General: Fabricate items of structural steel in accordance with appropriate
AISC Specifications and as indicated on the final shop drawings. Fabricate
with natural camber of the member up. Properly mark and matchmark materials
for field assembly. Fabricate for delivery sequence which will expedite
erection and minimize field handling of materials. Where finishing is
required, complete the assembly, including welding of units, before start of
finishing operations . Welders shall be certified for all positions and
thicknesses appropriate to their work on this project.
Connections: Weld' or bolt shop connections. Bolt field connections, except
where welded connections or other connections are shown or specified. Welding
shall be performed by welders certified for the material thickness and for all
positions necessary to complete the welding for this project. All butt welds
shall be full penetration butt.welds.
Holes for Other Work: Provide. holes required for securing other work to
structural steel and miscellaneous metal, and for the passage of other work
through the members. Provide threaded nuts welded to framing as needed to
receive other work.
!1iscellaneous Metal shall be fabricated to a quality comparable to the
Commercial Quality of the National Association of Architectural Metal
Manufacturers. Metal surfaces exposed to view shall .be free of surface
9416
STRUCTURAL STEEL AND MISCELLANEOUS METAL
T5-3
1-
I
I
,I
.1
I:
I~
Ii
I!
I
I:
I:
I!
I:
I
I
I
I
I
blemishes, including pitting, seam marks, roller marks, rolled trade names and
roughness.
Painting: Stainless steel, galvanized steel, and aluminum will not be
painted. Except for submerged metalwork, all steelwork shall be shop primed
with one coat of Type I (TTP 86e) red lead and linseed oil applied over a
surface which has had the scale removed by power cleaning (SSPC-SP6) or better
surface preparation. Submerged and partially submerged steelwork shall be
blast cleaned and primed in accordance with the PAINTING Section of the
Specifications. Where paint has been withheld from areas to be welded and
other bare spots, scrapes, etc., the areas shall be touched up with the
original primer. Minimum prime coat dry thickness shall be 2 mils.
ERECTION:
Structural steel and miscellaneous steelwork shall be erected in conformance
with current edition of AISC Specifications. The Contractor's written welding
procedures and welder's certification shall be submitted for approval prior to
any welding work.
ALUMINUM PIPE RAILINGS:
General: Fabricate railing with smooth bends and welded joints ground smooth
and flush. Rail posts and fittings shall be anodized (204 Rl-AA-C22A31-half
hour Anodizing), and rails adjusted to insure matching alignment. Where
aluminum attachments are to be in contact with concrete or steel, use one
layer of 1115 asphalt felt applied with bituminous paint to separate the
contact surfaces. Bolts,. screws, and other fastening devices shall be
stainless steel unless oth~rwise noted. Prefabricated railing systems which
otherwise fully meet these specif~cations are acceptable.
Handrails: Handrails shall be the product of Storer Fabricating Co. or the
comparable product of Moultrie Mfg., Julian Blum, Tubular Products, or
American Metal Systems. Use 1-1/2 inch I.D. aluminum pipe with top of rail 42
inches above the floor, or 34 inches above stair treads measured vertically at
the stair riser line. Space posts not more than 7 feet on centers. Plumb
posts in each direction. Handrail posts, except where otherwise detailed,
shall be set in embedded galvanized steel sleeve assemblies.
.Where handrails terminate at concrete or masonry walls, cast aluminum collar
plates shall be bolted to the concrete or masonry with stainless steel machine
screw expansion anchors in lead inserts.
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Base Bid for the completed work.
9416
STRUCTURAL STEEL AND MISCELLANEOUS METAL
T5-4
I
I
I.
I
I'
11
i
Ii
I
I
1\
I,
I
I
I
I
I
I
I
I
I
I
SECTION T-6 - PLANT AND YARD PIPING
SCOPE:
The work covered by this section of the specifications includes furnishing
plant, labor, supervision, equipment and materials, and in performing
operations in connection with the installation of all piping, fittings,
appurtenances as required for the proper connection and operation of
wastewater treatment plant in strict compliance with this section of
specifications and the applicable plans and subject to the terms
conditions of the Contract.
all
all
and
the
the
and
APPLICABLE SPECIFICATIONS:
The cureent edition of the following specifications form a part of this
specification:
American Association of State Highway Transportation Officals:
M 259
Concrete Reinforcement
Georgia DOT Standard Specification:
843 Concrete Pipe
American Water Works Association:
C 301
Prestressed Concrete Pressure Pipe, Steel Cylinder Type
. American Society for Testing Materials Designation:
A 648
C 32
C 151
C 478
D 1784
D 2412
D 3034
D 3212
Steel Wire, Hard Drawin for Prestressing Concrete Pipe
Clay or Shale Manhole Brick
Ductile Iron Pipe
Precase Reinforced Concrete Manhole Risers and Tops
Rigid and Chlorinated Poly Compounds '
Test Method for External Loading Properties of Plastic Pipe
Type PSM Poly Sewer Pipe and Fittings
Specification for Joints of Plastic Sewer Pipe Using Flexible
Thermoplastic Sewer Pipe
PVC Large Diameter Plastic Gravity Sewer Pipe and Fittings
T-1 Wall Thickness Only
PVC Profile Gravity Sewer Pipe and Fittings
F 679
F 794
~ENERAL:
The Contractor shall submit for the approval of the Engineer complete drawings
and all complex assemblies and appurtenances, accurately and adequately
dimensioned and with sufficient descriptive matter to indicate clearly the
installation and connection to appurtenant equipment.
Pipe, appurtenances and accessories, unless otherwise indicated or authorized
in writing by the Engineer, shall be new and unused materials and shall be the
standard products of reputable manufacturers normally engaged in the
manufacture of that particular item. Fittings for all pipe shall be as
9416
PLANT AND YARD PIPING
T6-1
I
I
I
I
I
Ii
I
Ii
I
I
11
11
,
I:
I
I
I
I
I
I
I
manufactured for the type and class of pipe forming the pipeline in which they
are installed.
Pipes located inside structures, above ground or attached to structures shall
be rigidly supported. The full length of each section of underground pipe
shall rest solidly upon the pipe bed, with recesses only to accommodate pipe
bells and joints. Any pipe which has its alignment, grade or joints disturbed
after laying shall be taken up and relaid. The interior of all pipe shall be
thoroughly cleaned of all foreign matter before being placed, and shall be
kept clean during laying operations by means of plugs or other approved
methods. No pipe shall be laid in water or when trench or weather conditions
are unsuitable for such work.
Pipe laying shall proceed upgrade with the spigot end of bell and spigot pipe
pointing in the direction of the flow. Each pipe shall be laid true to line
and grade in such manner as to form ~ close concentric joint with the adjacent
pipe and to prevent offsets in the flow line.
At all times when actual pipe laying is not in progress, all open ends of pipe
and fittings shall be securely and completely closed with mechanical or
expandable plugs so as to positively exclude the entrance of all t.rench water,
earth or other foreign substance into the line. Where cleaning after laying
is difficult because of small pipe size, a suitable swab or drag shall be kept
. in the pipe and pulled forward as laying progresses to remove all foreign
materials that may have entered the pipeline. All completed pipelines shall
be cleaned of dirt and superfluous materials and shall be flushed to remove
any foreign matter remaining therein. Any section of pipe found to be
defective before or after laying shall be replaced at no additional expense to
the Owner. Rejected pipe shall be clearly marked and shall be removed from
the site.
SERVICE PIPING SCHEDULE:
Unless otherwise indicated, pipe and fittings shall be constructed of the
materials shown in the following schedule for the service indicated:
Service
Pipe Material
Fitting Material
Plant & Yard Piping
not otherwise listed
below or snown 'on plans.
D.l.P.
Flg.-above ground
Push-on, or M.J. below
ground or as shown on
the plans.
Chlorine Solution
PVC Sch 80
PVC Sch 80
Storm Drains,
Distribution
RCP
PVC
ASTM F679, F794
RCP
PVC
Distribution Collection
& Headers
PVC ASTM F679
F3034
PVC
Collection
Piping
PVC ASTM F679,F794
F3034, PCP, DIP
Like material
9416
PLANT AND YARD PIPING
T6-2
I
I
I
I
I
I
I,
.i
Il
I
I;
I:
I
I:
I
I.
I
II
I
I
I
I
I
Legend:
D.I.P.
M.J.
PVC
RCP
P.C.P.
Ductile Iron Pipe
Mechanical Joint
Polyvinyl Chloride
Reinforced Concrete Pipe
Prestressed Concrete Pipe
Fittings shall be appropriate for the installation. Suitable couplings,
unions and flexible joint connections shall be furnished and installed in the
piping system to correct minor misalignment and to facilitate removal and
replacement of piping components. Piping connections to all machinery,
equipment and meters shall be made with flanged or union fittings. Where this
is impractical, a dresser coupling, a union, or similar fitting shall be
installed as close as possible to facilitate equipment maintenance or removal.
INSTALLATION IN TRENCHES:
Excavation, trenching and backfilling shall be done in accordance with Section
T-2 of these specifications. Any pipe that is to be laid in fill shall not be
laid until the fill ~aterial has been completely placed and compacted in
accordance with these specifications. If the maximum permissible width of the
trench at the el~vation of the top of the pipe is exceeded for any other
reason.than at the direction of the Engineer, the Contractor shall install at
his own expense, such concrete cradling, pipe encasement or other bedding as
is required by the Engineer to support the additional load on the pipe.
Handling of pipe and accessories shall be in such a manner as to insure
delivery on the job and installation in the trench, or inside the structures
in a sound undamaged condition. Particular care shall be taken not to injure
coatings. Cutting of pipe shall be done in a neat and workmanlike manner
without damage to the pipe or its coating. Cutting shall be done by means of
an approved type of mechanical cutter. Pipe shall be cut square; burrs,
chips, and cuttings shall be removed.
PIPING:
General:
Before work is begun
drawings showing all
re~trained joints, and
the Contractor will furnish to the Engineer layout
details for all horizontal and vertical curves,
all other specials and special joints.
All pipe and fittings may be inspected at the place of manufacture by
representatives of the Owner and/or by a testing laboratory of the Owner's
selection. Such inspection shall not in any way relieve the Contractor from
the responsibility for the compliance of all materials installed as specified,
nor shall such inspection in any way relieve the manufacturer from his
responsibility for materials he furnished to be as specified.
BOX CULVERTS:
Box culverts shall be of rectangular cross section and constructed of
reinforced concrete, conforming to Georgia Dept. of Transportation Standards,
Section 843, 5000 psi minimum. Reinforcement shall be according to
A.A.S.H.T.O M-259, minimum clearance for circumferential reinforcement shall
9416
PLANT AND YARD PIPING
T6-3
I
I
I
I
,
I
I:
Ii
II
f
Ii
I
I;
Ii
"
I;
I'
I
I
I
I
I
I
be 1 inch, with less than 1. inch of clearance being cause for rejection. All
joints between precast sections shall be tongue-and-groove with joint material
and steel tire bars capable of resisting 16' of upward hydostatic head.
Joints between cast-in-place and precast sections shall have longitudinal
steel extending from top, bottom and both side slabs of the precast box tied
to the cast-in-place reinforcement.
CONCRETE COLLARS. CRADLES. SADDLES. AND ENCASEMENT:
Collars, cradles, saddles, or encasement shall be constructed of concrete with
a minimum 28-day strength of 3,000 psi.
Underground:
Ductile Iron Pipe: Shall conform to ANSI specification C151. Ductile Iron
Pipe shall be as follows:
Diameter
16, 18, 20*
24 and larger
Pressure Class
250
200
* 20" D.LP. is considered equivalent to 21" 41 pipe.
Pipe shall be coated on the outside with a bituminous coating and lined with
cement lining in accordance with ANSI A21.4.
Fittings shall be ductile iron, mechanical joint, 250 psi rating, in
accordance with ANSI A21.10.
Joints in underground ductile iron pipe shall be mechanical joint or push-on
joint, with restrained mechanical joints where indicated. All joints and
jointing materials shall conform to the requirements of ANSI A21.11.
Restrained Joints: Concrete blocking for restraint may be used where it
clearly will not interfere with other piping or structures and where firm
support is available by concrete bearing against the trench wall; otherwise,
piping shall utilize restrained joints. Restrained joints shall be American
CIP Lok-Ring, or equal. Set screw type mechanical, joint retainer glands will
not be acceptable as restrained joints. '
Installation: Pipe and accessories shall be handled in such a manner as to
insure delivery on the job and installation in the trench, or inside the
structures in a sound undamaged condition. Particular care shall be taken not
to injure the coating.
Cutting of pipe shall be done
to the pipe or its coating.
type of mechanical cutter.
in a neat and workmanlike manner without damage
Cutting shall be done by means of an approved
Placing and Laving: Pipe and accessories shall be examined for defects and
tapped with a light hammer to detect cracks while suspended in the sling
before installing. All damaged, defective or unsound items will be rejected
and removed immediately from the site of the work. Deflection from a straight
line and grade as required by vertical or horizontal curves or offsets shall
not exceed the following values:
9416
PLANT AND YARD PIPING
T6-4
_I
I
'1
'I
I
Ii
I
I
,
11
I
II
I:.
