HomeMy WebLinkAboutCOOPER BARNETTE PAGE DEANS BRIDGE ROAD MSW LANDFILL SCALE HOUSE DROP OFF FACILITIES
.
.
II
II
II
II
II
II
II
II
II
I
I
I
I
I
I
I
I
... ,I t
DEANS BRIDGE ROAD
MSW LANDFILL
SCALE HOUSE AND DROP OFF
FACILITIES
AUGUSTA-RICHMOND COUNTY
..
..
..
..
..
..
..
..
III
III
III
III
'-
,
,
.
.
,
I
Section 00480
Non-Collusion Affidavit of Prime Bidder
STATE OF
GEORGIA
COUNTY OF BARROW
I, R. Larry Barnette . being first duly sworn, deposes and says that:
He or she is Bruce Paqe, Vice President of Cooper Barnette & Paqe, Inc. the Bidder that
has submitted the attached Bid;
He or she is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
Such Bid is genuine and is not a collusive or sham Bid;
Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this Affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive
or sham Bid in connection with the Contract for which the attached Bid has been submitted or to
refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly,
sought by agreement or collusion or communication or conference with any other Bidder, firm or
person to fix the price or prices in the attached Bid or of any other Bidder, or to fix ary overhead,
profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through
any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of
Augusta or any person interested in the proposed Contract; and
The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including is Affiant.
BIDDER:
By: R. La
(name printed or typed)
Title: Secretary/ Treasurer
Da~: June 19, 2007
Subscribed and sworn to me this 19t,jj,y of ~~(
NOTARY PUBLIC:
. name signed)
Kati M. Ford
Commission Expires:
(name printed or typed)
~ l~ j 1lX:PI (SEAL)
END OF SECTION
06/11/07 2302-005\XA00480
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. '
Section 00481
Non-Collusion Affidavit of Subcontractor
:1
.J
OJ
~f
I
..
:1
Stateaf~
County of
)
)
. being first duly sworn, deposes and says that:
(1) He or she is ~I
(Owner, Parmer, Officer. Representative, or Agent)
of
.Jt^,-sJ-rn". "
fP(l'mrellla"ff'er referred to as the "Subcontractor;
(2) He or she is fully informed respecting the preparation and contents
of the Subcontractor's Proposal submitted by the Subcontractor to
the Contractor for certain work in connection with th
Contract pertaining to the Proj ect in
(3) Such Subcontractor's Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the Subcontractor nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, has in any way colluded,
conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to
submit a collusive or sham Proposal in connection with such Contract or to refrain from
submitting a Proposal in connection with such Contract, or has in any manner, directly or
indirectly, sought by unlawful agreement or connivance With any other Bidder, firm or person to
:fix the price or prices in said Subcontractor's Proposal, or to secure through collusion,
conspiracy, connivance or unlawful agreement any advantage against. Augusta-Richmond
County or any person interested in the proposed Contract; and
(Title)
Clay ofQUnL ,2JJlLL
(Title)
My commission eXPiresaept. J J11 !)(]Of>
(Date)
(SEAL)
04109/07 8003-103\XB00481
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. >
CONFIDENTIALITY
The Contractor agrees that its conclusions and any reports are for the confidential information
of the Owner and that it will not disclose its conclusions in whole or in part to any person
whatsoever, other than to submit its written documentation to the Owner, and will only discuss
the same with it or its authorized representatives. Upon completion of this agreement term, all
documents, reports, maps, data and studies prepared by the Contractor pursuant thereto shall
become the property of the Owner and be delivered to the Director of Solid Waste.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or
results and findings of the work conducted under this agreement shall not be presented publicly
or published without prior approval writing of the Owner.
It is further agreed that if any information concerning the project, its conduct, results, or data
gathered or processed should be released by the Contractor without prior approval from the
Owner, the release of same shall constitute grounds for termination of this agreement without
indemnity to the Contractor, but should any such information be released by the Owner or by
the Contractor with such prior written approval, the same shall be regarded as public
information and no longer subject to the restrictions of this agreement.
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written
below.
Executed on behalf of Contractor.
(~
~/J'-,;Ia77
o RACTOR:
~-P6f~
Date
OWNER:
Approved Date: g' / /V (0(
[ATTACHEDCORPORATESEA~~:
Approved Date: ,{, f J 0)
[ATTACHED CORPORATE SEAL}
_M0
Title: ~ f'V"J4l~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
August 21, 2007
Augusta-Richmond County
530 Greene Street
Augusta, GA
~
Telephone (404) 633.4321
Fax (40463-5-1312
Bond Fax (404) 248-0444
Yates Insurance Agency
4 Executive Park East, N.E., Suite 200
Atlanta, Georgia 30329
RECEI".
\ I r' () "'i
i\utJ IJ I
COUNTY AITOHNEY
BOND NUMBER: 929436054
Contractor: Cooper, Barnette & Page, Inc.
Project: Deans Bridge Road MSW Landfill Scale House & Drop-Off Facilities
Amount: $4,864,794.75
Dear Sirs:
Please accept this letter as your authorization to date the performance and payment bonds
and powers of attorney the sa e date as you date the contract for the captioned project.
Should there be any questions, lease call me.
.~L--
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
cL
o...~
T~
@lP1fQeI~lt Q2r~~1U
SUi' /jIm ~,1tS. .Q1"'~...
August 10, 2007
FAXEDIMAILED
Cooper-Barnett & Page
Attn: Bruce Page
1928 Executive Park Dr.
Statham, GA 30666
Ref: Award Letter - Bid Item 07-134 Construction of Scale House Building and
Drop-Off Facilities for Deans Bridge Road MSW Landfill Facility
Bid Opening: June 22, 2007
Dear Mr. Page,
Thank you for your submittal in response to bid item 07-134 Construction of Scale House
Building and Drop-Off Facilities for Deans Bridge Road MSW Landfill Facility for the Augusta
Richmond County Solid Waste Department. Weare pleased to inform you that in the Augusta
Richmond County Commission meeting, held July 10,2007, bid # 07-134 was awarded to your
company Cooper-Barnette & Page.
A notice to proceed will be issued to your company by the Augusta Richmond County Solid
Waste Department.
We sincerely appreciate your company being a part of the bid process with the Augusta, Georgia
Procurement Department and we look forward to your continued participation in future bids. If
you need any additional information, please contact the Procurement Department at
(706)821-2422.
GAS/nw
cc: Mark Johnson, Solid Waste Director
Room 605 - 530 Greene Street, Augusta, Georgia 30911
(706) 821-2422 - Fax (706) 821-28U
www.au21lStaIra.llDv
Register at www.demAndstar.enmflll1Dplier for automatic bid notification
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.,~
@}PNJtVW8ITlDllt &tp:wf/mQIU
8Ui' fiN' fYew<<J. {}JF~"
August 10, 2007
Kuhlke Construction
Attn: Williams Kuhlke, Jr.
P.O. Box 14549
Augusta, GA 30919
Ref: Notice of Award - Bid Item 07-134 Construction of Scale House Building and
Drop-Off Facilities for Deans Bridge Road MSW Landfill Facility
Bid Opening: June 22, 2007
Dear Mr. Kuhlke,
Thank you for your submittal in response to bid item 07-134 Construction of Scale House Building and
Drop-Off Facilities for Deans Bridge Road MSW Landfill Facility for the Augusta Richmond County
Solid Waste Department. This letter is to inform your company that Cooper-Barnett and Page has
been awarded bid item 07-134.
We sincerely appreciate your company being a part of the bid process with the Augusta. Georgia
Procurement Department and we look forward to your continued participation in future bids. All of our
active bids and contracVbid listing reports are posted on a weekly basis at our website
www.augustaga.gov. If you need any additional information, please contact the Procurement
Department at 706-821-2422.
Sincerely,
GAS/nw
cc: Mark Johnson, Director Solid Waste Department
Room 605 - 530 Greene Street, Augusta, Georgia 30911
('706) 821-2422 - Fax (706) 821-2811
, WWW.au2UBtallll..2OV
Register at _.demand..... IlOlD/RIl-qp1ierfor automatic bid notification
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Mr. Mark Johnson
Director - Solid Waste
4330 Deans Bridge Road
Augusta. GA 30805
Dear Mark:
Office Ofl1te Administrator
Frederick L RUJsell, Administrator'
Room 801 . Municipal Building
5:JO Greene Street- AUGUSTA, GA. 30~11
(706) 81.1-2400 - FAX (706) 82 J-181lJ
www.augustaga.goli
Tamekll Allen.lnt:erhtt Deputy Administrator
R.obert Leverett, Interim Depul;}! Administrator
July 10, 2007
The Augusta-RiChmond County Commission, at their regular meeting held on Tuesday, July 10,
2007, took action on the following items.
46_ Approved the award of Construction of Deans Bridge Road MSW landfill Scale house and
Customer Drop Off center to the lowest responsive, qualified bidder.
50. Approved city~wide exemption from garbage service ot property owners who live 300 or more feet
from the public right-ot-way. (Requested by Commissioner Smith)
53. Approved leasing property from Waste Management.
If you have any questions, please contact me.
e<:: Ms. Donna WIlliams
Ms. Ger! Sams
07-10-07: #46, #50, #53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTICE
"All addenda items for Specifications and Drawings issued prior to the
date of Bid opening have been incorporated into these Contract
Documents." .
A "(1)" directly left of Specification Section number on the title page of a
section indicates that section has been replaced or added by addendum.
A ..1" in the text of a Specification Section indicates that an addendum item
has been incorporated.
Atlantic Coast Consulting, Inc.
630 Colonial Park Drive, Suite 110
Roswell, Georgia 30075
(770) 594-5998
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SPECIFICATIONS
VOLUME 1 OF 2
Section Title
Division 0 - Bidding and Contract Requirements
00020
00100
00300
00410
00413
00414
00420
00480
00481
00500
00550
00610
00620
00697
00698
00699
00700
00800
Invitation to Bid
Instructions to Bidders
Bid
Bid Bond
Partnership Certificate
Corporate Certificate
Statement of Qualifications
Noncollusion Affidavit of Prime Bidder
Noncollusion Affidavit of Subcontractor
Contract
Pre-Award Oath
Performance Bond
Payment Bond
Notice of Award
Notice to Proceed
Certificate of Owner's Attorney
General Conditions
Supplementary Conditions
Division 1 - General Requirements
01010
01011
01016
01025
01026
01041
01051
01055
01060
01070
01080
01201
01202
01310
01320
01340
01500
01510
01540
01562
01590
Summary of Work
Unique Requirements
Occupancy
Measurement and Payment
Schedule of Values
Coordination of Work
Grades, Lines and Levels
Construction Staking
Regulatory Requirements
Abbreviations, Symbols, Trade Names, and Materials
Applicable Codes and Standards
Preconstruction Conference
Progress Meetings
Construction Schedules
Construction Videos and Photographs
Shop Drawings, Product Data, and Samples
Construction Facilities
Temporary Utilities
Job Site Security
Dust Control
Field Offices
Section 00010
Table of Contents
04/09/07 G003-1 03\XB0001 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
01610
01620
01630
01710
01720
01740
00010 - 2
Table of Contents
Transportation and Handling
Storage and Protection
Substitutions and Product Options
Cleaning
Record Documents
Warranties and Bonds
Division 2 - Sitework
02010
02100
02125
02140
02200
02225
02361
02510
02720
Subsurface Conditions
Site Preparation
Erosion and Sedimentation Control
Dewatering
Earthwork
Trench Excavation and Backfill
Termite Control
Asphalt Concrete Pavement
Storm Sewers and Pipe Culverts
Division 3 - Concrete
03050
03300
Concrete Site Work
Cast-In-Place Concrete
Division 4 - Masonry
04810
Unit Masonry
VOLUME 2 OF 2
Division 5 - Metals
05120
05500
05521
Structural Steel
Metal fabrications
Pipe and Tube Railings
Division 6 - Wood and Plastic
06105
06192
06402
Miscellaneous Rough Carpentry
Prefabricated Metal Plate Connected Wood Trusses
Interior Architectural Woodwork
Division 7 - Thermal and Moisture Protection
07210
07411
07620
07841
07920
Thermal Insulation
Metal Roof Panels
Sheet Metal Flashing and Trim
Penetration Fireproofing
Joint Sealants
04/09/07 G003-1 03\X8000 10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00010-3
Table of Contents
Division 8 - Doors and Windows
08110
08210
08331
08410
08710
08800
08830
Hollow Metal Doors and Frames
Flush Wood Doors
Overhead Coiling Doors
Aluminum Framed Entrances and Storefronts
Finish Hardware
Glazing
Mirrors
Division 9 - Finishes
09260
09511
09651
09671
09912
Gypsum Board Assemblies
Acoustical Panel Ceilings
Resilient Tile
Resinous Flooring
Painting
Division 10 - Specialties
10200
10522
10801
Louvers and Vents
Fire Protection Specialties
Toilet, Bath and Laundry Accessories
Division 12 - Furnishings
12491
Horizontal Louver Blinds
Division 13 - Special Construction
13125
Metal Building Systems
Division 15 - Mechanical
15010
15140
15190
15242
15260
15290
15340
15410
15535
15671
15855
15870
15890
15936
15985
15990
General Requirements
Supports, Anchors, and Sleeves
Identification of Piping
Vibration Isolation
Piping Insulation
Ductwork Insulation
Fire Protection
Plumbing Piping
Refrigeration Piping and Specialties
Air Cooled Condensing Units
Air Handling Units
Power Ventilators
Ductwork and Accessories
Air Inlets and Outlets
Air Controls and Sequence of Operation
Testing, Adjusting and Balancing
04/09/07 G003-1 03\X80001 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Division 16 - Electrical
16010
16111
16120
16130
16141
16160
16190
16195
16421
16440
16450
16461
16470
16495
16510
16535
16650
16681
16721
16741
General Provisions
Conduit
Wire
Boxes
Wiring Devices
Cabinets and Enclosures
Supporting Devices
Electrical Identification
Utility Service Entrance
Disconnect Switches
Secondary Grounding
Dry Type Transformers
Panelboards
Transfer Switches
Lighting Fixtures
Emergency Lighting Equipment
Surge Suppressors
Lightning Protection
Fire Alarm and Security System
Communication Systems
FINISH SCHEDULE
Finish Schedule/ Finish Legend
DRAWINGS
Sheet
C-0.1
C-0.2
C-0.3
C-O.4
C-1.0
C-1.1
C-2.0
C-2.1
C-3.0
C-4.0
C-4.1
C-4.2
C-4.3
C-4.4
C-5.0
C-5.1
C-5.2
Title
Cover
Notes and Legend
Overall Site Plan
Entrance Area Existing Conditions/ Demo Plan
Drop-Off Area Existing Conditions Plan
Entrance Area Grading and Drainage Plan
Drop-Off Area Grading and Drainage Plan
Entrance Area Site and Utility Plan
Drop-Off Area Site and Utility Plan
Storm Drain Profiles
Erosion, Sediment and Pollution Control Plan A
Erosion, Sediment and Pollution Control Plan B
Erosion, Sedimentation and Pollution Control BMP Notes
Erosion, Sedimentation and Pollution Control CMP Notes
Erosion, Sedimentation and Pollution Control Details
Miscellaneous Details
Miscellaneous Details
Miscellaneous Details
00010 - 4
Table of Contents
04/09/07 G003-103\XB00010
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A-O.1
A-1.1
A-1.2
A-1.3
S-1.0A
S-1.0B
S-1.1
S-4.1
S-5.0
S-5.1
S-5.2
E-1.1
E-1.2
LP-1 .1
M-1.1
P-1.1
P-1.2
00010 - 5
Table of Contents
Door Schedules, Door Types and Details
Scale House - Floor Plan/ Window Types/ Wall Types
Scale House - Reflected Ceiling Plan / Roof Plan! Exterior Elevations
Scale House - Wall Section/ Interior Elevations
Structural Notes
Special Structural Inspection Notes
Scale House- Foundation and Roof Framing Plans
Typical Details
Retaining Wall Structural Notes
Retaining Wall Foundation Plan
Retaining Wall Sections
Scale House Building - Electrical Power Plan
Scale House Building - Electrical Lighting Plan
Scale House Building - Lightning Protection Plan
Scale House Building - HV AC Plan
Scale House Building - Plumbing Waste Plan
Scale House Building - Fire Sprinkler and Plumbing Water Plan
04/09/07 G003-1 03\XBOOO 10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00020
Invitation to Bid
AUGUSTA-RICHMOND COUNTY GEORGIA
Separate sealed Bids for furnishing of all materials labor, tools, equipment, and appurtenances
necessary for Bid Item #07-134, Deans Bridge Road MSW Landfill, Scale House and Drop off
Facilities will be received by the Owner at the offices of Geri Sams, the Augusta-Richmond
County Purchasing Department, 530 Greene Street, Room 605, Augusta, Georgia 30911, until
11 :00 a.m. local time on June 22,2007, and then at said office publicly opened and read aloud.
The project consists of the following: :!: 700 SF Scalehouse, drop off area improvements, site
infrastructure, and other facilities and appurtenances.
A mandatory pre bid conference will be held at Augusta-Richmond County Purchasing
Department, 530 Greene Street, Room 605, Augusta, Georgia 30911 on June 1, 2007 at 10:00
a.m. All bidders must attend all of the Pre-Bid Conference. Copies of the Contract Documents,
Drawings, Proposal, and Specifications will be available for purchase from the Purchasing
Department for $300.00. Any bidder that does not attend the prebid conference will be
disqualified from bidding and their bids will not be accepted. The $300.00 payment for
purchasing contract documents is nonrefundable. No partial sets of plans, documents, or
specifications will be provided.
The Instructions to Bidders, Form of Bid, Form of Contract, Drawings, Specifications, and forms
of Bid Bond, Performance Bond, Payment Bond, and other Contract Documents may be
examined during business hours at the following:
Augusta-Richmond County Public Works
1815 Marvin Griffin Road
Augusta, GA 30906
Award, if award is made, will be to the lowest responsive, responsible bidder on the total bid per
the bid proposal form.
Each Bid must be accompanied by a certified or cashier's check on a duly authorized bank, a
certified check of the Bidder, or a bid bond prepared on the Form of Bid Bond attached hereto,
duly executed by the Bidder as principal and having as surety thereon a surety company listed
in the latest issue of U.S. Treasury Circular 570, in the amount of ten percent (10%) of the Bid.
Certified checks or cashier's checks shall be made payable to the Owner. Such checks or bid
bonds will be returned promptly after the Owner and the accepted Bidder have executed the
Contract, or, if no award has been made within sixty (60) days after the date of the opening of
Bids upon demand of the Bidder at any time thereafter, so long as he has not been notified of
the acceptance of his Bid.
Each Bid must be submitted in a sealed envelope, addressed to the Owner. Each sealed
envelope containing a Bid must be plainly marked on the outside as, "Bid Item #07-134 Bid for
Deans Bridge Road MSW Landfill, Scale House and Drop off Facilities".
05/02/07 G003-103\X800020
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00020 - 2
Invitation to Bid
If forwarded by mail, the sealed envelopes containing the Bid must be enclosed in another
envelope addressed to the Owner.
Bidders responding to this Invitation to Bid must provide the Utility Contractor License Number
with their bids. The Bidder must write their license number on the front of the bid envelope.
Any and all Bids not meeting the aforementioned criteria for Bid submittal, will be declared
nonresponsive, will not be opened and will be returned to the Bidder.
All Bids must be made out and submitted on the proposal form furnished for this purpose and in
accordance with the instructions in the Instructions to Bidders. No interlineations, additions, or
deletions shall be made in the proposal form by the Bidder.
The Owner reserves the right to waive any informalities or to reject any or all Bids, to evaluate
Bids, and to accept any Bid which in its opinion may be for the best interest of the Owner.
Bidders are cautioned that obtaining of bidding documents through any source other than the
office of the Purchasing Department is not advisable. Acquisition of bidding documents from
unauthorized sources place the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his proposal.
No Bids will be received or accepted after the above specified time for the opening of Bids. Bids
submitted after the designated hour will be deemed invalid and returned unopened to the
Bidder.
The successful Bidder for this Contract will be required to furnish a satisfactory Performance
Bond and Payment Bond in the amount of 100% of the Bid.
It is the wish of the Owner that minority businesses be given the opportunity to bid on the
various parts of the work. This desire on the part of the Owner is not intended to restrict or limit
competitive bidding or to increase the cost of the work. The Owner supports a healthy free
market system that seeks to include responsible businesses and provide ample opportunity for
business growth and development.
No Bidder may withdraw his Bid within sixty (60) days after the actual date of the opening
thereof.
OWNER:
AUGUSTA-RICHMOND COUNTY, GEORGIA
(Date)
END OF SECTION
05/02/07 G003-103\XB00020
I
I
I
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
Section 00100
I nstructions To Bidders
1. Receipt and Openinq of Bids
Augusta-Richmond County, Georgia (herein called the "Owner"), invites bids and
qualifications on the forms attached hereto, all blanks of which must be appropriately
filled in. Bids will be received by the Owner at Augusta Richmond County Purchasing
Department.
The Owner may consider informal any Bid not prepared and submitted in accordance
with the provisions hereof and may waive any informalities 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 thereof.
2. Preparation of Bid
Each Bid must be submitted on the Bid Form as provided with the Contract
Documents. All blank spaces for Bid prices must be filled in, in ink or typewritten, in
both words and figures. (In case of discrepancy, the amount shown in words will
govern.) All required enclosed certifications must be fully completed, executed, and
submitted with the Bids including Sections 00300, 00410, 00413, 00414, 00420,
00480,00481,00500, and 00550.
Six (6) separately sealed bids must be submitted in a sealed envelope, addressed to
the Owner. Each sealed envelope containing a Bid must be plainly marked on the
outside as, "Bid Item #07-134, Bid for Dean's Bridge Road MSW Landfill, Scale House
and Drop Off Facilities."
If forwarded by mail, the separate sealed envelope containing the Bid must be
enclosed in another envelope addressed to the Owner at Augusta-Richmond County
Purchasing Department, 530 Greene Street, Room 605, Augusta, GA 30911.
Bidders responding to this Invitation to Bid must provide the Utility Contractor License
Number. The Bidder must write their license number on the front of the bid envelope.
Any and all Bids not meeting the aforementioned criteria for Bid submittal, will be
declared nonresponsive, will not be opened and will be returned to the Bidder.
3. Subcontracts
The Bidder is specifically advised that any person, firm, or other party to whom it is
proposed to award a subcontract under this Contract must be acceptable to the
Owner.
05/02/07 G003-1 03\XBOO 100
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00100 - 2
Instructions to Bidders
4. Teleqraphic Modifications
Any Bidder may modify his Bid by telegraphic communication at any time prior to the
scheduled closing time for receipt of bids, provided such telegraphic communication is
received by the Owner prior to the closing time, and, provided further, the Owner is
satisfied that a written confirmation of the telegraphic modification over the signature
of the Bidder was mailed prior to the closing time. The telegraphic communication
should not reveal the Bid price but should provide the addition or subtraction or other
modification so that the final prices or terms will not be known by the Owner until the
sealed Bid is opened. If written confirmation is not received within two days from the
closing time, no consideration will be given to the telegraphic modification.
5. Method of Biddinq
The unit or lump sum price for each of the several items in the proposal of each
Bidder shall include its pro rata share of overhead and profit so that the sum of the
products obtained by multiplying the quantity shown for each item by the unit price
represents the total Bid. Any Bid not conforming to this requirement may be rejected
as informal. The special attention of all Bidders is called to this provision, for should
conditions make it necessary to revise the quantities. no limit will be fixed for such
increased or decreased quantities nor extra compensation allowed, provided the net
monetary value of all such addition or subtraction in quantities of such items of work
(Le., difference in cost) shall not increase or decrease the total original contract price
by more than twenty-five (25%) percent, except for work not covered in the Drawings
and Detailed Specifications as provided for under "General Conditions" and
"Supplementary Conditions."
6. Qualifications of Bidder
The Owner reserves the right to reject any Bid if the Bidder fails to be deemed
qualified by the Owner.
7. Bid Security
Each Bid must be accompanied by a cashier's check on a duly authorized bank,
certified check of the Bidder, or a Bid Bond prepared on the Form of Bid Bond
attached hereto, duly executed by the Bidder as principal and having as surety
thereon a surety company listed in the latest issue of U.S. Treasury Circular 570, in
the amount of ten percent (10%) of the Bid. Certified checks or cashier's checks shall
be made payable to the Owner. Such checks or Bid Bonds will be returned promptly
after the Owner and the accepted Bidder have executed the Contract, or, if no award
has been made within 60 days after the date of the opening of Bids, upon demand of
the Bidder at any time thereafter, so long as he has not been notified of the
acceptance of his Bid.
05/02/07 G003-1 03\XBOO 100
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00100 - 3
Instructions to Bidders
8. Liquidated Damaqes for Failure to Enter into Contract
The successful Bidder, upon his failure or refusal to execute and deliver the Contract,
Bonds, and Certificates of Insurance required within 10 days after he has received
notice of the acceptance of his Bid, shall forfeit to the Owner, as liquidated damages
for such failure or refusal, the security deposited with his Bid.
9. Time for Completion and liquidated Damaaes
Bidder must agree to commence work on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 210
consecutive calendar days thereafter. Bidder must agree also to pay as liquidated
damages in the sum of $1,000.00 for each consecutive calendar day thereafter as
hereinafter provided in the General Conditions.
10. Conditions of Work
Each Bidder must inform himself fully of the conditions relating to the construction of
the project and the employment of labor thereon. Failure to do so will not relieve a
successful Bidder of his obligation to furnish all material and labor necessary to carry
out the provisions of his Contract. Insofar as possible the Contractor, in carrying out
his work, must employ such methods or means as will not cause any interruption of or
interference with the work of any other Contractor.
11. Addenda and Interpretations
No interpretation of the meaning of the Drawings, Specifications, Construction Quality
Assurance Plan or other prebid documents will be made to any Bidder orally.
Every request for such interpretation should be in writing addressed to Attn: Geri
Sams, Purchasing Director, Augusta Purchasing Department, 530 Greene Street,
Room 605, Augusta, Georgia 30911, fax: 706-821-2811, and to be given
consideration must be received prior 3:00 p.m. on June 8, 2007. Any and all such
interpretations and any supplemental instructions will be in the form of written
. addenda to the Specifications which, if issued, will be mailed by certified mail with
return receipt requested, faxed or shipped via delivery service, to all prospective
Bidders (at the respective addresses furnished for such purposes), not later than three
(3) business days prior to the date fixed for the opening of Bids. Failure of any Bidder
to receive any such addendum or interpretation shall not relieve such Bidder from any
obligation under his Bid as submitted. All addenda so issued shall become a part of
the Contract Documents.
12. Security for Faithful Performance
Simultaneously with his delivery of the executed Contract, the Contractor shall furnish
a surety Bond from a single surety, as security for faithful performance of this Contract
05/02/07 G003-103\XB00100
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00100 - 4
Instructions to Bidders
and for the payment of all persons performing labor on the project under this Contract
and furnishing materials in connection with this Contract, as specified in the General
Conditions included herein. Surety companies executing Performance and Payment
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.
13.
Power of Attornev
Attorneys-in-fact who sign Bid Bonds or Contract Bonds must file with each Bond a
certified and effectively dated copy of their Power of Attorney.
14.
Notice of Special Conditions
Attention is particularly called to those parts of the Contract Documents and
Specifications, which deal with the following:
(a) Inspection and testing of materials
(b) Insurance requirements
(c) Surveys, permits, and regulations
The federal regulations enclosed or herein referred to supersede all conflicting
requirements of the Contract Documents.
15.
Laws and ReQulations
The Bidder's attention is directed to the fact that all applicable State laws, municipal
ordinances, and the rules and regulations of all authorities having jurisdiction over
construction of the project shall apply to the Contract throughout, and they will be
deemed to be included in the Contract the same as though herein written out in full.
16.
ObliQation of Bidder
At the time of the opening of Bids each Bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Drawings and Contract
Documents (including all addenda). The failure or omission of any Bidder to examine
any form, instrument, or document shall in no way relieve any Bidder from any
obligation in respect to his Bid.
17.
Execution of Bid Documents
The Contractor, in signing his Bid on the whole or any portion of the work, shall
conform to the following requirements:
05/02/07 G003-1 03\XBOO 100
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00100 - 5
Instructions to Bidders
(a) Bids which are not signed by individuals making them shall have attached
thereto a Power of Attorney evidencing authority to sign the Bid in the name of
the person for whom it is signed.
(b) Bids which are signed for a partnership shall be signed by all of the partners or
by an attorney-in-fact. If a Bid is signed by an attorney-in-fact, there should be
attached to the Bid a Power of Attorney executed by the partners evidencing
authority to sign the Bid.
(c) Bids which are signed for a corporation shall have the correct corporate name
thereof and the signature of the President or other authorized officer of the
corporation manually written below the corporate name following the wording
"By ".Corporation seal shall also be
affixed to the Bid.
18.
Method of Award - Lowest Qualified Bidder
The Contract will be awarded to the responsive, responsible Bidder submitting the
lowest Bid complying with the Contract Documents. Award will be made on the basis
of the prices given in the Bid and Owner selected alternatives. The Bidder to whom
the award is made will be notified at the earliest possible date. The Owner reserves
the right to reject any and all Bids and to waive any informality in Bids received
whenever such rejection or waiver is in its interest.
A responsive Bidder shall be one who submits his Bid in the proper form without
qualification or intent other than as called for in the Specifications and on the Contract
Drawings and who binds himself on behalf of his Bid to the Owner with the proper Bid
Bond or certified check completed and attached, and who properly completes all
forms required to be completed and submitted at the time of the bidding.
A responsible Bidder shall be one who can fulfill the following requirements:
(a.) The Bidder shall maintain a permanent place of business.
(b.) The Bidder shall demonstrate adequate construction experience and sufficient
equipment re'sources to properly perform the work under and in conformance
with the Contract Documents. This evaluation will be based upon a list of
completed or active projects and a list of construction equipment available to
the Bidder to perform the work. The Owner may make such investigations as
deemed 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 reasonably request. The Owner reserves the right
to reject any Bid if 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 Contract and to complete the Project contemplated therein.
05/02/07 G003-1 03\X8001 00
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00100 - 6
Instructions to Bidders
(c.) The Bidder shall demonstrate financial resources of sufficient strength to meet
the obligations incident to the performance of the work covered by these
Contract Documents. The ability to obtain the required Performance and
Payment Bonds will not alone demonstrate adequate financial capability.
19. Employment of Local Labor
Preference in employment on the project shall, insofar as practicable, be given to
qualified local labor.
END OF SECTION
05/02/07 G003-1 03\XB001 00
I
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00300
Bid
Date: June 19, 2007
. Project Description:
Deans Bridge Road MSW Landfill, Scale House and Drop Off Facilities
Proposal of Cooper, Barnette & Paqe, Inc.
(hereinafter called "Bidder'), doing business as . corporation
(a Corporation, a Partnership, an Individual)
To Augusta-Richmond County (hereinafter called "Owner").
Gentlemen:
The 'Bidder, in compliance with your Invitation to Bid for construction of this project
having examined the Drawings and Specifications with related documents and the site of the
proposed work, and being familiar with all conditions surrounding construction of the proposed
project including the availability of materials and labor, hereby proposes to furnish all labor,
materials and supplies, and to construct the project in accordance with the Contract Documents,
within the time set forth therein, and at the price(s) stated below. This price(s) is to cover all
expenses including overhead and profit incurred in performing the work required under the
Contract Documents, of which this proposal is a part.
Bidder hereby agrees to commence work und~r this Contract on or before a date to
be specified in the written "Notice to Proceed" of the Owner and to fully complete the project
within 210 consecutive calendar days thereafter as stipulated in the Specifications. Bidder
further agrees to pay as liquidated damages, the sum of $1,000.00 for each consecutive
calendar day thereafter as hereinafter provided in the General Conditions.
Bidder acknowledges receipt of the following addenda:
#1 - 6/12/07
Bidder agrees to perform all the construction of the Deans Bridge Road MSW~Landfill, Landfill
Facilities complete with appurtenant and accessory work described in the Specifications and
shown on the Drawings within 210.consecutive calendar daysfor the following prices:
08/13/07 G003-103\XB00300
I 00300 - 2
I Bid
I ITEM 1 -BUILDINGS
a. Lump Sum Scale House Building $ 431.900.00
I ITEM 2 - MISCELLANEOUS STRUCTURES
a. Lump Sum Drop off Facility $ 984,250.00
I ITEM 3 - EROSION AND SEDIMENTATION CONTROL
a. 1 Each Construction Exit $ 2,500.00/EA $ 2,500.00
I b. 2,100 L.F. Silt Fence $ 3.80/LF p$ 7.980.00
Each $ q-so,()O (13 8.550.00
c. 9 Sediment Traps ~E $
I d. 750 S.Y. Rip Rap $ 47.50/SY $ 35,625.00
e. 3,700 S.Y. Erosion Control Matting $ 1.45/SY $ 5.365.00
f. Lump Sum NPDES Monitoring and Reporting $ 19,100.00
I ITEM 4 - DEMOLITION
a. 5,500 S.Y. Pavement $ 7.95/SY $ 43,725.00
I b. Lump Sum Existing Scalehouse & Scales $ 24.200.00
c. 120 L.F. Storm Sewer $ 20.00/LF $ 2.400.00
I ITEM 5 - EARTHWORK
Entrance Area Earthwork -
I a. 5,300 C.Y. Excavation $ 4.25 ICY $ 22.525.00
Entrance Area Earthwork -
I b. 2,700 C.Y. Structural Fill $ 3.75/CY $ 10,125.00
Drop Off Area Earthwork -
c. 1,000 C.Y. Excavation $ 8.25 ICY $ 8.250.00
I Drop Off Area Earthwork -
d. 15,700 C.Y. Structural Fill $ 7.25/CY $ 113,825.00
I ITEM 6 - STORM DRAINAGE SYSTEM
a. 911 L.F. 18-lnch RCP $ 64.09/LF $ 58.385.99
I b. 506 L.F. 30-lnch RCP $ 131.48/LF $ 66.528.88
c. 202 L.F. 36-lnch RCP $ 118.76/LF $ 23,989.52
I d. 282 L.F. 60-lnch RCP $ 260.07/LF $ 73.339.74
e. 47 L.F. Trench Drain $ 122.50/LF $ 5.757.50
I f. 151 L.F. 6-lnch Roof Drain $ 17.95/LF $ 2.710.45
g. 4 Each Junction Box $ 4,635.20/EA $ 18.540.80
I h. 7 Each Weir Inlet $ 5.821.48/EA $ 40,750.36
I 08/13/07 G003-103\XB00300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
i. 1 Each
j. 2 Each
k. 5,500 S.Y.
I. 155 L.F.
m. 3 Each
n. 3 Each
o. 3 Each
p. 1 Each
q. 2,099 L.F.
ITEM 7 - PAVEMENT
a. 23,500 S.Y.
b. 2,000 S.Y.
c. 1,000 L.F.
d. 4,550 S.Y.
e. 600 L.F.
ITEM 8 - MISCELLANEOUS UTILITIES
a. 615 L.F.
b. 500 L.F.
ITEM 9- CASH ALLOWANCES
a. MATERIALS TESTING
b. CONSTRUCTION VERIFICATION SERVICES
c. TRUCK SCALES AND FOUNDATIONS
d. FURNITURE, FIXTURES & EQUIPMENT
e. CONTENGENCY
* * * ADDITIONAL WORK IF ORDERED BY THE ENGINEER * * *
ITEM 10 - TRENCH STABILIZATION
a. 50 C.Y. Beyond Bedding $ 55.00/CY
ITEM 11 - REMOVAL OF UNSUITABLE MATERIAL AND REPLACEMENT WITH
a. 200 C.Y. Suitable Earth Material $ 6.50/CY
b. 300 C.Y. Crushed Stone $ 45.00/CY
Grate Inlet in Concrete
Grate Inlet in Asphalt
Concrete Lined Ditch
Concrete Flume
18-lnch Concrete Headwall
30-lnch Concrete Headwall
36-lnch Concrete Headwall
60-1 nch Concrete Headwall
Clean-up and Testing
Asphalt Pavement $
Concrete Pavement $
24-lnch Curb & Gutter $
Gravel Pavement $
W Beam Guardrail $
Utility Ductbank $
2-inch PVC Conduit $
08/13/07 G003-103\XB00300
00300 - 3
Bid
$ 5,453.19 /EA $
$ 2.875.00/EA $
$ 53.50/SY $
$ 80.30/LF $
$ 634.00/EA $
$ 1.202.00/EA $
$ 1,275.00/EA B,,$
- 1a./)tJti.{)tJ ~ y
$~26(J.C07EA $
$ 4.50/LF $
tf?53 t</Sp
~Y $1.116,955.00
62.40/SY $ 124.800.00
15.40/LF $ 15.400.00
14.60/SY $ 66.430.00
30.25/LF $ 18.150.00
53.95/LF
10.75/LF
5,453.19
5.750.00
294.250.00
12,446.50
1.902.00
3.606.00
3,825.00
12.700.00
9,445.50
$ 33.179.25
$ 5.375.00
$ 15,000.00
$ 70,000.00
$ 450,000.00
$ 130,000.00
$ 442,254.07
$
2.750.00
$
$
1,300.00
13.500.00
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00300 - 4
Bid
BASE BID TOTAL, ITEMS 1 THROUGH 11, INCLUSIVE, THE AMOUNT OF:Four Million
Eiqht Hundred Sixty Four Thousand Seven Hundred Ninetv Four Dollars & 75/100 DOLLARS
($4.864.794.75).
The Bid stated hereinbefore shall include all labor, materials, bailing, shoring, removal,
overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. The
Bid shall also include the furnishing and installing of Major Material Items of the manufacturers
and suppliers listed on the attached Tabulation of Major Material Items for the Base Bid and
approval alternates. This Tabulation and selected subcontractor's forms must be completed and
accompany the Bid.
Bidder understands that the Owner reserves the right to reject any or all Bids and to waive any
informalities in the bidding.
The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of 60
calendar days after the scheduled closing time for receiving Bids.
Within ten (10) days upon receipt of written notice of the acceptance of this Bid, Bidder shall
execute the formal Contract and the Performance and Payment Bonds attached along with
Certificates of Insurance as required by the Contract Documents. The Bid security attached in
the sum of ten percent (10%) of the total Bid is to become the property of the Owner in the
event the contract, bonds, and the Performance and Payment Bonds attached along with
Certificates of Insurance are not executed within the time above set forth, as liquidated
damages for the delay and additional expense to the Owner caused thereby.
08/13/07 G003-103\XB00300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Name
R. Larry Barnette
(Please Type)
Title Secretary / Treasurer
00300 - 5
Bid
Respectfully submitted:
Cooper, Barnette & Paae. Inc.
BY:&~
(Signature)
Title: Vice President
Address: 1928 Executive Park Dr.
Statham. GA 30666
Phone:
770-725-41 00
(SEAL)
Note: Attest for a corporation must be by the corporate secretary; for a partnership by another
partner; for an individual by a Notary.
08/13/07 G003-103\XB00300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00300 - 6
Bid
Selected Subcontractors
The Bidder proposes to employ the below listed subcontractors:
Subcontractor Garland & Associates Contractors Inc.
Address 1040 Garland Drive Suite 100
Boqart. GA 30622
Subcontractor
Address
Subcontractor
Address
Subcontractor
Address
Subcontractor
Address
Subcontractor
Address
END OF SECTION
08/13/07 G003-103\XB00300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00414
Corporate Certificate
I, R. Larry Barnette certify that 1 am the Secretary of the corporation named as
Contractor in the foregoing proposal; that Bruce Paoe
who signed said proposal in behalf of the Contractor was then
Vice President of said corporation; that said proposal was duly signed for and in
behalf of said corporation by authority of its Board of Directors, and is within the scope of its
corporate powers; that said corporation is organized under the laws of the State of
Georoia
This
19th day of
June ,2001
Corporate
Secretary:
R. Larry Barnette
(Signature on File))
(SEAL)
END OF SECTION
04/09/07 G003-103\X800414
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00420
Statement of Bidder's Qualifications
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information desired. Attach all additional sheets to
this statement. (Sample "Project Information Form" contained at the end of this Section.)
1.
Name of Bidder:
Cooper. Bamette & Paqe. Inc.
2. Permanent main office address and phone number: 1928 Executive Park Drive
Statham, GA 30666
(770) 725-4100
3.
When organized:
Mav 1989
4.
If a Corporation, where incorporated:
Georqia
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 18 years
6. Contracts on hand. (Complete a "Project Information Form", for each Contract on hand.)
7. General description of type of work performed by your company: Earthwork, Utilities
8. Have you ever failed to complete any work awarded to you? If so, where and why? No
9. Have you ever defaulted on a contract? If so, where and why? No
10. Attach a list of the most important projects (minimum of five) recently completed by your
company which are similar in scope and contract amount to this Project. (Complete a
"Project Information Form", for each Project listed.)
11. Names, background and experience of the principal members of your project team and
organization officers:
Years
Name
Position
Experience
Ronald Cooper
24
President
15
Bruce Page
Vice President
14
Lee Barnette
Vice President
Larry Barnette
Secretary / Treasurer
18
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 - 2
Statement of Bidder's Qualifications
12. The undersigned hereby authorizes and requests any person, firm, or corporation to
furnish any information requested by the Owner in verification of the recitals comprising this
Statement of Bidder's Qualifications.
I,
Bruce PaQe
, certify that I am Vice President
of the
Bidder, and that the answers to the foregoing questions and statements contained therein are
true and correct.
BIDDER: Cooper, Barnette & Page, Inc.
By: Bruce Page
(Signature on File)
Title: Vice President
Date: June 19,2007
Subscribed and sworn to me this 19th day of
,200L.
June
Katie Ford
(Signature on File)
Commission Expires: September 13,2009
(Date)
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Title:
Project Information Form
Oak Grove Landfill Closure #3 B
00420 - 3
Statement of Bidder's Qualifications
Project Description:
7 acre closure. oas wells. berms. HDPE liners. downdrains
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Republic Services
Tim Larawav
(770) 867-2499
Golder & Associates
Kevin Brown
(770)496-1893
$435.000.00
N/A
Contract Time:
Initial:
Final:
Completion:
90 days
N/A
N/A
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
Project Title: Dean Forest Road Landfill
00420 - 4
Statement of Bidder's Qualifications
Project Description:
30 acre cell Construction. 265,000 CY trash removal
Project Owner:
Owner Name:
Contact Person:
Phone Number:
City of Savannah
Pete Shonka
(912) 651-6510
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Hussev Gav Bell & DeYouna
Micheal Clouah
(912)354-4626
Contract Amount:
Initial:
Final:
$14.000,000.00
N/A
Contract Time:
Initial:
Final:
Completion:
January 2008
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
Project Title:
Twin Chimneys Landfill Cell 2
Project Description:
00420 - 5
Statement of Bidder's Qualifications
7 acre cell. clay. protective cover. excavation. HOPE liners
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Greenville County
Marcia Paoin
(864 )234-5867
HDR
Eric Wriaht
(704 )338-6719
$2.6 million
N/A
Contract Time:
Initial:
Final:
Completion:
150 days
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
Project Title:
Richland Creek Landfill Part C
00420 -6
Statement of Bidder's Qualifications
Project Description:
4 acre cell. underdrain. screeninq of soil liner &
orotective cover leachate collection system
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Allied Waste
Brian Martx
(770) 211-3575
HDR Enaineerina
Gill Haines
(404) 368-2907
$750.000.00
Contract Time:
Initial:
Final:
Completion:
120 days
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420-7
Statement of Bidder's Qualifications
Project Information Form
Project Title:
SR 110 MSW Landfill
Project Description:
Construction of new 11 acre cell. GCL and qeocomposite leachate
system. 2 leachate storaqe tanks (130.000 aal tanks), pump station
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Camden County
Lannie Brant
(912)790-4099
ACC
Robert Brown
(912) 790-7884
$2,959,543.00
Contract Time:
Initial:
Final:
Completion:
240 days
240 days
February 2006
04/09/07 G003-103\X800420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 - 8
Statement of Bidder's Qualifications
Project Information Form
Project Title:
Swift Creek Landfill
Project Description:
New construction of a 6 acre MSW landfill with GCL & aeocomposite
composite, leachate pipe and manholes
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Republic Services of Georaia. LP
Tim Laraway
(770)867-2499
HHNT
Micheal Stubbs
(478) 743-7175
$2.1 million
$2.1 million
120 days
120 days
July 2006
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 - 9
Project Title:
Statement of Bidder's Qualifications
Project Information Form
Deans Bridoe Road Landfill
Project Description:
Construction of 16 acre cell. underdrain. storm sewer system.
leachate system. oavinq. soil liner. protective cover
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Auousta-Richmond County
Mark Johnson
(706)592-9634
JJG/ACC
Robert Brown
(912) 790-7884
$4.650.000.00
N/A
The cell was completed in Nov. 2005
and the owner added additional work
that is ongoing to this date
Contract Time:
Initial:
Final:
Completion:
270 days
270 days
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Title:
00420 -10
Statement of Bidder's Qualifications
Project Information Form
Oak Grove Landfill Cell 9
Project Description:
14 acre new cell. 595.000 SF of 60 mil GCL and Qeocomoosite
underdrains. reinforced wall. 44,000 CY of protective cover. box
culverts, 2.000 LF of leachate pipe and 44<OOOCY of clay
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Republic Services of Georqia. LP
Tim Laraway
(770) 867-2499
Golder & Associates
Kevin Brown
(770) 496-1893
$3.1 million
$3.3 million
Extra unsuitables at subgrade excavation
180 days
180 days
October 2004
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
Project Title:
Oak Grove Landfill Closure 2
00420 -11
Statement of Bidder's Qualifications
Project Description:
10 acre closure. 3000 feet of berms. downdrains and qrassinq
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Republic Services of GeorQia, LP
Tim Laraway
(770) 867-2449
Golder & Associates
Kevin Brown
(770) 496-1893
$450.000.00
$450.000.00
90 days
90 days
December 2004
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 -12
Statement of Bidder's Qualifications
Project Information Form
Project Title:
Oak Grove Landfill Closure #1
Project Description:
13 acre closure proiect. cas system with cas wells, veqetation
laver. foundation laver, excavate and relocate waste (51.000 CY)
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Republic Sevices of Georqia, LP
Tim Larawav
(770) 867-2499
Golder & Associates
Kevin Brown
(770) 496-1893
$591,610.00
$868.735.00
Owner added removal of garbage
150 days
150 days
April 2001
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 -13
Statement of Bidder's Qualifications
Project Information Form
Project Title:
Oak Grove Landfill Closure #3A
Project Description:
7 acre closure. cas wells. berms. HOPE liners. downdrains
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Republic Services of Georcia, LP
Tim Laraway
(770) 867-2499
Golder & Associates
Kevin Brown
(770) 496-1893
$435.000.00
$435.000.00
90 days
90 days
January 2007
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
Project Title:
Oak Grove Landfill Closure #3A
00420 - 13
Statement of Bidder's Qualifications
Project Description:
7 acre closure, aas wells. berms. HDPE liners. downdrains
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Republic Services of Georaia, LP
Tim Laraway
(770) 867-2499
Golder & Associates
Kevin Brown
(770) 496-1893
$435.000.00
$435.000.00
90 days
90 days
January 2007
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
MULTIPLE PROJECTS AT THIS SITE*
Project Title:
Pine Ridqe Landfill - Butts County. Georqia
Project Description:
00420 - 14
Statement of Bidder's Qualifications
7 new containment cells. 1 million CY of earthwork, 260.000 CY
clay liners. 260,000 CY protective cover. 3 million SF of HOPE
liners. 15.000 LF leachate collection pipe
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Republic Services of Georoia. LP
Rick Smith
(770) 231-9081
PJ Carey & Associates
Peter Carey
(678) 482-5193
These contracts ranoe from $1.5 million
to $2.5 million
150 to 270 days
150 to 270 days
Completed on time
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 - 15
Statement of Bidder's Qualifications
Project Information Form
Project Title:
Pine Ridqe Closure #1
Project Description:
12 acre landfill closure system. berms. downdrains. mattino
foundation laver and veoetation laver
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Republic Services of Georqia, LP
Rick Smith
(770) 231-9081
P J Carey & Associates
Peter Carey
(678) 482-5193
$8000.412.00
$800.4112.00
180 days
180 davs
April 2003
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
Project Title:
Richland Creek Landfill
00420 - 16
Statement of Bidder's Qualifications
Project Description:
12 acre cell. underdrain. screenina of soil liner & protective cover
leachate collection system
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
The first six acres had to be completed within 90 days
Cooper Barnette & Paqe completed it in 55 days
Allied Waste
Brain Martz
(770) 211-3575
HDR Enqineerina
Gil Haines
(404) 368-2907
$4.138.959.00
$3.690.194.00
90 days
55 days
120 days
120 davs
04/09/07 G003-103\XB00420
Owner added additional cell
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
00420 - 17
Statement of Bidder's Qualifications
Project Title:
Dr. AdoQU Dialvsis Center (bv Garland & Associates)
Project Description:
Commerce, GA 2 -StOry 11,000 SF
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Dr. Beze AdoQU
(706) 227-2110
Landmark EnQ.
Jim Holland
(706)546-6622
$1,200.00.00
$1.200,00.00
9-15-05
4-15-06
4-15-06
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
Project Title:
740 Prince Co. (bv Garland & Associates)
Project Description:
Oral Suroery Renovation
Athens, GA 5.000 SF
00420 - 18
Statement of Bidder's Qualifications
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
740 Prince Co.
Amanda Hix
(706) 353-1630
Land Mark Enoineerino
Jim Holland
706-546-6622
$350,000.00
$350,000.00
1-15-06
4-15-06
4-15-06
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Title:
00420 - 19
Statement of Bidder's Qualifications
Project Information Form
Medicap Pharmacy / Subway Shoo
(by Garland & Associates)
Project Description:
Athens GA 4.000 SF
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Greg Hall/Keith Goss
Keith Goss
706-245-9959
Ootim Grouo
Tim White
706-384-2357
$390.0000.00
$390.000.00
3-15-05
9-15-05
9-15-05
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 - 20
Statement of Bidder's Qualifications
Project Information Form
Project Title:
ARMC-Express Care Renovation (bv Garland & Associates)
Project Description:
Athens. GA 5.000 SF
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Athens Reaional Medical
T ommv Smart
706-475-7659
Initial: $330.000.00
Final: $330.000.00
Contract Time:
Initial:
Final:
Completion:
2/15/05
7/15/05
7/15/05
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 - 21
Statement of Bidder's Qualifications
Project Information Form
Project Title:
Grace Fellowship Church (bv Garland & Associates
Project Description:
Watkinsville. GA 20.000 SF
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Grace Fellowship Church
Geoff Rushinq
706-769-4001
Landmark Enaineerina
Jim Holland
706-546-6622
Initial: $1.225,000.00
Final: $1.225,000.00
Contract Time:
Initial:
Final:
Completion:
10-30-06
1-15-06
1-15-06
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 -22
Statement of Bidder's Qualifications
Project Information Form
Project Title:
Foley Products Co. (by Garland & Associates)
Project Description:
New Office 5.000 SF
Statham, GA
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Foley Products Co.
Chris Davidson
770-867-1196
$385,000.00
$385.000.00
3-15-05
8-30-05
8-30-05
04/09/07 G003-103\X800420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Title:
00420 - 23
Statement of Bidder's Qualifications
Project Information Form
Chick Piano Addition
(bv Garland & Associates)
Project Description:
Athens. GA 3-Story
Retail Buildina
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Ms Ann Shepherd
706-543-4348
Oconee Enaineerina
Ralph Boswell
706-453-0760
Initial: $605,000.00
Final: $605.000.00
Contract Time:
Initial:
Final:
Completion:
2/15/06
12/15/06
12/15/06
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
00420 - 24
Statement of Bidder's Qualifications
Project Title:
Lakeview at JenninQs Mills (bv Garland & Associates)
Project Description:
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
2-3 StOry BuildinQs with Basement
10 Condominiums
Boqart. GA
40.000 SF
Lake View at JenninQs Mill LLC
Larry Cooper
706-540-4595
Oconee EnqineerinQ
Ralph Boswell
706-453-0760
$3,367.000.00
$3,367,000.00
10/1/00
10/1/07
10/1/07
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Title:
Project Information Form
Oconee Preschool Acadamy
Project Description:
New Day Care Center
Watkinsville. GA
11,000 SF
00420 - 25
Statement of Bidder's Qualifications
(by Garland & Associates)
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Fio Wilkes
Fio Wilkes
706-764-0026
Francis AlleQret
Francis AlleQret
770-493-1090
$974.400.00
$974.400.00
1/1/07
7/15/07
7/15/07
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
I
Project Information Form
00420 - 26
Statement of Bidder's Qualifications
Project Title:
Damascus Office Buildina
(by Garland & Associates)
Project Description:
Two stOry office buildina
Loaanville. GA
19.000 SF
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Damascus Homes
Katrice Buck
678-990-3925
Hill Foley and Rossi
Kathy Banks
770-622-9858
$1.540,322.00
$1.540.322.00
1/05/07
10/30/07
10/30/07
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Information Form
00420 - 27
Statement of Bidder's Qualifications
Project Title:
Tuscany Professional Office Park (bY Garland & Associates)
Project Description:
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Two office buildinas with sitework
Braselton. GA
Shell Buildina only
6.000 SF each
Chaichimansour Limited Partnershio
Dr. Sue Mansour
Precision Plannina
Paul Hoover
770-338-8139
$834,443.00
$834,443.00
4/15/07
9/15/07
9/15/07
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00420 - 28
Statement of Bidder's Qualifications
Project Information Form
Project Title:
Ramdut liquor Store (bv Garland & Associates)
Project Description:
Addition to convenience store for liauor store
Project Owner:
Owner Name:
Contact Person:
Phone Number:
Engineer/Construction Manager:
Company Name:
Contact Person:
Phone Number:
Contract Amount:
Initial:
Final:
Contract Time:
Initial:
Final:
Completion:
Aniani
Dannv Patel
706-255-7571
Landmark Enqineerina
Jim Holland
706-546-6622
$245.215.00
$245.215.00
2/15/07
6/30/07
6/30/07
END OF SECTION
04/09/07 G003-103\XB00420
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00480
Non-Collusion Affidavit of Prime Bidder
STATE OF Georoia
I, R. Larry Barnette
COUNTY OF Barrow
, being first duly sworn, deposes and says that:
He or she is Bruce Paae. Vice President of Cooper Barnette & Paae. Inc.. the Bidder that has
submitted the attached Bid;
He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
Such Bid is genuine and is not a collusive or sham Bid;
Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees
or parties in interest, including this Affiant, has in any way colluded, conspired, connived or agreed,
directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in
connection with the Contract for which the attached Bid has been submitted or to refrain from
bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by
agreement or collusion or communication or conference with any other Bidder, firm or person to fix
the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost
element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion,
conspiracy, connivance or unlawful agreement any advantage against the City of Augusta or any
person interested in the proposed Contract; and
The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this Affiant.
BIDDER: Cooper, Barnette & Page, Inc.
By:
(name signed)
R. Larry Barnette
(name printed or typed)
Title: Secretary/ Treasurer
Date: June 19,2007
Subscribed and sworn to me this 19th day of June
NOTARY PUBLIC:
,2007.
(name signed)
Katie M. Ford
(name printed or typed)
Commission Expires: September 13, 2009
(SEAL)
END OF SECTION
04/09/07 G003-103\X800480
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00481
Non-Collusion Affidavit of Subcontractor
State of Georgia
County of Oconee
Milton O. S. Garland Sr. being first duly sworn, deposes and says that:
(1) He or she is Owner
(Owner. Partner, Officer. Representative, or Agent)
Of Garland & Associates Contractors. Inc
"Subcontractor";
, hereinafter referred to as the
(2) He or she is fully informed respecting the preparation and contents
of the Subcontractor's Proposal submitted by the Subcontractor to Cooper. Barnette & Page
the Contractor for certain work in connection with the Deans Brid€!e Road MSW Landfill
Contract pertaining to the Project in Augusta. Richmond Co.
(3) Such Subcontractor's Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the Subcontractor nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, has in any way colluded,
conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to
submit a collusive or sham Proposal in connection with such Contract or to refrain from
submitting a Proposal in connection with such Contract, or has in any manner, directly or
indirectly, sought by unlawful agreement or connivance with any other Bidder, firm or person to
fix the price or prices in said Subcontractor's Proposal, or to secure through collusion,
conspiracy, connivance or unlawful agreement any advantage against Augusta-Richmond
County or any person interested in the proposed Contract; and
(5) The price or prices quoted in the Subcontractor's Proposal are fair and proper and
are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part ofthe
Bidder or any of its agents, representatives, owners, employees, or parties in interest, including
this affiant.
(Signed)
(Title)
Owner
Subscribed and Sworn to before me this
day of June
2007
21
Tabitha M. Roberts
(Title)
My commission expires
September 14.2008
(Date)
(SEAL)
04/09/07 G003-103\X800481
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
Section 00500.
Contract
THIS CONTRACT, made this
day of
,200_. by and between
Augusta-Richmond County, hereinafter called "Owner" and
doing business as corporation hereinafter called "Contractor.
WITNESS: That for and in consideration of the payments and agreements hereafter
mentioned:
1. The Contractor will commence and complete the construction of Deans Bridge
Road MSW Landfill, Landfill Scale House and Drop off Facilities.
2. The Contractor will furnish all of the material, supplies, tools, equipment, labor
and other services necessary for the construction and completion of the project
described herein.
3. The Contractor will commence work required by the Contract Documents on or
before a date specified in the written Notice to Proceed and will complete the
same within 210 calendar days unless the period for completion is extended
otherwise by the Contract Documents. Time is of the essence and is an
essential element of this Contract, and the Contractor shall pay to the Owner, not
as a penalty, but as liquidated damages, the sum of $1,000.00 for each calendar
day that there is default of completing the Work within the time limit named herein
for each calendar day there is default of completing the Work or defaults in
completion of all the Work after commencement thereof, the Contractor shall be
liable for such liquidated damages. These fixed liquidated damages are not
established as a penalty but are calculated and agreed upon in advance by the
Owner and the Contractor due to the uncertainty and impossibility of making a
determination as to the actual and consequential damages incurred by the Owner
and the general public of Richmond County, Georgia as a result of the failure on
the part of the Contractor to complete the Work on time. Such liquidated
damages referred to herein are intended to be and are cumulative and shall be in
addition to every other remedy now or hereafter enforceable at law, in equity, by
statute, or under the Contract.
4. The Contractor agrees to perform all of the Work described in the Contract
Documents and comply with the terms therein for the sum of Four Million Eiaht
Hundred Sixty Four Thousand Seven Hundred Ninetv Four. Dollars & 75/100
DOLLARS ($4.864.794.75)
5. The term "Contract Documents" means and includes the following:
(A) Invitation to Bid
(B) Instructions to Bidders
(C) Bid
(D) Bid Bond
08/13/07 G003-103\XB00500
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00500 - 2
Contract
(E) Statement of Qualifications
(F) Partnership or Corporate Certificate
(G) Noncollusion Affidavits
(H) Contract
(I) General Conditions
(J) Supplementary Conditions
(K) Payment Bond
(L) Performance Bond
(M) Notice of Award
(N) Notice to Proceed
(0) Change Order(s)
(P) Certificate of Owner's Attorney
(Q) Drawings prepared and issued by Atlantic Coast Consulting, Inc.
(R) Specifications prepared and issued by Atlantic Coast Consulting, Inc.
(S) Addenda:
6. The Owner will pay to the Contractor in the manner and at such times as set forth
in the General Conditions such amounts as required by the Contract Documents.
7. This Contract shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns:
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their
duly authorized officials, this Contract in six (6) copies each of which shall be deemed an
original on the date first above written.
. OWNER:
u1f:~~a~;~~un~
Name: ~:)~thj';lP c7. Q>ftJul#tl;e'pL
(Please Print or Type)
---'"'"
Title:
M~vf
.
.~. .~e ift.lllor. ~pe}i
Name ~~\liiit$~ ~
Title C( ~ t1 c-t Co tv~. ~; uJ
(SEAL)
08/13/07 G003-103\X800500
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTEST:
Name
(Please Pint or Type)
Title ~CA IlfIffi
CONTRACTOR:
Cooper. Barnette & Paoe, Inc.
By: -2 d:3.~
V
Name: 1~ /3a/., c-/II
(Please Print or Type)
Title: V f?
Address: 1928 Executive Park Drive
Statham. Georoia 30666
(SEAL)
00500 - 3
Contract
Note: Attest for a Corporation must be by the corporate secretary; for a partnership by another
partner; for an individual by a Notary.