I;
I:
I
I
I
I
1
I
I
Pipe Size
Maximum Deflection (Inches per 20 Ft'. Length)
Bell and Spigot Joint Mechanical
or Push-on Joint Joint
(Inches)
6
8
10
12
14
16
18
20
24
30
36
42
16
16
16
16
13
13
9
9
9
9
9
8
22
16
16
16
11
11
9
9
8
8
7
7
If alignment requires deflections in excess of the above limitations, the
Contractor shall provide special bends, joints, or a sufficient n~mber of
shorter lengths of pipe to provide ~ngular deflections within the limits set
forth. Pipe shall be placed in the trench and bedded as required in Section
T-2 of these specifications. After placing a length of pipe in the trench,
the packing material for the joint shall be held around the bottom of the
spigot so that the packing will enter the bell as the pipe is pushed into
position or rubber gasket may be inserted in the bell before pushing pipe into
place. The spigot shall be centered in the bell and the pipe pushed into
position and brought into the required alignment. Except where necessary in
making connections with other lines, or as authorized, pipe shall be laid with
the bells facing in the direction of laying. All ductile iron pressure pipe
shall be installed in accordance with the applicable sections of AWWA C600,
"Installation of Cast Iron Water Mains". Ductile iron pipe gravity lines
shall be placed in the trench in accordance with the requirements set forth
herein for V.C.P. and concrete gravity sewers.
Push-on i oints shall be installed in strict accordance with the
recommendations of the joint manufacturer. The spigot end of all pipe,
whether full or cut lengths, shall be beveled and all burrs and roughness
removed by filling, etc., prior to applying the approved lubricant and
inserting the spigot into the bell.
Mechanical ioints shall be installed in strict accordance with the notes on
method 'of installation as shown in'ANSI Specification A21.11, Appendix A. The
socket gland, gasket and spigot shall be cleaned and the gland and gasket
slipped on the spigot end. The spigot shall be pushed into the socket and
centered. The gasket shall then be. properly seated in the socket and the
gland bolted finger tight to the socket. The joint shall then be made tight
with a suitable ratchet wrench. If effective sealing is not attained at the
maximum torque range recommended by the joint manufacturer, the joint shall be
disassembled and reassembled after thorough cleaning.
Incidental Items of Work: All plugs, caps, wyes and tees shall be provided
with adequate reaction. blocking. All bends deflecting.22-1/2() or more shall
be given concrete reaction blocking. Reaction blocking shall bear directly
against the undisturbed trench wall and shall provide sufficient bearing area
to transmit the maximum thrust without exceeding the maximum allowable soil
9416
PLANT AND YARD PIPING
T6-5
I
-I
I
I
I
I:
1
I
I,
I;
I:
I
I
1
I
I
I
I
1
bearing capability. Where reaction blocking may not be used, restrained
joints shall be used. Fo~ pipe assembled behind valves, special care shall be
taken to fully seat pipe joints to transmit thrust.
Where pipe ends are left for future connections, they shall be valved,
plugged, or capped and blocked.
Above Ground:
Pipe: All above ground pipe shall be ductile iron, Class 53 in accordance
with ANSI Specification A21.s0 and A21.s1, using 60/42/10 grade of iron, and
with threaded on flanges in accordance with AWWA Specification Clls. Pipe
shall be coated on the outside with a bituminous coating, and lined with
cement lining in accordance with ANSI A21.4.
Fittings: Fittings shall be flanged ductile iron in accordance with the
requirements of AWWA Specification ClIO, coated and lined same as pipe.
Flanges shall be faced and drilled to match AWWA Clls threaded-on flanges.
Joints: Flanged joints shall have the gaskets inserted between flanges, and
bolts shall be tightened in such a manner as to distribute evenly the stresses
carried by the bolts so as to bring the pipe in alignment and make a tight
joint without overstressing the pipe or the individual bolts. Gaskets shall
be full faced 1/8" thick rubber. Bolts shall be in accordance with ANSI
Specification B18.2.1; nuts B18.2.2.
PIPE SUPPORTS:
The Contractor shall furnish and install such pipe supports and hangers as
indicated, or as may be required to prevent excess stresses in the joints,
to hold piping rigid and free from vibration under all conditions
operation. Pipe to be supported above concrete slabs shall be supported
approved supports. Piping supported from above shall be supported
adjustable pipe hangers~
are
and
of
on
on
WALL SLEEVES AND WALL PIPES:
The penetration of pipes passing through concrete walls shall be made
watertight. Pipes 6" and larger shall have cast iron or ductile iron wall
pipes or wall sleeves with mechanical seals. Pipes less than 6" shall be
stainless steel. Wall pipes shall have a dam inside the wall and .shall have
the proper joint to connect with the pipe on each side of the wall. Wall
sleeves shall have a dam inside the wall and shall be sealed with a
Thunderline Link Seal, or equal, unless otherwise shown on the plans. When
fully installed, the seals shall provide an absolutely watertight closure
between the wall sleeve and carrier pipe. Before casting concrete, wall pipes
and sleeves shall be accurately positioned and secured.
Wall Pipes shall be flange-flange-flange or flange-flange-plain end type, or
M.J. - FIg. - PE fabricated from Class 53 centrifugally cast ductile iron
pipe, Grade 60-42-10. End flanges shall be ductile iron, threaded-on, in
accordance .with AWWA Specification CllS. Flanges to be installed flush
against the wall shall be tapped for studs. Drilling pattern shall match
equipment to be connected.
9416
PLANT AND YARD PIPING
T6-6
I
I
I
I
I
I
1\
It
I
I;
Ii
I
Ii
I
Ii
I:
I
I
I
I
I
PRESTRESSED CONCRETE PIPE:
General:
Pipe shall be of the Prestressed Steel Cylinder Type, conforming to AWWA C-
301. This standard covers two types of prestressed pipe:
1) LCP 16" - 48" pipe with steel cylinder lined with a concrete core.
2)
ECP 54" - 192" pipe with a steel cylinder embedded in a concrete
core.
All pipe supplied for this proj ect shall have internal cores placed as
specified in either paragraph 3.6.9 for lined cylinder pipe or paragraph
3.6.10 for embedded cylinder pipe. No other manufacturing methods will be
approved. The pipe shall be suitable for installation in soils with pH as 4.5.
The pipe shall be made by a manufacturer experienced in producing pipe of the
type and size specified herein. The pipe manufacturer shall have produced
such pipe, having a successful performance record of at least five years in
this country.
Design Conditions:
The Contractor shall furnish to the Engineer, for his approval, copies of the
shop drawings, design calculations and laying schedule from the manufacturer
specified in his bid proposal.
The following design conditions must be met:
A.
B.
C.
D.
E.
F.
G.
H.
Operating pressure:
Surge pressure:
Test pressure:
Depth of cover:
Live load condition:
Laying condition:
Density of earth cover:
Trench width:
10 psi
20 psi
As listed in the service schedule
As shown on the Drawings
AASHTO HS-20-44
Type 2 AWWA M-9
120111Cu. Ft.
As shown on the Drawings
Fittings and Specials:
The drawings show the location of outlets, connections and appurtenances to be
installed along the pipeline. The pipe manufacturer shall furnish all
fittings and special pieces required for closures, curves, bends, branches and
manholes, together with connect.ionsor adapters for air valves, blow-offs,
main line valves, and other pipe connections where shown on the drawings.
The fittings and specials shall conform to the requirements of AWWA C-301 and
shall be furnished and installed as shown on the drawings or as required.
Bevel pipe may be used where the required deflection o~ the pipeline is more
than is allowed by the joint opening method in straight pipe, yet less than
that required for an elbow or special fitting. The difference in length of
opposite sides (laying length) shall be no more than one inch per one foot 'of
internal diameter of the pipe.
9416
PLANT AND YARD PIPING
T6-7
"I
I
I
I
I
I
I'
I:
I
I:
,
Ii
I;
I
I
I
I
I
I
I
Pipe Joints:
Joints for pipe and fittings shall be of steel ring, bell and spigot rubber
gasket type and shall conform to AWWA C-301. Exposed portions of the joint
rings shall be protected by a zinc meta1ized coating, having a minimum
thickness of 0.004 inch.
Where required by the contract drawings to provide for thrust restraint, the
Contractor shall furnish and install restrained joints. Restrained joint
areas and distances will be as shown on the contract drawings. The Contractor
shall submit shop drawings of the restrained joint to the Engineer for
approval. AWWA C-301 restrained joints shall be either snap-ring or
harnessed clamp.
Prestress Wire:
Prestressing wire shall conform to ASTM A-648 and will be six (6) gauge
minimum thickness and Class III.
Pipe Markings:
All pipe, fittings and specials shall have design information marked on the
inside 'of the bell end. All fittings and special pipe shall be marked with a
number corresponding to that shown on the installation-laying schedule.
Laving-Installation Schedule:
A laying-installation schedule for the pipe, fittings and specials shall be
submitted to the Engineer. prior to the start of construction for review. The
laying-installation schedule is to be used by the Contractor as a guide for
delivery and installation sequence. The laying-installation schedule shall
list the sequence and location of the pipe, fittings and specials comprising
the proposed pipeline.
Pipe Installation:
The pipe shall at all times be handled with equipment designed to prevent
damage to the joints, or to the inside or outside surfaces of the pipe. The
exterior of the pipe shall be provided with a barrier membrane or coating
suitable for protection against acidic soils. The bottom of the trench shall
be excavated to proper line and grade, shall be free of rocks, and shall
provide a uniform bearing for the full length of the pipe barrel. A suitable
excavation should be made at each end of the pipe to allow for the larger bell
and to permit installation of the diaper.
Both the bell and spigot of the pipe sections to be joined shall be cleaned
just prior to Jo~ning. A thin layer of the lubricant supplied by the pipe
manufacturer shall be applied to the surfaces of the bell, spigot, and gasket.
After lubrication, the gasket shall be installed in the spigot groove. The
stretch in the"gasket should be equalized by inserting a smooth rod under the
gasket and moving the rod completely around the full circumference of the
spigot.
All safety procedures for inst.allation
followed as required by federal, state,
and testing operations
and local regulations.
shall be
9416
PLANT AND YARD PIPING
T6-8
I
I
I
I
1
I
I:
I
I:
I;
I
I
I
I
I
I
I
I
I
During j oint make-up, the pipe being lowered into the trench should be
supported so the jointing effort is a straight pull-in. The jointing effort
can be aided with come-alongs, winches, dead man, or backhoe. The position of
the gasket should be checked with a feeler gauge as supplied by the pipe
manufacturer. If the gasket is not in place, the joint must be opened and
relaid using a new gasket. When the gasket is found to be in the proper
position with the feeler gauge, the joint can be 'finished as described below.
When a joint opening is needed to make a grade or alignment adjustment, the
joint should be laid home first, then opened as required on one side. All
joint openings must be within the recommended limits of the pipe supplier.
A diaper shall be strapped to the outside of the completed joint so that it
encompasses the external joint recess. A grout consisting of one part cement,
three parts sand, and sufficient water shall be mixed to produce a grout free
of lumps and with a consistency of thick cream. The grout shall be poured
into the opening at the top of the diaper so that it completely fills the
external j oint recess. The grout should be rodded or puddled to ensure
complete filling of the joint recess. A stiffer mix can be used to trowel
over the opening at the top of the diaper. The interior joint recess does not
require mortaring if the joint rings have been zinc metalized at 0.004 inches
minimum thickness in the areas that could be exposed to the water inside the
pipe.
Backfill material adjacent to the pipe shall be free from rocks, tree stumps,
broken pavement, or other solid, unyielding objects. Backfill can be placed
with dozers or other equipment, taking care to keep the material uniform on
both sides of the pipe in order to prevent shifting of th~ pipe. Care shall
be taken to place backfill material under the haunches of the pipe for the
lower one-sixth of the pipe circumference. Densification of the backfill
material over the pipe shall be in accordance with the restoration
requirements at grade. Heavy equipment will not be permitted over the pipe
until a cover of at least 2 feet is achieved.
Hydrostatic Test of Completed Line:
The completed pipeline (or completed sections of the pipeline) shall be
bulkheaded, filled with water, and pressure tested. After the line is filled,
and prior to pressure testing, it shall be allowed to soak under low pressure
to allow the pipe walls to absorb water .and for temperature stabilization.
Ttlhile filling the line, the Contractor shall be responsible for properly
bleeding off trapped air to avoid adversely affecting the leakage results.
During the hydrostatic test, the Contractor shall use a meter or other device
to accurately measure the quantity of water necessary to maintain the test
pressure on the gauge. The line will not be accepted until this measured
quantity is as required under Testing. All visible leaks must be repaired
regardless of the measured leakage.
rOLYVINYL CHLORIDE (PVC) PIPE:
Pipe: Standard Polyvinyl Chloride (PVC) Pipe (up to 15" diameter): PVC pipe
shall conform to ASTM specification D-3034, SDR 35, and shall be furnished in
approximate 12' lengths. Compounds for PVC pipe shall be according to ASTM D-
1.784 with the filler content limited to 5% of the mixture. PVC seamless ribbed
pipe shall meet the requirements of ASTM F 794 and Uni-Bell Uni-B-9.
9416
PLANT AND YARD PIPING
T6-9
'I
I
I
I
I
I:
Ii
I:
,
.
1\
I~
I
1\
I
I
I
I
I
I
I
Polyvinyl Chloride (PVC) Large Diameter Pipe (18-25" diameter). Large
diameter PVC Sewer pipe (18" diameter and larger only) shall conform to ASTM
F679, T-l wall thickness only.
Fittings shall be manufactured from SDR 35 PVC pipe meeting all the
requirements of ASTM D-3034, F-679 and F-794.The PVC material shall have a
minimum cell classification of 12454-B, 12454-C or 12364-C as defined in ASTM
D-1784.