END OF SECTION
08/13/07 G003-103\X800500
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STATE OF GEORGIA
Section 00550
Pre-Award Oath
COUNTY OF RICHMOND
In accordance with O.C.G.A. ~36-91-21(e), we, the undersigned of
Cooper. Barnettte & Paae
.,
being first duly sworn, deposes and says that:
We have not directly or indirectly violated O.C.G.A. ~36-91-21 (d), and more specifically, we have
not
prevented or attempted to prevent competition in such bidding or proposals by any means
whatever,
prevented or endeavored to prevent anyone from making a bid or proposal thereof by any
means whatever, nor
caused or induced another to withdraw a bid or proposal for the work.
We, the undersigned, to the best of our knowledge, affirm that no other officers, agents or other
persons acted for or represented the Contractor in the bidding for and procurement of this Contract.
~-
Katie Ford
(Notary Public)
Printed Name
~ /3a /n.v-4L
Date
}J,~. 2 3.. ~o 7
Title
v:?
My Commission Expires:
September 13,2009
KATIE M. FORD
Notary Public, Barrow County, Georgia (SEAL)
My Commission Expires Sept. 13, 2009
END OF SECTION
04/09/07 G003-103\X800550
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BONDNUMBER: cr ~ Q1./3b05l/
Section 00610
Performance Bond
KNOW ALL MEN BY THESE PRESENTS: that Coooer. Barnette & F'aqe, Inc the
"Principal," and a corporation of the State of Georgia, Western Surety Comoanv PO Box
5077, Sioux Falls, South Dakota 57117, the "Surety," are held and firmly bound unto
Augusta-Richmond County (the "Owner") existing under and by virtue of the laws of the State
of Georgia, in the sum of Four Million Eight Hundred Sixty Four Thousand Seven Hundred
Ninety Four Dollars & 75/100 DOLLARS ($4.864.794.75) in lawful money of the United States,
for the payment of which sum in lawful money of the United States well and truly to be made we
do hereby bind ourselves, our heirs, executors, administrators, successors, and assigns jointly and
severally.
The condition of this obligation is such that whereas Principal has entered into a
certain Contract with the Owner, dated as of the day of 200_, which
is by reference incorporated in and made a part hereof as fully as if copied here verbatim, for
the following work:
Deans Bridge Road MSW Landfill, Scale House and Drop Off Facilities.
NOW, THEREFORE, if the Principal shall in all respects comply with and perform all
the terms and conditions of the Contract (which includes the Drawings, Specifications, and
Contract Documents) and such alterations as may be made in said contract as the documents
therein provide for, during the original term thereof and any extensions thereof which may be
granted by the Owner, with or without notice to Surety, and during the one year warranty period,
and if Principal shall satisfy all claims and demands and shall indemnify and save harmless the
Owner against and from all costs, expenses, damages, injury, or conduct, want of care, skill,
negligence, or default, including compliance with performance guarantees and patent
infringement by the Principal, then this obligation shall be void; otherwise, Principal and Surety
jointly and severally agree to pay to Owner any difference between the sum to which the
Principal would be entitled on completion of the contract and that which the Owner may be
obliged to pay for the completion of the work by contract or otherwise, together with any
damages, direct or indirect, or consequential, which Owner may sustain on account of such
work, or on account of the failure of the Principal to keep and execute all provisions of the
Contract.
Principal and Surety further bind themselves, their heirs; executors, administrators,
and assigns, jointly and severally, that if the Principal shall keep and perform its agreement to
repair or replace defective work or equipment during the warranty period of one (1) year as
provided, then this paragraph shall be void; but if 0 default shall be made by Principal in the
performance of its contract to so repair or replace said work, then this paragraph shall be in
effect and Owner shall have and recover from Principal an~ its Surety damages for all defective
conditions arising by reason of defective materials, work, or labor perforrned by or on the
account of Principal and it is further understood andagreec::l that this ,obligation shallbe a
continuing one against the Principal and Surety he.reon,ar:ld that Succ~p.sive recoveries may be
had hereon for successive breaches until the full "amounfs.hall have peen exhausted; and it is
further understood that the obligation tl)erein to maintain said work: shall continue throughout
said maintenance period, and the sam.e. shall, not be changed, diminished, or in any. manner
08/13/07 G003-103\XB00610
I
I
I
I
I
I
I
I
I
I
I
.,
I
I
I
I
I
I
I
00610 - 2
Performance Bond
affected from any cause during said time; and to fully save and hold the Owner harmless for any
damages it may be caused to pay on account of injury to person, loss of life or damage to
property.
And the Surety, for value received, hereby stipulates and agrees that the obligations
of the Surety and this Bond shall in no way be impaired or affected by any extension of time,
modification, omission, addition, or change in or to the contract, the work to be performed
thereunder, or by any payment thereunder before the time required therein, or by any waiver of
any provision thereof, or by any assignment subletting or other transfer thereof, or of any part
thereof, of any work to be performed, or of any moneys due to become due thereunder; and the
said Surety does hereby waive notice of any and all such extensions, modifications, omissions,
additions, changes, payments, waivers, assignments, subcontracts, and transfer, and hereby
stipulates and .agrees that any and all things done and omitted to be done by and in relation to
executors, administrators, successors, assignees, subcontractors, and other transferees shall
have the same effect as to said Surety as though done or omitted to be done by and in relation
to the Principal.
This bond is given pursuant to and in accordance with the provisions of O.C.G.A. Section 36-91-1
et.seq. and all the provisions of the law referring to this character of Bond as set forth in said
Sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same
extent as if set out herein in full.
IN WITNESS WHEREOF, the Principal and Surety have executed this Bond by
causing their respective names to be hereunto subscribed and their seals to be hereunto affixed
by their duly authorized officers, on this the day of , 200_,
executed in seven counterparts.
08/13/07 G003-1 03\XB0061 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Name
Title
00610 - 3
Performance Bond
CONTRACTOR - PRINCIPAL:
COOPER. BARNETTE & PAGE. INC.
B~<&~5b . .
Name: l~ &'A't- d:!
(Please Print or Type)
Title: y: j-/
t.
(SEAL)
Note: Attest for a corporation must be by the corporate secretary; for a partnership by another
partner; for an individual by a Notary.
WITNESS: 7Yl~ ~
Name Marie M. Hartley
(Please Print or Type)
Title 7JJik~~
SURETY:
Name:
G
(Please rint or Type)
Attorney-in-Fact
Title:
Agency: YATES INSURANCE AGENCY
P.O. DRAWER 95806
Address: ATLANTA, GEORGIA 30347
(SEAL)
08/13/07 G003-1 03\XB0061 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00610 - 4
Performance Bond
Note: 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.
END OF SECTION
08/13/07 G003-103\XB00610
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BOND NUMBER: q a'1l/3"65'lf
Section 00620
Payment Bond
KNOW ALL MEN BY THESE PRESENTS: that Cooper. Barnette & Paqe. Inc., the "Principal," a
corporation of the State of Georgia, and Western Surety Company PO Box 5077,Sioux Falls,
South Dakota 57117. the "Surety," are held and firmly bound unto Augusta-Richmond County
(the "Owner") existing under and by virtue of the laws of the State of Georgia, in the sum of Four
Million Eiaht Hundred Sixty Four Thousand Seven Hundred Ninety Four Dollars & 75/100
DOLLARS ($4,864,794.75) in lawful money of the United States, for the payment of which sum
in lawful money of the United States well and truly to be made we do hereby bind ourselves, our
heirs, executors, administrators, successors, and assigns jointly and severally.
The condition of this obligation is such that whereas Principal has entered into a
certain Contract with the Owner, dated as of the day of 200_, which is
by reference incorporated in and made a part hereof as fully as if copied here verbatim, for the
following work:
Deans Bridge Road MSW Landfill, Scale House and Drop Off Facilities.
NOW, THEREFORE, if the Principal shall fully pay for all the labor and materials used.
by said Principal or any immediate or remote subcontractor or furnisher of labor or materials
under him in the performance of the work in lawful money of the United States as the same shall
become due, including all amounts due for materials, lubricants, oil, gasoline, electricity, coal
and coke, repairs on machinery, equipment, and tools, consumed or used in connection with .
performance of the work and all insurance premiums and other charges incurred under said
contract, then this obligation shall be void; otherwise to remain in full force and effect.
Principal and Surety further bind themselves, their heirs, executors, administrators,
and assigns, jointly and severally, that they shall promptly make payments of all taxes, licenses,
assessments, contributions, penalties, and interest thereon, when, and if, the same may be
lawfully due the State of Georgia or any County, Municipality, or political subdivision thereof by
reason of and directly connected with the performance of the Contract, or any part thereof.
And the Surety, for value received, hereby stipulates and agrees that the obligations
of the Surety and this Bond shall in no way be impaired or affected by any extension of time,
modification, omission, addition, or change in or to the contract,. the work to be performed
thereunder, or by any payment thereunder before the time required therein, or by any waiver of
any provision thereof, or by any assignment subletting or other transfer thereof, or of any part
thereof, of any work to be performed, or of any moneys due to become due thereunder; and the
said Surety does hereby waive notice of any and all such extensions, modifications, omissions
additions, changes, payments, waivers, assignments, subcontracts, and transfer, and hereby
stipulates and agrees that any and all things done and omitted to be done by and in relation to
executors, administrators, successors, assignees, subcontractors, and other transferees shall
have the same effect as to said Surety as though done or omitted to be done by and in relation
to the Principal.
08/13/07 G003-103\X800620
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
00620 - 2
Payment Bond
This Bond is given pursuant to and in accordance with provisions of O.C.G.A. Section 36-91-1
et.seq. hereinafter, and all the provisions of law referring to this character of Bond as set forth in
said Sections or as may be hereinafter enacted, and these are hereby made a part hereof to the
same extent as if set out herein in full.
IN WITNESS WHEREOF, the Principal and Surety have executed this Bond by
causing their respective names to be hereunto subscribed and their seals to be hereunto affixed
by their duly authorized officers, on this the day of ,200_,
executed in seven counterparts.
08/13/07 G003-103\XB00620
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Name
Title
(Please Pint or Type)
Sa~ neJ.a~
00620 - 3
Payment Bond
CONTRACTOR - PRINCIPAL:
COOP~~A~~~GE. INC.
B~)_
Name: ~. /3tJtll1.t/#
(Please Print or Type) .
Title: . Y?
(SEAL)
Note: Attest for a corporation must be by the corporate secretary; for a partnership by another
partner; for an individual by a Notary. .
SURETY:
WITNESS:
Name
1l1~~)m ~
Marie M. Hartley
(Please Print or Type)
Title ~
By.
Name: a
(Please
Title:
AttorneY-In-Fact
YATES INSURANCE AGENCY
P.O. ORA wt:.t< 95806
ATLANTA, GEORGIA 30347
Agency:
Address:
(SEAL)
08/13/07 G003-103\XB00620
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00620 - 4
Payment Bond
Note: 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.
END OF SECTION
08/13/07 G003-103\XB00620
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00697
Notice Of Award
To:
Re: Deans Bridge Road MSW Landfill, Scale House and Drop Off Facilities
The Owner has considered the Bid submitted by you for the above-referenced Project in
response to its Invitation to Bid and Information for Bidders.
You are hereby notified that your Bid has been accepted for items in the amount of _
You are required by the Information for Bidders to execute the Agreement and furnish
the required Contractor's Performance Bond, Payment Bond, and certificates of insurance
within ten (10) calendar days from the date of this Notice to you,
If you fail to execute said Contract and furnish said Bonds within ten (10) days from the
date of this Notice, said Owner will be entitled to consider all your rights arising out of the
Owner's acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond will be
entitled to such other rights as may be granted by law.
Owner.
You are required to return an acknowledged copy of this Notice of Award to the
Dated this
200_,
day of
Augusta-Richmond County
By:
Name and Title:
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged by
this the day of ,200_"
By:
Name and Title:
END OF SECTION
04/09/07 G003-103\X800697
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00698
Notice to Proceed
To:
Re: Deans Bridge Road MSW Landfill, Scale House and Drop Off Facilities
You are hereby notified that to commence work in accordance with the Agreement dated
, 200_, on or before , 200_, and you are to complete the
project within 270 consecutive calendar days thereafter. The date of completion of all work is
therefore ,200_,
Dated this
,200_.
day of
By:
Name and Title:
ACCEPTANCE OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged by
this the day of ,200_,
By:
Name and Title:
END OF SECTION
04/09/07 G003-103\X800698
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 00699
Certificate Of Owner's Attorney
I, the undersignedS~ ~"'" Z Q ~utharized and acting legal
representative of Augusta-Richmond County, do hereby certify as follows:
I have examined the attached Contract(s) and surety bonds and the manner of
execution thereof, and I am of the opinion that each of the aforesaid agreements has
been duly executed by the proper parties thereto acting through their duly authorized
representatives; that said representatives have full power and authority to execute
said agreements on behalf of the respective parties named thereon; and that the
foregoing agreements constitute valid and legally binding obligations upon the parties
executing the same in accordance with terms, conditions and provisions thereof.
~
Date:
o~ L f- 'f( '(;Lft <1
END OF SECTION
04/09/07 G003-103\X800699
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
O.
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.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
Section 00700
General Conditions
GENERAL CONDITIONS
General
Definitions
Additional Instructions and Detail Drawings
Schedules, Reports, and Records
Correlation of Documents
Shop Drawings
Materials, Services, and Facilities
Inspection and Testing
Substitutions
Patents
Surveys, Permits, Regulations
Protection of Work, Property, Persons
Supervision by Contractor
Changes in the Work
Changes in Contract Price
Time for Completion and Liquidated Damages
Correction of Work
Subsurface Conditions
Suspensions of Work, Termination, and Delay
Payments to Contractor
Acceptance of Final Payment as Release
Insurance
Contract Security
Assignments
Indemnification
Separate Contracts
Subcontracting
Engineer's Authority
Land and Rights-of-Way
Guaranty
Taxes
Disputes
Contract Provisions Required by Law
Prohibited Interest
Use of Premises and Removal of Debris
Estimate of Quantities
Contractor's Obligations
Payments by Contractor
Waiver
Chemicals
Connecting of Existing Work
Program and Method of Construction
Buildings and Shanties
Sewage, Surface and Flood Flows
Obstructions Encountered
Use of Streets
Access by Representatives of Governmental Agencies
Local and State Laws
Deleted
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o.
0.1
0.2
0.3
0.4
0.5
0.6
00700 - 3
General Conditions
GENERAL CONDITIONS
GENERAL
GENERAL CONDITIONS: The General Conditions are general in scope and may
refer to conditions not encountered on the work covered by these Contract
Documents. Any provision of the General Conditions which pertains to a nonexistent
condition and is not applicable to the work to be performed hereunder, shall have no
meaning in these Contract Documents and shall be disregarded.
SPECIFICATIONS: No attempt has been made in the Specifications to segregate
work to be performed by any trade or subcontract. Any segregation between the
trades or crafts will be solely a matter for agreement between the Contractor and his
employees and his subcontractors.
The Specifications as a whole will govern the construction of the entire work.
The applicable provisions thereof will govern work to be performed under each
section.
CONTRACT DOCUMENTS: The Contract Documents cover all matters relating to the
work the Contractor is obligated to perform. The Contract Documents are organized
into various parts and sections for convenience. All parts and sections of the Contract
Documents are complementary, and what is called for by any shall be as binding as if
called for by all.
The Contract Documents, as defined herein, form the Contract between the Owner
and the Contractor for the performance of the work covered by these. Contract
Documents. It is agreed by the Owner and the Contractor, as evidenced by and
through the execution of the Contract, that all terms of the Contract Documents shall
be binding on both parties to the Contract and shall be a part of the Contract, the
same as if the Contract Documents are repeated therein. .
LEGAL ADDRESSES: Both the business address of the Contractor given in the Bid
Proposal Form and the Contractor's office in the vicinity of the work either of which
are hereby designated as the place to which all notices, letters, and other
communication to the Contractor will be mailed or delivered.
The address of the Owner is indicated in the bidding instructions, and is hereby
designated as the place to which all notices, letters, and other communication to the
Owner shall be mailed or delivered. Either party may change his address at any time
by an instrument in writing delivered to the other party.
INDEPENDENT CONTRACTOR: The relation of the Contractor to the Owner shall
be that of an independent contractor.
GOVERNING STANDARD SPECIFICATIONS: Standard specifications or other
speCifications of organizations, societies, governmental agencies, or bodies, referred
to in these Contract Documents, are made a part of these Contract Documents the
same as if repeated herein. Unless specifically stated otherwise, the standard shall be
that adopted and published at the date of the Advertisement for Bids.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1.10
1.11
1.12
1.13
1.14
1.15
1.16
1.17
1.18
00700 - 5
General Conditions
Notice to Proceed, and the Specifications, Drawings, and Engineering Data furnished
by the Contractor and accepted by the Owner. Whenever, in any portion of the
Contract Documents, the terms "Plans and Specifications" or "Specifications" or
"Contract" or words of like import appear, they shall be interpreted to mean Contract
Documents as defined herein.
CONTRACT PRICE: The contract price or contract prices named in the Contract
Documents shall be the amount of the compensation to the Contractor agreed to by
the Owner and the Contractor for the proper and satisfactory completion of the work
specified herein, including all contingencies, in full conformity with the Contract
Documents. The contract price(s) shall be full payment for the performance of the
work and the furnishing of labor, materials, transportation, supplies, tools, equipment,
taxes, employee benefits, incidentals, services, and other items necessary or
convenient for completion of the work in a satisfactory and acceptable manner, and
within the intent of these Contract Documents.
CONTRACT TIME: The number of. calendar days allowed by these Contract
Documents for the completion of the work, including authorized time extensions for
the completion of the work sufficient for acceptance as substantially complete by the
Owner.
CONTRACTOR: The person, firm, or corporation whose proposal is accepted by the
Owner and who enters into a Contract with the Owner for performance of the work
covered by .and . in conformance with these Contract Documents:
DRAWINGS: Drawings, which are sometimes referred to herein as "plans," are
defined as all (a) drawings furnished by the Owner as a basis for bids; (b)
supplementary drawings furnished by the Owner to clarify and to define in greater
detail the intent of the Contract Drawings and Specifications; (c) drawings furnished
by the Owner to the Contractor during the progress of the work;.
ENGINEER/PROJECT MANAGER: Owner approved personnel and Contractor(s).
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.
NOTICE OF AWARD: The written notice of the acceptance of the BID from the
OWNER to the successful bidder.
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.
OBSERVER: An authorized representative of the Engineer assigned to make
necessary observations of the work performed by the Contractor.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00700 - 7
General Conditions
1.28 SPECIFICATIONS: A part of the CONTRACT DOCUMENTS consisting of written
descriptions of a technical nature of materials, equipment, construction systems,
standards, and workmanship.
1.29 SUBCONTRACTOR: The person, firm, or corporation having a direct contract with the
Contractor or with any other subcontractor for performing work covered by these
Contract Documents which the Contractor is obligated to perform or to cause to be
performed.
1.30 SUBSTANTIAL COMPLETION: That date as certified by the ENGINEER when the
construction of the PROJECT is sufficiently completed, in accordance with the
CONTRACT DOCUMENTS, so that the PROJECT can be safely, conveniently. and
beneficially utilized for the purposes for which it is intended.
1.31 SUPPLIER: The person, firm, or corporation who will furnish products acceptable to
the Engineer for incorporation into the work covered by these Contract Documents. A
'supplier may also be referred to as "manufacturer" or "distributor" in these Contract
Documents.
1.32 WORK: Everything specified, indicated, shown, or contemplated, including materials,
labor, equipment, transportation, supplies, and things required to be done, furnished,
or performed by the Contractor under these Contract Documents. The work shall
include everything expressly or impliedly required of the Contractor by the Contract
Documents.
1.33 WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of
this Agreement in writing and considered delivered and the service thereof completed,
when posted by certified or registered mail to the said party at his last given address,
or delivered in person to said party or his authorized representative on the WORK.
1.34 MAY: Permissive.
1.35 "SHALL" IMPLIED: Some sentences, statements and clauses used in the
specifications exclude. any form of the verb "shall" normally expressed in a verb
phrase with verbs such as "furnish", "install", "provide", "perform", "construct", "erecf,
"comply", "apply", "submit" or similar verb, but in any such sentences, statements, and
clauses shall be interpreted to include the applicable form of the phrase "The
CONTRACTOR shall" and the requirements described therein shall be interpreted as
mandatory elements of the CONTRACT.
1.36 SHALL: Mandatory
1.37 WILL: Mandatory
04/09/07 G003-103\X600700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.6
3.7
3.8
3.9
00700 - 9
General Conditions
The costs employed in making up any of these schedules will be used only for
determining the basis of partial payments and will not be considered as fixing a basis
for additions to or deductions from the contract price.
An updated schedule and an updated Schedule of Submittals shall be presented with
each partial payment request. Lack of an updated schedule and/or an updated
Schedule of Submittals will delay proeessing of the pay request until receipt of the
updated schedule and/or an updated Schedule of Submittals.
If the schedule reflects a completion date prior to the completion date established by the
Contract Agreement, this shall afford no basis to claim for delay should the Contractor
not complete the Work prior to the projected completion date. Instead all ''fIoaf' between
the completion date in the Contractor's schedule and the completion date established in
the Contract Agreement shall belong to and be exclusively available to the Owner.
Should a change order be executed with a revised completion date, the progress
schedule shall be revised to reflect the new completion date.
Contractor's Responsibilities
(1) Implement the detailed Near Term Schedule of activities to the fullest extent
possible between Project Coordination Meetings.
(2) The Contractor shall prepare the Contractor's Daily Report by 10:00 a.m. of the
day following the Report date. This Daily Report will contain, as a minimum, the
weather conditions; number of workers by craft, including supervision and
management personnel on site; active and inactive equipment on site; work
accomplished by CPM activity item; problems; and visitors to the jobsite.
(3) If a current activity or series of activities on the OPS is behind schedule and if the
late status is not due to an excusable delay for which a time extension would be
forthcoming, the Contractor shall. attempt to reschedule the activity to be
consistent with the Overall Project Schedule so as not to delay any of the
Contract milestones. The Contractor agrees that:
a. The Contractor shall attempt to expedite the activity completion so as to
have it agree with the OPS. Such measures as the Contractor may
choose shall be made explicit during the Project Coordination Meeting.
b. If, within two weeks of identification of such behind-schedule activity, the
Contractor is not successful in restoring the activity to an on schedule
status, the Contractor shall:
1. Carry out the activity with the scheduled crew on an overtime basis
until the activity is complete or back on schedule.
2. Increase the crew size or add shifts so the activity can be completed
as scheduled.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4.6
4.7
4.8
4.9
4.10
4.11
00700 - 11
General Conditions
The parts of the Contract Documents are complementary, each part being an
essential part of these Contract Documents, which are intended to describe and
provide for a complete work. A requirement occurring in one is as binding as though
occurring in all.
The Contractor shall carefully study and compare all Drawings, Specifications, and
other instructions; shall test all figures on the Drawings before laying out the work;
shall notify the Engineer of all errors, inconsistencies, or omissions which he may
discover. The Contractor shall not take advantage of any error or omission, which may
be found in the Drawings or other Contract Documents.
In case of unresolved conflict between items of the Contract Documents, the following
order of precedence shall govern, with the higher item taking precedence over a lower
item:
Contract (including Supplemental Agreements and Change Orders thereto)
Addenda
Instructions to Bidders
Bid
General Conditions
Specifications
Schedules on Drawings
Notes on Drawings
Details on Drawings
Large Scale Drawings
Small Scale Drawings
Dimensions Given in Figures
Scaled Dimensions
In the event of any discrepancy between any Drawing and the figures written thereon,
the figures, unless obviously incorrect, shall be taken as correct.
When measurements are affected by conditions already established or where items
are to be fitted into constructed conditions, it shall be the Contractor's responsibility to
verify all such dimensions at the site an.d the actual jOb dimensions shall take
precedence over scale and figure dimensions on the Drawings.
Wherever a stock size of manufactured item or piece of equipment is specified by its
nominal size, it shall be the responsibility of the Contractor to determine the actual
space requirements for setting and for entrance to the setting space and to make all
necessary allowances and adjustments therefor in his work without additional cost to
the Owner.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
00700 -13
General. Conditions
When the drawings and data are returned marked "AMEND AND RESUBMIT" or
"REJECTED" the corrections shall be made as noted thereon and as instructed by the
Engineer and not less than six (6) corrected copies resubmitted. .
Unless otherwise directed by the Engineer, when drawings and data are returned
marked "MAKE CORRECTIONS NOTED," the changes shall be made as noted
thereon and not less than six (6) corrected copies shall be furnished.
All corrections and changes made on the drawings or data sheets other than those
noted by the Engineer shall be clearly identified with a revision symbol and shall be
suitably documented on the drawing with a brief description and date.
When the drawings and data are returned marked "NO EXCEPTIONS TAKEN,"
fabrication and/or installation can begin and no additional copies need be furnished.
No work shall be performed in connection with the fabrication or manufacture of
materials and equipment, nor shall any accessory or appurtenance be purchased until
the drawings and data therefor have been reviewed by the Engineer and returned
marked "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED".
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.
The Engineer's review of drawings and data submitted by the Contractor will cover
only general conformity to the Drawings and Specifications, external connections, and
dimensions which affect the layout. The Engineer's review of drawings returned
marked "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" does not
indicate a thorough review of all dimensions, quantities, and details of the material,
equipment, devices, or items shown and shall not in any way be deemed to relieve the
Contractor from any responsibility for errors or deviations from the requirements of
these Contract Documents or from full responsibility for complete and accurate
performance of the work in conformance with these Contract Documents or from any
liability placed upon him by any provisions of these Contract Documents.
The schedule of submittals of engineering data and submittals of samples of materials
or products, if required, shall be made by the Contractor in accordance with the
requirements in the section entitled "Shop Drawings, Product Data and Samples" of
these Specifications.
04/09/07 G003-103\XB00700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6.10
6.11
6.12
6.13
6.14
6.15
00700 -15
General Conditions
The Contractor shall make his own arrangements for delivery and handling of
equipment and materials as he may require for the prosecution of the work. The
location of all temporary lines, roadways, and similar facilities shall be subject to the
approval of the Engineer, and these shall be located and operated so as not to
interfere with other work carried on by the Owner or by other contractors.
The materials, fixtures, and apparatus furnished shall be new, except as otherwise
provided herein, unused, and of good quality, and shall be incorporated into the work
in an undamaged condition. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Wl)enever materials are sold by the
manufacturer in sealed packages, they shall be so delivered to the site of the work.
The materials shall be manufactured, handled, and used in a workmanlike manner to
provide a completed work in accordance with these Contract Documents.
Materials, products, and equipment designated for permanent installation in the work
shall be properly stored by the Contractor in a manner to ensure protection against
deterioration of any type. These items shall be so placed as to cause a minimum of
interference with the prosecution of the work and to the public. The method of storing
shall be so as to facilitate inspection.
Deterioration of any kind or to any degree shall be cause for rejection. Stored
materials, even though meeting the requirements of these Contract Documents before
being stored, shall be inspected prior to incorporation in the work and shall meet the
requirements of these Contract Documents at the time of incorporation in the work. If
material, products, or equipment stored by the Contractor and paid for under the
terms of these Contract Documents is damaged or otherwise becomes unsuitable
before its permanent incorporation into the work, the amounts paid the Contractor for
the damaged material shall be deducted from the next progress payment.
The Contractor shall be responsible for the condition of all materials, products, and
equipment, which he has furnished and shall replace at his own expense. all such
material found to be defective or which has been damaged after delivery. This
includes the replacement of material which is found to be defective at any time prior to
expiration of the guarantee period.
It is agreed that any temporary power lines, roadways, or other facilities which the
Contractor furnishes, installs, maintains, and removes at the completion of the work
may be used by the Owner or any of his contractors at such reasonable time or times
as may be directed by the Engineer. Likewise it is provided that similar facilities of
other contracts will become available to the Contractor under similar conditions.
Adequate sanitary facilities shall be provided by the Contractor. All such sanitary
facilities shall conform to the requirements of the respective state and county
departments of public health.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7.8
7.9
7.10
7.11
7.12
7.13
7.14
7.15
00700 -17
General Conditions
If the ENGINEER considers it necessary or advisable that covered WORK be
inspected or tested by others, the CONTRACTOR, at the ENGINEER's request, will
uncover, expose, or otherwise make available for observation, inspection, or testing
as the ENGINEER may require, that portion of the WORK in question, furnishing all
necessary labor, materials, tools, and equipment. If it is found that such WORK is
defective, the CONTRACTOR will bear all the expenses of such uncovering,
exposure, observation, inspection and testing, and of satisfactory reconstruction. If,
however, such WORK is not found to be defective, the CONTRACTOR will be allowed
an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or
both, directly attributable to such uncovering, exposure, observation, inspection,
testing, and reconstruction and an appropriate CHANGE ORDER shall be issued.
The field testing of materials shall be made by a competent laboratory or other person
paid for by the Owner, one time .only. The Contractor shall submit samples of
materials for testing as required by the Engineer. The cost of all retests made
necessary by the failure of materials to conform to the requirements of these Contract
Documents shall be.paid by the Contractor.
The testing of equipment and products shall be performed as provided in the
Specifications.
All materials and equipment used in the construction of the project shall be subject to
adequate inspection and testing in accordance with accepted standards. The
laboratory or inspection agency shall be approved by the Owner. The cOst of all
inspection and testing of all materials and equipment for determination of source,
suitability, applicability, all certified mill tests, etc., shall be included in the contract
price for supplying the applicable materials and equipment as no separate payment
will be made for these services.
Materials of construction, particularly those upon which the strength and durability of
the structure may depend, shall be subject to inspection and testing to establish
conformance with Specifications and suitability for uses intended.
Where mill tests of materials are found by the Engineer to be acceptable, the
Contractor shall furnish certified copies of such mill tests. The cost of furnishing such
certified copies shall be borne by the Contractor, with no separate payment allowed.
Where shop equipment performance tests are specified, the Engineer shall be
permitted to witness such tests. In the absence of a witnessed test, certified copies of
shop tests shall be submitted to the Engineer.
No payment will be made to the Contractor for samples taken for tests such as
concrete cylinders, soils samples, etc.
04/09/07 G003-103\XB00700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8.4
8.5
9.
9.1
10.
10.1
10.2
00700 - 19
General Conditions
The Owner, through the Engineer, will consider proposals for substitution of materials,
equipment, and methods only when such proposals are accompanied by full and
complete technical data and all other information required to evaluate the proposed
substitution.
The Contractor shall not substitute materials, equipment, or methods unless such
substitution has been specifically approved for this project by the Engineer.