GPK Ultra-Rib fittings shall be sized to accommodate Ultra-Rib PVC Sewer Pipe
(8"-30") conforming to ASTM F;..794. Fittings are also manufactured to branch
and/or adapt to ASTM D-3034 and F-679 PVC Sewer Pipe (sizes 4"-27"). Vylon
fittings shall be used with vylon profile pipe.
Fittings shall be marked with applicable size, company name or logo, Unibell
designation), ASTM F-794 along. with manufacturer's date and shift code.
Handling: Pipe and accessories shall be handled in such a manner as to insure
delivery on the site and installation in the trench in a sound undamaged
condition. If pipe is to be stored outside for more than 30 days it shall be
covered to protect it from prolonged exposure to the sun. Cover shall be
canvas or other opaque material, with provision for air circulation under the
cover. When pipe is received in standard lifts it shall remain in the lift
until ready for use. Lifts shall not be stacked more than three high and
shall always be stacked wood on wood. Loose pipe shall be stored on racks
with a maximum support spacing of three feet. Pipe shall be shaded but not
covered directly when stored outside in high ambient temperatures. This will
provide for free circulation of air and reduce the heat build-up due to direct
sunlight exposure.
Cutting: Pipes shall be cut in a neat workmanlike manner without damage to
the pipe. Since the ribs are perpendicular to the axis of the pipe, the pipe
can be cut between any two ribs. Pipe shall be cut square using a fine tooth
saw. All burn chips and cuttings shall be removed.
Placing and Laying: Pipe and accessories shall be examined for defects before
installing. All damaged, defective or unsound items will be rejected and
removed immediately from the site of the work. Pipe shall be placed in the
trench and bedded as required in Section T-2.
Jointing: The end of the pipe and the inside of the bell shall be thoroughly
cleaned. The gasket shall be placed between the second and third rib on the
pipe. The gasket and the inside of the bell shall be well lubricated, and the
pipe pushed into the bell in a straight line.
Detection Tape: PVC pipe installed underground shall be marked by the use of
a continuous inert bonded layer plastic tape with a metallic foil core, buried
in the pipe trench 24 inches below the surface. Tape shall be yellow, 2
inches wide with continuous imprinting; "CAUTION - PIPELINE BURIED BELOW".
Tape shall be Seton Metallic Lined, or equal.
TESTING:
~OLYVINYL CHLORIDE PIPE OR PRESTRESSED CONCRETE PIPE:
General: After completion of the piping, it shall be tested for leaks and
proved tight.. The Contractor shall provide at his expense all labor,
9416
PLANT AND YARD PIPING
T6-10
I
I
I
.1
:1
.1
I:,
I'!
I
I
11
I
1\
I
I
I
I
I
I
I
.~ .....~1
supervision, pumps, measuring devices, power, miscellaneous equipment and
water necessary for performance of all testing on all piping in accordance
with the requirements of these specifications.
Pipe: Each piece of pipe shall be visually inspected immediatelY,before being
placed in the trench and all pieces which appear to be cracked or damaged in
any way that could not be repaired after instailation, shall be rej ected.
Particular notice shall be made of the joints to be sure that a watertight
joint can be assured.
Joints. Alignment and Grade: After the pipe has been installed in the trench,
and prior to the placing of any backfill, the Joints, alignment, and grade
shall be carefully examined and checked for conformance with specified
requirements. The pipe shall be observed during backfilling operations and
shall be rechecked following the backfilling operations to be sure that the
required conditions of the joints, alignment and grade have been maintained.
Appurtenances: All appurtenances shall be of specified size, shape and
materials; the work shall comply with these specifications and if found not so
in any respect, it shall be brought to proper condition by cleaning, painting,
or if necessary, by rebuilding at the expense of the Contractor.
Integrity of the Installed Sewer: All pipe lines shall be checked for
infiltration and subjected to either an infiltration test, an exfiltration
test, or a low-pressure air test to demonstrate the integrity of the installed
pipe. The Contractor shall provide, at no additional cost to'the Owner, all
labor, materials, supervision, equipment and measuring devices necessary to
conduct the test. Results of the tests, witnessed by the construction
inspector, shall be delivered to the Owner in written form. Meeting the
minimum requirement herein specified does not relieve the Contractor of the
necessity of making sewers as tight as possible.
Low-Pressure Air Test: Only for sections of sewer which are not submerged by
groundwater will the air test be applicable. If the pipe to be tested is
submerged in groundwater, an infiltration test shall be used. The air test is
performed as follows: Flush and clean the sewer line with water prior to
testing, thus cleaning out debris and wetting the pipe surface to produce more
consistent results. Plug all outlets to resist the test pressure. Give
special attention to stoppers and service laterals. Add air until the
internal air pressure of the sewer is raised to approximately 4.0 psi gauge.
When the pressure has stabilized and is at or lowered to the starting test
pressure of 3.5 psi gauge, commence the test. Record the time period for the
'pressure to drop to 2.5 psi gauge and compare to the time chart below.
Recorded times less than the specified times indicate the line has failed and
repair is required to bring the line up to specification. The test may be
discontinued when the prescribed test time has been completed, even though the
pressure has not dropped to 2.5 psi gauge.
Infiltration Check: The maximum allowable rate of infiltration into the sewer
lines shall be 100 gallons per 24 hours per inch of diameter per mile of sewer
where minimum groundwater depth is two (2) feet above the high point of the
sewer under test. Where infiltration is apparent, a V-notch weir shall be
installed and maintained at the low end of the sewer and a test performed.
Upstream reaches not under test shall be plugged. Water level behind the
V-notch weir shall stabilize and a reading of flow rate shall be recorded and
compared to the above specified rate. A rate greater than that specified
9416
PLANT AND YARD PIPING
T6-11
I.
I
I
_.1
-I
I
I
I:
I
I"
I'
I
I
I
\-
\1
\
I
\
-I
\
"
\
.3 4
2 Length Time
1 Minimum for for SpecIfication Time for Length (L) Shown (mi n: sec)
Pipe Time Minimum Longer
DIameter (min: Time length
( In, ) see) ( ft) ( s eo) 100 ft 150 ft 200 ft 250 ft 300 ft 350 ft 400 ft 450 ft
4 3: 46 597 .380 L 3: 46 3: 46 3: 46 3: 46 3: 46 3: 46 3: 46 3: 46
6 5: 40 398 .854 L 5: 40 5: 40 5: 40 5: 40 5: 40 5: 40 5: 42 6: 24
8 7: 34 298 1. 520 L 7: 34 7: 34 7: 34 7: 34 7: 36 8: 52 10: 08 11: 24
10 9:26 239 2. 374 L 9:26 9: 26. 9:26 9: 53 11: 52 13:51 15: 49 17: 48
12 11: 20 199 3.418 L 11: 20 11:20 11: 24 14: 15 17: 05 19: 56 22: 47 25: 38
15 14:10 159 5, 342 L 14: 10 14: 10 17: 48 22: 15 26: 42 31: 09 35: 36 40: 04
18 17:00 133 7. 692 L 17:00 19: 13 25: 38 32: 03 38: 27 44: 52 51: 16 57: 41
21 19: 50 114 10.470 L 19: 50 26: 10 35: 54 43: 37 52: 21 61: 00 69: 48 78: 31
24 22: 40 99 13.674 L 22: 47 34: 11 45: 34 56: 58 68: 22 79: 46 91: 10 102: 33
27 25: 30 88 17. 306 L 28: 51 43: 16 57: 41 72: 07 86: 32 100: 57 115: 22 129: 48
30 28: 20 80 21. 366 L 35: 37 53: 25 71: 13 89: 02 106: 50 124: 38 142: 26 160: 15
33 31: 10 72 25. 852 L 43: 05 54: 38 86: 10 107: 43 129: 16 150: 43 172: 21 193: 53
36 34:00 66 30. 768 L 51: 17 76: 5.5 102: 34 128: 12 153: 50 179: 29 205: 07 230: 46
shall require the Contractor to repair the sewer so that this test will be
met. Sewer segments being tested shall be no longer than 1200 feet.
Exfiltration Test: The maximum allowable rate of exfiltration from sewer
lines using the exfiltration test shall be 50 gallons per 24 hours per inch of
diameter per mile of sewer. The run of sewer to be tested shall be plugged
and the line filled with water to a point approximately one foot below the top
of the lowest manhole frame. No more than' ten (10) feet of head shall be
placed on the lowest point in the sewer. After sufficient time has elapsed
for air to bleed off and absorption to be complete, the water level in the
manhole shall be measured at 30 minute intervals for two hours. The measured
drop in water level shall be translated into the exfiltration rate. Sewer
segments being tested shall be no longer than 1200 feet.
DEFECTIVE WORK:
If inspection or tests show defects, such defective work or material shall be
replaced and inspection and tests repeated. All repairs to piping shall be
made with new material. No caulking of joints or holes will be acceptable.
Adjustments required in order to obtain satisfactory operation of the systems
shall be made by the Contractor without additional expense to the Owner.
AS BUILT DRAWINGS:
The Contractor shall maintain a current and complete set of marked up drawings
showing the as built location of all. underground and above ground piping,
valves, and drains. Upon completion of the work, the Contractor shall furnish
this set to the Engineer.
PAYMENT:
No separate payment will be made for the work covered under this section of
the specifications. All costs in connection therewith shall be included in
the lump sum Bid for the completed work.
9416
PLANT AND YARD PIPING
T6-12.
I
I
I
I:
I
,I
1
I.
I
I
1
1
Ii
I
1
1
I
I
I
I
SECTION T-7 - VALVES AND GATES:
SCOPE:
The work covered by this section of the specifications consists of
furnishing all plant, labor, supervision, equipment and materials, and
performing all operations in connection with the installation of the valves
and appurtenances complete, in 'strict. accordance with this section of the
specifications and the applicable plans and subject to the terms and
conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications form a part of this
specification:
American Water Works Association:
C 500
C 504
Metal-Seated Butterfly Valves
Rubber-Seated Butterfly Valves
GENERAL:
All valves, gates
incorporation into
herein. Each valve
of manufacture and
and accessories furnished by the Contractor for
the work shall be new, unused, and of the type specified
shall have the identifying mark of the manufacturer, year
the pressure rating cast on the body.
TELESCOPING VALVES:
Telescoping valves shall consist of a receiving pipe and a slip tube with a
cone shaped circular weir of 30 inch diameter. Slip tube shall be fabricated
of 16 gauge stainless rolled and smooth seam welded. Tube shall be at least
6 inches longer than travel. Receiving pipe shall be fabricated of 12 gauge
stainless steel rolled and smooth seam welded. Receiving pipe shall be 1/2
inch larger in diameter than the slip tube and 6 inches longer. Receiving
pipe shall have two stainless steel flange and a neoprene gasket.
Telescoping valve shall be as manufactured by Vulcan Industries, or equal.
SHEAR GATES:
Shear gates shall be stainless steel. Clow Figure F3002 with standard frame
or the comparable product of Mueller Company, or an approved equal. Gates
shall be furnished with stainless steel extended handle, with adjustable
sliding hook on the rod~
SLIDE GATES:
Slide gates shall be Waco series 5000 aluminum gates with operators or shall
be the comparable product of Rodney Hunt, Whipps, Inc., Waterman, or equal.
Slide gates shall be fabricated aluminum, rising stem type furnished with
stem covers. Guides shall be extruded aluminum with an extruded ultra high
Inolecular weight polyethylene bearing strip. The invert of the frame shall
be provided with a neoprene insert to function as a seating surface for the
gate. The gate shall be of aluminum plate, reinforced so that it will not
deflect more than 1/240 of the span of the gate under design head.
Handwheels shall be cast aluminum of a diameter that. will require not more
t:han 40 pounds pull at the rim of the wheel. Operating stem shall be Type
303 or 304 stainless steel with a minimum diameter of 1-1/2 inches and with
a maximum l/r of 200 between stem guides. All necessary attaching bolts and
anchor bolts shall be stainle~s ~teel, and shall be furnished by the gate
manufacturer.
Slide gates with surface mounted frames, open top type shall be Waco Series
5080; those with embedded frames, self contained type shall be Waco Series
5020, or comparable products listed above.
9416
VALVES AND GATES
T7-l
I
I
I
I
1
I
I'
1
I
I
I:
I,
I
1
I
1
1
I
1
Handwheels shall be cast aluminum of a diameter that will require not more
than 40 Ibs. pull at the rim of the wheel. Benchstands shall be
antifriction type utilizing accurately machined bronze operating nuts. The
lift mechanism shall be capable of withstanding a pull of 200 lbs. without
damage. Operators noted to be handwheel and floor stand shall be equal to
Waco FS-1000; those with yoke mounted handwheel and bench stand shall be
equal to Waco ~S-lOOO.
AFFIDAVIT OF COMPLIANCE:
Upon completion of manufacture,
"Affidavit of Compliance" in
applicable.
the Vendor shall provide to the Owner an
accordance with AWWA C504 or C500 as
PROOF-OF-DESIGN TEST:
Vendor shall include with his submittal certified copies of Proof-of-Design
Tests in accordance with AWWA C504 or C500 as applicable.
PAYMENT:
No separate payment will be made for the work covered under. this section of
the specifications. All costs in connection therewith shall be included in
the lump sum Bid for the completed work.
9416
VALVES AND GATES
T7-2
I
I
SECTION T-8 - MANHOLES
I
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, appliances and materials, and
performing all operations in connection with the construction of manholes
structures, complete, in strict accordance with this section of the
specifications and the applicable drawings and subject to the terms and
conditions of the Contract. Provided, however, that the box culvert shall
be constructed per Section T-6 Plant and Yard Piping.