PATENTS
Royalties and fees for patents covering materials, articles, apparatus, devices, or
equipment (as distinguished from processes) used in the work shall be included in the
Contract Price(s). The Contractor shall satisfy all demands that may be made at the
time for such royalties or fees, and he shall be liable for any damages or claims for
patent infringements. The Contractor shall, at his own cost and expense, defend all
suits or proceedings that may be instituted against the Owner for alleged infringement
of any patents involved in the work and in case of an award of damages the
Contractor shall pay such award.
SURVEYS, PERMITS, REGULATIONS
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.
Permits, licenses, and easements of a temporary nature necessary for the
prosecution of the WORK shall be secured and paid for by the CONTRACTOR.
Permits, licenses, and easements for permanent structures or permanent changes in
existing facilities shall be secured and paid for by the OWNER unless otherwise
specified. The CONTRACTOR shall give all notices and comply with all laws,
ordinances, rules, and regulations bearing on the conduct of the WORK as drawn and
specified. If the CONTRACTOR observes that the CONTRACT DOCUMENTS are at
variance therewith, he shall promptly notify the ENGINEER in. writing, and any
necessary changes shall be adjusted as provided in Section 13, CHANGES IN THE
WORK.
04/09/07 G003-103\XB00700
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
11.5
11.6
11.7
11 .8
11 .9
00700 - 21
General Conditions
Reasonable care shall be taken during construction to avoid damage to vegetation.
Ornamental shrubbery and tree branches shall be tied back, where appropriate, to
minimize damage. Trees, which receive damage to branches, shall be trimmed of
those branches to improve the appearance of the tree. Tree trunks receiving damage
from equipment shall be treated with a tree dressing.
The Contractor shall not enter upon private property for any purpose without first
obtaining permission, and he shall be responsible for the preservation of all public and
private property. The Contractor shall at all times while the work is in progress use
extraordinary care to see that adjacent buildings are not endangered in any way by
reason of fire, water, or construction operations, and to this end shall take such steps
as may be necessary or directed to protect the property therefrom, and the same care
shall be exercised by all Contractor's and subcontractor's employees. The Contractor
shall give due notice to any controlling person, department, or public service company
prior to adjusting items to grade and shall be held strictly liable to the Owner if any
such items are disturbed, damaged, or covered up during the course ofthe work. The
Contractor shall not disturb, remove, or relocate any land monuments and property
marks until an authorized agent has witnessed or otherwise referenced their location.
Any temporary drains and drainage, which may be required by the Contractor during
the construction period, shall be furnished, installed, and maintained by him. No such
drains or drainage systems shall be installed or used without the prior approval of the
Engineer. At the completion of the work, all such drains and drainage systems shall
be removed and the premises returned to a neat and clean condition.
Fire hydrants on or adjacent to the work shall be kept accessible to the firefighting
apparatus at all times, and no material or obstruction shall be placed within ,10 feet qf
any hydrant. Adjacent premises must be given access, as far as practicable, and
obstruction of sewer inlets, gutters, and ditches will not be permitted.
The Contractor shall be responsible for initiating, maintaining, and supervising all
safety precautions and programs in connection with the work. The Contractor shall
take all necessary precautions for the safety of employees on the work and shall
comply with all applicable provisions of federal, state, and local safety laws and
building codes to prevent accidents or injury to persons on, about, or adjacent to the
premises where the work is being performed. The. Contractor shall comply with the
Department of Labor's Safety and Health Regulations for construction promulgated
under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section
107 of the Contract Work Hours and Safety Standards Act (PL 91-54). Copies of
these regulations may be obtained from the U. S. Government Printing Office, 275
Peachtree Street, N.E., Atlanta, Georgia 30303.
04/09/07 G003-103\XB00700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
00700 - 23
General Conditions
11.15 The Contractor shall carefully preserve all monuments, bench marks, property
markers, reference points, and stakes. In case of his destruction thereof, the
Contractor will be charged with the expense of replacement and shall. be responsible
for any mistake or loss of time that may be caused. Permanent monuments or bench
marks which must be removed or disturbed shall be protected until properly
referenced for relocation. The Contractor shall furnish materials and assistance for the
proper replacement of such monuments or bench marks.
11.16 Whenever, in the opinion of the Owner, the Contractor has not taken sufficient
precaution for the safety of the public or the protection of the work to be constructed
under these Contract Documents or of adjacent structures or property, and whenever,
in the opinion of the Owner, an emergency has arisen and immediate action is
considered necessary, then the Owner, with or without notice to the Contractor, may
provide suitable protection by causing work to be done and material to be furnished
and placed. The cost of such work and material shall be borne by the Contractor, and
if the same is not paid on presentation of the bills thereof, such co~ts may be
deducted from any amounts due or to become due the Contractor. The performance
of such emergency work shall not relieve the Contractor of responsibility for. any
damage which may occur.
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 rep~esentative 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 CONTRACTOR. The supervisor shall be present on
the site at all times as required to perform adequate supervision and coordination of
the WORK.
12.2 The Contractor shall supervise and direct the work efficiently using the best
skill and attention and shall be solely responsible for the means,. methods,
techniques, sequences, and procedures of construction. The Contractor will
be responsible to see that the finished work complies accurately with the
Contract Documents.
12.3 The Engineer shall have the right to reject or demand replacement of such
superintendent at any time, with or without cause, solely at the Engineer's
discretion, based upon objective or subjective reasons, which reasons the
Engineer may, but is not required to, disclose to the Contractor.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
13.6
13.7
13.8
13.9
13.10
13.11
14.
14.1
00700 - 25
General Conditions
No claim for extra work will be considered unless said extra work was ordered in
writing as aforesaid and the claim presented in wri.ting to the Engineer within 30 days
after receipt by the Contractor of the written order to perform said extra work.
If the performance of the extra work results in additional time being required by the
Contractor to complete the work covered by these Contract Documents, said Change
Order will provide for an equitable extension in the contract time.
All Change Orders, including a change in technical design or an increase in cost, must
be approved by the Owner, the Engineer, and those governmental agencies whose
approval is required.
Should the Contractor encounter, or the Owner discover, during the progress of the
Work, subsurface or latent conditions at the site materially differing from those shown
on the Drawings or indicated in the Specifications, or unknown conditions of an
unusual nature differing materially from those ordinarily encountered and generally
recognized as inherent in Work of the character provided for in the Drawings and
Specifications, the Owner shall immediately be notified in writing of such conditions
before they are disturbed. The Owner will thereupon promptly investigate the
conditions. If the Owner finds that conditions do so materially differ, or are of an
unusual nature, and upon written request of the Contractor, an equitable adjustment
will be authorized by Change Order.
If the Contractor does not immediately notify the Owner in writing of the belief that a field
order, additional work by other contractors or the Owner, or subsurface, latent or unusual
unknown conditions entitles the Contractor to a Change Order, no consideration for time
or money will be given the Contractor.
The Owner may, with the Contractor's concurrence, elect to postpone the issuance of a
Change Order until such time that a single Change Order of substantial importance can
be issued incorporating several changes. In such cases, the Owner will indicate this
intent for each change in the Contract in a written response to the Contractor's request
for a change, following agreement by the Owner and Contractor on the change's scope,
price and time.
CHANGES IN CONTRACT PRICE
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:
(1) Method A
UNIT PRICES contained in the CONTRACTOR's Proposal for the same type
or class or WORK.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
14.6
14.7
14.8
15.
15.1
15.2
00700 - 27
General Conditions
(5) All power, fuel, lubricants, water, and similar operating expenses as well as
other expendable materials.
(6) All incidental expensep incurred as a direct result of such CHANGED or
EXTRA WORK, includipg payroll taxes and a prorated portion of the premium
on the PERFORMANCE, PAYMENT and MAINTENANCE BOND, and, where
the premiums therefor~ are based on payroll cost, on Public Liability and
Property Damage In~urance, Workmen's Compensation Insurance, and
Occupational Disease IDisability Insurance, Builder's Risk, and other insurance
required by the CONT~CT.
I
(7) No repairs, replacemJnts or other forms of overhead expense shall be
I
included in "ACTUAL FIELD COSTS".
I
The ENGINEER may direct t~e form in which the accounts of the ACTUAL FIELD
COSTS shall be kept and mayl also specify in writing, before the WORK commences,
the method of doing the WOR~ and the type and kind of machinery and equipment, if
required, which shall be used i~ the performance of any CHANGED or EXTRA WORK
I
under Method "D". In the even~ that machinery and heavy construction equipment are
required for such CHANGEoI or EXTRA WORK, the authorization and basis of
, i.
payment for the use thereof sh~lIl be stipulated in the CHANGE ORDER.
I
I
The 15 percent of the "ACTUA~ FIELD COST" to be paid to the CONTRACTOR shall
cover and be full compensatidn for the CONTRACTOR'S profits, overhead, general
superintendence, and field ojffice expense, and all other elements of cost not
embraced within the "ACTUAij FIELD COST" as herein defined. In determining the
amount payable to the CONT~CTOR an additional 5 percent may be added to the
amount payable to a SUS<(:;ONTRACTOR, but no "pyramiding" or additional
percentage will be authorized ffr any WORK done by SUBCONTRACTORS.
i
When compensation for extral work is provided under paragraph 14.1 above, the
Contractor's representative anp the Engineer shall compare records of extra work
done at the end of each day. ~uch records shall be made in duplicate upon a form
provided for such purpose I by the Engineer and shall be signed by both
representatives referred to her~in, one copy being submitted to the Engineer and the
other being retained by the Co~tractor.
TIME FOR COMPLETION AN~ LIQUIDATED DAMAGES
I
The date of beginning and the time for completion of the WORK are essential
conditions ofth~ CONTRACi DOCUMENTS and the WORK embraced shall be
commenced on a date specifie~ in the NOTICE TO PROCEED.
I
The CONTRACTOR will proce~d with the WORK at such a rate of progress to insure
full completion within the CONlrRACT TIME. It is expressly understood and agreed,
by and between the CONTRA~TOR and the OWNER, that the CONTRACT TIME for
the completion of the WORK! described herein is a reasonable time, taking into
I
I
i
I
04/09/0t G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
15.8
15.9
15.10
15.11
.16.
16.1
00700 - 29
General Conditions
(3) Unforeseeable cause beypnd the control and without the fault or negligence of
the CONTRACTOR, incl~ding, but not restricted to, acts of God which are
unusual weather phenom$na, or acts of the public enemy, acts of the OWNER,
fires, epidemics, quarantinle restrictions, industry..wide strikes, freight embargoes,
and severe weather as prqvided above.
i
(4) Delays of a CONTRACTqR'S SUBCONTRACTORS or suppliers occasioned by
any of the causes specifie~ in (2) and (3) hereof.
I
I
Provided, however, the CO~TRACTOR shall notify the OWNER through the
ENGINEER of the alleged cl3use of such delay as hereinbefore required. The
OWNER shall ascertain the fa~s and the extent of the delay with the assistance of the
ENGINEER. . I
I
I
The number of days used in d~termining the amount of liquidated damages to be paid
by the Contractor for delay in ~ompleting the work shall be determined by subtracting
the contract time and any tim~ extensions thereof from the time actually required for
the completion of the work. The time actually required for the completion of the work is
defined as the total number of $alendar days from the date of the Notice to Proceed to
the date of substantial completibn.
I
This provision for liquidated dap,ages shall be effective between the parties ipso facto
without necessity for demand G>r putting in default by any notice or other means than
by the terms of these Contract Documents, the Contractor hereby waiving any. such
other notice of default and ackhowledging that the Contractor shall be deemed to be
in default by the mere act of hils failure to complete the work within the contract time,
or within any valid extension oflsuch time hereunder.
I
I
It is understood and agreed t~at these liquidated damages are not a penalty, but
constitute liquidated damages fpr loss to the Owner because of increases in expenses
for administration, legal c~unsel, accounting, engineering and construction
supervision, and inspection an~ any other expenses incurred directly as a result of the
delay of the Contractor in com~leting the work.
I
CORRECTION OF WORK
The CONTRACTOR shall pro~PtlY remove from the premises all WORK rejected by
the ENGINEER for failure to \:omply with the CONTRACT DOCUMENTS, whether
incorporated in the constructioh or not, and the CONTRACTOR shall promptly replace
and reexecute the WORK in 6ccordance with the CONTRACT DOCUMENTS and
without expense to the OWN~R and shall bear the expense of making good all
WORK of other CONTRAC1)ORS destroyed or damaged by such removal or
replacement.
I
i
!
I
I
04/09/0t
i
I
I
I
I
G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
18.2
18.3
18.4
18.5
18.6
00700 - 31
General Conditions
If th~ CONTRACTOR is adjudbed a bankrupt or insolvent, or if he makes a general
assignment for the benefit of ~is creditors, or if a trustee or receiver is appointed for
the CONTRACTOR or for anyM his property, or if he files a petition to take advantage
of any debtor's act, or to reorg~nize under the bankruptcy or applicable laws, or if he
fails to supply sufficient skilled I workmen or suitable materials or equipment, or if he
fails to make prompt paymen~s to SUBCONTRACTORS or for labor, materials, or
equipment or if he disregards !laws, ordinances, rules, regulations, or orders of any
public body having jurisdiction i of the WORK or if he disregards the authority of the
ENGINEER, or if he othe~ise violates any provision of the CONTRACT
DOCUMENTS, then the OWN~R may, without prejudice to any other right or remedy
and after giving the CONTRAqTOR and his surety a minimum of ten (10) days from
delivery of a WRITTEN NOTlcpE, terminate the services of the CONTRACTOR and
take possession of the PROJEICT and of all materials, equipment, tools, construction
equipment, and machinery th~reon owned by the CONTRACTOR, and finish the
WORK by whatever. metho~ he may deem expedient. In such case the
CONTRACTOR shall not be e~titled to receive any further payment until the work is
finished. If the unpaid balanc$ of the CONTRACT PRICE exceeds the direct and
indirect costs of completing t~e PROJECT, including compensation for additional
professional services, such excess SHALL BE PAID TO THE CONTRACTOR. If such
costs exceed such unpaid baldnce, the CONTRACTOR will pay the difference to the
OWNER. Such costs incurred by the gWNER will be determined by the ENGINEER
and incorporated in a CHANG~ ORDER.
I
I
Where the CONTRACTOR's s~rvices have been so terminated by the OWNER, said
termination shall not affect an~ right of the OWNER against the CONTRACTOR then
existing or which may thereaft~r accrue. Any retention or payment of monies by the
OWNER due to the CONT~CTOR will not release the CONTRACTOR from
compliance with the CONTRAqT DOCUMENTS.
!
I
After ten (10) days from deliverY of a WRITTEN NOTICE to the CONTRACTOR and
the ENGINEER, the OWNER rlnay, without cause and without prejudice to any other
right or remedy, elect to. aban~on the PROJECT and terminate the CONTRACT. In
such case, the CONTRACTOR shall be paid for all WORK executed plus reasonable
profit. I
!
If the performance of all or.~ny portion of the WORK is suspended, delayed, or
interrupted as a result of a f~ilure of the OWNER or ENGINEER to act within a
reasonable time, an adjustme~t in the CONTRACT PRICE or an extension of the
CONTRACT TIME, or both, s~all be made by CHANGE ORDER to compensate the
CONTRACTOR for the costs land delays necessarily caused by the failure of the
OWNER or ENGINEER. !
I
I
The Contractor shall not suspe~d the work and shall not remove any equipment, tools,
supplies, materials, or other items without the written permission of the' Owner or
Engineer. i
!
I
i
04/09/0t G003-103\XB00700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00700 - 33
General Conditions
19. PAYMENTS TO CONTRACTOR
19.1 At least ten (10) days before each progress payment falls due (but not more 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 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 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 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, may
reduce retainage to five (5%) percent on the current and remaining estimates..When
the WORK is SUBSTANTIALLY COMPLETE (operational or beneficial occupancy),
the retained amount will be further reduced below five (5) percent to two hundred
(200) percent of the value of the outstanding Work. 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 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.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00700 - 35
General Conditions
19.9 No compensation will be made in any case for loss of anticipated profits.
19.10 The basis of payment shall be the contract unit prices and/or contract lump sum
price(s) named in these Contract Documents.
19.11 The measurement of quantities shall be made by the Engineer in accordance with the
Specifications and other Contract Documents.
19.12 If the Contract is based on a unit price bid, the items of work to be measured and the
units of measurement shall be as set forth in the Bid Proposal Form. Only net
quantities offinished work will be measured. Any items of work not set forth in the Bid
Proposal Form, but necessary or convenient for the satisfactory completion of the
) work under the terms of these Contract Documents, shall not be measured separately
and shall be considered a part of said items of work set forth in the Bid Proposal
Form.
19.13 If the Contract is based on a lump sum bid, the measurement of quantities for
progress. estimates and progress payment requests will be made by the Contractor,
subject to the Engineer's approval, and will be based on items of work and the value
thereof contained in the Contractor's Schedule of Values. A final measurement of
quantities will not be required.
19.14 The Contractor may submit to the Engineer, on forms furnished by the Engineer, a
progress payment request for the amount of work accomplished, products furnished,
and products stored at the site during the previous month. Ten (10) signed copies of
each request shall be furnished. The progress payment request shall be signed by the
Contractor and be supported by such data as the Engineer may reasonably require. If
payment is requested for products not incorporated in the work but delivered and
suitably stored at or nE~ar the site, the progress payment request shall also be
accompanied by such supporting data, satisfactory to the Owner, as will establish the
Owner's title to said products and protect his interest therein, including appropriate
insurance. The Contractor shall furnish. a proper and duly executed written
authorization designating those persons who will be authorized to sign and/or certify
progress payment requests for the Contractor.
19.15 It is understood and agreed that the approval of the progress payment request and
the paying of a partial payment shall not be construed as acceptance of any work,
materials, or products and shall not relieve the Contractor in any way from his
responsibilities and obligations under these Contract Documents.
19.16 A partial payment will not be made when, in the judgment of the Owner or the
Engineer, the work is not proceeding in accordance with any of the provisions of these
Contract Documents.
04/09/07 G003-103\XB00700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
21 .2
21.3
00700 - 37
General Conditions
21.1.1
Claims under workman's compensation, disability benefit, and other
similar employee benefit acts;
21.1.2
Claims for damages because of bodily injury, occupational sickness or
disease, or death of his employees;
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.
The CONTRACTOR shall within ten (10) days after the receipt of the NOTICE OF
AWARD furnish the OWNER with 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 coverage afforded under the policies will not
be canceled unless at least thirty (30) days prior WRITTEN NOTICE has been given
to the OWNER.
The CONTRACTOR shall procure and maintain, at his own expense, during the
CONTRACT TIME, liability insurance as hereinafter specified. The limits of liability the
CONTRACT TIME, liability insurance as hereinafter specified. The limits of liability
must be at least equal to the limits carried by Augusta-Richmond County.
21.3.1 CONTRACTOR's General Public Liability and Property Damage Insurance
including vehicle coverage issued to the CONTRACTOR and protecting him from
all claims for personal injury, including death, and all claims for destruction of or
damage to property, arising out of or in connection.with any operations under the
CONTRACT DOCUMENTS, whether. such operations be by himself or by any
SUBCONTRACTOR under him, or anyone directly or indirectly employed by the
CONTRACTOR or by a SUBCONTRACTOR under him. Insurance shall be
written with a limit of liability of not less than $1,000,000 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 not less than
$1,000,000 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 $1,000,000 for all property damage sustained by anyone person in anyone
accident; and a limit of liability of not less than $1,000,000 aggregate for any
such damage sustained by two or more persons in anyone accident.
04/09/07 G003-103\X600700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00700 - 39
General Conditions
21.9 The Contractor shall not commence work under this Contract until he has obtained all
of the insurance required and such insurance has been approved by the Owner, nor
shall the Contractor allow any subcontractor to commence work on his subcontract
until the insurance required of the subcontractor has been so obtained and approved.
21.10 In the event any insurance coverage should be canceled or allowed to lapse, the
Contractor will not be permitted to work until adequate and satisfactory insurance is in
effect. Failure to keep insurance policies in effect WILL NOT be cause for any claims
for extension of time under this Contract.
22. CONTRACT SECURITY
22.1 The CONTRACTOR shall within ten (10) days after the receipt of the NOTICE OF
AWARD furnish the OWNER with a Performance Bond and a Payment Bond in penal
sums equal to the amount of the CONTRACT PRICE, conditioned upon the
performance by the CONTRACTOR of all undertakings, covenants, terms, conditions,
and agreement 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 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 fromthe 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 signed by such
other surety 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.
22.2 Payment Bond in the amount of 100 percent of the contract price and a Performance
Bond in the amount of 100 percent of the contract price shall be required in the form
set forth in the Contract Documents.
22.3 Whenever a Construction and Maintenance or Maintenance Bond may be required in
these Contract Documents, the same shall be the Performance Bond included herein.
22.4 The attorney-in-fact or officer who signs the Performance Bond and the Payment
Bond for a surety must file with such bond a certified copy of his power of attorney
authorizing him to do so.
04/09/07 G003-103\XB00700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
25.
25.1
25.2
26.
26.1
26.2
26.3
26.4
26.5
26.6
00700 - 41
General Conditions
SEPARATE CONTRACTS
The OWNER reserves the right to let other CONTRACTS in connection with this
PROJECT. The CONTRACTOR shall afford other CONTRACTORS reasonable
opportunity for the introduction and storage of their materials and the execution of
their WORK. and shall properly connect and coordinate his WORK with theirs. If the
proper execution or results of any part of the CONTRACTOR'S WORK depends upon
the WORK of any other CONTRACTOR, the CONTRACTOR shall inspect and
promptly report to the ENGINEE.R any defects in such WORK that render it unsuitable
for Such proper execution and results.
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.
SUBCONTRACTING
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.
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.
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 person directly employed by
him.
See Paragraph 26.11 of these General Conditions.
Nothing contained in this CONTRACT shall create any contractual relation between
any SUBCONTRAGTOR and the OWNER.
The Contractor shall give his personal attention to the fulfillment of the Contract and
shall at all times keep the work under his control.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
27.2
27.3
27.4
27.5
27.6
27.7
27.8
27.9
00700 - 43
General Conditions
The CONTRACTOR shall perform all of the WORK herein specified under the general
direction, and to the entire satisfaction, approval, and acceptance of the Engineer.
The Engineer shall decide all. questions relating to measurements of quantities, the
character of the WORK performed and as to whether the rate of progress is such that
the WORK will be completed within the time limit of the Contract. All questions as to
the meaning of these Specifications will be decided by the Engineer.
The approval of the Engineer of any materials, plants, equipment, Drawings, or of any
other items executed, or proposed by the Contractor, shall be construed only to
constitute an approval of general design. Such approval shall not relieve the
Contractor from the performance of the WORK in accordance with the Contract
Documents, or from any duty, obligations, performance guarantee, or other liability
imposed upon him by the provisions of the Contract.
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.
The ENGINEER will not be responsible for the construction means, controls,
techniques, sequences, procedures, or construction safety.
The ENGINEER shall promptly make decisions relative to interpretation of the
CONTRACT DOCUMENTS.
The Engineer may appoint such inspectors as he may desire. Inspection will extend to
all parts of the work and to the preparation and manufacture of the materials to be .
used. An inspector is placed on the work to keep the Engineer and Owner informed as
to the progress of construction and the manner in which it is being done and also to
call to the attention of the Contractor any deviation from the Drawings and
Specifications.
The inspectors have the authority to reject defective material or work that is being
improperly done subject.to the final decision of the Engineer. The inspectors are not
authorized to revoke, alter, enlarge, or relax the provisions ofthese conditions, nor are
they authorized to approve or accept any portion of the completed work, or. to issue
instructions contrary to the Drawings and Specifications.
The Contractor may request written instructions from the Engineer upon any important
items which lie within the inspector's jurisdiction.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
29.
29.1
30.
30.1
30.2
30.3
31.
31 .1
32.
32.1
00700 - 45
General Conditions
WARRANTY
The CONTRACTOR shall warrant all materials and equipment furnished and WORK
performed for a period of one (1) year from. the date of FINAL ACCEPTANCE BY
OWNER. The CONTRACTOR warrants for a period of one (1) year 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
sy~tem 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 such
defects, the owner may do so and charge the CONTRACTOR the cost thereby
incurred. The PERFORMANCE BOND shall remain in full force and effect through the
warranty period.
TAXES. PERMITS AND LICENSES
The CONTRACTOR will pay all sales, consumer, use, and other similar taxes
required by the law of thy place where the WORK is performed.
The Contractor shall pay all applicable taxes levied by federal, state, and local
governments and obtain all permits on any part of the work as required by law in
connection with the work. It is understood and agreed that the cost of said taxes is
included in the contract price(s) for the work.
The Contractor shall procure all temporary permits and licenses necessary and
incidentar to the due and lawful prosecution of the work and shall pay all charges and
fees, and all costs thereof shall be deemed to be included in the contract price(s) for
the work.
DISPUTES
Disputes shall be settled in the Superior Court of Richmond County where the Owner
is located.
CONTRACT PROVISIONS REQUIRED BY LAW
It is understood and agreed that each and every provision ang clause required by
local, state, and federal laws to be inserted in these Contract Documents shall be
deemed to be inserted herein in their entirety, and the Contract Documents shall be
read and enforced as though they were included herein. If through mistake or
otherwise any such provision or clause is not inserted or is not correctly inserted,
these Contract Documents shall forthwith be physically amended to make such
insertion or correction upon the application of either party of the Contract.
04/09/07 G003-103\XB00700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
35.
35.1
35.2
35.3
36.
36.1
36.2
00700 - 47
General Conditions
ESTIMATE OF QUANTITIES
When the Bid Proposal Form contains the provision for receiving bids based on unit
prices for various items comprising the complete work, the quantities indicated are
approximate only, being given as a basis for comparison of bids. The Owner does not,
expressly or by implication, agree that the actual quantity of the items will correspond
with the estimated quantity shown in the Bid Proposal Form, and reserves the right to
increase or decrease the amount of any item or portion of the work, or to omit portions
of the work, as may be deemed necessary or advisable by the Engineer.
When the Bid Proposal Form contains the provision for receiving bids based on a
lump sum price, the Contractor shall be held responsible for having prepared his own
estimate of the quantities necessary for the satisfactory completion of the work
specified in these Contract Documents and for having based the lump sum price bid
on his estimate of quantities.
It is understood and agreed that the Contractor shall be held responsible for the
inclusion of the cost of all incidental items of work necessary or convenient for the
satisfactory completion of the work, in accordance with and within the intent of these
Contract Documents, in the price(s) bid and that the price(s) bid provide for the
satisfactory completion of the work specified in these Contract Documents.
CONTRACTOR's OBLIGATIONS
The Contractor shall in good workmanlike manner perform all work and furnish all
supplies and materials, machinery, equipment, facilities, a':ld means, except as herein
otherwise expressly specified, necessary or proper to perform and complete the work
required by this Contract, within the time herein specified, in accordance with the
provisions of this Contract and said Specifications and in accordance with the
Drawings covered by this Contract and all supplemental Drawings, and in accordance
with the direction~ of the Engineer as given from time to time during the progress of
the work. He shall furnish, erect, maintain, and remove such construction plant and
such temporary works as may be required. The Contractor shall observe, comply with,
and be subject to all terms, conditions, requirements, and limitations of the Contract
~nd Specifications and shall do, carry on, and complete the entire work to the
satisfaction ofthe.Engineer and the Owner.
The Contractor shall restore disturbed areas to original or better condition.
04/09/07 G003-103\X800700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
39.
39.1
40.
40.1
41.
41.1
42.
42.1
00700 - 49
General Conditions
CHEMICALS
. All chemicals used during project construction or furnished for project operation,
whether herbicide, pesticide, disinfectant, polymer, reactant, or of other classification,
must show approval of either EPA or USDA. Use of all chemicals and disposal of
residues shall strictly conform with the manufacturer's instructions.
CONNECTING OF EXISTING WORK
The Contractor shall remove such existing masonry and piping as is necessary in
order to make the proper connections to these structures at the locations shown. Also,
he shall make the necessary pipeline, roadway, and other connections at several
points in order that on completion of the Contract, all required flows may flow through
the several pipelines and structures. No extra payment shall be made for this work,
but the entire cost of the same shall be included in the price bid for the various items
of the work to be done under this Contract.
PROGRAM AND METHOD OF CONSTRUCTION
The order or sequence of execution of the work, the methods of construction, the
general conduct of the work, and the general arrangements of the construction plant
to be installed shall at all times be subject to the approval and direction of the
Engineer. If at any time before the commencement or during the progress of the work,
or any part of it, such methods, features, and appliances used or to be used appear to
the Engineer as unsafe, insufficient, or improper, he may order the Contractor to
increase their safety or efficiency or to improve their character, and the Contractor
shall conform to such orders, but the failure of the Engineer to demand any increase
of such safety, efficiency, adequacy, or any improvement shall not release the
Contractor from his obligation to secure the safe conduct and quality of the work
specified.
BUILDING AND SHANTIES
No shanties, camps, or buildings for the housing of men. employed on the work shall
be erected on land owned or leased by the Owner unless a permit, in writing, is
secured from the Owner allowing their construction. Should permiSSion be asked and
granted, the Contractor must comply with all regulations regarding the construction
and maintenance of such buildings.
04/09/07 G003-103\XB00700
I
(I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
45.
45.1
45.2
45.3
45.4
45.5
46.
46.1
00700 - 51
General Conditions
USE OF STREETS
During the progress of the work, the Contractor shall make ample provision for both
vehicular and foot traffic on any public road and shall indemnity and save harmless
the Owner from any expense whatsoever due to his operations over said roadways.
The Contractor shall also provide free access to all fire hydrants and water and gas
valves located along the line of his work. Gutters and waterways must be kept open or
other provisions made for the removal of storm water. Street intersections may be
blocked only one half at a time, and the Contractor shall lay and maintain temporary
driveways, bridges, and crossings such as in the opinion of the Engineer are
necessary to reasonably accommodate the public and to provide access to needed
private driveways. In the event of the Contractor's failure to comply with these
provisions, the Owner may cause the same to be done and will deduct the cost of
such work from any money due or to become due the Contractor under this Contract,
but the performance of such work by the Owner or at its insistence shall serve in
nowise to release the Contractor from his general or particular liability for the safety of
the public or the work.
Required line crossings of all streets and roads shall/be done in accordance with the
applicable state Department of Transportation procedures.
The Contractor will be permitted to close a street when necessary for the proper
prosecution of the work. The Contractor shall keep the Police and Fire Departments
continuously informed as to his intentions to close streets and give the Police
Department sufficient notice in order that "No Parking" signs may be placed at the
proper time to clear the street for construction.