I
I
APPLICABLE SPECIFICATIONS:
Ii
The latest edition of the following specifications. form a part of this
section of the specifications:
I"
ASTM A 48
ASTM C 32
ASTM C 478
Gray Iron Castings
Clay or Shale Manhole Brick
Precast Reinforced Concrete Manhole Risers and Tops
I.
GENERAL:
I;
Structures shall be constructed in conformance with the .requirements of
this section of the specifications except concrete work which shall conform
to the requirements of the section entitled "CONCRETE". Excavation,
trenching and backfilling for structures shall conform to the requirements
of the applicable sections of these specifications. The work included
under this section will not be accepted until the structures have been
completed, tested, and approved.
I;
II
MATERIALS:
I
General:
All materials furnished by the Contractor shall be new and shall
specifications given in this
consisting of manufacturer's
manholes, manhole steps and
I
meet the requirements of the applicable
paragraph. Four sets of shop drawings
literature shall be submitted for precast
manhole frames and covers.
I
CONCRETE COLLARS, CRADLES, SADDLES AND ENCASEMENT:
I
General: Collars, cradles; saddles or encasement shall be constructed of
3000 psi concrete. In locations where ductile iron pipe joins nonmetal
pipe, the connection shall be by a concrete collar as shown on the plans,
or by appropriate adapter.
1
I
9416.T08
MANHOLES
T8-1
I
I
I
MANHOLES:
I
General: Manholes shall be constructed with cast iron frames and covers.
The base and invert channels of the manhole shall be constructed of 4000
psi concrete. The invert channels shall be smooth and accurately shaped to
the semi-'-circular bottom conforming to the inside of the adjacent sewer
sections. Where brick are used as a filler for the shaped channels, the
minimum thickness of the finished layer of concrete shall be 4". Changes
in direction of the sewer and entering branches shall have as long a radius
of true curvature as the size of the manhole will permit.
I
I
I
Brick Manholes: Brick for manholes shall conform to ASTM C32 Grade MS.
All brick shall be thoroughly cleaned and saturated with water immediately
before being laid up. The brick shall be laid radially in header courses
with the joint broken by staggering each successive course. Brick shall be
laid up with cement mortar made of one part .Portland cement and two parts
of approved sand to which may be added lime not to exceed 25 percent by
volume of the cement. The outside of the manhole shall be plastered with
1/2 inch of cement mortar. The,inside of the manhole may be rubbed with a
cloth in lieu of striking the joints. Concrete, brick work and mortar
shall be protected against low temperatures.
1
I
I
Precast Concrete Manholes: Precast manholes, consisting of, precast risers
and tops conforming to the requirements of ASTM C4 78-61 T and having a
minimum wall thickness of 5 inches, may be used in lieu of brick manholes.
The precast top section shall be of the eccentric cone type and shall have
a top outside diameter larger than that of the manhole ring. The lower end
of the bottom section shall be set in a bed of mortar in a recess formed in
the cast-in-place base' slab and the outside of the joint shall then be
sealed with a beveled fillet of mortar. Integral bases of equivalent
strength may be used if the manhole base section is leveled by setting in a
bed of mortar. The joints in the riser pipe shall be sealed with a mastic
gasket, similar and equal to K.T. Snyder "Ram-Nek".
1\
1
I:
I:
I
I
Brick Manhole Tops: The top of the manholes shall be topped out with
brick; the number of courses will depend on the required elevation of the
top of the manhole, but shall not exceed 5 courses above the top of the
cone. The brick shall be laid radially in header courses with joints
broken by staggering each successive course. After the manhole frame and
cover has been set in a bed of mortar on the top course of brick, the
outside of the manhole shall be plastered for the full extent of the brick
work with mortar to the thickness of not less than 1/2 inch. The inside
face of the. manhole brick work may be rubbed with a. cloth in lieu of
striking the joints. The b.rick work and mortar shall be protected against
low temperatures and cured so as to prevent damage by elevation adjustments
in precast manholes.
I
I
I
Manhole Steps shall be ins taIled in all sections of each manhole. The
steps in the precast sections may be installed when the sections are cast
or may be inserted after the manhole has been constructed. All damages to
I
9416.T08
MANHOLES
T8-2
I
:1
I
the precast section caused by the insertion of the steps shall be repaired
and sealed with expanding mortar to prevent leakage. Steps shall be
located only on the vertical inside face of eccentric cones and shall be
aligned with the steps in the lower sections. Manhole steps shall be 1'-4"
O.C., cast iron, Neenah R-1980-I for brick manholes, and R-198l-I for
precast manholes.
I
I
Manhole Frames and Covers:
I
General: Manhole frames and covers in improved areas or streets shall be
set flush with the finished grade; the Contractor shall set and adjust
manhole frames and covers as necessary to meet this requirement. In
unimproved areas or where no finished grade is established, the top of the
frame and cover shall be set one (l) to two (2) feet above the existing
ground, unless otherwise directed. The word "SEWER" shall be cast on the
cover.
I
1
I
Standard Frames and Covers: Cast iron for manhole frames and covers shall
conform to ASTM A 48, Class 30, gray iron. Castings shall be quality cast
iron such that the metal is strong, tough and of uniform grain. They shall
be smooth, free from scale, lumps, blow-holes, blisters and defects of
every kind which render them unfit for the intended use. No. plugging or
filling shall be permitted. Standard frames and covers shall have machined
bearing surfaces and shall be Sumter Machinery Company No. MF-68L Frames
and MC-68L Covers, and weighing approximately 390. pounds total, or shall be
the comparable product of Neenah, Dewey Bros., U. S. Foundry, or equal.
Manhole frames and covers in concrete slabs shall be Neenah R6400 CS or
equal.
I
I
I:
I~
Watertight Frames and Covers shall be similar and equal to standard frames
and covers specified above in all respects except that covers shall be
gasketed and bolted to the frames. Gaskets shall be 1/8 inch thick rubber
and bolts shall be 1/2 inch diameter hex head brass cap screws, minimum 6
bolts. Bolt holes in cover shall be counterbored for bolt heads.
Watertight frames and covers shall be Sumter MF-40B and MC-40B,
respectively, or equal.
I
I
FINAL INSPECTION:
I
When the Contractor considers that all work has been completed, he shall
then notify the Engineer who will. inspect all work and make such tests as
to satisfy himself that the provisions of the Contract have been faithfully
carried out., During this inspection, the Contractor shall, at his own
expense, make provisions for suitable drainage and maintenance.
I
I
I
9~ 16.T08
MANHOLES
T8-3
I
,.1
'~I
MEASUREMENT AND PAYMENT:
~I
I
I'
No other separate payment will be made for the work covered by this section
of the specifications and all costs in connection therewith shall be
considered as a subsidiary obligation of the Contractor and shall be
included in the applicable lump sum or unit price items in the Bid.
1\
1\
I~
I:
I:
I'
I:
I
I
I
I
I
I
".116.'1'08
MANHOLES
T8-4
I
-~I
'-
-_~I
I
1
Ii
I'
I:
I:
I
I
I
I
I
1
I
1
I
I
I
SECTION T-9 - BRIDGE & SHEET PILING
SCOPE:
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, and materials, and in performing all
operations in connection with the construction of concrete bridge and sheet
piling, complete, in strict accordance with this specification and the
applicable drawings, and subject to the terms and conditions of the
Contract.
,APPLICABLE SPECIFICATIONS:
The current edi tiC?n of the following specifications form a part of this
specification:
American Society for Testing Materials Designation:
A 328 Steel Sheet Piling
American Association of State Highway and Transportation Officials:
A.A.S.H.T.O.
Standard Specifications for Highway Bridges
Georgia Department of Transportation
Specification 520-Piling
ELASTOMERIC BEARING PADS:
Elastomeric Bearing Pads shall
compound, molded to size or cut
hardness of 60 durometer, and meet
2, AASHTO "Standard Specifications
CONCRETE PILES:
be
from
the
for
vulcanized, chloroprene elastomeric
molded sheet, shall have a minimum
requirements of Section 25, Division
Bridges".
Material: Concrete piles shall be provided in accordance with Ga. D. O. T.
Standard 3250 precast concrete piles.
Length And Number Of Piles:
The excess length ordered over the specified point-to-cut-off length, as
shown on the drawings, shall be the responsibility of the Contractor.
should the total number of piles, the number of each length or the minimum
or maximum length directed to be used vary from that specified
hereinbefore, an adjustment in the contract price and/or the time for
completion will be made in accordance with Article GC-IO of the contract.
If in driving, it is found that any bearing pile is longer ~han necessary
9416
BRIDGE
Revised T9-l
~I
-I
I
to obtain the bearing power specified, the pile shall be cut off at the
proper elevation provided the minimum penetration has been reached;
however, no change in the contract price and/or the time for completion
will be made by reason thereof. If in driving, it is found that any
bearing pile is not of a length sufficient to give the bearing power
specified on reaching the depth of penetration required, driving may be
continued provided that the pile can be spliced above the ground surface
and such splice detail is approved by the Engineer.
I
I
If the pile will be buried before the bearing power is obtained, the first
pile shall be pulled by the Contractor and a longer pile of the length
desired shall be driven. For such additional work and/or materials, an
adjustment in the contract price and/or the time for completion will be
made'in accordance with Article GD-IO of the contract.
I
1
I
Bearing Power:
I,
Each pile shall be driven to a minimum penetration as shown on the drawings
plus additional penetration as necessary to obtain a bearing power of not
less than 60,000 pounds as determined by the formulas:
I
2 E
S + 0.1
2 Wh
S + 0.1
2 Wh
S + 1.0
for double-acting steam hammers;
11
I
I
I(
for single-acting steam hammers;
for drop hammers;
I;
I
in which E equals the energy in foot-pounds per blow based on an acceptable
certified statement from the manufacturer of the hammer, tv equals the
weight of the hammer or ram.in pounds, h equals the fall of the hammer or
ram in feet, and S equals the. ave.rage penetration per blow for the last
three blows in inches. An allowance shall be made for reduced penetration
caused by shock absorption of pile caps and by material penetrated which
will be removed after the pile is driven. Should the bearing power
specified be developed before the minimum penetration below cut-off is
reached, a water jet shall be used and an endeavor shall be made to secure
such minimum penetration.
I'
I
I
Driving And Placing Piles:
(a)
Driving: Piles shall be driven with an approved drop or steam
hammer. The value of E shall be not less than 8,700 and not
more than 20,000 foot-pounds, except that 'for piles more than
60 to 70 feet in length the minimum value of E shall be 13,000
foot-pounds. The weight of the hammer for drop hammers shall
I
I
I
9416
BRIDGE
Revised T9-2
_I
I
I
I
I:
I.
I
I
I
be not less than 2,000 pounds. In jetting a pile, the use of
the water-jet" shall be discontinued before the minimum
penetrati,on below cut-off is reached and the pile shall be
dri ven to such penetration using only the hammer. All piles
shall be spaced accurately and shall be held during driving.
Batter piles shall be driven in. inclined leads to the angle
indicated; all other piles shall be driven plumb. Piles shall
have the heads and points squared to the driving axis. A
sui table iron ring or cap shall be used on the head during
driving. All pile heads at cut-off shall be entirely sound.
All injured piles shall be replaced with sound piles or shall
have the damaged parts repaired, as may be directed; the repair
or replacement shall be at the Contractor's expense.
(b)
Placing: As an alternate to driving the piles full length, the
Contractor may place the pile in previously bored holes, spaced
accurately, of proper size to assure full bearing, depth and
batter. Pile placed in this manner shall then be driven to the
required resistance as specified under Bearing .Power. Use of
this method shall be as approved by the Engineer.
STEEL SHEET PILING:
Material:
I,;
I'
I
I
I
I
I
I
I
I
9416
(a)
All steel sheet piling and accessories shall conform to the
requirements of the specification for Steel Sheet Piling of the
American Society for Testing Materials ASTM Designation A-328,
latest revision.
(b)
,Steel sheet piling shall be new unused material of the
continuous interlock Z-type weighing not less than 22 pounds
per square foot of wall area. Corners, tees, and connections
shall be fabricated of steel of sufficient weight to develop
the full strength of the sheet piling.
(c)
Bolts and nuts installed underground or on the water side of
the marginal line below elevation 120.0 shall be fabricated of
wrought iron. All other bolts and nuts and miscellaneous
hardware shall be of medium steel. Bolts shall haVe square
heads and furnished with square nuts conforming to the American
Standard heavy series and shall be semi-finished. Threads
~hall conform to ANS coarse, Class 1 fit.
(d)
Gravel or crushed stone for weephol~s shall be clean and
uniformly graded between 1/2 inch and 2 inches in size.
BRIDGE
Revised T9-3
/,1
I
Pile Driving:
I
I
I
I
(a)
The length and number of piles shall be as indicated on the
drawings.
(b)
Piling shall be aligned by means of a suitable driving template
carefully placed to properly locate the pile. Piling shall be
driven to the indicated penetration by means of an approved
drop or steam hammer. Damaged or mis-driven piles shall be
pulled and replaced. After driving the tops of all piles shall
be cut off at the required elevation to suit the details of the
drawings.
I
Protective Coating:
I
I
I
I:
(c)
I':
I
I
PAYMENT:
(a)
The following .shall receive protective coating as specified:
(1)
Both sides of all piling to a point one foot below the original
grade at time of driving.
(2 )
All fittings, tie rods, bolts, nuts and other hardware
accessories to the steel sheet piling.