The Contractor shall maintain proper barricades and flagmen to detour traffic.
At all times, the Contractor is responsible for damage to City and County streets as a
result of their use in this project. The streets must be kept clear of all dirt, stone, or
other debris. All debris, dirt, etc., whether cause by rains storms, spillage from trucks
or otherwise, shall be kept out of sewers. The Contractor is responsible for and may
not plead ignorance of City and County ordinances and amendments hereto that may
affect the use of streets sewers.
ACCESS BY REPRESENTATIVES OF GOVERNMENTALAGENCIES
The authorized representatives and agents of all governmental agencies involved in
this project shall have access to the work at all times and shall be permitted to inspect
all work, materials, payrolls, records of personnel, invoices of materials, and other
relevant data and records. The Contractor shall provide proper facilities for the access
and inspection of the work by such persons.
04/09/07 G003-103\XB00700
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
52.3
52.4
52.5
52.6
00700 - 53
General Conditions
Utility facilities, such as water mains, gas mains, storm sewers, sanitary sewers,
telephone lines, power lines, and buried facilities and structures in the vicinity of the
work are indicated on the drawings only to the extent such information has been made
available to or discovered by the Engineer during the course of preparing the
Drawings. The actual locations of the utility facilities may vary from the locations
shown and there may be utility facilities existing that are not indicated on the
Drawings. It is understood and agreed that there is no guarantee as to the accuracy or
completeness of the utility information indicated on the Drawings and all responsibility
for the accuracy or completeness thereof is expressly disclaimed. Generally, service
connections are not indicated on the Drawings.
The Contractor shall be solely responsible for locating all existing underground
facilities, including service connections, in advance of excavating, trenching, or 'Other
work, by contacting the owners of the facilities or prospecting. The Contractor shall
use his own information and shall not rely upon any information shown on the
Drawings concerning utility facilities.
In the event of accidental damage to or disruption of utilities by the Contractor or any
of his subcontractors or agents, the Contractor shall immediately take all necessary
steps to replace any pieces of damaged equipment and all damaged materials, make
all necessary repairs, and restore all services to normal. The Contractor shall engage
any an~ all required additional labor, individuals, subcontractors, or other outside
services which may be deemed necessary to operate on a continuous "around-the-
clock" basis until services are restored. He shall also provide and install all required
equipment and materials to maintain temporary emergency services for uninterrupted
use of facilities. All costs involved in making the repairs and restoring the disrupted
service to normal shall be borne by the Contractor responsible for any and all damage
claims resulting from such disruption.
Under no circumstances shall the Contractor or any of his subcontractor or agents
disrupt or disconnect any type of facility whatsoever without first obtaining the written
permission of the utility owner to do so. Request for disruption or disconnection shall
state:
1. The location of the required disconnect and which utility is concerned.
2. The exact date and time at which the disconnect will be required.
3. The duration of the proposed disconnect or interruption.
04/09/07 G003-103\XB00700
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
56.
56.1
00700 - 55
General Conditions
ARCHAEOLOGICAL PLAN FOR IDENTIFICATION AND EXCAVATION OF
SIGNIFICANT SITES
Identification and Excavation:
Since no known sites are to be directly impacted by proposed construction, no plans
have been made for archaeological excavations prior to construction. Due to the
possibilities that sites may be encountered during construction, the following procedure
has been.established:
A. The Engineer shall be instructed to notity either a local professional
archaeologist or the director of the state Division of Archaeology in the event
that concentrations of shells, pottery fragments, bones, beads, flint projectiles,
etc., are encountered during construction.
B. Construction shall be stopped immediately in the area in question and will be
diverted to other areas so as to provide for minimal delays in construction.
C. If the site is determined to be significant, the Engineer and Contractor shall
cooperate with the archaeologist(s) so that salvage archaeology may be
arranged and carried out expediently. The Contractor shall not be held
responsible for unreasonable delays associated with salvage archaeology
operations.
END OF SECTION
04/09/07 G003-1 03\XB00700
I
I
I
I
I
I
I
I
I
I
-I
I
I
I
I
I
I
I
I
Section 00800
Supplemental General Conditions
O. GENERAL
0.1 SUPPLEMENTS: The supplements contained in these Supplemental General Conditions
modify, change, delete from, or add to the General Conditions of these contract
Documents. Where any article of the General Conditions is modified or any paragraph,
subparagraph, or clause thereof is modified or any paragraph, subparagraph, or clause
thereof is modified by these supplements, the unaltered provisions of that article,
paragraph, subparagraph, or clause shall remain in effect.
1.0 INSURANCE (Refers to Article 21, General Conditions)
Contractor shall submit to the Engineer and Owner the following:
1.1 A Certificate of Insurance certitying that the contractor's insurance includes
coverage for the following:
a. The Contractor shall be responsible from the time of signing the contract, or
from the time of the beginning of the first work, whichever shall be earlier, for
all injury or damage of any kind resulting from this work, to person or property.
The Contractor shall exonerate, indemnity and save harmless the OWNER
and the Engineer from and against all claims or actions, and all expenses
incidental to the defense arising out of damage or injury (including, death) to
persons or property caused by or sustained in connection with the
performance of this contract or by conditions created thereby or arising out of
or in any way connected with work performed under this contract and shall
assume and pay for, without cost to the OWNER or the Engineer, the defense
of any. and all claims, litigation and actions suffered through any act or
omission of the Contractor or anyone directly or indirectly employed under the
supervision of any of them.
1.2 A Certificate of Insurance showing coverage by insurance carriers licensed and
doing business in Georgia and acceptable to the OWNER for the following:
a. Statutory Workmen's Compensation Insurance.
b. Comprehensive Liability Insurance covering all operations and automobiles (i)
with limits of $1,000,000 per occurrence $3,000,000 General Aggregate Bodily
Injury inclusive of protection against bodily injury due to excavation, shoring,
underpinning and blasting, to the extent to which such risks are present, and
(ii) with limit of $1 ,000,000 per occurrence Property Damage, inclusive of
protection against damage due to excavation, shoring, underpinning and
blasting, to the extent to which such risks are present.
c. Protective coverage for any subcontractor's operations.
04/09/07 G003-103\XB00800
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00800 - 3
Supplemental General Conditions
1.5 Criteria for Holding Companies Submitting Surety Bonds to the OWNER. An insurer,
to be acceptable, will be required to meet the following criteria:
a. A Company holding a Certificate of Authority as an acceptable Surety on
Federal Bonds, as published in the latest such listing in the. Federal Register;
and an insurance company licensed to do business within the State of Georgia
as a company writing policies of insurance and/or bid bonds; payment bonds
and performance bonds, regulated as such by the Georgia Department of
Insurance, and the participant in the State of Georgia Insurance and Solvency
Pool, and meet the following additional criteria:
(1) A company with a rating in the A.M. Best Companies' most recent
publishing rating of "A++ or A+: Class IV or Larger".
(2) A company with a rating in A.M. Best Companies' most recent
publishing rating of "A: Class V or Larger".
(3) A company with a rating in A.M. Best Companies' most recent
publishing rating of "A-: Class X or Larger".
(4) A company which can furnish an assumption certificate or cut through
clause in a statement of coverage under which payment is guaranteed
100% to third-party claimants by a reinsurer with a rating in A.M. Best
Companies' most recent published rating of "A or A+: Class V or
Larger".
(5) In lieu of the A.M. Best Company Rating, insurers rated AAA, AA+, AA,
AA- by Standard & Poors Insurance Rating Services will also be
acceptable.
b. If surety does not meet any of the above qualitying criteria, the OWNER, in its
sole discretion, shall evaluate any such surety, upon receiving from the
company the following information, plus any other information it deems
relevant:
(1) Copy of a certified financial audit for the insurer's- most recent fiscal
year, performed bya nationally or regionally recognized accounting
firm, giving the company a clean opinion.
(2) Copy of a report for the insurer's most recent fiscal year from an
independent, certified actuary veritying recommended and approved
loss reserves, premium structures (not less than 85% approved by the
Georgia Department of Insurance for insurance writing bid bonds,
payment bonds and performance bonds within Georgia), and
appropriate funding.
04/09/07 G003-103\XB00800
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00800 - 5
Supplemental General Conditions
e. Settle all outstanding liabilities and all. claims arising out of such termination of
orders and subcontracts, with the approval or ratification of the OWNER to the
extent the OWNER may require. Its approval or ratification shall be final for all
the purposes of Article 2.3.e. I
f. Transfer title to the OWNER, and delivery in the manner, at the times, and to
the extent, if any, directed by the OWNER, (i) the fabricated or unfabricated
parts, work in progress, completed work, supplies, and other material
produced as a part of, or acquired in connection with the performance of the
work terminated by the Notice of Termination, and (ii) the completed or
partially completed plans, drawings, information, and other property which, if
the contract had been completed, would have been required to be furnished to
the OWNER;
g. Use his best efforts to sell, in the manner, at the times, to the extent, and at
the price or prices that the OWNER directs or authorizes, and property of the
types referred to in Article 2.3.f., but the Contractor (i) shall not be required to
extend credit to any purchaser, and (ii) may acquire any such property under
the conditions prescribed and at a price or prices approved by the OWNER.
The proceeds of any such transfer or disposition shall be applied in reduction
of any paymerlts to be made by the OWNER to the Contractor under this
contract or shall otherwise be credited to the price or 'costof the work covered
by this contract or paid in such other manner as the OWNER may direct;
h. Complete performance of such part of the work as shall not have been
terminated by the Notice of Termination; and,
i. Take such action as may be necessary, or as the OWNER may direct, for the
protection and preservation of the property related to this contract which is in
the possession of the Contractor and in which the OWNER has or may
acquire an interest;
2.4 After receipt of a Notice of Termination, the Contractor shall submit to the OWNER
his termination claim in the form and with the certification the OWNER prescribes. .
Such claims shall be submitted promptly but in no event later than ninety (90) days
from the effective date of termination, unless one or more extensions in writing are
granted by the OWNER upon request of the Contractor made in writing within such
ninety-day (90) period or authorized exten~ion. However, if the OWNER determines
that the facts justity such action, it may receive and act upon any such termination
claim at any time after such ninety-day (90) period or extension. If the Contractor
fails to submit his termination claim within the time allowed, the OWNER may
determine, on the basis of information available to it, the.amount, if any, due to the
Contractor because of the termination. The OWNER shall then pay to the Contractor
the amount so determined and the Contractor shall have no further claim against the
OWNER;
04/09/07 G003-103\XB00800
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00800 - 7
Supplemental General Conditions
b. The reasonable cost of the preservation and protection of property incurred
under Article 2.3.i and any other reasonable cost incidental to termination of
work under this contract, including expense incidental to the determination of
the amount due to the Contractor as a result of the termination of work under
this contract. The total sum to. be paid to th'e Contractor under Article 2.6.a
shall not exceed the total contract sum as reduced by the amount of payments
otherwise made and as further reduced by the contract price of work not
terminated. Except for I)ormal spoilage and except to the extent that the
OWNER shall have otherwise expressly assumed the risk of loss, there shall
be excluded from the amount payable to the Contractor under Article 2.6.a
above, the fair value, as determined by the OWNER of property which is
destroyed, lost, stolen, or damaged to the extent that it is undeliverable to the
OWNER, or to a buyer under Article 2.3.g;
2.7 The Contractor shall have the right to make claim from any determination the
OWNER makes under Articles 2.4 or 2.6. But if the Contractor has failed to submit
his claim within the time provided in Article 2.4 and has failed to request extension
of such time, he shall have no such right of appeal In any case where the OWNER
has determined the amount due under Articles 2.4 or 2.6, the OWNER shall pay to
the Contractor the following: (1) the amount so determined by the OWNER or (2) if
an adverse proceeding is initiated, the amount finally determined in such
proceeding;
2.8 In arriving at the amount due the Contractor under Articl~ 2.6, there shall be
deducted (1) all unliquidated advance or other payments on account theretofore
made to the Contractor, appJicable to the termination portion .of this. contract, (2) any
claim which the OWNER may have against the Contractor in connection with this
contract, and (3) the agreed price for, or the proceeds of sale of, any materials,
supplies, or other things kept by the Contractor or sold under the provisions of
Article 2.6 and not otherwise recovered by or credited to the OWNER;
2.9 If the. termination hereunder be partial, before the settlement of the termination
portion of this contract, the Contractor may file with the OWNER a request in writing
for an equitable adjustment of the price or prices specified in the contract related to
the continued portion of the contract (the portion not terminated by the Notice of
Termination). Such equitable adjustment as may be agreed upon shall be made in
the price or prices. Nothing contained herein shall limit the right of the OWNER and
the Contractor to agree upon the amount or amounts to be paid to the Contractor for
the completion of the continued portion of the contract when the contract does not
contain an established contract price for the continued portion.
2.10 Upon written notice from the OWNER, the Contractor agrees to cure any structural
defect caused by the Contractor in the project or remedy any departure from the
plans and specifications not approved by change order within twenty (20) days of
receipt of such notice unless extended by OWNER in writing.
04/09/07 G003-103\XB00800
1
1
I
I.
1
I
1
I
1
I
1
I
I
I
1
1
1
I
I
00800 - 9
Supplemental General Conditions
4.3
In the event the Contractor shall be delinquent in respect to compliance with the
time limits established in Paragraph 4.2, he shall, within seven days after receipt of
written demand of the OWNER, COMMENCE WORKING NOT LESS THAN A
TWELVE-HOUR DAY AND NOT LESS THAN SIX DAYS A WEEK UNTIL SUCH
TIME AS HE SHALL HAVE BROUGHT THE AMOUNT OF WORK IN PLACE INTO
COMPLIANCE WITH THE CONSTRUCTION PROGRESS SCHEDULE. Fulfillment
of this requirement as to overtime work shall not relieve the Contractor from liability
for breach of the covenant as to time. For account of recovery of lost time required
of the contractor for his breach of the covenant as to time, the Contractor shall be
entitled to no claim against the OWNER for any payment, repayment,
reimbursement, remittance, remuneration, compensation, profit, cost, overhead,
expense, loss, expenditure, allowance, charge, demand, hire, wages, salary, tax,
cash, assessment, price, money, bill, statement, dues, recovery, restitution, benefit,
recoupment, exaction, injury, or damages.
4.4
The Contractor agrees that said work shall be prosecuted regularly, diligently, and
uninterruptedly at such rate of progress as will insure full completion thereof within
the time called for in the Contract Documents. It is expressly understood and agreed
that the Contractor has considered all contingencies and factors affecting his abilitY
to perform all the work within this time, including among others, delays caused by
bad weather (as detailed in 4.5 below) and other possible delays, and after
consideration of 'these factors, he had made an allowance for such factors before
agreeing to completion date specified in the Contract Documents, and does further
agree that all things considered, such completion date is a reasonable time for
completion of all Work to be performed hereunder, without the need for any
extension of time.
4.5
Completion time will not be extended for normal bad weather. The time for
completion as stated in the Contract Documents includes due allowance for
calendar days on which work cannot be p~rformed out-of-doors. For the purpose of '
this Contract, the Contractor agrees that he may expect to lose a TOTAL number of
calendar days between the "start-of-work date" and functional completion date due
to weather in acCordance with the following table which is the average from three
local area weather stations over the same period of time. This is the same. source of
data used to determine normal weather losses.
Jan 10 days
Feb 9 days
Mar 9 days
April 8 days
May. 10 days
June 8 days
July 11 days
Aug 9 days
Sept 7 days
Oct 6days
Nov 7days
Dec 8days
Also, the Contractor agrees that a "day lost to weather" for the period covered by
this contract is defined as a calendar day in which either:
A. Precipitation exceeded 0.10 inch
OR
04/09/07 G003-1 03\XB00800
I
1
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01010
Summary of Work
Part 1 General
1.01 Description
A. The Work to be performed under this Contract shall consist of furnishing all labor,
materials, tools, equipment and incidentals and performing all Work required for the
construction of a new scale house, drop-off area, and related site and utility
improvements.
B. All Work described above shall be performed as shown on the Drawings and as
specified.
1.02 Project Location
The equipment and materials to be furnished will be installed at the locations shown
on the Drawings.
1.03 Quantities
The Owner reserves the right to alter the quantities of work to be performed or to
extend or shorten the improvements at any time when and as found necessary, and
the Contractor shall perform the work as altered, increased or decreased. Payment
for such increased or decreased quantity will be made in accordance with the
Instructions to Bidders. No allowance will be made for any change in anticipated
profits nor shall such changes be considered as waiving or invalidating any conditions
or provisions of the Contract and Bond.
1.04 Partial Owner Occupancy
The existing facilities to which these improvements are being made will continue
operation during the period of construction.
END OF SECTION
04/09/07 G003-1 03\XB01 01 0
I
I
1
I
I
I
I
I
I
I
1
I
I
I
1
I
1
I
1
Part 1
1.01
1.02
1.03
1.04
Section 01011
Unique Requirements
General
Scope
The scope of this Section is to convey to the Contractor unique and unusual
stipulations and requirements which have been established for this Project. Some
requirements are based on technical aspects of the Project which are not otherwise
conveyed to the Contractor. The provisions of this Section shall supersede the
provisions of the Division 1 through 17 Specifications but shall not supersede the
Bidding Requirements, Contract Forms or Conditions of the Contract.
Submittals
A.
Sequence Submittal
1. Submit a proposed sequence in accordance with Section 01310 with
appropriate times of starting and completion of tasks to Engineer for review.
2. The Contractor may propose alternatives to the sequencing constraints to that
shown in this Section in an attempt to reduce the disruption of the operation of
the existing facility or streamline the tasks of this Contract. The Owner and
Engineer are not obligated to accept any of these alternatives.
Existing Facility Operations
A.
The Contractor shall coordinate the work with the Owner so that the construction will
not restrain or hinder the operation of the existing facilities. If, at any time, any portion
of the facilities are out of service, the Contractor must obtain approval from the Owner
as to the date, time and length of time that portion of the facilities are out of service.
B.
Connections to the existing facilities or alteration of existing facilities will be made at
times when the facility involved is not in use or at times, established by the Owner,
when the use of the facility can be conveniently interrupted for the period of time
needed to make the connection or alteration.
C.
After having coordinated the work with the Owner, the Contractor shall prepare a
submittal in accordance with Section 01340 to include the time, time limits and
methods of each connection or alteration and have the approval of the Engineer
before any work is undertaken on the connections or alterations.
D.
Before any roadway or facilities are blocked off, the Owner's approval shall be
obtained to coordinate operations for the landfill.
Sequencing
A.
General
1. The Contractor shall be solely responsible for all construction sequencing.
04/09/07 G003-103\XB01011
1
I
1
1
I
I
I
I
I
I
I
I
1
1
I
I
I
I
1
Section 01016
Occupancy
Part 1 General
1.01 Partial Occupancy by Owner
Whenever, in the opinion of the Engineer, any section or portion of the Work or any
structure is in suitable condition, it may be put into use upon the written order of the
Engineer, and such usage shall not be held to be in any way an acceptance of said
Work or structure, or any part thereof, or as a waiver of any of the provisions of these
Specifications and the Contract. Pending final completion and acceptance of the
Work, all necessary repairs and removals, due to defective materials or workmanship
or to operations of the Contractor, of any section of the Work so put into use shall be
performed by the Contractor at his own expense.
END OF SECTION
04/09/07 G003-1 03\X80 1016
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01025
Measurement and Payment
Part 1 General
1.01 Scope
A. The Bid lists each item of the Project for which payment will be made. No payment
will be made for any items other than those listed in the Bid.
B. Required items of work and incidentals necessary for the satisfactory completion of
the work which are not specifically listed in the Bid, and which are not specified in this
Section to be measured or to be included in one of the items listed in the Bid, shall be
considered as incidental to the work. All costs thereof, including Contractor's
overhead costs and profit, shall be considered as included in the lump sum or unit
prices bid for the various Bid items. The Contractor shall prepare the Bid accordingly.
C. Work includes furnishing all plant, labor, equipment, tools and materials, which are
not furnished by the Owner and performing all operations required to complete the
work satisfactorily, in place, as specified and as indicated on the Drawings.
1.02 Descriptions
A. Measurement of an item of work will be by the unit indicated in the Bid.
B. Final payment quantities shall be determined from the record drawings. The record
drawing lengths, dimensions, quantities, etc. shall be determined by a survey after the
completion of all required work. Said survey shall conform to Section 01720 of these
Specifications. The precision of final payment quantities shall match the precision
shown for that item in the Bid.
C. Payment will include all necessary and incidental related work not specified to be
included in any other item of work listed in the Bid.
D. Unless otherwise stated in individual sections of the Specifications or in the Bid, no
separate payment will be made for any item of work, materials, parts, equipment,
supplies or related items required to perform and complete the work. The costs for all
such items required shall be included in the price bid for item of which it is a part.
E. Payment will be made by extending unit prices multiplied by quantities provided and
then summing the extended prices to reflect actual work. Such price and payment
shall constitute full compensation to the Contractor for fumishing all plant, labor,
equipment, tools and materials not furnished by the Owner and for performing all
operations required to provide to the Owner the entire Project, complete in place, as
specified and as indicated on the Drawings.
F. "Products" shall mean materials or equipment permanently incorporated into the work.
05/02/07 G003-103\XB01025
1
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
01025 - 3
Measurement and Payment
3. Truck Scales and Foundations: Allow the amount provided in the Bid for the
construction of a scale system by a firm selected by the Owner. Scales shall be
constructed in accordance with separate documents and/or requirements to be
provided by the Owner and will include three truck scales, concrete foundations,
concrete ramps, Waste Wizard system and other equipment. Contractor shall
not hinder the construction of the scale system and shall coordinate with the
selected scale contractor at no additional charge to the Owner. Wiring,
conduits, junction boxes and electrical work within the scale house shall be
responsibility of the Contractor. Contractor shall also be responsible for finish
grading and paving after installation of the scales are complete. Underground
conduit outside the building associated with this work shall be the responsibility
of the scale contractor.
4. Furniture, Fixtures and Equipment: Allow the amount specified in the Bid for the
purchase of furnishings and equipment as directed by the Owner. The Owner
shall direct the Contractor to purchase, receive delivery, store, protect, and
deliver for installation at the Facility, the office equipment, signage, security
systems and furnishings deemed necessary by the Owner. The Contractor
shall not include any costs in the Bid for the installation of the furnishings and
equipment. If deemed necessary by the Owner, Contractor services for
installation will be requested by the Owner in the form of a Change Order, as
outlined in these Specifications.
1.04 Clearing and Grubbing
A. No separate payment shall be made for clearing and grubbing.
B. The cost of moving and reestablishing landscape features, including labor and
materials, shall be included in the unit price bid for the item to which it pertains.
1.05 Buildings
A. General
1. No separate payment shall be made for temporary utilities to the existing scale
house to ensure operations during contract time. These costs should be
included within the Lump Sum bid for Scale House Building.
2. No separate payment shall be made for temporary utilities to the new scale
house prior to project completion. These costs should be included within the
Lump Sum bid for Scale House Building.
3. No separate payment shall be made for coordination of water and sewer utility
service to the buildings. All costs associated with coordination and connection
to water and sewer utilities to be installed by others shall be included in the
Lump Sum bid for Scale House Building.
05/02/07 G003-1 03\XB01 025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
01025 - 5
Measurement and Payment
2. When crossing a stream or ditch, the quantity eligible for payment shall be
limited to 10 feet upstream and 10 feet downstream from top of trench
excavation and from five feet from top of bank, across a creek or ditch, banks
and bottoms, to five feet beyond top of bank. Any other areas at creeks or
ditches disturbed by the Contractor, which require rip rap, shall be rip rapped at
no additional cost to the Owner.
F. Grassing: No separate payment will be made for temporary or permanent grassing.
G. Erosion Control Matting: All costs for erosion control matting, including installation,
maintenance, and repair, shall be included in the unit price bid for Erosion Control
Matting.
H. NPDES Monitoring and Reporting: All costs associated with NPDES monitoring and
reporting in accordance with Georgia EPD requirements and these Contract
documents shall be included in the lump sum price bid for this item. This includes, but
is not limited to, preparation and submission of all inspections, record keeping, and
reporting as required under the permit. NOI, NOT and sampling shall be the
responsibility of the Owner.
1.08 Demolition
A. Pavement: All costs associated with pavement demolition shall be included in the unit
price bid for this item. This includes, but is not limited to, removal of pavement, base
and other structures in the paved area for areas noted on the drawings.
B. Scale House and Existing Scales: All costs associated with Scale House and Existing
Scales Demolition shall be included in the lump sum price bid for this item. This
includes, but is not limited to, removal of existing structures, foundations and utilities
associated with these structures. Additionally, all costs associated with items as
shown to be demolished or relocated on the Drawings shall be included in the lump
sum price bid for this item.
C. Building demolition shall not proceed until authorized by the Engineer and the Owner
has vacated the structures. Existing items within the structures shall be the property
of the Owner unless noted otherwise. Demolition shall include coordination of
removal of aerial utilities, demolition of the structure, capping of sanitary utilities,
proper abandonment of water service and removal of any foundation materials within
one foot of proposed grades. Existing scales shall be removed and stored on site as
directed by and remain the property of the Owner.
D. Storm sewer demolition: All costs associated with removal, demolition and disposal of
the storm sewers identified for demolition shall be included in the unit price bid. This
shall also include excavation and backfill as required.
E. Materials resulting from demolition activities shall be disposed within the landfill
working area on site. Contractor shall be required to weigh all materials disposed in
the landfill at the Owner's scale house. The Contractor will not be charged fees for
disposal of demolition debris at the landfill
05/02/07 G003-1 03\XB01 025
1
I
I
I
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
1.10
01025-7
Measurement and Payment
D.
Foundation Excavation
1. Costs for undercutting, foundation preparation, and removal and replacement of
unsuitable material, where shown on the Drawings or specified, shall be
included in the lump sum bid for associated structure.
2. Payment for removal and replacement of unsuitable material which is ordered
by the Engineer which is not shown on the Drawings or specified shall be made
at the unit price bid for:
a. Replacement with Crushed Stone
b. Replacement with Earth Material
3. No separate payment will be made for concrete backfill of trenches beneath
structures. The cost of this work and all costs incidental thereto shall be
included in the price bid for the item to which the work pertains.
4. Additional costs of corrective work, made necessary by unauthorized excavation
of earth or rock, shall be borne by the Contractor.
E.
Dewatering: No separate payment will be made for dewatering required to
accomplish the work.
F.
Backfilling: No separate payment will be made for backfilling or excavation, hauling
and placement of borrow material. The cost of all such work and all costs incidental
thereto shall be included in the unit price bid for the item to which the work pertains.
G.
Unsuitable Materials
1. Payment for removal and replacement of soft or excessively wet material which
is ordered by the Engineer which is not shown on the Drawings or specified
shall be made at the unit price bid for REMOVAL OF UNSUITABLE MATERIAL
AND REPLACEMENT WITH Suitable Earth Material or Crushed Stone. No
measurement for payment will be made unless all dewatering as specified in
Section 02140 has been successfully accomplished.
2. Additional costs of corrective work, made necessary by unauthorized excavation
of earth or rock, shall be borne by the Contractor.
Trench Excavation and Backfill
A.
No separate or additional payment will be made for any special or unique method,
means, techniques or equipment necessary for the Contractor's compliance with
these Specifications, regulatory requirements, permits, laws or regulations which
govern this Project.
05/02/07 G003-103\XB01025
I
I
I
I
1
I
I
I
I
1
I
I
1
I
I
I
I
I
I
01025 - 9
Measurement and Payment
H. Initial Backfill
1. No separate payment shall be made for initial backfill.
2. No separate payment shall be made for drying out the initial backfill material in
order to meet the compaction requirements.
3. No separate payment shall be made for the adding of moisture to the initial
backfill materials in order to meet the compaction requirements.
4. No separate payment shall be made for providing select material if the insitu
material cannot meet the compaction requirements.
I. Final Backfilling
1. No additional payment will be made for additional material when excavated
materials are used.
2. No separate payment shall be made for drying out the final backfill material in
order to meet the compaction requirements.
3. No separate payment shall be made for the adding of moisture to the final
backfill materials in order to meet the compaction requirements.
4. No additional payment will be made for providing select material if the insitu
material cannot meet the compaction requirements.
1.11 Storm Drainage System
A. Existing Utilities and Obstructions: Payment for conflicts with existing utilities shall be
made only where additional manholes and! or additional pipe lengths are approved by
the Engineer. Said payment shall be made at the unit prices in the Bid. No other
payment will be made for any delay or extra costs encountered by the Contractor due
to protection, avoidance or relocation of existing utilities, mains or services or
changing the alignment of the drainage pipe.
B. Storm Drain Culverts: Payment for reinforced concrete pipe shall be made for the
actual lengths constructed and authorized by the Engineer. Measurement shall be
made from centerline of structure to centerline of structure or to adjoining end at
headwall. Cut sheets prepared by the Contractor and approved by the Engineer shall
be the basis for payment.
C. Trench Drain: Payment for Trench Drain shall be made for the actual lengths
constructed and authorized by the Engineer. No additional payment will be made for
frame, grates, grouted slope, or 12" ductile iron pipe to junction box.
D. Headwall: Payment for Headwalls shall be at the unit price bid for each respective
structure properly constructed.
05/02/07 G003-1 03\XB01 025
1
1
I
1
1
I
I
1
I
I
I
I
I
I
1
I
I
I
I
01025-11
Measurement and Payment
2. No separate payment will be made for removal and replacement of curb and
gutter damaged prior to Substantial Completion.
E. No additional payment will be made for thicknesses greater than the thickness
specified for each type of pavement.
F. No additional payment will be made for preparation of the subgrade.
G. No additional payment will be made for repair to existing pavements to remain as
damaged by the Contractor. No additional payment will be made for traffic control
measures. No additional payment will be made for replacement of work as deemed
by the Engineer to be not consistent with the requirements of the drawings and
specifications.
H. Payment for materials testing shall be made from the appropriate item in the cash
allowance. No payments shall be made for tests that fail to verify required results.
I. Payment for striping and signage for accessible spaces shall be included in the unit
price bid for Asphalt Pavement.
J. W Beam Guardrail: All costs for W Beam Guardrail, including soil grading, footing
excavation, posts, materials, and placement for the full length shall be included in
the unit price bid for W Beam Guardrail. Measurement shall be made of actual
quantity constructed, which had been authorized by the Engineer.
1.13 Miscellaneous Utilities
A. Duct Bank: All costs for Duct Bank, including trenching, excavation, backfill,
conduit, fittings, pull string, junction boxes, materials, cabling and placement for the
full length shall be included in the unit price bid for Duct Bank. Measurement shall
be made of actual quantity constructed, which had been authorized by the
Engineer.