(b)
Material: The protective coating shall consist of
applications of Bitumastic No. 50, manufactured by
Company, or other approved equal protective coating.
two (2 r
Koppers
Application: Rust, scale, oil, grease or other foreign matter
shall be removed from the metal to be protected by sui table
means recommended by the coating manufacturer. The protective
coating shall be applied in strict conformity with the
recommendations of the manufacturer. The area of steel to be
driven to a position under water shall be coated prior to
driving. Each coat shall be applied at the rate of 200 square
feet per gallon of material.
I
No separate payment will be made for work covered by this section of the
specifications and all costs in connection therewith shall be included in
the lump sum Bid for the completed work.
I
I
I
I
9416
BRIDGE
Revised T9-4
--I
I
I
I
I
I
I
I
I.
I,
I
I"
I
I
I
I
I
I
I
SECTION T-16 - ELECTRICAL
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances and materials, and in performing all
operations in connection with the electrical work associated with the addition
of Constructed Wetlands System - Phase I at the James B. Messerly Wastewater
Treatment Plant, complete and in strict accordance with this section of the
specifications, the applicable drawings, and subject to the terms and
conditions of the Contract.
GENERAL:
The Contractor shall be responsible for providing a complete, safe and
workable electrical system.
All components or equipment furnished under this specification shall be new
and unused.
All electrical connections whether ~ade by the 'Contractor or made by vendors
furnishing equipment packages shall be the responsibility of the Contractor.
All electrical connections shall be checked for proper torque, tension,
compression or tightness by the Contractor.
All electrical connections determined to need attention shall be corrected by
the Contractor.
Trench excavation for underground conduits and duct banks shall conform to
Section T-2 of these specifications.
CODES:
All electrical work shall be in conformance with the requirements and
recommendations of the latest edition of the National .Electrical Code, the
National Electrical Safety Code, and all local codes and ordinances.
Materials shall bear the label of the Underwriter's Laboratories, Inc.,
whenever applicable labeling is available for such materials.
STANDARDS:
The latest issue of the specifications and standards of the following
organizations are by reference made a part of these specifications. All
electrical work, unless otherwise indicated, shall comply with their
requirements and recommendations wherever applicable:
Illumination Engineering Society (IES)
Institute of Electrical and Electronic Engineers (IEEE)
American National Standards Institute (ANSI)
American Society for Testing Materials (ASTM)
Insulated Power Cable Engineers Association (IPCEA)
National Bureau of Standards (NBS)
National Fire Protection Association (NFPA)
National Electrical Manufacturer's Association (NEMA)
Underwriter's Laboratories, Inc. (UL)
9416
T16-l
ELECTRICAL
~~I
I
I
I
I
\
I;
1
I
I:
1
I!
I
1
I
I
I
I
I
I
TESTS DURING CONSTRUCTION:
All tests are to be conducted in the presence of the Engineer and OAR. Prior
to energization, insulation resistance between individual conductors in
conduit and from conductors and equipment windings to ground shall be
measured. Measurements shall be made using a "Megger" ground tester (500
volts) as manufactured by the James G. Biddle Company, Philadelphia,
Pennsylvania, or "Vibraground" tester manufactured by the Associated Research
Company, Inc., Chicago, Illinois. Wiring and equipment .not measuring up to
minimum insulation resistance. required by the Underwriters' Laboratory
regulations shall be put in good condition at the electrical c5mtractor I s
expense. .
All ground connections, ground buses, and equipment ground resistances shall
be read using methods and test devices as manufactured by the. James G. Biddle
Company, or equal.
Rotation checks shall be made on all motors before final mechanical
connections are made. Changes necessary to obtain correct rotation shall be
performed by the Contractor.
PRELIMINARY TRIALS:
The electrical contractor
authorized representative,
by him. These trials or
checking. motor rotation,
operation and checking all
shall, in the presence of the Engineer or his
run preliminary trials of the equipment connected
tests shall consist of, but not be limited to,
checking all interlock circuitry for correct
equipment connected by him for proper operation.
FINAL ACCEPTANCE TESTS AND INSPECTIONS:
After the wiring system is completed, and at such time as the Engineer shall
direct, the Contractor shall conduct operational checks to demonstrate that
all equipment performs in accordance with the requirements of these
specifications, contract drawings and vendor information.
The Contractor shall cooperate with the Engineer in performing final
inspections. Panel covers shall be removed, doors opened, etc. at the
direction of the OAR, to facili ta te checks and inspections. All equipment
opened or disturbed shall be returned to operational condition after the
inspection and approval.
TEST RESULTS:
All results from tests, preliminary trials and final acceptance tests shall be
documented by .the Contractor and turned over to the Engineer at the completion
of the job. Three copies (minimum) of complete test results are required.
CORRECTIONS:
P~y wiring installation or connection errors discovered during the test and/or
trials shall be corrected by the Contractor at his own expense. Any
equipment, materials or components damaged or destroyed as a result of
improper installation or connection by the Contractor shall be replaced by him
at his own expense.
CONTRACT DRAWINGS:
The drawings indicate the general arrangement of equipment and are intended
for estimating quantities for bidding purposes. Dimensions for layout of
9416
ELECTRICAL
T16-2
~_I
I
I
I
I
I
I
I
I:
I:
I
I'
I:
I
I
I
1
I
I
I
equipment shall be obtained from civ~l or mechanical plans or by field
measurement, unless specifically indicated on electrical plans.
Coordinate
on civil,
electrical
conditions
electrical work with details, sections, elevations and plans found
mechanical and structural drawings and specifications. Modify
work to conform to requirements of equipment being served and
encountered in serving that equipment.
SHOP DRAWINGS, VENDOR PRINTS AND DATA:
Each submittal item shall be marked to show the specification section and
paragraph number covering that item, equipment name and number.
RECORD DRAWINGS:
The Contractor shall reserve one complete set of electrical prints for as-
built drawings. Any approved deviation from the contract plans shall be
recorded on these prints by the Contractor. As-built drawings will be checked
on the last working day of each month for accuracy and completeness by the
~ngirieer or his authorized representative.
DOCUMENTATION:
At the end of final inspection, the Contractor shall provide three sets of
complete data on electrical materials and equipment used on this job. This
data shall be in bound form and shall include the following items:
A complete table of contents.
Data sheets indicating electrical and functional characteristics of all
devices and equipment.
Copies of all submittals.
Panelboard and distribution center circuit directories reflecting all
field changes.
The Contractor shall turn over all as-built drawings (record drawings) to the
Engineer at the time of final inspection.
ELECTRICAL SERVICE VOLTAGES:
The electrical system is intended to provide 120/240 volt, single phase power
to three distinct areas under this contract. The first is the yard of the
existing treatment plant in the area where a new box culvert intercepts the
existing outfall facilities to convey the effluent to a settling pond in the
Wetlands. In this yard area, a new underground butterfly vaive with an
electric operator will require 240 volt, single phase power for the operator
and a 120 volt convenience outlet will be provided on the operating pad.
The .second area is at the outfall-end of the settling pond where a concrete
pad will be installed for sampling procedures during Phase I. 120 volt,
single phase power will be provided by a weatherproof G.F.C.I receptacle on
this sampling pad for such procedures and similar power will be available
inside the weatherproof enclosure being provided under this Section of the
Specifications for a future chlorine residual analyzer.. Power for both the
valve actuator in the plant yard and for the sampling pad in the settling pond
will be derived from an existing 120/240 volt, single phase, 3 wire panel in
the top level of the existing Lift Station.
9416
ELECTRICAL
T16-3
I
.1
I
I
I
1
I:
I
I
I;
I'
I
I
I
I
I
I
I
I
The third area pertains to Cells No. 2 and No. 3 wherein four sampling pads
will be located in each cell. At each location, 120 volt, single phase power
will be provided by a weatherproof G.F.C.I receptacle. Power for this area
will be derived from a 120/240 volt, single phase, 3 wire service drop by
Georgia Power Company at the southern end of the project. Past this service
pole with metering and a fused disconnect, an aerial feeder supported on
treated poles will deliver pOHer to a distribution pole with a circuit breaker
loadcenter from which power will be distributed underground to the receptacles
on sampling pads.
MATERIALS:
Materials shall be furnished in accordance with the requirements of this
specification, applicable drawings, agreement and "Codes and Standards" as set
forth hereinbefore.
All material furnished by the Contractor shall be new, without defects and
shall be delivered to the job site in the original cartons or packages.
All material of the same type shall be the product of one manufacturer.
The use of manufacturer's name and catalog number in these specifications is
to define the type and quality of electrical components required. Where
possible, two or more sources have been listed. Other manufacturer's products
may be used only with written approval of the Engineer to assure overall
system compatibility and reliability.
WORK:
The term "\'lork" is taken to include "labor, supervision, installation" and
other action needed to complete the electrical system.
All work
accepted.
involved.
be of the
work shall
highest quality.
be performed by
No sub-standard work will be
workmen skilled in the trades
shall
All
CONDUIT:
All exposed conduit shall be rigid aluminum with threaded couplings and
fittings. Aluminum conduit threads shall be painted with conductive joint
compound before assembly. Thin wall (EMT) conduit shall not be used except
where specifically called for on the drawings.
Conduit runs smaller than 3/4" trade size shall not be used. 1/2" conduit may
be used only for making attachments to equipment which, because of its
construction, will not accept a larger size conduit. Lengths of 1/2" conduits
shall be a short as possible.
All exposed conduit shall be run at right angles or parallel to structural
members. Vertical runs shall be plumb. Diagonal conduit runs shall not be
made except with written permission of the Engineer or when conduits are run
below grade. Below grade runs of conduit shall follow paths as specified on
the electrical .drawings.
Conduit runs installed in or below concrete slabs on grade or routed within
concrete walls of underground pits shall utilize rigid plastic conduit,
Schedule 80, with threaded couplings and termination fittings.
All underground conduit runs, whether single
consis t of rigid plastic conduit, not less
banks shall
encased in
or
than
runs in duct
Schedule 40,
9416
T16-4
ELECTRICAL
~
I
I
I
I
.1
I,
I:
Ii
I:
11
I!
I
I
I
I
I
I
1
concrete with the top of the concrete envelope not less than 18 inches below
grade. The concrete envelope for single conduit runs shall be not less than 3
inches on all sides while dual conduit runs shall be separated 6" in addition
to having 3 inches of concrete on all sides. Encased conduit runs shall use
cemented socketweld couplings or integral bells on conduit. All underground
conduit runs shall be terminated with Schedule 80 non-metallic elbows and
fittings.
Concrete for electrical conduit encasement shall be standard mix, f'c = 2000.
psi, with admixture to produce red color. Admixture shall be 3% by weight of
pure synthetic red iron oxide uniformly mixed into the concrete.
All cuts
cutting.
threads
butted.
on conduit shall be square. Conduit ends shall be reamed after
Couplings and threaded hubs shall have no less than five (5) full
of the conduit engaged and shall be screwed up wrench tight and
Seamless pipe shall be used for all bends made in the field. Condui t bends
shall be made with standard "hickeys" to prevent kinks of flats in the bends.
The proper size hickey shall be used for each size conduit.
The radius of the curve of the inner edge of any bend sh~ll not be less ~han
six (6) times the internal diameter of the conduit. All bends shall be
carefully inspected for flaws before installation.
Flexible conduit connections' shall be used at all motors or wherever serious
vibration may make rigid conduit connections impractical. Flexible conduit in
non-hazardous areas shall be flexible metal conduit covered wi th a
polyethylene jacket.
Flexible conduit used in hazardous areas shall be approved for Class I, Group
D service.
Metallic. portion of all flexible conduit shall be bonded to boxes.
fittings shall be of non-ferrous materials.
All
rtlherever conduits cross expansion joints, conduit expansion joints shall be
provided.
The installation of all conduit shall be properly coordinated with the work of
other trades. Field routed conduit paths must be approved by the. Engineer
before installation.
PULL BOXES:
Pull boxes shall be constructed of stainless steel or copper free aluminum of
not less than the minimum si ze recommended by the National Electrical Code.
Pull boxes shall be rain tight, NEMA 3R.
The Contractor shall provide pull boxes where shown on the drawings or as
J:equired by the code, whether shown on the drawings or not. Pull boxes shall
be approved for use in the area where they are installed. All pull boxes and
junction boxes .shall be sized to permit pulling of conductors out of boxes and
feeding back into the boxes without exceeding the.bending radius of cables as
recommended by the cable manufacturer.
Pull boxes, junction boxes or suitable conduit fittings shall be provided in
accordance with the following schedule:
9416
ELECTRICAL
T16-5
/
I
I
I
I
I
I
I
I
I
I
Ii
I
I
I
I
I
I
I
I
Run
Max. length without pull box
Straight
One 900 bend
Two or more 900 bends
not over 200 feet
not over 125 feet'
not over 75 feet
Conduit runs between outlets shall contain not more than the equivalent of
four (4) quarter bends.
RACEWAY CLEANING:
The electrical contractor shall be responsible for cleaning all conduit,
wireways and ducts, both overhead and underground before pulling cables. For
underground ducts, the minimum cleaning shall consist of pulling a flexible
mand'rill 1/4 inch smaller in diameter than the duct, followed by two passes
with wire brushes the same diameter as the duct and one pass with a swab. The
Contractor must be satisfied that ducts are free of burrs or obstructions
which might damage cables before beginning pulls. If cables are damaged while
being installed they shall either be adequately repaired in a manner suitable
to the Engineer, or shall be replaced by the Contractor with new cable of
comparable quality and description, at no cost to ~he Owner.