B. 2" PVC Conduit: All costs for 2" PVC Conduit, including trenching, excavation,
backfill, conduit, fittings, pull string, junction boxes, materials, cabling and
placement for the full length shall be includep in the unit price bid for 2" PVC
Conduit. Additionally, unit price shall include locating and splicing into the existing
data conduit as described in the drawings. Measurement shall be made of actual
quantity constructed, which had been authorized by the Engineer.
END OF SECTION
05/02107 G003-103\XB01025
I
1
1
1
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01026
Schedule of Values
Part 1 General
1.01 Scope
The work under this Section includes preparation and submittal of a schedule of
values.
1.02 General
A. Timing of Submittal: Submit to the Engineer, a schedule of values allocated to the
various portions of the Work, within 10 days after Notice to Proceed. The first
progress payment will not be made until the next pay cycle following the Engineer's
approval of the Contractor's values.
B. Supporting Data: Upon request of the Engineer, support the values with data which
will substantiate their correctness.
C. Use of Schedule: The schedule of values, unless objected to by the Engineer, shall
be used only as a basis of the Contractor's Application for Payment.
1.03 Form and Content of Schedule of Values
A. Form and Identification
1. Type schedule on 8-1/2 x 11-inch white paper.
2. Contractor's standard forms and automated printout may be used.
3. Identify schedule with:
a. Title of project and location
b. Engineer
c. Name and address of Contractor
d. Contract designation
e. Date of submission
B. Schedule shall list the installed value of the component parts of the Work in sufficient
detail to serve as a basis for computing values for progress payments during
construction. Breakdown shall be by structure, then by CSI Format, for ease of field
verification of quantities completed in each structure.
04/09/07 G003-1 03\X801 026
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01041
Coordination Of Work
Part 1 General
1.01 General
Management of the project shall be through the use of a logical method of
construction planning, scheduling, and cost value documentation as further
described in the section entitled "Construction Scheduling," of these Specifications.
1.02 Existing Landfill Facilities
A. The existing facilities at the Deans Bridge Road MSW Landfill including the existing
scales, scale house and administration building must out of necessity remain in
operation while new construction is in progress.
B. The Contractor shall coordinate his work with the Owner so that construction will
not restrain or hinder operation of the existing facilities at the Landfill. If, at any time,
any portion of the Landfill is out of service, the Contractor must obtain prior
approval from the Owner as to the date, time and length of time that portion of the
existing facilities are out of service.
C. Connections to the existing facilities or alteration of existing facilities will be made at
times when the facility involved is not in use or at times, established by the Owner,
when use of the facility can be conveniently interrupted for the period of time needed
to make the connection or alteration.
D. After having coordinated his work with the Owner, the Contractor shall notify the
Engineer of the time, time limits and methods of each connection or alteration and
have approval of the Engineer before any work is undertaken on the connections or
alterations.
E. Before any roadway or facilities are blocked off the Owner shall be contacted to
coordinate operations for the landfill.
1 .03 Other Utilities
The Contractor shall coordinate his operations with all utility companies in or
adjacent to the area of his work. The Contractor shall require said utilities to identify
in the field their property and provide drawings as necessary to locate them.
END OF SECTION
04/09/07 G003-1 03\X80 1041
I
I
I
1
I
I
I
I
I
I
1
I
I
I
1
I
I
I
I
Section 01 051
Grades, Lines and Levels
Part 1 General
1.01 Description
A. All work under this contract shall be constructed in accordance with the lines and
grades on the plans or as given by the Engineer or Owner. The full responsibility for
holding to alignment and grade shall rest upon the Contractor.
B. The Owner will provide a bench mark and minimal horizontal control. The Contractor
will be responsible for setting offsets from these points and all other layout and
staking.
C. The Contractor shall safeguard all points, stakes, grade marks, bench marks, and
monuments established on the work, shall bear the cost of re-establishing same if
disturbed, and shall assume the entire expense of rectifying work improperly
constructed due to failure to maintain and protect such established points, stakes, and
marks.
END OF SECTION
04/09/07 G003-1 03\X801 051
I
I
1
I
1
I
1
I
I
I
I
I
I
1
1
I
I
I
I
Section 01055
Construction Staking
Part 1 General
1.01 Scope
A. Construction staking shall include all of the surveying work required to layout the Work
and control the location of the finished Project. The Contractor shall have the full
responsibility for constructing the Project to the correct horizontal and vertical
alignment, as shown on the Drawings, as specified, or as ordered by the Engineer.
The Contractor shall assume all costs associated with rectifying work constructed in the
wrong location.
B. From the information shown on the Drawings and the information to be provided as
indicated under Project Conditions below, the Contractor shall:
1. Be responsible for setting reference points and/or offsets, establishment of
baselines, and all other layout, staking, and all other surveying required for the
construction of the Project.
2. Safeguard all reference points, stakes, grade marks, horizontal and vertical
control points, and shall bear the cost of re-establishing same if disturbed.
3. Stake out the permanent and temporary easements or the limits of construction
to ensure that the Work is not deviating from the indicated limits.
4. Be responsible for all damage done to reference points, baselines, center lines
and temporary bench marks, and shall be responsible for the cost of
re-establishment of reference points, baselines, center lines and temporary
bench marks as a result of the operations.
C. Baselines shall be defined as the line to which the location of the Work is referenced,
i.e., edge of pavement, road centerline, property line, right-of-way or survey line.
D. Record Drawing surveys shall be performed in accordance with Section 01720 of these
Specifications.
1.02 Project Conditions
A. The Drawings provide the location and/or coordinates of principal components of the
Project. The alignment of some components of the Project may be indicated in the
Specifications. The Engineer may order changes to the location of some of the
components of the Project or provide clarification to questions regarding the correct
alignment.
B. The survey points, control points, and baseline to be provided to the Contractor shall be
limited to only that information which can be found on the Project site by the Contractor.
C. A topographic survey is included on the Drawings.
07/27/07 G003-103\XB01055
I
1
1
I
I
I
I
I
I
I
I
I
1
I
1
I
I
I
I
01055 - 3
Construction Staking
11.05 Earthwork Quantities for Payment
A. Earthwork
1. The surveyor shall survey before and after the work is performed in such a
manner to produce cross sections and a plan and profile of the area at a scale of
1 inch equals 50 feet horizontal and 1 inch equals 10 feet vertical. A
topographical map with a two foot contour interval and sufficient spot elevations
to define the topography shall be prepared for graded areas at a scale of 1 inch
equals 50 feet. Ground elevations shall be obtained at a frequency equal to a 50
foot by 50 foot grid, plus intermediate spot elevations obtained at every change in
slope. The initial survey shall be completed prior to any earthwork. The final
survey shall be completed after replacement of topsoil has been completed.
2. The surveyor shall plot or computer generate the cross sections in a singular
direction at minimum 50 foot intervals from the field survey. The surveyor shall
calculate the quantities of earthwork cut and fill and shall certify as to the
accuracy of said survey and calculations.
3. The surveyor shall provide a computer diskette of the topography in an AutoCadd
2004 format.
D. All other quantities will be measured jointly by the Engineer and Contractor.
11.06 As-Built Plans
A. As-built plans of all critical stages of construction as outlined on the plans shall be
provided by the Contractor. These plans must be stamped by a Georgia registered
land surveyor and turned over to the Engineer in a hard copy and computer format
acceptable to him for his review and approval.
B. The professionally certified as-built survey submittal shall include a reproducible
drawing and three blue line copies at a scale of 1 "=1 00', sealed by a Georgia
registered land surveyor showing point numbers, locations, descriptions, elevations,
and two-foot contours for each survey required. An ASCII computer file containing
point numbers, descriptions, horizontal and vertical datum will also be provided on
disk to the engineer for each as-built survey.
END OF SECTION
07/27/07 G003-103\XB01055
I
1
I
I
I
1
I
I
1
I
I
I
I
I
I
1
I
I
I
Section 01060
Regulatory Requirements
Part 1 General
1.01 Description
Permits and Responsibilities
The Contractor shall, without additional expense to the Owner, be responsible for
obtaining any necessary licenses and permits, and for complying with any applicable
Federal, State and municipal laws, Codes and regulations, in connection with the
execution of the Work. He shall take proper safety and health precautions to protect
the Work, the workers the public and the property of others. He shall also be
responsible for all materials delivered and work performed until completion and
acceptance of the Work, except for any completed unit of construction thereof which
may heretofore have been accepted.
END OF SECTION
04/09/07 G003-1 03\X80 1060
I
1
I
1
I
I
I
I
1
I
I
1
1
1
I
1
I
I
I
Part 1
1.01
1.02
General
General
Section 01070
Abbreviations, Symbols, Trade Names, and Materials
Whenever reference is made to the furnishing of materials or testing thereof to
conform to the Standards of any technical society, organization, or body, it shall be
construed to mean the latest Standard, Code, specification or tentative specification
adopted and published at the time of advertisement for bids. Such standards are
made a part hereof to the extent which is indicated or intended.
Abbreviations
AA
AAMA
AASHTO
ACI
ACPA
AEIC
AFBMA
AGA
AGMA
AlA
AlEE
AlSO
AISI
AITC
ANSI
AMCA
APA
APHA
API
APWA
ASA
ASCE
ASHRAE
ASME
ASTM
AWS
AWWA
CFR
CRSI
CTI
DEMA
EDA
Aluminum Association
Architectural Aluminum Manufacturer's Association
American Association of State Highway and Transportation Officials
American Concrete Institute
American Concrete Pipe Association
Association of Edison Illuminating Companies
Anti-Friction Bearing Manufacturers Association
American Gas Association
American Gear Manufacturers Association
American Institute of Architects
American Institute of Electrical Engineers
American Institute of Steel Construction
American Iron and Steel Institute
American Institute of Timber Construction
American National Standards Institute
Air Moving and Conditioning Association
American Plywood Association
American Public Health Association
American Petroleum Institute
American Public Works Association
American Standards Association
American Society of Civil Engineers
American Society of Heating, Refrigeration, and Air Conditioning
Engineers
American Society of Mechanical Engineers
American Society for Testing and Materials
American Welding Society
American Water Works Association
Code of Federal Regulations
Concrete Reinforcing Steel Institute
Cooling Tower Institute
Diesel Engine Manufacturers Association
Economic Development Administration
04/09/07 G003-1 03\XB01 070
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
Section 01080
Applicable Codes and Standards
1.01 General
A. All materials, equipment, fabrication, and installation practices shall comply with the
following applicable Codes and standards, except in those cases where the
Contractor's quality standards establish more stringent quality requirements, as
determined by the Engineer.
1. Pressure Piping and Tubing
ANSI (American National Standards Institute)
API (American Petroleum Institute)
ASME (American Society of Mechanical Engineers)
AWWA (American Water Works Association)
NSF (National Sanitation Foundation)
2. Materials
MSHTO (American Association of State Highway and
Transportation Officials)
ANSI (American National Standards Institute)
ASTM (American Society for Testing and Materials)
3. Painting and Surface Preparation
NACE (National Association of Corrosion Engineers)
SSPC (Steel Structures Painting Council)
4. Gear Reducers and Bearings
AFBMA (Anti-friction Bearing Manufacturers Association) AGMA (American
Gear Manufacturers Association)
5. Ventilating Fans
AMCA (Air Moving and Conditioning Association)
PFMA (Power Fan Manufacturers Association)
6. Electrical and Instrumentation
EIA (Electronic Industries Association)
IEEE (Institute of Electrical and Electronic Engineers)
IPC (Institute of Printed Circuits)
IPCEA (Insulated Power Cable Engineers Association)
ISA (Instrument Society of America)
NEMA (National Electrical Manufacturers Association)
04/09/07 G003-1 03\X80 1080
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
01080-3
Applicable Codes and Standards
16. Refrigeration, Heating, and Air Conditioning
ARI (American Refrigeration Institute)
ASHRAE (American Society of Heating, Refrigeration, and Air
Conditioning Engineers)
17. Pressure Vessels
ASME (American Society of Mechanical Engineers)
In addition, all work shall comply with the applicable requirements of local codes,
utilities, and other authorities having jurisdiction.
B.
All material and equipment, for which a UL Standard, an AGA approval, or an
ASME requirement is established, shall be so approved and labeled or stamped.
Label or stamp shall be conspicuous and not covered, painted, or otherwise
obscured from visual inspection.
END OF SECTION
04/09/07 G003-103\XB01080
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01201
Preconstruction Conference
Part 1 General
1.01 Description
After award of Bid and prior to beginning construction, a conference will be held
with representatives of the Contractor, Owner, Engineer, EPD, and the affected
utility companies to discuss schedules and utility conflicts in the Project. This
conference is intended to establish lines of communication between the parties
involved. Time and place of preconstruction conference will be determined at time
of bid award.
END OF SECTION
04/09/07 G003-1 03\X80 120 1
1
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01202
Progress Meetings
Part 1 General
1.01 Description
The Owner may request meetings with the Contractor at any time on matters
pertaining to the progress of Work being carried out under this Contract. It will be the
responsibility of the Contractor to supply whatever information is requested by the
Owner concerning the project throughout its duration. Weekly reviews of progress
shall be held between the Contractor and Engineer. Monthly reviews of progress
shall be held between the Owner and Engineer. The Contractor shall make himself
available if his presence is requested.
END OF SECTION
04/09/07 G003-1 03\XBO 1202
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
1
I
I
I
Section 01310
Construction Scheduling
Part 1 General
1.01 Description
The Contractor shall submit to the Engineer for approval construction planning,
scheduling, and cost value documentation pertaining to the project as detailed
herein and shall update same throughout project as required.
1.02 Submittal Procedures
A. Within ten working days of Notice to Proceed, the Contractor shall submit to the
Engineer for approval the products required by this section of the Specifications.
B. Within five working days following receipt of same the Engineer shall arrange for a
meeting with the Contractor so as to familiarize the Engineer with the Contractor's
proposed construction plans and schedules.
C. Within five working days following the Engineer's review the Contractor shall
resubmit a corrected copy of those documents requiring revision.
D. Within five working days following his receipt of the adequately revised documents
the Engineer will approve same for use on the project.
E.Once approved, the Contractor shall submit four copies of the construction
scheduling documents to the Engineer for use on the project.
F. The Contractor shall update the work schedules at least monthly and indicate those
activities whose completion dates are in jeopardy because of activities behind
schedule.
G. The Owner may require the Contractor to modify any portions of the work schedule
that become infeasible because of "activities behind schedule" or for any other valid
reason. Any such modification will be at the Contractor's expense unless the
modification is required to accommodate schedule revisions required by the Owner.
H. An activity that cannot be completed by its original latest completion date shall be
deemed to be behind schedule.
1.03 Change Orders
Upon approval of a Change Order by the Owner the approved change shall be
reflected in the next submittal by the Contractor.
04/09/07 G003-1 03\XBO 1310
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
01310-3
Construction Scheduling
2.03 Project Information
A. Each tabulation shall be prefaced with the following summary data:
1. Project Name
2. Contractor
3. Type of Tabulation (Initial or Updated with revision number)
4. Project Duration
5. Project Scheduled Completion Date
6. Effective or Starting Date of the Schedule
7. If an updated (revised) schedule, the new project completion date and project
status
2.04 Schedule Monitoring
A. When specifically requested by the Engineer, the Contractor shall submit to the
Engineer a revised schedule for those activities that remain to occur.
B. The revised schedule shall be submitted in the form, sequence, and of the number
of copies requested for the initial schedule.
2.05 Cost Value for Activities
A. The Contractor shall establish and submit a cost value for each activity in his
progress schedule and estimates so that monthly partial payments to the Contractor
can be calculated on the basis of work in place.
B. Subject to the provisions for 'Payments to Contractor and Completion" in the
General Conditions of the Contract all cost value reports for network activities shall
be based upon the close of books as of the 25th day of each month, and the
submittal of such costs value for activities shall be submitted to the Engineer for
review and approval not later than the last day of each month.
C. Wherever in the General Conditions it is provided that payments will be allowed for
materials delivered to the site but not yet incorporated in the work, subject to the
terms and conditions specified in the General Conditions, separate pay items shall
be established for furnishing and installation of such items.
04/09/07 G003-1 03\XB0131 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01320
Construction Videos and Photographs
Part 1 General
1.01 Scope
A. The Contractor shall furnish all equipment and labor materials required to provide the
Owner with digital construction videos and photographs of the Project. Videos shall
be in both VHS format and recorded on a compact disk, in DVD format.
B. Photo and video files shall become the property of the Owner and none of the videos
or photographs herein shall be published without express permission of the Owner.
1.02 Pre and Post Construction Videos and Photographs
A. Prior to the beginning of any work, the Contractor shall take project videos and
photographs of the work area to record existing conditions.
B. Following completion of the work, another recording and photos shall be made
showing the same areas and features as in the pre-construction videos and
photographs.
C. All conditions which might later be subject to disagreement shall be shown in
sufficient detail to provide a basis for decisions.
D. The pre-construction videos and photographs shall be submitted to the Engineer
within 25 calendar days after the date of receipt by the Contractor of Notice to
Proceed. Post-construction videos and photographs shall be provided prior to final
acceptance of the project.
1.03 Progress Photographs
A. Photo files shall be provided on compact discs.
B. The photographs shall include the date and time marking of the recording. All
photographs shall be labeled on a tab connected to the bottom of the photo to indicate
date and description of work shown.
C. A minimum of ten photographs shall be submitted with each request for payment.
The view selection will be as agreed to with the Engineer. Two prints of each
photograph shall be submitted.
04/09/07 G003-103\X801320
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
Part 1
1.01
Section 01340
Shop Drawings, Product Data, and Samples
General
Description and Requirements
A.
Type of Submittals
This Section of the specifications describes the procedures for submittals such as
shop drawings, product data, samples and miscellaneous work-related submittals. It
does not include the submittals required for administrative work.
B.
Submittal Contents
The submittal contents required are specified in each section.
C.
Definitions
Submittals are categorized as follows:
1. Shop Drawings
a. Shop drawings shall include technical data, drawings, diagrams,
performance curves, schedules, templates, patterns, reports, calculation,
instructions, measurements and similar information as applicable to
specific item for which the shop drawing is prepared.
b. Provide newly-prepared information, on reproducible sheets, with graphic
information at accurate scale (except as otherwise indicated) or
appropriate number of prints hereof, with name or preparer (firm name)
indicated. The Contract Drawings shall not be traced or reproduced by
any method for use as or in lieu of detail shop drawings. Show
dimensions and note which are based on field measurement. Identify
materials and products in the work shown. Indicate compliance with,
standards and special coordination requirements. Do not allow shop
drawing copies without appropriate final "Action" markings by the
Engineer to be used in connection with the Work.
2. Product Data
a. Product data includes standard printed information on materials,
products and systems, not specially prepared for this project, other than
the designation of selections from among available choices printed
therein.
b. Collect required data into one submittal for each unit of work or system,
and mark each copy to show which choices and options are applicable to
04/09/07 G003-103\X801340
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
01340 - 3
Shop Drawings, Product Data, And Samples
B. Coordination of Submittal Times
Prepare and transmit each submittal to the Engineer sufficiently in advance of
performing related work or other applicable activities, so the installation will not be
delayed or improperly sequenced by processing times, including non-approval and
resubmittal (if required). Coordinate with other submittals, testing, purchasing,
delivery and similar sequenced activities. No extension of time will be authorized
because of Contractors failure to transmit submittals to the Engineer sufficiently in
advance of the work.
C. Sequencing Requirements
As applicable in each instance, do not proceed with a unit of work until submittal
procedures have been sequenced with related units of work, in a manner which will
ensure that the action will not need to be later modified or rescinded by reason of a
subsequent submittal which should have been processed earlier or concurrently for
coordination.
D. Preparation of Submittals
Provide permanent marking on each submittal to identify project, date, Contractor,
subcontractor, submittal name and similar information to distinguish it from other
submittals. Show Contractor's executed review and approval marking and provide
space for the Engineer's "Action" marking. Package each submittal appropriately for
transmittal and handling. Submittals which are received from sources other than
through the Contractor's office will be returned "without action."
E. Transmittal Identification
1. Number transmittals in sequence for each Division of the Specifications. The
number after the dash indicates the Section of the Specifications, and the
number before the dash is the sequence number of the transmittal (1-1 5140
would be the first transmittal applicable to Section 15140 of the Specifications,
2-15140 would be the second transmittal for Section 15140, etc.)
2. Identify resubmittals with a letter of the alphabet following the original number,
using A for the first resubmittal, B for the second resubmittal, etc. A resubmittal
affecting transmittal 1-1 5140 would than be numbered 1A-15140. The number
1-1 5140 would then be entered in the space 'Previous Transmittal Number,"
which is left blank except on resubmittals.
04/09/07 G003-1 03\XBO 1340
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
01340 - 5
Shop Drawings, Product Data, And Samples
m. Submittal sheets or drawings showing more than the particular item
under consideration shall have all but the pertinent description of the item
for which review is requested crossed out.
1.05 Routing of Submittals
A. Submittals and routine correspondence shall be routed as follows:
1. Supplier to Contractor (through representative if applicable) for preliminary
check.
2. Contractor to Consulting Engineer for general review or comment.
3. Consulting Engineer to Contractor.
4. Contractor to Supplier.
1.06 Address for Communications
Augusta-Richmond County
Deans Bridge Road MSW Landfill
4330 Deans Bridge Road
Augusta, GA 30805
1.07 Submittal Copies Required
A. Shop Drawings, Product Data, and Miscellaneous Submittals
All submittals marked "A" or "B" will be distributed as follows:
1. For Owner's Project Manager 1 copy
2. For Contractor 3 copies
3. For Field Inspection Office 1 copy.
4. For Owner 1 COpy
Total 6 copies
B. To the above number may be added additional copies as required by the
Contractor.
C. The Engineer will mark all copies of each shop drawing. One will be retained in the
Engineer's office, one sent to the Field Inspection office, one will be retained for the
Owner and the remaining copies sent to the Contractor for his records and
distribution.
04/09/07 G003-103\XB01340
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
01340 - 7
Shop Drawings, Product Data, And Samples
2. Final-But-Restricted Release
Work may proceed, provided it complies with notations and corrections on
submittal and with contract documents, when submittal is returned with the
following:
Marking: "B" - Make Corrections Noted.
3. Returned for Resubmittal
Do not proceed with Work. Revise submittal in accordance with notations
thereon, and resubmit without delay to obtain a different action marking. Do
not allow submittals with the following marking (or unmarked submittals where
a marking is required) to be used in connection with performance of the work.
Marking: "C" - Revise and resubmit.
"D" - Rejected - Does Not Comply with Project Requirements.
Only two copies of items marked "C" or "D" will be reviewed and marked. One
copy will be retained and the other copy with all remaining unmarked copies
will be returned to the contractor for resubmittal.
END OF SECTION
04/09/07 G003-103\X801340
I
1
I
I
I
1
I
I
I
I
I
I
I
1
I
1
I
I
I
Section 01500
Construction Facilities
Part 1 General
1.01 Sanitary Facilities
The Contractor will provide sufficient sanitary facilities in proximity to the areas of
work for his employees and those employees of his subcontractors. The Contractor
will be responsible for continual maintenance and servicing of these facilities.
1.02 First Aid Facilities
The Contractor shall maintain at a well known place at the job site, all articles
necessary for giving first aid to the injured, and shall make standing arrangements
for the immediate removal to a hospital or a doctor's care of persons (including
employees) who may be injured on the job site. In no case, shall employees be
permitted to work at a job site before the employer has made a standing
arrangement (verified in writing to the Owner) for removal of injured persons to a
hospital or a doctor's care.
END OF SECTION
04/09/07 G003-103\XB01500
I
1
I
1
1
1
I
I
I
I
1
I
1
I
1
I
I
I
1
Section 01510
Temporary Utilities
Part 1 General
1.01 Temporary Light
The Contractor shall provide temporary lighting facilities for the proper prosecution
and inspection of the work. These facilities shall be installed and maintained by the
Contractor and shall be located in such a manner as to result in the least
interference with work upon the project site and existing facilities.
1.02 Temporary Power
The Contractor shall provide temporary power facilities required for the proper
prosecution and inspection of the work. These facilities shall be installed and
maintained by the Contractor, and shall be located in such a manner as to result in
the least interference with work upon the project site and existing facilities.
Temporary power facilities shall remain in place after completion of construction
until final acceptance of the work. After final acceptance of the work, the Contractor
shall remove temporary power facilities.
1.03 Temporary Water
The Contractor shall make the necessary arrangements for securing and
transporting all water required in the construction, including water required for
earthwork, mixing of concrete, sprinkling, testing, flushing, flooding or jetting and
including any temporary pipeline or equipment which may be necessary to make
use of such water.
1.04 Potable Water
The Contractor shall be responsible for furnishing a supply of potable drinking water
for employees, subcontractors, inspectors, Engineers and the Owner who are
associated with the work progress.
1.05 Temporary Telephone Service
Provide and pay for monthly telephone service, for the duration of the project, at the
Contractor's field office and at the Engineer's field office as specified.
END OF SECTION
04/09/07 G003-1 03\XBO 1510
1
1
1
1
1
1
1
1
I
I
1
1
1
I
I
1
I
I
1
Section 01540
Job Site Security
Part 1 General
1.01 Barricades, Light, and Watchmen
A. The Contractor shall furnish and erect such barricades, fences, lights, and danger
signals, shall provide such watchmen, and shall provide such other precautionary
measures for the protection of persons or property and of the work as are
necessary. Barricades shall be painted in a color that will be visible at night. From
sunset to sunrise, the Contractor shall furnish and maintain at least one light at
each barricade and sufficient numbers of barricades shall be erected to keep
vehicles from being driven on or into any work under construction. The Contractor
shall furnish watchmen in sufficient numbers to protect the work.
B. The Contractor will be held responsible for all damage to the work due to failure of
barricades, signs, lights, and watchmen to protect it and whenever evidence is
found of such damage, the Contractor shall immediately remove the damaged
portion and replace it at his cost and expense. The Contractor's responsibility for
the maintenance of barricades, signs, and lights, and for providing watchmen shall
not cease until the project has been accepted by the Owner.
C. All job site security shall be coordinated with the Owner's landfill security
procedures.
END OF SECTION
04/09/07 G003-103\XB01540
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01562
Dust Control
Part 1 General
1.01 Description
Limit blowing dust caused by construction operations by applying water or employing
other appropriate means or methods to maintain dust control.
1.02 Protection of Adjacent Property
The bidders shall visit the site and note the buildings, landscaping, roads, parking
areas and other facilities near the work site that may be damaged by their operations.
The Contractor shall make adequate provision to fully protect the surrounding area
and will be held fully responsible for all damages resulting from his operations.
END OF SECTION
04/09/07 G003-1 03\X80 1562
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01590
Field Offices
Part 1 General
1.01 Engineer's Field Office
A. The Contractor shall provide and equip an Engineer's office space (prefabricated
building or mobile trailer), properly weatherproofed, skirted, and adequately
anchored against 100 mile per hour gusts and winds. The office building shall be
located on the project site and shall be in the vicinity of the Contractor's offices and
buildings. Engineer's office space may be provided in a separate locked room
within the same building as the Contractor's office.
B. The office shall contain a minimum of 300 square feet of floor space.
C. Walls, ceilings, and floors shall be adequately insulated.
D. Interior finishes shall be manufacturer's standard, subject to approval.
E. The office building shall be adequately wired for electricity in accordance with
applicable Codes to handle the total lighting, air conditioning, and other loads.
Lighting fixtures, in adequate numbers, shall be installed to give an illumination of
150 foot candles average and minimum glare. Fluorescent lamp fixtures with
minimum 45 degrees shielding will be required.
F. 110-volt convenience outlets, and 220-volt grounded wall outlets.
G. Air conditioning and heating combination unit to maintain 78 OF inside in winter with
outside air temperature of 20 OF and 72 OF inside in summer with the outside air
temperature of 100 OF.
H. Telephone with telephone service and jacks. Contractor is responsible for paying
monthly phone bill for service including long distance as necessary for the
Engineer's site representative.
I. Fax machine with a dedicated telephone line and paper supply for duration of the
project. Contractor is responsible for paying monthly bill for phone service including
long distance for the Engineer's site representative.
J. Awnings over windows and entrance stoops are required.
K. Photo copying machine supplied with paper for duration of project.
L. Venetian type blinds shall be installed on all windows.
M. Windows and outside entrance doors shall be properly screened.
04/09/07 G003-103\X801590
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01610
Transportation and Handling
1.01 General
The Contractor shall provide transportation of all equipment, materials, and
products furnished under these Contract Documents to the site of the work. In
addition, the Contractor shall provide preparation for shipment and storage,
unloading, handling and rehandling, short-term storage, extended storage, storage
facilities, maintenance and protection during storage, preparation for installation,
and all other work and incidental items necessary or convenient to the Contractor
for the satisfactory prosecution and completion of the work.
1.02 Transportation
A. All equipment shall be suitably boxed, crated, or otherwise protected during
transportation.
B. All equipment shall be shipped and delivered in the largest assembled sections
practical or permitted by carrier regulations to minimize the number of field
con nections.
C. The Contractor shall be responsible for ensuring that the equipment is assembled
and transported in such a manner so as to clear buildings, power lines, bridges, and
similar structures encountered during shipment or delivery to the site of the work.
D. Small items and appurtenances such as gauges, valves, switches, instruments, and
probes which could be damaged during shipment shall be removed from the
equipment prior to shipment and packaged and shipped separately. All openings
shall be plugged or sealed to prevent the entrance of water or dirt.
E. Temporary shipping braces and supports shall be painted orange or yellow for easy
identification.
1.03 Handling
A. All equipment, materials, and products shall be carefully handled to prevent
damage or excessive deflections during unloading or transportation. All equipment,
materials, and products damaged during transportation or handling shall be
repaired or replaced by the Contractor at no additional cost to the Owner prior to
being incorporated into the work.
B. Lifting and handling drawings and instructions furnished by the manufacturer or
supplier shall be strictly followed. Eyebolts or lifting Lugs furnished on the
equipment shall be used in handling the equipment. Shafts and operating
mechanisms shall not be used as lifting points. Spreader bars or lifting beams shall
be used when the distance between lifting points exceeds that permitted by
04/09/07 G003-1 03\X80 1610
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01620
Storage and Protection
1.01 General
Equipment shall be received, inspected, unloaded, handled, stored, maintained,
and protected by the Contractor in a suitable location on or off site, if necessary,
until such time as installation is required.