Underground ducts for all services, including active, spare and telephone
shall be cleaned as specified in this section.
RACEWAY SUPPORTS:
"Raceway" is defined as conduit or any other material or equipment used to
enclose or hold cable or wire, such as wireway or cable tray.
The electrical contractor shall provide material and labor to design,
fabricate and install raceway supports.
six (6) inches clearance from
Conduit shal,l be spaced far
fittings are accessible for
Raceway shall be installed with at least
uninsulated hot pipes or other hot surfaces.
enough apart on supports so that the conduit
pulling or splicing wires.
.~l conduit one (1) inch trade size and smaller shall have supports spaced not
more than eight (8) feet apart on horizontal runs and ten (10) feet on
vertical runs. All other raceways shall be supported at intervals not to
exceed ten (10) feet horizontally or vertically.
Supports shall be provided on each side of conduit bends or elbows and not
Inore than 3 feet from any outlet or termination point.
\'Ihere raceway requires support between structural framing members, sui table
supplementary steel members shall be provided by the Contractor to span
between them. Drilling of holes in flanges of structural framing members for
hangers or supplementary steel will be permitted only with the approval of the
Engineer. Under no circumstances shall holes be permitted in the center
portion of any structural member.
Conduit not located in main racks shall be supported in a suitable manner by
one (1) hole malleable clamps, U-bol ts, Korns Clamps or similar means.
Perforated strap or plumbers. strap will not be permitted. All supporting
materials shall be non-ferrous, including angle, channel, conduit clamps and
U-bolts.
9416
ELECTRICAL
T16-6
I
I
I
I
I
I r
I
I
I
I
Ii
I:
1
I
I
I
I
1
I
Raceway supports shall be secured to concrete work. by approved expansion
anchors or bolts, or by inserts set at the time the concrete is poured. When
conduit supports or racks are attached to structural members with stainless
steel bolts, properly drilled holes shall be used. Burning of holes in
structural steel members shall not be permitted. Supports or racks may be
welded to structural steel members only if welded areas and cut ends are
repaired with Galvalloy or equal.
All structures or supports for raceway shall be constructed for free draining,
such that condensation or precipitation will not be trapped.
WIRE AND CABLE
General:
Conductors for lighting and powe.r circuits shall not be less than #12 AWG,
stranded copper and conform to the following subsection. Conductors for alarm
or control use shall not be less than #14 AWG, stranded copper with type
THHN/THWN insulation.
Conductors shall not be smaller than indicated on the drawings nor less than
that required by the National Electrical Code (NEC)
Solid wire shall not be accepted in any service except thermocouple lead wire,
if used. The Contractor shall, at his own expense, replace any solid wire
used on this job with correct type and size stranded wire.
Cables and conductors shall be tagged for identification by ,the electrical
contractor using printed tape, or equal method, at each end and at all
intermediate junction, tap or splice points. Use individual wire numbers as
shown on the wiring diagrams and elementaries for all wires so numbered. Use
cable numbers as shown on cable or circuit schedules.
All power wires shall be colored black. Alarm, control and lighting wires
shall be color coded in accordance with the design drawings or IPCEA
standards, if not indicated by the design drawings.
All feeders entering or leaving distribution
boxes shall have conductors tagged as to phase
'C' or '1', '2', '3' and circuit designations.
and pull
'A', 'B'
equipment, junction
identification; i.e.,
Each coil or reel of wire and cable furnished by
shall bear a tag containing the Underwriter's
manufacturer, trade designation and month and year
shall be of recent manufacture and in no case older
the electrical contractor
listing stamp, name of
of manufacture. Material
than six (6) months.
600 Volts and Below:
vlire sizes through #6 shall have THNN/THWN insulation. Wire sizes larger than
#6 shall have XHHW insulation.
Insulated ground conductors shall have THHN/THWN or XHHW green insulation.
Insulation and jacket for single conductor wire and cable shall meet or exceed
UL Standard 83.
Instrumentation Cable: I~strumentation cable installed under this contract for
a future chlorine residual analyzer on Sampling Pad No. 1 shall be two
conductor, number 16 AWG, shielded cable conforming to MIL-W16878D, Type B
multi-conductor cable. Conductors shall be 19/29 stranded tinned copper with
9416
ELECTRICAL
T16-7
I
I
I
I
I
I
I
I:
I
1
I
I:
I
1
I
I
I
I
I
0.10" PVC color coded insulation and .003" nylon jacket on each conductor. A
braided copper shield shall provide 90% coverage and a PVC jacket shall be
provided overall.
Aerial Feeder Conductors: The aerial feeder conductors interconnecting the
service pole at the southern end of the project to the pole with the
loadcenter shall be triplex aluminum cable consisting of two black, low
density crosslinked polyethylene insulated conductors and one bare ACSR
neutral conductor. Insulation shall be rated 600 volts for 900C operation in
400C ambient. Cable shall consist of compressed standard 1350 H-19 hard drawn
aluminum per ASTM B-23l. ACSR conductor shall meet ASTM B-232.
Aerial feeder conductors shall be supported on wood poles
specified. The cable shall be the product of Alcan Cable,
equal.
as hereinafter
or an approved
WIRE CONNECTIONS AND DEVICES:
Wires and cables shall be installed without joints or splices, as far as
practical. Splices, connections and terminations, when needed, shall be made
with approved pressure-type solderless fittings.
Connectors, splices and terminations shall be securely
indent tools designed to bring uniform pressure on all
loosen under normal vibration or strain.
fastened with double
sides and shall not
Fittings shall be of the correct size for the conductors and strands shall not
be cut from conductors.-
Splices, if used, shall be insulated such that insulation will be equal to or
better than the insulation on wires which are spliced.
INSTALLING WIRE AND CABLE
All wire and cable shall be installed in raceway systems.
shall be installed until the raceway. system for that
complete.
No wire
wire or
or cable
cable is
Wire pulling lubricant shall be used when installing wire or cable in raceway
whose length from feeding point to pulling point exceeds 25 feet (except
tray)
Care shall be taken to ensure conductor maximum pulling tension is not
exceeded while pulling wire into conduit.
Installation in Panelboards, Cabinets, Control Panels, Etc.:
Such installation shall be neatly formed, grouped and laced with non-
conductive binders.
BOXES, CABINETS AND ENCLOSURES
Pull boxes shall be supplied in conformance with a prior subsection of this
specification.
Junction boxes I cabinets and
equipment shall be provided as
National Electrical Code.
other enclosures for electrical materials or
shown on the drawings or as required by the
9416
ELECTRICAL
T16-8
I
I
Size shall be the larger of that shown on the drawings or as required by the
National Electrical Code.
I
Material shall be stainless steel or copper free aluminum.
I
All connections to boxes and cabinets shall be by threaded hubs or fittings
meeting NEMA 3R minimum requirements.
All boxes and cabinets shall he of minimum NEMA 3R construction.
I
Outlet boxes of a type to suit the intended use shall be installed at the
locations shown on the drawings.
I
Location of outlet boxes shall be closely coordinated with the work of other
trades to avoid interferences and provide efficient service to the devices or
equipment served.
I
Boxes for exposed outdoor use shall be stainless steel or copper free aluminum
material, fitted with covers suitable for the environment in which they are
located.
All supports fabricated for outdoor boxes shall be aluminum.
I
PANELBOARDS
I
Furnish and install circuit breaker type lighting and power panelboards as
indicated on the drawings and schedules.
I
panelboards shall be of the dead-front safety type employing thermal-magnetic
molded case circuit breakers.
All current-carrying parts of the bus assembly shall be copper. Main ratings
shall be as shown in the panelboard schedule on the drawings and schedules.
I
A steel circuit directory frame and card with a clear plastic covering shall
be provided on the inside of the door. The directory card shall provide a
space at least 1/4" high x 3" long for each circuit. The directory shall be
typed to identify the load fed by each circuit.
I
SWITCHES, RECEPTACLES N~D DEVICES
I
All wiring devices shall be of heavy duty industrial grade or hospital grade
construction.
I
Wiring connections shall be made only via 160ping conductors around terminal
screws. Devices employing only "slip--:in" wire connections shall not be used.
(Compression type connections'are permitted with power receptacles and pl~gs.)
I
Devices shall be held securely in place by threaded screws attached to outlet
boxes. Devices shall, in no way, depend on cover plates for support.
I
Color of wiring devices and device covers shall be
trades to matcn surrounding wall finish (i.e.; brown
and ivory for light colored walls) .
coordina ted with other
for dark colored walls
I
Covers for wiring devices installed outdoors or in potentially wet areas shall
be weatherproof.
Plates' installed on masonry walls shall be oversized jumbo type.
I
9416
ELECTRICAL
T16-9
I
I
I
I
1
I
I
I
1
I
I.
I
I
I
I
I
I
I
I
I
Plates installed in office, laboratory or control room areas shall be
stainless steel.
Plates installed on surface mounted outlet boxes shall also be stainless
steel.
Plates shall be properly aligned horizontally and vertically.
Switches:
All switches shall be rated 20 amps, 120/277 volt, silent type.
Where more than one switch is indicated in the same location, switches shall
be gang mounted under a common cover plate.
Unless noted otherwise, switches shall be set 48 inches above walking surface
and shall clear door trim or corners approximately 4 inches from the edge of
the space occupied.
Switch locations shall be coordinated to place switches on the strike side of
doors.
120 Volt Convenience Outlets (Receptacles):
All receptacles shall be duplex grounding type rated 20 amps, 125 volts, A.C.,
NEMA 5-20R, except as noted on drawings.
All outdoor receptacles indicated weatherproof (WP) shall be of the ground
fault circuit interrupting type fitted with a weatherproof hinged cover.
DISCONNECT SWITCHES
Switches shall be provided as
National Electrical Code and
construction.
drawings or as
heavy duty,
required by the
industrial rated
shown
shall
on the
be of
Switches shall be type and size as shown on the drawings.
All switches shall be rated NEMA 3R whether located indoors or outdoors,
unless otherwise noted on drawings.
Switches shall be installed to be fully accessible in accordance with the NEC.
Switches shall be constructed to simultaneously disconnect all ungrounded
conductors.
HA.NDHOLES:
General:
Handholes for underground distribution shall be located approximately as shown
on the drawings. The exact location shall be determined after careful
consideration has been given to the location of other utilities, grading and
the length of conductor pulls. Handholes shall have a nominal dimensions of
l' - 6" wide x 2' -0" long x 2' -0" deep with a suitable bolt-down frame and
cover. Handholes shall be equal to Model 1016-4 as manufactured by Oekalb
Concrete Products, Inc.
9416
ELECTRICAL
Tl6-10
I
I
I
I
D
~D
I
I
I
I
1
I'
I
I
I
I
I
I
I
AERIAL FEEDER POLES AND HARDWARE:
General:
An aerial feeder installed on wood poles shall be provided to interconnect the
new service with the distribution loadcenter at the corner of Cell No.3. the
proposed layout for this pole line shown on the Electrical Site Plan is based
on an average pole spacing of 215 feet using 30' long treated poles. The two
end structures are detailed on the drawings to show their specific
installation requirements; however, it shall be the responsibility of the
Contractor to develop his own details for the total aerial system. Further,
it is the intent of this specification. that the entire pole line shall be
installed in accordance with good construction practices. Conductors shall be
installed with tensioning that will limit the sag to a maximum of 5 feet.
Guying shall be adequate for the loading imposed by the conductors.
Feeder Conductors:
Conductors shall be triplex aluminum cable with ACSR neutral as specified
hereinbefore under CONDUCTORS and shall be sized as noted on the plans.
Wood Poles:
Wood poles to support the aerial feeder shall be Class 4, CCA Type B Treated
Poles with a retention of 0.6#/cubic foot dry. All poles shall be 30 feet in
length.
Pole Hardware:
Secondary and dead end clevises shall be constructed of No. 11 gauge steel
with porcelain spool insulators. Guy attachments shall be two-bolt formed
steel or malleable type. Machine bolts at least 5/8" diameter and having
rolled threads and square heads and nuts shall be used for fastening clevises
and guy attachments. Guy clamps, two-bolt type, shall be of carbon steel with
straight parallel grooves that will not damage guy strands. Guy anchors shall
be power hub screw type consisting of eyenut, anchor rod and straight or auger
type helix hub. Rolled diamond point staples, l-l/2"xl/4", shall be used for
attaching ground wire. all pole t1ardware described hereinabove shall be hot
dip galvanized.
Guy strand shall be utilities grade, consisting of individually galvanized
performed wire formed to produce a seven-wire, 38" diameter strand with a
breaking strength of 11,500 pounds. Galvanized strand shall be manufactured
in accordance to ASTM A475 Specifications.
Pole hardware shall be the products of Joslyn Manufacturing and Supply Co., or
an approved equal.
GROUNDING
Non-current carrying metal parts of all electrical equipment shall be grounded
to equal or exceed the requirements of the National Electrical Code. In
general, a sep~rate ground conductor shall be attached to each item for which
grounding is required. All conduit and raceway shall be grounded , directly or
through the equipment.
All neutral conductors shall be grounded, except where specifically exempted.
Neutrals shall be connected to ground at only one point, as specified by the
NEC (usually at system distribution panel) .
9416
ELECTRICAL
T16-11
I
I
I
I
I
o
I
I
m
I
I
I
I
I
I
I
I
I
I
All new ground conductors or systems shall be tied into existing ground
system(s) such that electrical continuity will be maintained throughout the
completed ground grid.
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
9416
ELECTRICAL
T16-l2
I
I
SECTION T-19 - PLANTING
SCOPE:
I
The work covered by this section of the specifications consists of
furnishing all labor, equipment, materials, appliances and appurtenances,
and in performing all operations in connection with planting, in strict
accordance with this section of the specifications and the applicable
drawings and subject to the terms and conditions of the Contract.
I
GENERAL:
I
All material and work of this section shall be protected from damage from
time of shipment from manufacturer's plant to final acceptance of work.
The contractor shall secure and protect materials and work of this section
to final acceptance of work.
I
The contractor shall deliver all material, except plant material; in a dry
condition and protect until use. All plant material shall be transplanted
no more than 48 hours after harvest or as directed by the Engineer. Any
plant not to standards specified herein or in the plans will be rejected.
Delivery approved plant material promptly and maintain moisture to final
acceptance.
I
I
Damaged or defective work of this section is subject to rejection and
replacement by the Contractor, at no cost to the owner.
I
Water shall be free from oil, acid, alkali, salt, and other substances
harmful to the growth of plants.
I
PLANT MATERIAL:
I
General: Plant names shall conform to. the nomenclature of "Standardized
Plant Names." Sizing and grading standards shall conform to those
published in "American Standard of Nursery Stock." Substitution of size or
grade shall be permitted only by written permission of the Engineer.
I
All plants shall be - true to type and name, typical of their species or
variety, have a normal well developed structure with a vigorous root
system, be sound and healthy vigorous plants free from defects, disease,
insect eggs, borers, and all forms of infestations, and possess a normal
balance between height and spread.
I
All plant material shallb~ reserved at the time of Contract Award and no
substitution as to size or variety will be accepted. The Contractor shall
arrange for contract grown material if necessary.
I
Plants shall be planted as shown on the following Table 1. The plants shall
be the species listed conforming to the ASNS requirements
Three cells will be planted as follows:
I
Table 1
I
Cel.l. Location Plants Spacinq Estimated
Number of
Plants
Cell Front Marsh Bulrush (Scirpus validus) 3' x 3' 18,000
2a
Giant Cutgrass (Zizaniopsis 6' x 6' 5,000
miliacea)
End Marsh Bulrush (Scirpus validus) 3' x 3' 18,000
Giant Cutgrass (Zizaniopsis 6' x 6' 5,000
PLANTING T19-1
9416Rl.T19
I
I
I
I
I
I
Cell
2b
Front Marsh
End Marsh
I
Cell
3a
Front Marsh
I
End Marsh
1
Pond
I
miliac~a)
Cattail ( Typha la tifolia) 3' x 3 ' 18,000
Bulrush (Scirpus pungens) 3' x 3 ' 18,000
Cattail ( Typha la tifolia) 3 ' x 3 ' 18,000
Bulrush (Scirpus pungens) 3' x 3' 18,000
Bulrush ( Scirpus californicus) 3 ' x 3 ' 12,500
Giant Cutgrass (Zizaniopsis 6' x 6' 3,000
miliacea)
Cattail ( Typha latifolia) 3' x 3' 12,500
Butrush ( Scirpus californicus) 3' x 3' 12,500
Giant Cutgrass (Zizaniopsis 6' x 6' 3,000
miliacea)
Cattail (Typha latifolia) 3 ' x 3 ' 12,500
Sago Pond Weed (potamogeton 3' x 3' 37,000
pectinatus)
Cell 3b will NOT be planted.
I
All emergent plants must have at least a 20-30 em stalk to insure that the
stem protrudes above the water surface. Plants may be dormant rhizomes
or active growing plants.
I
INSTALLATION:
Digging and Handling: Bare root plants shall be of sizes set forth in the
"American Standard of Nursery Stock," covered with moist soil, mulch, or
other protection from drying if not planted immediately.
I
Container grown plants shall have been grown in a container such as pots,
cans, tubs, or boxes and have sufficient roots to hold earth together
intact after removal, without being rootbound. Container grown plants shall
not be removed from containers until ready for planting.
I
I
Planting Operations shall only be performed during periods within
planting season when weather and soil conditions are suitable,
accordance with local accepted practice, as directed by the Engineer.
the
in
I
Plant placement shall be accomplished by setting all plants at the proper
level so that after settlement, a normal or natural relationship between
the crown of the plant and the surrounding ground surface exists. Set the
plant vertically and firmly work and tamp the soil carefully under and
around the base to fill all voids. Spacing of plant material shall be as
specified by the Engineer.
I
Watering shall be done immediately after planting (no later than 30
minutes). This shall mean full and thorough saturation of all backfill in
beds during the same day of planting. When planted, watered and fully
settled, the plants shall be vertical.
I
MAINTENANCE:
Sago Pond Weed will be planted in weighted cotton mesh bags.
I
I
Until the work under this contract is certified as complete by the
Engineer, the contractor shall maintain all plants in a heal thy growing
condition by watering, weeding and other necessary operation; and remove
and replace all unhealthy plants in a badly impaired condition during the
planting season. At the tilne of acceptance, plant beds shall be weed free.
I
I
PLANTING
94101U.T19
T19-2
I
I
SUPERVISION OF PLANTING:
I
The installation of all planting shall be accomplished under the direction
of a representative of the manufacturer.
COMPLETION INSPECTION:
I
After all plants have been planted, a review will be accomplished to
ascertain that all work is in accordance with the requirements.
GUARANTY:
I
The plants furnished
shall be guaranteed
acceptance against,
workmanship.
and planted under this section of the specifications
for a period of one year from the date of final
defective materials or installation and inferior
I
PLANT REPLACEMENTS:
I
Any plant found to be dead or unhealthy within eight weeks of its planting
shall be replaced. Dead plants will be allowed to stay in place and shall
be replaced immediately.
I
FINAL ACCEPTANCE:
I
At the conclusion of the planting for each Cell half, the constructed
wetland shall be saturated with water (NOT WASTEWATER EFFLUENT) as
described in Guidelines for Planting (attached to Addendum No.1). After
eight weeks, an inspection of all planting at each Cell half will be made
by the Engineer. At that time, any plant found not to be in healthy
growing condition, dead, broken, damaged, or otherwise unsuitable for use
as determined by the Engineer shall be removed from the site and replaced
by the contractor at no additional cost to the owner. The survivability
required at this time is 100% of the plants in the marshes and 80% in pond
plants."
I
I
PAYMENT:
I
No separate payment will be made for the work covered under this section of
the specifications. All costs in connection therewith shall be included in
the lump sum Bid for the completed work.
I
I
I
I
I
I
I
PLANTING
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION T-20 FENCING:
SCOPE:
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, and materials, and in .performing all
operations in connection with the construction of ,the chain link fence,
complete with all appurtenances, in strict accordance with this section of
the specifications, the applicable drawings, and subject to the terms and
conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications form a part of this
specification:
American Society for Testing Materials Designation:
A 392
Zinc-Coated Steel Chain-Link Fence Fabric
MATERIALS:
General: The fence shall have an overall height of 7 I including the 3
strands of barbed wire on the t.op, arms outside. The fence shall be the
standard product of Cyclone" Fence Corp., or American Chain & Cable, Anchor
Post Products, or equal.
Fabric shall be No. 9 gauge, 2" mesh, Class I galvanized in conformance with
ASTM A 392.
Posts: Line posts, 2-1/2" O.D. @ 3.65 lbs/FT. shall be spaced not more than
10'. Corner posts shall be 3" O.D. @ 5.70 Ibs/FT. and gate posts shall be
4" O.D. @ 9.1 lbs/FT. Posts shall be anchored in concrete footings, crowned
to shed water.
Toprail: A 1-5/8" O.D. @ 2.27 Ibs/FT. top rail shall be provided for the
entire fence.
Fabric Reinforcing Wire: All fabric reinforcing wire shall be provided
along the bottom edge. It shall be not less than No. 7 gauge coiled spring
wire. Galvanized ties or clips shall be provided for attaching reinforcing
Wlres to fabric at intervals of not more than 2 feet.
Post Braces: Nominal 1-5/8" O.D. @ 2.27 Ibs/FT. galvanized tubular post
braces extending to each adjacent line post at mid-height of the fabric
shall be provided for each gate, corner, pull and end post. A 3/8" diameter
truss rod "shall also be provided from the line post back to the gate,
corner, pull, or end post, with a turnbuckle or other equivalent provision
for adjustment.
Stretcher bars 3/16 x 3/4 inch in size, with length 1" less than fabric
height, shall be provided for stretching and securing the fabric at each
gate, end, corner and pull post, one for each gate and end post and two for
each corner and pull post.
Post Tops: All posts shall be provided with post tops which will fit
the outside of posts to exclude moisture and shall be combination tops
barbed wire supporting arms. Post tops shall be provided with a
suitable for the through passage of the top rail.
over
with
hole
9416
FENCING
T20-l
I
.1
"I
I
I
I
I
I
I
I
I'
1
I
I
I
I
I
1
I
Barbed wire supporting arms shall be an angle of 450, and shall. be fitted
with clips or other means for securing three lines of barbed wire, the top
line approximately 12" horizontally from the fence line and 12" above the
top of the fabric and the other lines spaced uniformly between the top line
and the top of the fabric.
Barbed wire shall consist of 2 strands of 12-1/2 gauge wire
point barbs spaced approximately 5" apart. The
electrogalvanized. The barbs may be aluminum.
with 14 gauge 4
wire shall be
Ties or clips of adequate strength shall be provided in sufficient number
for attaching the fabric to all line posts and to top rail at intervals not
exceeding 15 inches.
Bands or clips of adequate strength shall be provided in sufficient number
for attaching the fabric and stretcher bars to all terminal posts at
intervals not exceeding 15 inches.
Gates shall be swing-type complete with latches, stops, keepers and hinges,
with 3 strands of barbed wire mounted on vertical arms above the fabric.
Gate frames shall be constructed of galvanized tubular members, 2" O. D. at
2.72 lbs/FT., trussed and braced in such a manner as to provide a rigid
frame and ample strength to insure a gate free from sag and twist. The end
members of each frame shall be extended approximately 12" above the top
member and arranged for' attaching 3 uniformly spaced lines of barbed wire.
Stretcher bars shall be provided for each gate to facilitate tight
installation of the fabric in each gate frame.
Ties, bands and clips of adequate strength shall be provided ,in sufficient
number for attaching the. fabric to the frame and stretcher bars and the
stretcher bars to the gate frame.
Hinges shall be of heavy pattern, of adequate strength for the gate, and
with large bearing surfaces for clamping in position. The hinges shall not
twist or turn under the action of the gate. The gates shall be capable of
being opened and closed easily by one person.
Latches, stops and keepers shall be provided for all gates; the latches
shall have the plunger bar arranged to engage the stops when closed and the
keepers when open. La tches shall be ar ranged for locking by padlock.
Center stops shall consist of a device arranged to be set in concrete and to
engage the plunger of the latch bar of double gate. Keepers shall consist
of a mechanical device for securing the free end of the gate when in full
open position, one being required for each gate leaf.
Finish: All metallic units or items shall be hot-dip
except barbed wire which shall be. electro-gal vani zed.
bands and barbed wire barbs may be aluminum.
gal vanized finish
Ties, clips, and
INSTALLATION:
Post Setting: All posts shall be securely anchored in concrete footings,
neatly crowned to shed water. Footings shall be poured in cored holes
unless the soil will not permit coring, in which case alternate methods will
be permitted subj ect to prior approval by the Engineer. Footings for line
posts shall be 9" diameter by 2'-9" deep and for corner, end and gate posts
shall be 12" diameter by 3'-3" dee.p. In all cases, the posts shall extend
to within 3 .inches of the bottom of the footing. Posts shall be aligned and
set to permit fabric and top rail installation at a uniform grade
9416
FENCING
T20-2
I
I
I
I
I
I
I
I
I
I
I:
I:
I:
I,
I
I
I
1
I
approximating the general slope of the ground. Where necessary, to prevent
short length sags or dips in the top of the fence, post heights shall be
adjusted as directed by the Engineer.
Post Spacing: Each run of fence shall be set up so that a uniform spacing
of posts will result. The spacing shall be approximately, but not more than
10 feet. In all runs in excess of 200 feet, and -in shorter runs when
desired by the Contractor, pull' posts shall be installed to facilitate
proper stretching of the fabric during its installation.
PAYMENT:
No separate payment will be made for the work covered by this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
9416
FENCING
T20-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
SECTION T-21 - GRASSING
SCOPE:
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment and materials and performing all
operations required to establish a satisfactory cover of grass within all
unpaved areas disturbed by construction. All work shall be performed in
strict accordance with this section of the specifications and the applicable
drawings and subject to the terms and conditions of the Contract.
GENERAL:
The grassing operations shall consist of preparation of the soil, including
tillage, liming and fertilizing, seeding or sprigging, mulching, watering,
and maintenance and repair of planted areas until a. satisfactory grass cover
is obtained and the work is finally accepted.
MATERIALS:
Seed: Areas to be grassed shall be seeded with Hulled Bermuda grass seed.
All seed for grassing shall be tested and approved by the Georgia Department
of Agriculture not more than 6 months prior to the date of sowing and
packaged and labeled in accordance with the Georgia Seed Laws and Rules and
Regulations in effect on the date of the Invitation for Bids. Seed which
has become wet or moldy or otherwise damaged prior to the time of sowing
will be rejected.