1.02 Storage
A. The Contractor shall be responSible for providing satisfactory storage facilities
which are acceptable to the Engineer. In the event that satisfactory facilities cannot
be provided on site, satisfactory warehouse acceptable to the Engineer will be
provided by the Contractor for such time until the equipment, materials, and
products can be accommodated at the site.
B. Equipment, materials, and products which are stored in a satisfactory warehouse
acceptable to the Engineer will be eligible for progress payments as though they
had been delivered to the job site.
C. The Contractor shall be responsible for the maintenance and protection of all
equipment, materials, and products placed in storage and shall bear all costs of
storage, preparation for transportation, transportation, rehandling, and preparation
for installation.
D. Equipment and products stored outdoors shall be supported above the ground on
suitable wooden blocks or braces arranged to prevent excessive deflection or
bending between supports. Items such as pipe, structural steel, and sheet
construction products shall be stored with one end elevated to facilitate drainage.
E. Tarps and other coverings shall be supported above the stored equipment or
materials on wooden strips to provide ventilation under the cover and minimize
condensation. Tarps and covers shall be arranged to prevent ponding of water.
F. Fuels shall be properly stored and handled in accordance with all applicable state
and federal requirements. Fuels shall be stored and handled in a manner to
minimize fire hazards and spills. Containment areas shall be provided for the
storage and use of all fuels, oils, and hydraulic fluids. Contractor shall utilize good
housekeeping practices at all times. The Contractor shall be responsible for all
clean up and proper disposal of spills and contaminated soils. Any damages to or
contamination of existing monitoring system shall be solely the responsibility of the
Contractor to correct.
END OF SECTION
04/09/07 G003-1 03\X80 1620
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01630
Substitutions and Options
Part 1 General
1.01 Scope
This Section outlines the Contractor's requirements for substitutions and product
options.
1.02 Products List
A. General
1. Within 30 days after date of Contract, submit to the Engineer five copies of a
complete list of all products which are proposed for installation, unless otherwise
indicated elsewhere in the Contract Documents.
2. Tabulate the list by each Specification Section.
B. For products specified under reference standards, include with the listing of each
product the following:
1. Name and address of manufacturer,
2. Trade name,
3. Model or catalog designation,
4. Manufacturer's data including performance and test data, and reference
standards.
1.03 Contractor's Options
A. No substitutions will be considered for the manufacturers listed by the Bidder in the
Bid unless directed by the Owner.
B. For products specified only by reference standards, select any product meeting the
standards by any manufacturer unless otherwise required elsewhere in the Contract
Documents.
C. Products Specified by Naming Products
1. Whenever the Engineer's design is based on a specific product of a particular
manufacturer, that manufacturer will be shown on the Drawings and/or listed
first in the list of approved manufacturers in Divisions 2 through 16 of the
Specifications. Any Bidder intending to furnish equipment of other than the first
listed manufacturer is cautioned to verify that the item being furnished will fit in
the space allowed, perform the functions, and have the capabilities as specified.
The Bid should reflect the cost of any accessory items which may be required to
04/09/07 G003-1 03\XBO 1630
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01710
Cleanup
Part 1 General
1.01 Description
This section covers general cleaning which the Contractor shall be required to
perform both during construction and before final acceptance of the project unless
otherwise shown on the Drawings or specified elsewhere in these specifications.
1.02 Hazard Control
A. The Contractor shall store volatile wastes in covered metal containers and remove
from premises daily.
B. The Contractor shall prevent accumulation of wastes which create hazardous
conditions.
C. Burning or burying rubbish and waste materials on the site shall not be allowed.
D. Disposal of volatile wastes into sanitary or storm sewers shall not be allowed.
E. Disposal of all hazardous or volatile wastes shall be in accordance with all State
and Federal requirements.
F. All construction equipment and support vehicles shall be in good condition and shall
not leak hydraulic oils, motor oils, or fuels, If equipment leaks such environmentally
hazardous liquids, the equipment will be removed from the work area and repaired
and all contaminated soils or materials shall be removed and properly disposed of
in accordance with State and Federal requirements.
1 .03 Disposal of Surplus Materials
A. Unless otherwise shown on the Drawings, specified or directed, the Contractor shall
dispose of all surplus excavated materials and materials and equipment from
demolition, legally off the site, and shall provide his own suitable, off-site spoil area,
or on a site designated by the Owner.
B. The Owner shall have the opportunity to inspect any equipment or materials
removed prior to disposal by the Contractor. If said equipment and/or materials are
determined to be salvageable by the Owner, the Contractor shall transport said
equipment and material to a building or area designated by the Owner.
04/09/07 G003-103\XB01710
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01720
Project Record Documents
Part 1 General
1.01 Description
A. Maintain at the site for the Owner one record copy of:
1. Drawings
2. Specifications
3. Addenda
4. Change Orders and other Modifications to the Contract
5. Engineer Field Orders or Written Instructions
6. Approved Shop Drawings, Product Data and Samples
7. Field Test Records
1.02 Maintenance of Documents and Samples
A. Store documents and samples in Contractor's field office separate from documents
used for construction.
1. Provide files and racks for storage of documents.
2. Provide locked cabinet or secure storage space for storage of samples.
B. Maintain documents in a clean, dry, legible condition and in good order. Do not use
record documents for construction purposes.
C. Make documents and samples available at all times for inspection by the Engineer
and Owner.
1.03 Marking
Mark with red erasable pencil and, where feasible, use other colors too.
1.04 Recording
A. Label each document "PROJECT RECORD" in neat large printed letters.
04/09/07 G003-1 03\X80 1720
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 01740
Warranties and Bonds
Part 1 General
1.01 Project Maintenance and Warranty
A. Maintain and keep in good repair the improvements covered by these drawings and
specifications during the life of the Contract.
B. Indemnify the Owner against any repairs which may become necessary to any part
of the work performed and to items of equipment and systems procured for or
furnished under this Contract, arising from defective workmanship or materials used
therein, for a period of one year after acceptance of the work is received from EPD
allowing the Owner to accept the work for operations.
C. The Contractor shall not be obligated to make replacements which become
necessary because of ordinary wear and tear, or as a result of improper operation
or maintenance, or as a result of improper work or damage by another Contractor
or the Owner, or to perform any work which is normally performed by a
maintenance crew during operation.
D. In the event of multiple failures of major consequences prior to the expiration of the
one-year warranty described above, the affected unit shall be disassembled,
inspected, and modified or replaced as necessary to prevent further occurrences.
All related components which may have been damaged or rendered non-
serviceable as a consequence of the failure shall be replaced. A new twelve-month
warranty against defective or deficient design, workmanship, and materials shall
commence on the day that the item is reassembled and placed back into operation.
As used herein, multiple failures shall be interpreted to mean two or more
successive failures of the same kind in the same item or failures of the same kind in
two or more items. Major failures may include, but are not limited to, cracked or
broken housings, piping, or vessels, excessive deflections, bent or broken shafts,
broken or chipped gear teeth, premature bearing failure, excessive wear, or
excessive leakage around seals. Failures which are directly and clearly traceable to
operator abuse, such as operations in conflict with published operating procedures,
or improper maintenance, such as substitution of unauthorized replacement parts,
use of incorrect lubricants or chemicals, flagrant over- or under-lubrication, and
using maintenance procedures not conforming with published maintenance
instructions, shall be exempted from the scope of the one-year warranty. Should
multiple failures occur in a given time, all products of the same size and type shall
be disassembled, inspected, modified or replaced, as necessary and rewarranted
for one year.
E. The Contractor shall, at his own expense, furnish all labor, materials, tools and
equipment required and shall make such repairs and removals or shall perform
such work or reconstruction as may be made necessary by any structural or
functional defect or failure resulting from neglect, faulty workmanship or faulty
04/09/07 G003-1 03\X80 17 40
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
Section 0201 0
Subsurface Conditions
Part 1 General
1.01 Description
A. Soil boring logs are shown in the subsurface reports entitled "Subsurface Exploration
and Geotechnical Engineering Evaluation, Proposed Augusta Landfill Structures,
Deans Bridge Road Landfill", dated February 22, 2006 by Geotechnical &
Environmental Consultants, Inc and "Subsurface Exploration and Geotechnical
Engineering Evaluation, Augusta Landfill Structures, Deans Bridge Road Landfill",
dated September 15, 2006 by Geotechnical & Environmental Consultants, Inc. This
information maybe obtained upon request at the offices of Jordan, Jones & Goulding,
Inc.
B. This soil investigation information is offered as an aid in bidding only and is not a part
of the Contract Documents. The boring logs are available for the Contractor's
information, but are not a warranty of subsurface conditions. The Owner, Engineer
and geotechnical engineer assume no responsibility for any variation between
materials encountered during construction and those indicated on the boring logs, nor
for any variation between the location of the water table encountered and that
indicated on the boring logs at the date borings were taken.
C. Additional Investigation: The Contractor shall visit the site and become acquainted
with site conditions. Prior to bidding, prospective Contractors may make their own site
and subsurface investigations to satisfy themselves with site and subsurface
conditions. The Contractor shall be responsible for obtaining rights of ingress and
egress to private property for site and subsurface investigation and shall assume all
responsibility for any damage to property caused as a result of the Contractor's
investigation.
D. Location of Borings: Contractors shall be responsible for making their own
determination of the location of the soil borings on this Project.
END OF SECTION
04/09/07 G003-103\XB02010
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 02060
Demolition of Existing Facilities
Part 1 General
1.01 Scope
The work in this Section consists of furnishing all material and equipment and
performing all labor necessary for demolishing and disposing of designated facilities
indicated on the Drawings.
1.02 Submittals
The Contractor shall submit a written request, to include a detailed demolition
procedure, to the Owner for approval at least 10 days before demolition is started.
The demolition procedure shall include a detailed description of the methods and
equipment to be used for each operation and the sequence of work. The demolition
procedures shall provide for safe conduct of work, protection of the property, which is
to remain undisturbed and coordination with other work or operation which may be in
progress.
Part 2 Products (Not Used)
Part 3 Execution
3.01 Demolition
A. All material shall be removed as necessary for construction, or in any event, to finish
grades as shown on the Drawings.
B. The Contractor shall be responsible for removing all existing service connections to
the buildings or site and permanently plugging the pipes where required in
accordance with requirements of the utility companies concerned.
C. The Contractor will be responsible for any damage caused to other structures, and
shall be held liable for any and all repairs, replacement of parts or renovations
required to restore any structure, portion of structure, equipment or items, not
intended for demolition. The Contractor shall restore any damaged facilities to their
condition prior to demolition provided the damage was result of the demolition. If the
Contractor does not repair any such damage immediately, or if the repairs are not
suitable to the Owner, the Owner reserves the right to have such repairs made by
another party and deduct the cost of required repairs from money due Contractor.
D. Dust-tight, weathertight partitions shall be erected to protect existing facilities from
dust and weather while wrecking is in progress and until such time as closures have
been made. Partitions may be constructed of wood and shall have a covering of
tarred roofing felt on the weather side.
E. All salvageable metal materials shall remain the property of the Owner and shall be
cleaned and stored on the Owner's property as directed by the Owner.
04/09/07 G003-103\X802060
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 02125
Erosion and Sedimentation Control
Part 1 General
1.01 Scope
A. The work specified in this Section consists of providing and maintaining temporary
and permanent erosion and sedimentation controls as shown on the Drawings. This
Section also specifies the subsequent removal of temporary erosion and
sedimentation controls.
B. Temporary and permanent erosion and sedimentation controls include grassing and
mulching of disturbed areas and structural barriers at those locations which will ensure
that erosion during construction will be maintained within acceptable limits.
Acceptable limits are as established by the Georgia Erosion and Sedimentation
Control Act of 1975, as amended, Section 402 of the Federal Clean Water Act, and
applicable codes, ordinances, rules, regulations and laws of local and municipal
authorities having jurisdiction.
C. Land disturbance activity shall not commence until the Land Disturbance Permit has
been issued.
D. Land disturbance permit(s) for on-site construction shall be obtained and paid for by
the Owner and issued in the name of the Owner.
E. The Notice of Intent for the NPDES Storm Water Discharge for Construction Activities
shall be prepared by and paid for by the Owner and issued in the name of the Owner.
All inspection, monitoring and reporting activities associated with this permit shall be
the responsibility of the Contractor. The Notice of Termination shall be prepared and
submitted by the Owner.
1.02 Submittals
A. Submit product data in accordance with the requirements of Section 01340 of these
Specifications.
B. Prior to any construction activity, the Contractor shall submit, for the Engineer's
approval, a schedule for the accomplishment of temporary and permanent erosion
and sedimentation control work. No work shall be started until the erosion and
sedimentation control schedule and methods of operation have been approved by the
Engineer.
1.03 Quality Assurance
A. The temporary and permanent erosion and sedimentation control measures shown on
the Drawings are minimum requirements. Any additional erosion and sedimentation
control measures required by the Contractor's means, methods, techniques and
sequence of operation will be installed by the Contractor and will be paid for according
to the unit price bid for each control measure as approved by the Engineer.
04/09/07 G003-103\XB02125
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
02125 - 3
Erosion and Sedimentation Control
replacement of washed-out or undermined rip rap and erosion control materials,
to the satisfaction of the Engineer.
6. All fines imposed for improper erosion and sedimentation control shall be paid
by the Contractor.
Part 2 Products
2.01 Sediment Barrier
A. Silt Fence
1. Type A silt fence shall meet the requirements of Section 171 of the Georgia
Department of Transportation Standard Specifications, latest edition.
2. Type C silt fence is a combination of Type A silt fence fabric with woven wire
reinforcement. Type C silt fence woven wire reinforcement shall meet the
requirements of Section 171 of the Georgia Department of Transportation
Standard Specifications, latest edition.
3. Silt fence fabric shall be an approved product on the Georgia DOT Qualified
Product List No. 36, latest edition.
B. Stone Check Dams: Stone shall conform to the requirements of Section 805.01 of
the Georgia Department of Transportation Standard Specification, latest edition, for
Stone Dumped Rip Rap except the stone shall be 8-inches or less at the greatest
dimension.
C. Hay Bales: Hay bales shall be clean, seed-free cereal hay, rectangular in shape and
contain five cubic feet or more of material.
2.02 Construction Exit Stone
Use sound, tough, durable stone resistant to the action of air and water. Slabby or
shaley pieces will not be acceptable. Aggregate size shall be in accordance with the
National Stone Association Size R-2 (1.5 to 3.5-inch stone) or Type 3 rip rap stone
conforming to Section 805.01 of the Georgia Department of Transportation Standard
Specifications.
2.03 Rip Rap
A. Stone Rip Rap: Use sound, tough, durable stones resistant to the action of air and
water. Slabby or shaley pieces will not be acceptable. Unless shown or specified
otherwise, stone rip rap shall be Type 1.
1. Type 1 Rip Rap: Rip rap size shall conform to Section 805.01 of the Georgia
Department of Transportation Standard Specification for Type 1 Stone Dumped
Rip Rap.
04/09/07 G003-103\XB02125
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
02125 - 5
Erosion and Sedimentation Control
Part 3 Execution
3.01 General
A. Temporary and permanent erosion and sedimentation control measures shall prevent
erosion and prevent sediment from exiting the site. If, in the opinion of the Engineer,
the Contractor's temporary erosion and sedimentation control measures are
inadequate, the Contractor shall provide additional maintenance for existing measures
or additional devices to control erosion and sedimentation on the site at the unit prices
shown in Section 00300.
B. All erosion and sedimentation control devices and structures shall be inspected by the
Contractor at least once a week and immediately prior to each rainfall occurrence.
Any device or structure found to be damaged will be repaired or replaced by the end
of the day.
C. All erosion and sedimentation control measures and devices shall be constructed and
maintained as indicated on the Drawings or specified herein until adequate permanent
disturbed area stabilization has been provided and accepted by the Engineer. Once
adequate permanent stabilization has been provided and accepted by the Engineer,
all temporary erosion and sedimentation control structures and devices shall be
removed.
3.02 Sediment Control
A. Construction Exit
1. Construction exit(s) shall be placed as shown on the Drawings and as directed
by the Engineer. A construction exit shall be located at any point traffic will be
leaving a disturbed area to a public right-of-way, street, alley, sidewalk, or
parking area.
2. Placement of Construction Exit Material: The ground surface upon which the
construction exit material is to be placed shall be prepared to a smooth
condition free from obstructions, depressions or debris. The plastic filter fabric
shall be placed to provide a minimum number of overlaps and a minimum width
of one foot of overlap at each joint. . The stone shall be placed with its top
elevation conforming to the surrounding roadway elevations. The stone shall be
dropped no more than three feet during construction.
3. Construction Exit Maintenance: The Contractor shall regularly maintain the exit
with the top dressing of stone to prevent tracking or flow of soil onto public
rights-of-way and paved surfaces as directed by the Engineer.
4. Construction Exit Removal: Construction exit(s) shall be removed and properly
disposed of when the disturbed area has been properly stabilized, the tracking
or flow of soil onto public rights-of-way or paved surfaces has ceased and as
directed by the Engineer.
04/09/07 G003-103\XB02125
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
02125 - 7
Erosion and Sedimentation Control
3. Preparation of Foundations: The ground surface upon which the rip rap is to be
placed shall be brought to the correct lines and grades before placement is
commenced. Where filling of depressions is required, the new material shall be
compacted with hand or mechanical tampers. Unless at creek banks or
otherwise shown or specified, rip rap shall begin in a toe ditch constructed in
original ground around the toe of the fill or the cut slope. The toe ditch shall be
two feet deep in original ground, and the side next to the fill or cut shall have
that same slope. After the rip rap is placed, the toe ditch shall be backfilled and
the excess dirt disposed of properly on-site as directed by the Engineer.
4. Placement of Plastic Filter Fabric
a. Plastic filter fabric shall be placed under all rip rap unless shown or
specified otherwise.
b. Filter fabric shall not be placed under rip rap on stream or drainage ditch
crossings.
c. The surface to receive filter fabric shall be prepared to a smooth condition
free from obstructions, depressions and debris. The filter fabric shall be
installed with the long dimension running up the slope and shall be placed
to provide a minimum number of overlaps. The fabric shall be placed to
provide a minimum width of one foot of overlap at each joint. The fabric
shall be placed so that the upstream strip overlaps the downstream strip.
The fabric shall be anchored in place with securing pins of the type
recommended by the fabric manufacturer. Pins shall be placed on or
within 3-inches of the centerline of the overlap. The fabric shall be placed
loosely to avoid stretching and tearing during placement of the stone. The
fabric shall be protected at all times during construction from clogging due
to clay, silts, chemicals or other contaminants. Contaminated fabric or
fabric damaged during installation or during placement of rip rap shall be
removed and replaced with uncontaminated and undamaged fabric at no
additional cost to the Owner.
5. Placement of Rip Rap: Rip rap shall be placed on a 6-inch layer of soil, crushed
stone or sand overlaying the filter fabric. Rip rap shall be placed with its top
elevation conforming with the finished grade or the natural existing slope of the
stream bank and stream bottom. The stone shall be dropped no more than
three feet during construction.
a. Stone Rip Rap: Stone rip rap shall be placed to provide a uniform surface
to the thickness shown on the Drawings. The thickness tolerance for the
course shall be -3-inches and +6,.inches.
B. Grassing
1. Grassing shall meet the requirements of Section 700 of the Georgia
Department of Transportation Standard Specifications, latest edition, unless
specified otherwise.
04/09/07 G003-103\X802125
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 02140
Dewatering
Part 1 General
1.01 Scope
A. This Section shall apply to all excavation, except trench excavation.
B. Construct all permanent work in areas free from water. Design, construct and
maintain all wells, pumps, vacuum systems, sumps, dikes, levees, cofferdams and
diversion and drainage channels as necessary to maintain the areas free from water
and to protect the areas to be occupied by permanent work from water damage.
Remove temporary works after they have served their purpose.
C. The Contractor shall be responsible for the stability of all temporary and permanent
slopes, grades, foundations, materials and structures during the course of the
Contract. Repair and replace all slopes, grades, foundations, materials and
structures damaged by water, both surface and subsurface, to the lines, grades and
conditions existing prior to the damage, at no additional cost to the Owner.
Part 2 Products (Not Used)
Part 3 Execution
3.01 Care of Water
A. Except where the excavated materials are designated as materials for permanent
work, material from required excavation may be used for dikes, levees, cofferdams
and other temporary backfill.
B. Furnish, install, maintain and operate necessary pumping and other equipment for
dewatering the various parts of the work and for maintaining the foundation and other
parts free from water as required for constructing each part of the work.
C. Install all drainage ditches, sumps and pumps to control excessive seepage on
excavated slopes, to drain isolated zones with perched water tables and to drain
impervious surfaces at final excavation elevation.
D. Dewater by means which will insure dry excavations, preserve final lines and grades,
do not disturb or displace adjacent soil.
E. All pumping and drainage shall be done with no damage to property or structures and
without interference with the rights of the public, owners of private property,
pedestrians, vehicular traffic or the work of other contractors, and in accordance with
all pertinent laws, ordinances and regulations.
F. Do not overload or obstruct existing drainage facilities.
G. After they have served their purpose, remove all temporary protective work at a
satisfactory time and in a satisfactory manner. All diversion channels and other
04/09/07 G003-103\XB02140
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 02200
Earthwork
Part 1 General
1.01 Scope
A. This Section includes earthwork and related operations, including, but not limited to,
clearing and grubbing the construction site, dewatering, excavating all classes of
material encountered, pumping, draining and handling of water encountered in the
excavations, handling, storage, transportation and disposal of all excavated and
unsuitable material, construction of fills and embankments, backfilling around
structures and pipe, backfilling all trenches and pits, compacting, all sheeting, shoring
and bracing, preparation of subgrades, surfacing and grading, and any other similar,
incidental, or appurtenant earthwork operation which may be necessary to properly
complete the work. Excavation and backfill of pipe trenches is described in Section
02225 of these Specifications.
B. The Contractor shall provide all services, labor, materials and equipment required for
all earthwork and related operations necessary or convenient to the Contractor for
furnishing complete Work as shown on the Drawings or specified in these Contract
Documents.
1.02 General
A. The elevations shown on the Drawings as existing are taken from the best existing
data and are intended to give reasonably accurate information about the existing
elevations. They are not precise and the Contractor shall become satisfied. as to the
exact quantities of excavation and fill required.
B. Earthwork operations shall be performed in a safe and proper manner with
appropriate precautions being taken against all hazards.
C. All excavated and filled areas for structures, trenches, fills, topsoil areas,
embankments and channels shall be maintained by the Contractor in good condition
at all times until final acceptance by the Owner. All damage caused by erosion or
other construction operations shall be repaired by the Contractor using material of the
same type as the damaged material.
D. Earthwork within the rights-of-way of the Department of Transportation, the County
Road Department and the respective cities shall be done in accordance with
requirements and provisions of the permits issued by those agencies for the
construction within their respective rights-of-way. Such requirements and provisions,
where applicable, shall take precedence and supersede the provisions of these
Specifications.
E. The Contractor shall control grading in a manner to prevent surface water from
running into excavations. Obstruction of surface drainage shall be avoided and
means shall be provided whereby storm water can be uninterrupted in existing
gutters, other surface drains or temporary drains. Free access must be provided to all
fire hydrants and meters.
04/09/07 G003-103\X802200
I
I
I
I
I
I
I
I
1
I
1
I
I
I
I
1
I
1
I
02200 - 3
Earthwork
3. Imported Fill Materials: All imported fill material shall meet the requirements of
on-site fill material.
4. Sand Cushions and Sand Fill: Sand cushions and sand fill shall consist of a
sand-gravel fill of such gradation that 100 percent will pass a 3/8-inch sieve and
not more than 10 percent by weight is lost by washing.
5. Coarse Aggregate or Crushed Stone: Coarse aggregate or crushed stone shall
conform to the Georgia Department of Transportation Standard Specifications
for Construction of Road and Bridges, 800.01 for No. 57 Stone, Group II and
shall have the following gradation:
Sieve Size Percent Passing
2-inch -
1-1/2-inch 100
1-inch 95 - 100
1/2-inch 25 - 60
No.4 0-10
NO.8 0-5
6. Fine Aggregate: All fine aggregate shall conform to the Georgia Department of
Transportation Standard Specifications for Construction of Road and Bridges,
801.01 and shall have the following gradation:
Sieve Size
Percent Passing
NO.4
100
No. 16
25 - 75
No. 100
0-25
7. Pea Gravel: Pea gravel shall be clean, naturally rounded aggregate, 1/8 to
3/4-inch in diameter per ASTM C 33.
8. Top Soil: Dark organic weed free loam, free of muck.
B.
Sheeting, Bracing and Timbering: The Contractor shall furnish, place and maintain all
sheeting, bracing and timbering required to properly support trenches and other
excavations in open cut and to prevent all movement of the soil, pavement, structures
or utilities outside of the trench or pit.
1. General
a. Cofferdams and bracing design, including computations, shall be
04/09/07 G003-103\XB02200
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
02200 - 5
Earthwork
Part 3 Execution
3.01 General
A. Safety: Comply with local regulations and with the provisions of the "Manual of
Accident Prevention in Construction" of the Associated General Contractors of
America, Inc., Occupational Safety and Health Act and all other applicable safety
regulations.
B. Topsoil
1. Remove all topsoil to a depth at which subsoil is encountered, from all areas
under buildings, pavements, and from all areas which are to be cut to lower
grades or filled.
2. With the Engineer's approval, topsoil to be used for finish grading may be
stored on the site.
3. Other topsoil may be used for fill in non-critical areas with approval of the
Engineer.
4. Properly dispose of all excess topsoil on site at no additional cost to the Owner.
C. Bracing and Sheeting
1. Furnish, put in place, and maintain all sheeting, bracing and shoring as may be
required to properly support the sides of all excavations and to prevent all
movement of earth which could in any way injure the work, adjacent property or
workers.
2. Properly support all excavations in locations indicated on the Drawings and
where necessary to conform to all pertinent rules and regulations and these
Specifications, even though such locations are not indicated on the Drawings.
3. Exercise care in the removal of sheeting, shoring, bracing and timbering to
prevent collapse or caving of the excavation faces being supported and damage
to the work and adjacent property.
4. Do not leave any sheeting or bracing in the trench or excavation after
completion of the work, unless approved by the Engineer.
D. Obstructions
1. Remove and dispose of all trees, stumps, roots, boulders, sidewalks, driveways,
pavement, pipes and the like, as required for the performance of the work.
2. Exercise care in excavating around catch basins, inlets and manholes so as not
to disturb or damage these structures.
04/09/07 G003-103\X802200
1
1
I
1
I
I
I
I
1
I
I
I
I
1
1
1
I
I
I
3.02
02200 - 7
Earthwork
from pavement to remain.
5. Do not disturb or damage the adjacent pavement. If the adjacent pavement is
disturbed or damaged, remove and replace the damaged pavement. No
additional payment will be made for removing and replacing damaged adjacent
pavement.
6. Remove and replace sidewalks disturbed by construction for their full width and
to the nearest undisturbed joint.
7. The Contractor may tunnel under curbs that are encountered. Remove and
replace any curb disturbed by construction to the nearest undisturbed joint.
Excavation
A.
Method
1. All excavation shall be by open cut from the surface except as indicated on the
Drawings.
2. All excavations for pipe appurtenances and structures shall be made in such
manner and to such depth and width as will give ample room for building the
structures and for bracing, sheeting and supporting the sides of the excavation,
for pumping and draining groundwater and wastewater which may be
encountered, and for the removal from the excavation of all materials
excavated.
3. Take special care so that the soil below the bottom of the structure to be built is
left undisturbed.
B.
Grades
1. Excavate to grades indicated on the Drawings.
2. Where excavation grades are not indicated on the Drawings, excavate as
required to accommodate installation.
C.
Disposal of Excavated Material
1. Remove and properly dispose of all excavated material not needed to complete
filling, backfilling and grading.
2. Dispose of excavated material on site at locations approved by the Engineer
and in accordance with all requirements of federal, state, county and municipal
regulations. No debris of any kind shall be deposited in any stream or body of
water, or on any street or alley. No debris shall be deposited on any private
property except by written consent of the property owner. In no case shall any
material be shoved onto abutting private properties or be buried in
embankments or trenches on the Project.
04/09/07 G003-103\XB02200
1
1
1
1
1
I
I
I
1
I
1
I
1
I
I
I
I
I
I
02200 - 9
Earthwork
5. If excess excavation is made or the material becomes disturbed so as to require
removal below final subgrade elevations or beyond the prescribed limits, the
resulting space shall be refilled with Class "C" concrete in accordance with
Section 03050 of these Specifications.
C.
Excavation for Foundations: Footings and slabs on grades shall rest on undisturbed
earth, rock or compacted materials to insure proper bearing.
1. Unsuitable Foundation Material
a. Any material in the opinion of the Engineer which is unsuitable for
foundation shall be removed and replaced with compacted crushed stone,
or with compacted fill material as directed by the Engineer. Crushed
stone shall meet the requirements of the Georgia Department of
Transportation Specification 800.01 for No. 57 stone.
b. No determination of unsuitability will be made until all requirements for
dewatering are satisfactorily met.
c. Payment for removal and replacement of unsuitable material shall be
made at the unit price bid.
2. Foundation in Rock: Foundations for a structure shall be on similar materials.
Should excavation for a foundation be partially in rock, the Contractor shall
undercut that portion of the rock 12-inches and bring the excavation to grade
with compacted crushed stone.
3. Pipe Trenches Beneath Structures
a. Where piping or conduit passes beneath footings or slabs resting on
grade, trenches shall be excavated to provide a minimum of 6-inches
clearance from all surfaces of the pipe or conduit. The trench shall be
backfilled to the base of the structure with concrete.
b. No separate payment will be made for concrete backfill of trenches
beneath structures. The cost of this work and all costs incidental to it shall
be included in the price bid for the item to which the work pertains.
4. Unauthorized Excavation
a. Care shall be taken that excavation does not extend below bottom levels
of footings or slabs on earth or rock. Should the excavation, through
carelessness or neglect, be carried below such levels, the Contractor shall
fill in the resulting excess excavation with concrete under footings and
compacted crushed stone or other approved material under slabs.
Crushed stone or gravel shall meet the Georgia Department of
Transportation Specification 800.01 for No. 57 stone. Should excavation
be carried beyond outside lines of footings such excess excavation shall
be filled with concrete, or formwork shall be provided, as directed by the
Engineer.