Agricultural Lime shall be a pulverized limestone having the following
certified chemical and physical properties:
Total Carbonates, not less than 85%
Passing 10-mesh screen, at least 100%
Passing 100-mesh screen, at least 25%
Fertilizer: All fertilizer shall be a dry, free-flowing commercial 10-10-10
fertilizer suitable for application by a fertilizer distributor, grain
drill, planting machine or similar standard equipment. The fertilizer shall
be certified to meet the requirements of Fertilizer Laws of the State of
Georgia in effect on the date of the Invitation for Bids. Any fertilizer
which becomes caked or otherwise damaged prior to the time of use will be
rejected.
Mulch: Any of the mulch materials, consisting of forest litter, hay, straw,
hulls of cotton balls or peanuts, ground corncobs, stalks of corn, cane,
potato vines, tobacco or other stems, or peat, which are permitted under
Standard Specifications of the State Highway Department of Georgia will be
acceptable provided they are properly shredded or ground. Mulch materials
which contain seeds of species of weeds or plants which would germinate and
be harmful to the proposed planting will not be accepted. Before collection
of mulch material is begun or delivery is made, the Contractor shall submit
samples for approval. Only approved mulch from approved sources will be
accepted.
Water for use in connection with the grassing operations will be furnished
by the Owner, or obtained from any other approved source. Such water shall
be free of excess chlorine, or other chemicals or substances harmful to
plant growth.
9416
T2l-.l
GRASSING
I
I
I
I
I
I
I
I
I
I
I
I.
I
I;
I
I
I
I
I
GROUND PREPARATION:
Prior to preparing the ground for grassing operations, all. weeds, brush and
other vegetation in the areas to be planted which has not been removed
during clearing and grubbing .and grading operations shall be removed from
the site. All irregularities in the surface shall be smoothed out and all
roots, clay lumps and stone g.reater than 2 inches in diameter, and other
foreign material detrimental to tillage, planting and proper growth and
maintenance of the area shall be removed. In all areas where the topsoil
has been removed during grading operations, the topsoil which has been
stockpiled shall be returned and evenly distributed over these areas.
Stockpiled topsoil shall be kept free from subsoil, brush, objectionable
weed growth, litter, stones and clay lumps larger than 2 inches in diameter,
stumps, roots, and other material that would interfere with planting and
maintenance operations. Herbicides used for weed control shall conform to
SC-14.
LIMING AND FERTILIZING:
After the areas to be seeded have been brought to finished grade,
agricul tural lime and fertilizer conforming to the requirements of this
specification shall be uniformly distributed over the areas, lime at the
rate of one ton per acre and fertilizer at the rate of 1000 pounds per acre.
In areas where mechanical spreaders cannot be used, the lime and fertilizer
may be applied by hand methods. The lime and fertilizer shall not be
applied when the wind makes it difficult to obtain satisfactory
distribution.
TILLAGE:
The lime and fertilizer shall be thoroughly and uniformly mixed with the
sOlI to a depth of approximately 3 inches by plowing, discing and harrowing
until the soil is friable and well pulverized. Hand tillage will be
required in all areas where mechanical equipment cannot be operated.
PLANTING:
Seeding operations shall not be performed prior to April 15 or after
September 15, nor unless the soil has the optimum moisture content or more,
through a depth of at least 3 inches.
Seeding: Seed conforming to the requirements of this specification shall be
uni formly sown by approved mechanical power drawn drills or seeders or, in
small areas, by mechanical hand seeders. Hulled Bermuda shall be planted at
the rate of 40 pounds per acre. The seeds shall be covered and compacted to
a depth of 1/8 to 1/2 inch by means of a cultipacker and an empty traffic
roller or another roller weighing less than 3 tons. Broadcast seeding shall
not be done when the wind makes it difficult to get satisfactory
distribution.
WATERING:
After the planting has been completed, the moisture content of the soil will
be tested. If there is not enough moisture in the soil to insure
germination and adequate plant growth, .water shall be applied by sprinkling
until an adequate moisture content has been reached. In the absence of
adequate rainfall during the germination and early growth period, the
Contractor will be required to maintain the required adequate moisture
content of the soil by periodic sprinkling operations. '
MULCHING:
9416
GRASSING
T2l-2
I
I
Mulching of planted areas will not be required but may be employed at the
option of the Contractor as an aid in reducing erosion and conserving soil
moisture. If employed, the .mulch shall conform to the requirements of this
specification. The rate of application of the mulch depends on the texture
of the mulch. The proper application will allow some sunlight to penetrate
and air to circulate, at the same time shading the ground. If desired,
ilnffiediately after the mulch is spread, the material may be anchored to the
soil by a cultipacker, disc harrow, or other ~uitable equipment.
'I
ESTABLISHMENT AND MAINTENANCE:
I
The Contractor is responsible for providing a satisfactory stand of living
seeded grass in which gaps larger than 12 inches do not occur at the time of
acceptance of the project. Any areas which fail to show a uniform stand for
any reason whatsoever, shall be replanted according to these specifications
and such replanting shall be repeated until acceptance by the Engineer. The
Contractor shall properly water, mow and otherwise maintain all planted
areas and any damage resulting from erosion, washing or other causes, shall
be repaired by fill topsoil, tamping, refertilizing and replanting at no
additional expense to the Owner, if such damage occurs prior to acceptance
of the project.
I
I
I
EROSION CONTROL:
I
In the event completion of grading operations of areas to be planted extends
beyond September 15, planting must be postponed until the following spring
season. The Contractor will be permitted to seed such areas with Rye grass
at his own expense, if he so desires, to control erosion of the graded
areas. All mowing and maintenance operations during the fall and winter
seasons will be the obligation of the Contractor. Erosion must be
controlled by acceptable methods to prevent damage to the Owner's property
or to adjacent property owners.
I
I
PAYMENT:
I
--
No separate payment will be made for the grassing and other work covered by
this section of the soecifications. All costs in connection therewith shall
be included in the lump sum Base Bid for the completed work.
I
I
I
I
I
I
I
I
9416
GRASSING
T2l-3
I
I
I
I
1
I
I
I
I
I
I:
I'
I
1
I
I
I
I
I
SECTION T-DDB - DESIGN-BUILD BRIDGE
SCOPE:
The work covered by this section of the specifications consists of
furnishing all labor, equipment, materials, appliances and appurtenances,
and in performing all operations in connection with the design and
installation of a prestre~sed concrete bridge across Butler Creek in strict
accordance with this section of the specifications and the applicable
drawings and subject to the terms and conditions of the Contract.
j;
GENERAL: The Contractor shall provide the design
prestressed concrete bridge on concrete piles in
requirements of these specifications.
and construction of a
conformance with the
ENGINEER CERTIFICATION: The Contractor shall provide a bridge arrangement
and design, with the required stamp of a Structural Professional Engineer,
licensed to practice in Georgia.
REFERENCE SPECIFICATIONS: The bridge design shall be in conformance with
the latest edition of the AASHTO Standard Specifications for Highway
Bridges.
REQUIREMENTS: The bridge shall meet the following requirements:
. Load Capacity: HS-20
. Length: 200 feet, 5 spans at 40 ft. each.
· Abutments/Bents: Concrete pile supported (30 ton/1'-0" square concrete).
Design and construct bridge abutments to retain earthen fill and
loadings.
. Pile tip elevation: assume 90.0 ft, msl (for pricing purposes only)
. Deck Width: 16 feet, total
· Elevation: The bridge will be constructed in accordance with the
Drawing Bridge Cross Section, attached to these Specifications.
. Guard Rails: Treated Lumber Guard rails per Georgia D. O. T. Standards.
EARTHEN RAMPS: The. Contractor shall provide a compacted earthen ramp
matching the bridge deck on each side of th~ bridge at no more than 10%
grade with side slopes at no more than 2: 1. The ramps. shall be covered
~ith a 3 inch thickness crushed stone surface.
PAYMENT:
Separate payment will be made for the work covered under this section of
the specifications. All costs in connection therewith shall be included in
the lump sum Bid for the supplemental design-build bridge, completed.
DESIGN-BUILD BRIDGE
9416T.DBB
TDBB-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
~
-"
""
o
~
~
-"
N
(Jl
~
N
o
-"
N
o
~
~
(Jl
-"
-"
(Jl
~
~
o
-"
-"
o
~
8
-"
o
(Jl
~
8
~
8
-"
+
o
o
N
+
o
o
-"
8
""
+
o
o
lD
;0
-
o
G')
rr1
(")
;0
o
(J)
(J)
(J)
rr1
(")
:::t
o
z
en
()
)>
r
f:I
~6
:;u:;u
--
. .
II II
-~
0.0.
.....-""~--' '-1. -. __=...=w '--'''- ....._'_H_~~~".a...n~...__' _..-~~~~~~--~-~_.~~,_..~... ----
~.I:
II'
II
il
=-
.-...
II
....
--
-
..
...... .
~
--
-
.-
--
csra
,..',",,'.~'-'.~
TESTING AND ENGINEERING CO., INC.
..
1005 EMME'rr STREET. SUITE A
AUGUSTA. GEORGIA 30904
{7061 733.6960
FAX (7e61 737-0629
November 9, 1994
Zimmerman, Evans and Leopold
435 Telfair Street
Augusta, Georgia 30901
Attn: 'Mr. David Drown, P .E.
Dear Mr. Dave:
Re: Bridge Site at Augusta Waste Water
Treatment Plant
Augusta, Georgia
(B-13794)
As requested, this firm has performed a subsurface exploration at the above
subject site. We are enclosing three (3) copies of the completed report. This
report describes the methods of exploration and presents the results of our tests.
If there are. any changes in the plans or if we can be of further service,
please do not hesitate to contact us.
J1V1P / dq
Sincerely,
;n!2-
James M. Pope, P.E.
President
Member of American Society tor Testing and Materials
~._~""'!!~'''t'.at:ti::>~:''~___~_-,,",,",_''~~''''-''':'''_"'''-~'''''''''~''''VI._IU._.
I:
I'
I
,I
I
I
.1
~I
~I
-I
-.
--
~.
~.
~.
~..
-~
..
--
llfTRODUCTION
This report presents the results of a foundation exploration at the Augusta
Waste Water Treatment Plant in Augusta, Georgia.
It is our understanding that the planned construction is to consist of a new
bridge for vehicular traffic.
The scope of this exploration was to determine the character and composition
of underlying soil strata and to define the soil profile. Field and laboratory
analyses were made to assess engineering characteristics of the foundation materials
and to provide criteria for use by the design engineers in preparing the foundation
design.
"
......:ll.IiIlIiIIa.-~.-.-...- - .r
iljl
~..'
'~.I.
------
..
--
~-
- -
.
--
-.
-
- -
~.
--
.
.
i-
.
.
-
~
I
1I
r.,
I
P'IELD INVESTIGATION
Two (2) test borings, numbered B-4 and B-22, and one (1) auger boring,
numbered B-3, have been made, and these were drilled to depths shown on the
individual test boring records. The borings were located by means of normal
taping procedures and are shown on an attached Boring Location Plan.
In the test borings, soil sampling was performed in accordance with ASTiVI
Specification D-1586 utilizing a truck mounted drill rig. These borings were made
with continuous steel auger flights. At regular intervals throughout the test
When properly evaluated, the penetration resistance is an index of the soil strength
and density.
In the auger boring; samples from the augers were continuously monitored
during the drilling operation and the conditions were reported on field boring logs
along with any observed changes in soil consistency and drilling resistance.
2
I
I
I
I
1
I.
I
I
I
I
I
I
I,
I
I'
I
I
1
!
I
I',
SUBSURFACE CONDITIONS
Representative samples of the soils from each boring were visually examined
in the field and returned to our laboratory for further analysis. In the laboratory,
each. sample was examined and classified by composition and texture according to
the Unified Soil Classification System.
The types of subsurface materials encountered in these test borings are
described on the accompanying test boring records. The results of our standard
penetration tests and water level observation at the time of this exploration are
listed in numerical form on the test boring records. The soil conditions described
in the test boring records represent our interpretation of the field boring logs,
visual examination of the soil samples, and comparison to typical samples from
past explorations in this geophysical region.
Representative samples of the soil were placed in special sample jars and are
now stored in our laboratory if further analysis is desired. Unless we are notified
otherwise, all of the soil samples from this exploration will be disposed of after
thirty (30) days.
3
I
I
I
I
I
I
I
I
I
I
1
I
I
1
I
I
I
I
I
DISCUSS/DiV
The results of conditions encountered in these borings indicate the subsurface
soils are capable of supporting light static loads without excessive settlement. With
these conditions, we would expect significant settleme~t from heavy impact loads
that will be encountered with vehicular traffic. . It has been our experience in this
area that timber piles driven to a depth of about forty feet (40') will develop a
capacity of thirty to8 (30-40) tons. Further investigation to confirm this
conditions is recommerlded when final development plans are. complete.
. \
CoJ~\\ .
-4
Ie
J
I
I
I
I
I
I
I
I
I
I
~
-1'4-
\
NOTE: 8-3 WAS PERFORMED USING
A HAND- AUGGER.
J08 NO. oESGHID 8'1
TESTING & ENGINEERING CO., INC.
u_ _...~ 0ITIIU1', SUIT'l! A. AUGUSTA. GeoRGIA ~. tTOII) 7:I:HMO
BORING LOCATION PLAN
AWWTP-BRIDGE SITE
RICHMOND CO., GEORGIA
8-13794
'I csra
sc;.t.UI DAA- ay
N. T.S. J.e.p.
DAM QttCICSl 8'1
11/8/94 J.M.P.
.-
.
--