04/09/07 G003-103\X802200
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
02200 - 11
Earthwork
3. Pneumatic-tired rollers shall have not fewer than four pneumatic tired wheels
which shall be of such size and ply that tire pressures can be maintained
between 80 and 100 pounds per square inch for 25,000 pound wheel load
during rolling operations. Unless otherwise required, rolling shall be done with
tires inflated to 90 psi. The roller wheels shall be located abreast in a rigid steel
frame. Each wheel shall be loaded with an individual weight box so that each
wheel will bear an equal load when traversing uneven ground. The weight
boxes shall be suitable for ballast loading such that the load per wheel shall be
25,000 pounds. The spacing of the wheels shall insure that the distance
between the nearest edges of adjacent tires shall be not greater than one-half of
the tire width of a single tire at the operating pressure for a 25,000 pound wheel
load. The roller shall be operated no faster than 10 miles per hour.
4. Subgrade shall be proofrolled with six passes of the truck or roller. Depressions
that develop during the proofrolling operation shall be filled with suitable material
and those filled areas shall be proofrolled with six passes of the roller. If, after
having been filled and proofrolled, the subgrade still contains depressions, the
area shall be undercut to the full depth of the soft material or five feet whichever
is less, backfilled, recompacted, and rolled to achieve a subgrade acceptable to
the Engineer.
5. After the proofrolled subgrade has been accepted by the Engineer, the surface
of the subgrade shall be finish rolled with a smooth steel wheel roller weighing
not less than 10 tons. Finished surface of the 5ubgrade shall be within a
tolerance of 1/4-inch at every point.
6. Conduits, pipes, culverts and underdrains shall be neither disturbed nor
damaged by proofrolling operations. Rollers shall neither pass over, nor
approach closer. than five feet to, conduits, pipes, culverts and underdrains
unless the tops of those products are deeper than three feet.
C. Placement
1. Prior to placement of any material in embankments, the area within
embankment limits shall be stripped of topsoil and all unsuitable materials
removed as in accordance with this Section. The area shall then be scarified to
a depth of at least 6...inches.
2. Fill materials shall be placed in continuous approximately horizontal layers
extending the full width of the embankment cross-section and the full dimension
of the excavation where practical and having a net compacted thickness of not
over 6-inches.
3. Fill materials shall be placed at optimum moisture content within practicable
limits (not less than one percent below optimum). Optimum moisture shall be
maintained by sprinkling the layers as placed or by allowing materials to dry
before placement.
04/09/07 G003-103\X802200
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
02200 - 13
Earthwork
G. Moisture
1 . All fill shall be compacted with the moisture content as established by the 98
percent intercept on the moisture density curves or the moisture content at the
shrinkage limit, whichever is less.
2. If fill material is too wet, provide and operate approved means to assist the
drying of the fill until suitable for compaction.
3. If fill material is too dry, provide and operate approved means to add moisture to
the fill layers.
3.05 Backfilling
A. Backfill carefully to restore the ground surface to its original condition. Dispose of
excess material in accordance with this Section.
B. Compact backfill underlying roadways, parking areas, sidewalks, structures, and
buildings as specified in Article 3.04 (D) of this Section.
C. Backfill for Pipe
1. Initial: Place initial backfill material carefully around the pipe above bedding in
uniform 6-inch layers to a depth of at least 18-inches above the pipe bell.
Compact each layer thoroughly with suitable hand tools. Do not disturb or
damage the pipe. Backfill on both sides of the pipe simultaneously to prevent
side pressures. Initial backfill material is earth material excavated from the
trench which is clean and free of rock, organics, and other unsuitable material.
If materials excavated from the trench are not suitable for use as initial backfill
material, obtain suitable materials elsewhere.
2. Final: After initial backfill material has been placed and compacted, backfill with
general excavated material. Place backfill material in uniform layers and
thoroughly compact with heavy power tamping tools of the "Wacker" type.
3. . Settlement: If trenches settle, re-fiIl and grade the surface to conform to the
adjacent surfaces.
4. Additional Material
a. Utilize excess material excavated from the trench if the material is
suitable. No additional payment will be made for additional material when
excavated materials are used.
b. If excess excavated materials are not suitable, or if the quantity available
is not sufficient, provide suitable additional fill material.
04/09/07 G003-103\XB02200
1
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
3.07
02200 -15
Earthwork
f. Backfilling against walls shall take place after all the concrete in the
affected members has attained the specified strengths.
2. Materials: Backfill material placed against structures built or encountered
during the work of this Section shall be suitable fill material. No broken
concrete, bricks or similar materials will be permitted as backfill.
D.
Treatment After Completion of Grading
1. After grading is completed, permit no further excavation, filling or grading,
except with the approval of the Engineer.
2. Use all means necessary to prevent the erosion of freshly graded areas during
construction and until such time as permanent drainage and erosion control
measures have been installed.
Surface Water Control
A.
Regulations and Permits: Obtain all necessary soil erosion control permits in
accordance with the Georgia Soil Erosion and Sedimentation Control Act and all
pertinent rules, laws, and regulations of all applicable federal, state, county and
municipal regulatory agencies.
B.
Unfavorable Weather
1. Do not place, spread or roll any fill material during unfavorable weather
conditions.
2. Do not resume operations until moisture content and fill density are satisfactory
to the Engineer.
C.
Provide berms or channels to prevent flooding of subgrade. Promptly remove all
water collected in depressions.
D.
Pumping and Drainage
1. Provide, maintain and use at all times during construction adequate means and
devices to promptly remove and dispose of all water from every source entering
the excavations or other parts of the work.
2. Dewater by means which will insure dry excavations, preserve final lines and
grades, do not disturb or displace adjacent soil.
3. All pumping and drainage shall be done with no damage to property or
structures and without interference with the rights of the public, owners of
private property, pedestrians, vehicular traffic or the work of other contractors,
and in accordance with all pertinent laws, ordinances and regulations.
4. Do not overload or obstruct existing drainage facilities.
04/09/07 G003-103\X802200
1
I
I
I
I
I
I
I
I
I
1
I
I
I
1
I
I
I
I
Section 02225
Trench Excavation and Backfill
Part 1 General
1.01 Scope
A. The work under this Section consists of furnishing all labor, equipment and materials
and performing all operations in connection with the trench excavation and backfill
required to install the pipelines shown on the Drawings and as specified.
B. Excavation shall include the removal of any trees, stumps, brush, debris or other
obstacles which remain after the clearing and grubbing operations, which may
obstruct the work, and the excavation and removal of all earth, rock or other materials
to the extent necessary to install the pipe and appurtenances in conformance with the
lines and grades shown on the Drawings and as specified.
C. Backfill shall include the refilling and compaction of the fill in the trenches and
excavations up to the surrounding ground surface or road grade at crossing.
D. The pipe zone area of the trench is divided into five specific areas:
1. Foundation: The area beneath the bedding, sometimes also referenced to as
trench stabilization.
2. Bedding: The area above the trench bottom (or foundation) and below the
bottom of the barrel of the pipe.
3. Haunching: The area above the bottom of the barrel of the pipe up to a
specified height above the bottom of the barrel of the pipe.
4. Initial Backfill: The area above the haunching material and below a plane
18-inches above the top of the barrel of the pipe.
5. Final Backfill: The area above a plane 18-inches above the top of the barrel of
the pipe.
E. The choice of method, means, techniques and equipment rests with the Contractor.
The Contractor shall select the method and equipment for trench excavation and
backfill depending upon the type of material to be excavated and backfilled, the depth
of excavation, the amount of space available for operation of equipment, storage of
excavated material, proximity of man-made improvements to be protected, available
easement or right-of-way and prevailing practice in the area.
1.02 Quality Assurance
A. Density: All references to "maximum dry density" shall mean the maximum dry
density defined by the "Maximum Density-Optimum Moisture Test", ASTM D 698.
Determination of the density of foundation, bedding, haunching, or backfill materials in
place shall meet with the requirements of ASTM D 1556, "Density of Soil In Place by
the Sand Cone Method", ASTM D 2937, "Density of Soil In Place by the
04/09/07 G003-103\XB02225
1
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
02225 - 3
Trench Excavation and Backfill
D. Filter Fabric
1. Filter fabric associated with bedding shall be a polypropylene woven fabric. The
fabric shall be a high modulus type with good separation capabilities. The fabric
shall be inert to biological degradation and naturally occurring chemicals,
alkalies and acids.
2. The fabric shall have an equivalent opening size (EOS or AOS) of 20 to 45.
The fabric shall also conform to the minimum property values listed in the
following table:
Fabric Property Unit Test Method Minimum Value
Grab Tensile Strength Ibs. ASTM D 4632 200
Grab Tensile Elongation % ASTM D 4632 30 (max.)
Mullen Burst Strength psi ASTM D 3786 400
Trapezoid Tear Strength Ibs. ASTM D 4533 75
Puncture Strength Ibs. ASTM D 3787 75
3. If ordered by the Engineer, the filter fabric manufacturer shall furnish the
services of a competent factory representative to supervise and/or inspect the
installation of pipe. This service will be furnished for a minimum of 10 days
during initial pipe installation.
4. Filter fabric shall be Propex 2002, Contech C200 or Mirafi 500X.
2.03 Initial Backfill
A. Initial backfill material shall be crushed stone or earth materials as specified for
bedding and haunching materials.
B. Earth materials utilized for initial backfill shall be suitable materials selected from
materials excavated from the trench. Suitable materials shall be clean and free of
rock larger than 2-inches at its largest dimension, organics, cinders, stumps, limbs,
frozen earth or mud, man-made wastes and other unsuitable materials. Should the
material excavated from the trench be saturated, the saturated material may be used
as earth material, provided it is allowed to dry properly and it is capable of meeting the
specified compaction requirements. When necessary, initial backfill materials shall be
moistened to facilitate compaction by tamping. If materials excavated from the trench
are not suitable for use as initial backfill material, provide select material conforming to
the requirements of this Section.
2.04 Final Backfill
Final backfill material shall be general excavated earth materials, shall not contain
rock larger than 2-inches at its greatest diameter, cinders, stumps, limbs, man-made
wastes and other unsuitable materials. If materials excavated from the trench are not
04/09/07 G003-103\XB02225
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
02225 - 5
Trench Excavation and Backfill
placed bracing and sheeting which caused sloughing, accidental
over-excavation, intentional over-excavation necessitated by the size of the
Contractor's tamping and compaction equipment, intentional over-excavation
due to the size of the Contractor's excavation equipment, or other reasons
beyond the control of the Engineer or Owner.
D. Depth
1. The trenches shall be excavated to the required depth or elevation which allow
for the placement of the pipe and bedding to the thickness shown on the
Drawings.
2. Water Mains and Force Mains
a. Depth of Trenches: Excavate trenches to provide depths as shown on
the Drawings. The depth of cover shall not exceed that as shown on the
Drawings by more than two feet, without approval of the Engineer.
b. Increase the depth of cover where specifically shown on the Drawings
and where necessary to avoid interference with underground utilities and
obstructions.
3. Where rock is encountered in trenches, excavate to the minimum depth which
will provide clearance below the pipe barrel of 8-inches for pipe 21-inches in
diameter and smaller and 12-inches for larger pipe, valves and manholes.
Remove boulders and stones to provide a minimum of 6-inches clearance
between the rock and any part of the pipe, manhole or accessory.
E. Excavated Materials
1. Excavated materials shall be placed adjacent to the work to be used for
backfilling as required. Topsoil shall be carefully separated and lastly placed in
its original location.
2. Excavated material shall be placed sufficiently back from the edge of the
excavation to prevent caving of the trench wall, to permit safe access along the
trench and not cause any drainage problems. Excavated material shall be
placed so as not to damage existing landscape features or man-made
improvements.
3.02 Sheeting, Bracing, and Shoring
A. Sheeting, bracing, and shoring shall be performed in the following instances:
1. Where sloping of the trench walls does not adequately protect persons within
the trench from slides or cave-ins.
2. In caving ground.
04/09/07 G003-103\X802225
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
02225 - 7
Trench Excavation and Backfill
D. When trench rock is encountered, the Contractor shall submit the intended method for
trench rock removal for the Engineer's approval.
3.04 Dewatering Excavations
A. Dewater excavation continuously to maintain a water level two feet below the bottom
of the trench.
B. Control drainage in the vicinity of excavation so the ground surface is properly pitched
to prevent water running into the excavation.
C. There shall be sufficient pumping equipment, in good working order, available at all
times, to remove any water that accumulates in excavations. Where the pipe line
crosses natural drainage channels, the work shall be conducted in such a manner that
unnecessary damage or delays in the prosecution of the work will be prevented.
Provision shall be made for the satisfactory disposal of surface water to prevent
damage to public or private property.
D. In all cases, accumulated water in the trench shall be removed before placing bedding
or haunching, laying pipe, placing concrete or backfilling.
E. Where dewatering is performed by pumping the water from a sump, crushed stone
shall be used as the medium for conducting the water to the sump. Sump depth shall
be at least two feet below the bottom of the trench. Pumping equipment shall be of
sufficient quantity and/or capacity to maintain the water level in the sump two feet
below the bottom of the trench. Pumps shall be a type such that intermittent flows can
be discharged. A standby pump shall be required in the event the operating pump or
pumps clog or otherwise stop operation.
F. Dewater by use of a well point system when pumping from sumps does not lower the
water level two feet below the trench bottom. Where soil conditions dictate, the
Contractor shall construct well points cased in sand wicks. The casing, 6 to 10-inches
in diameter, shall be jetted into the ground, followed by the installation of the well
point, filling casing with sand and withdrawing the casing.
3.05 Trench Foundation and Stabilization
A. The bottom of the trench shall provide a foundation to support the pipe and its
specified bedding. The trench bottom shall be graded to support the pipe and
bedding uniformly throughout its length and width.
B. If, after dewatering as specified above, the trench bottom is spongy, or if the trench
bottom does not provide firm, stable footing and the material at the bottom of the
trench will still not adequately support the pipe, the trench will be determined to be
unsuitable and the Engineer shall then authorize payment for trench stabilization.
C. Should the undisturbed material encountered at the trench bottom constitute, in the
opinion of the Engineer, an unstable foundation for the pipe, the Contractor shall be
required to remove such unstable material and fill the trench to the proper subgrade
04/09/07 G003-103\X802225
1
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
02225 - 9
Trench Excavation and Backfill
minimum depth as shown on the Drawings, below the bottom of the pipe barrel.
Place and compact bedding material to the proper grade. Haunching material
shall then be carefully placed by hand and compacted to provide full support
under and up to the centerline of the pipe.
3. Class "C" (Bedding Factor - 1.5): Excavate the bottom of the trench flat at a
minimum depth as shown on the Drawings, below the bottom of the pipe barrel.
Place and compact bedding material to the proper grade. Haunching material
shall then be carefully placed by hand and compacted to provide full support
under and up to a height of one-fourth the outside diameter of the pipe above
the bottom of the pipe barrel.
4. HDPE Pipe: Excavate the bottom of the trench flat at a minimum depth as
shown on the Drawings, below the bottom of the pipe barrel. Place and
compact bedding material to the proper grade. Haunching material shall be
carefully placed by hand and compacted to provide full support under and up to
18-inches over the top of the pipe for pipe 42-inches in diameter and larger, and
12-inches over the top of the pipe for pipe 36-inches in diameter and smaller.
5. Type 5: Excavate the bottom of the trench flat at a minimum depth as shown
on the Drawings, below the bottom of the pipe barrel. Place and compact
bedding material to the proper grade before installing pipe. After the pipe has
been brought to the proper grade, haunching material shall be carefully placed
by hand and compacted to the top of the pipe.
E.
Manholes: Excavate to a minimum of 12-inches below the planned elevation of the
base of the manhole. Place and compact crushed stone bedding material to the
required grade before constructing the manhole.
F.
Water and Force Mains
1. Ductile Iron Pipe
a. Unless otherwise shown on the Drawings or specified, utilize earth
materials for bedding and haunching. Type 2, 3, 4 and 5 bedding shall be
as detailed on the Drawings.
b. Unless specified or shown otherwise, bedding shall meet the
requirements for Type 2 Pipe Bedding. Unless specified or shown
otherwise for restrained joint pipe and fittings, bedding shall meet the
requirements for Type 3 Pipe Bedding.
c. Where the depth of cover over the piping exceeds 4 feet, the pipe
bedding shall meet the requirements of Type 4 Pipe Bedding. Where the
depth of cover over the piping exceeds 10 feet, the pipe bedding shall
meet the requirements of Type 5 Pipe Bedding.
d. Type 4 or Type 5 Pipe Bedding called for on the Drawings, specified or
ordered by the Engineer, shall meet requirements for Type 4 or Type 5
Pipe Bedding, utilizing crushed stone bedding and haunching material.
04/09/07 G003-103\XB02225
I
1
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
02225 - 11
Trench Excavation and Backfill
3.08 Concrete Encasement
A. Where concrete encasement is shown on the Drawings, excavate the trench to
provide a minimum of 6-inches clearance from the bell of the pipe. Lay the pipe to
line and grade on concrete blocks. In lieu of bedding, haunching and initial backfill,
place concrete to the full width of the trench and to a height of not less than 6-inches
above the pipe bell. Do not backfill the trench for a period of at least 24 hours after
concrete is placed.
B. For pipes under structures, provide concrete backfill as specified in Section 02200.
3.09 Final Backfill
A. Backfill carefully to restore the ground surface to its original condition.
B. The top 6-inches shall be topsoil obtained as specified in Article 3.01 of this Section.
C. Excavated material which is unsuitable for backfilling, and excess material, shall be
disposed of, at no additional cost to the Owner, in a manner approved by the
Engineer. Surplus soil may be neatly distributed and spread over the site, if approved
by the Engineer. If such spreading is allowed, the site shall be left in a clean and
sightly condition and shall not affect pre-construction drainage patterns. Surplus rock
from the trenching operations shall be removed from the site.
D. If materials excavated from the trench are not suitable for use as backfill materials,
provide select backfill material conforming to the requirements of this Section.
E. After initial backfill material has been placed and compacted, backfill with final backfill
material. Place backfill material in uniform layers, compacting each layer thoroughly
as follows:
1. In 6-inch layers, if using light power tamping equipment, such as a "jumping
jack".
2. In 12-inch layers, if using heavy tamping equipment, such as hammer with
tamping feet.
3. In 24-inch layers, if using a hydra-hammer.
F. Settlement: If trench settles, re-fiIl and grade the surface to conform to the adjacent
surfaces.
G. Final backfill shall be compacted to a minimum 90 percent of the maximum dry
density, unless specified otherwise.
3.10 Backfill Under Roads
Compact backfill underlying pavement and sidewalks, and backfill under dirt and
gravel roads to a minimum 95 percent of the maximum dry density. The top
04/09/07 G003-103\XB02225
I
I
I
I
I
I
1
I
I
I
1
I
I
I
I
I
I
I
I
02225 - 13
Trench Excavation and Backfill
2. Foundations and shallow spread footing foundations are required to be
inspected by a geotechnical engineer, who shall verify suitable bearing and
construction.
E. Comply with applicable codes, ordinances, rules, regulations and laws of local,
municipal, state or federal authorities having jurisdiction.
END OF SECTION
04/09/07 G003-103\X802225
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 02361
Termite Control
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provIsions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. This Section includes soil treatment with termiticide.
B. Related Sections include the following:
1 . Division 06 Section "Rough Carpentry" for wood preservative treatment by
pressure process.
1.3 PERFORMANCE REQUIREMENTS
A. Service Life of Soil Treatment: Soil treatment by use of a termiticide that is
effective for not less than five years against infestation of subterranean termites.
1.4 SUBMITTALS
A. Product Data: For termiticide.
1. Include the EPA-Registered Label for termiticide products.
B. Product Certificates: For termite control products, signed by product
manufacturer.
C. Warranty: Special warranty specified in this Section.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: A specialist who is licensed according to regulations of
authorities having jurisdiction to apply termite control treatment and products in
jurisdiction where Project is located.
B. Regulatory Requirements: Formulate and apply termiticides according to the
EPA-Registered Label.
C. Source Limitations: Obtain termite control products from a single manufacturer
for each product.
04/09/07 G003-1 03\X801 025
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2361-3
Term ite Control
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with Applicator present, for
compliance with requirements for moisture content of soil, interfaces with
earthwork, slab and foundation work, landscaping, and other conditions affecting
performance of termite control.
1. Proceed with application only after unsatisfactory conditions have been
corrected.
3.2 PREPARATION
A. General: Comply with the most stringent requirements of authorities having
jurisdiction and with manufacturer's written instructions for preparation before
beginning application of termite control treatment. Remove all extraneous
sources of wood cellulose and other edible materials such as wood debris, tree
stumps and roots, stakes, formwork, and construction waste wood from soil
within and around foundations.
B. Soil Treatment Preparation: Remove foreign matter and impermeable soil
materials that could decrease treatment effectiveness on areas to be treated.
Loosen, rake, and level soil to be treated except previously compacted areas
under slabs and footings. Termiticides may be applied before placing compacted
fill under slabs if recommended in writing by termiticide manufacturer.
1. Fit filling hose connected to water source at the site with a backflow
preventer, complying with requirements of authorities having jurisdiction.
3.3 APPLICATION, GENERAL
A. General: Comply with the most stringent requirements of authorities having
jurisdiction and with manufacturer's EPA-Registered Label for products.
3.4 APPLYING SOIL TREATMENT
A. Application: Mix soil treatment termiticide solution to a uniform consistency.
Provide quantity required for application at the label volume and rate for the
maximum specified concentration of termiticide, according to manufacturer's
EPA-Registered Label, to the following so that a continuous horizontal and
vertical termiticidal barrier or treated zone is established around and under
building construction. Distribute treatment evenly.
1 . Slabs-on-Grade and Basement Slabs: Under ground-supported slab
construction, including footings, building slabs, and attached slabs as an
overall treatment. Treat soil materials before concrete footings and slabs
are placed.
04/09/07 G003-1 03\XB01 025
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
1
I
1
I
Part 1
1.01
1.02
1.03
1.04
Section 02510
Asphalt Concrete Pavement
General
Scope
The Contractor shall furnish all labor, materials, equipment and incidentals required to
construct asphalt concrete pavements to the grades and cross-sections shown on the
Drawings and as specified herein.
Quality Assurance
A.
Use only materials which are furnished by a bulk asphalt concrete producer regularly
engaged in production of hot-mix, hot-laid asphalt concrete.
B.
Comply with applicable requirements of Georgia Department of Transportation,
Standard Specifications for Construction of Roads and Bridges.
Submittals
A.
Provide certificates stating that materials supplied comply with
Certificates shall be signed by the asphalt producer and the
Certificates:
Specifications.
Contractor.
B.
Traffic paint manufacturer's application instructions and a description and other data
relative to the Contractor's application equipment and methods shall be submitted to
the Engineer for approval.
Conditions
A.
Weather Limitations
1. Apply bituminous prime and tack coats only when the ambient temperature in
the shade has been at least 40 degrees F.
2. Do not conduct paving operations when surface is wet, frozen or contains
excess of moisture which would prevent uniform distribution and required
penetration.
3. Construct asphaltic courses only when atmospheric temperature in the shade is
above 35 degrees F, when the underlying base is dry and when weather is not
rainy.
4. Place base course when air temperature is above 35 degrees F and rising. No
base course shall be placed on a frozen or muddy subgrade.
B.
Grade Control: Establish and maintain the required lines and grades for each course
during construction operations.
04/09/07 G003-103\XB02510
1
I
I
1
I
1
I
1
I
I
1
I
I
I
I
I
I
I
I
02510-3
Asphalt Concrete Paving
1. Notifying laboratory of conditions requiring testing.
2. Coordinating with laboratory for field testing.
3. Paying costs for additional testing performed beyond the scope of that required
and for retesting where initial tests reveal non-conformance with specified
requirements.
4. Paying the cost of overlays or pavement removal and replacement which does
not comply with the specified testing limits.
Part 2 Products
2.01 Materials
A. Graded Aggregate Base Course: Graded aggregate base course shall be of uniform
quality throughout and shall meet the requirements of Section 815.01 of the Georgia
Department of Transportation Standard Specifications.
B. Asphalt Base Course: Black base course shall be of uniform quality throughout and
shall meet the requirements of Section 828.2.03, 25 mm Superpave of the Georgia
Department of Transportation Standard Specifications.
C. Binder Course: Binder course shall be of uniform quality throughout and shall
conform to the requirements of Section 828.2.03, 19 mm Superpave of the Georgia
Department of Transportation Standard Specifications.
D. Surface Course: Surface course shall be of uniform quality throughout and shall
conform to the requirements of Section 828.2.03, 12 mm or 9.5 mm Superpave of the
Georgia Department of Transportation Standard Specifications.
E. Prime Coat: Prime coat shall conform to the requirements of Section 412 of the
Georgia Department of Transportation Standard Specifications.
F. Tack coat shall conform to the requirements of Section 413 of the Georgia
Department of Transportation Standard Specifications.
Part 3 Execution
3.01 Surface Preparation
A. Graded Aggregate Base Course
1. Check subgrade for conformity with elevations and section immediately before
placing aggregate base material.
04/09/07 G003-1 03\X80251 0
1
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
1
I
02510 - 5
Asphalt Concrete Paving
4. Allow surfaces to dry until material is at condition of tackiness to receive
pavement.
3.02 Equipment
C.
D.
3.03
A.
B.
C.
D.
A. Provide size and quantity of equipment to complete the work specified within the
Project time schedule.
B. Bituminous pavers shall be self-propelled that spread hot asphalt concrete mixtures
without tearing, shoving or gouging surfaces, and control pavement edges to true
lines without use of stationary forms.
Rolling equipment shall be self-propelled, steel-wheeled and pneumatic-tired rollers
that can reverse direction without backlash.
Provide rakes, lutes, shovels, tampers, smoothing irons, pavement cutters,. portable
heaters, and other miscellaneous small tools to complete the work specified.
Asphaltic Concrete Placement
Place asphalt concrete mix on prepared surface, spread and strike-off using paving
machine.
Spread mixture at a minimum temperature of 225 degrees F.
Inaccessible and small areas may be placed by hand.
Place each course at a thickness such that when compacted it will conform to the
indicated grade, cross-section, finish thickness, and density indicated.
E. Pavement Placing
1. Unless otherwise directed, begin placing along centerline of areas to be paved
on crowned section, and at high side of sections on one-way slope, and in
direction of traffic flow.
2. After first strip has been placed and rolled, place succeeding strips and extend
rolling to overlap previous strips.
3. Complete base courses for a section before placing surface courses.
4. Place mixture in as continuous an operation as practical.
F. Hand Placing
1. Spread, tamp, and finish mixture using hand tools in areas where machine
spreading is not possible, as acceptable to Engineer.
04/09/07 G003-1 03\X80251 0
1
1
I
1
I
1
I
I
I
I
I
I
I
I
1
I
I
1
I
02510 - 7
Asphalt Concrete Paving
3. Check crown, grade, and smoothness after breakdown rolling.
4. Repair displaced areas by loosening at once with lutes or rakes and filling, if
required, with hot loose material before continuing rolling.
H. Second Rolling
1. Follow breakdown rolling as soon as possible, while mixture is hot and in
condition for compaction.
2. Continue second rolling until mixture has been thoroughly compacted.
I. Finish Rolling
1. Perform finish rolling while mixture is still warm enough for removal of roller
marks.
2. Continue rolling until roller marks are eliminated and course has attained
specified density.
J. Patching
1. Remove and replace defective areas.
2. Cut-out and fill with fresh, hot asphalt concrete.
3. Compact by rolling to specified surface density and smoothness.
4. Remove deficient areas for full depth of course.
5. Cut sides perpendicular and parallel to direction of traffic with edges vertical.
6. Apply tack coat to exposed surfaces before placing new asphalt concrete
mixture.
3.05 Cleaning and Protection
A. Cleaning: After completion of paving operations, clean surfaces of excess or spilled
asphalt materials to the satisfaction of the Engineer.
B. Protection
1. After final rolling, do not permit vehicular traffic on asphalt concrete pavement
until it has cooled and hardened, and in no case no sooner than six hours.
2. Provide barricades and warning devices as required to protect pavement and
the general public.
04/09/07 G003-1 03\XB0251 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
Section 02720
Storm Sewers and Pipe Culverts
Part 1 General
1.01 Scope
The work covered in this Section shall include the furnishing and laying of precast
concrete pipe or corrugated metal pipe with fittings as called for on the Drawings and
specified, including trench excavation and backfill.
1.02 Quality Assurance
A. Each length of pipe, each fitting and special fitting shall be inspected by an
independent commercial testing laboratory acceptable to the Engineer prior to
delivery. Each joint of pipe and each special shall be stenciled or otherwise clearly
and legibly marked with the laboratory's mark of acceptance.
B. Each pipe shall be clearly marked as required by the governing ASTM standard
specifications to show its class or gauge, date of manufacture, and the name or
trademark of the manufacturer. Elliptical reinforced concrete pipe shall be clearly
marked top and bottom and the minor axis clearly noted on the interior surface of the
pipe.
C. Any pipe or specials which have been broken, cracked, or otherwise damaged before
or after delivery or which have failed to meet the required tests shall be removed from
the site and shall not be used therein. i
Part 2 Products
2.01 Pipe
A. Pipe and special fittings shall be furnished in sizes, types and classes at the locations
shown on the Drawings, and/or specified herein.
B. All pipe and special fittings shall be of all new materials which have not been
previously used.
2.02 High Density Polyethylene Pipe (HOPE)
A. Pipe and Fittings: High-density polyethylene (HDPE) pipe shall meet the
requirements of AASHTO M 294M, Type S. All fittings shall be factory fabricated. No
field fabrication of fittings will be permitted.
B. Joints: Joints for pipe and fittings shall be of the bell and spigot type with a confined
gasket meeting the requirements of ASTM D 3212. The gasket shall comply with the
physical non-pressure requirements of ASTM F 477.
C. Acceptance: Acceptance will be on the basis of the Engineer's inspection and the
manufacturer's written certification that the pipe was manufactured and tested in
accordance with the applicable standards.
04/09/07 G003-103\X802720
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
02720 - 3
Storm Sewers and Pipe Culverts
collapse of trench walls so that a higher class of bedding is required, the increased
cost of the same shall be borne by the Contractor. If the bearing value of the
subgrade is determined by the Engineer to be inadequate for a particular class of
bedding, the Contractor shall substitute a higher class of bedding as directed by the
Engineer.
G. HDPE Bedding shall be in accordance with Section 02225 of these Specifications.
Part 3 Execution
3.01 Excavation
Excavation shall be performed in accordance with the requirements of Sections 02200
and/or 02225 of these Specifications.
3.02 Pipe Laying - Concrete Pipe
A. Immediately prior to laying the pipe, all projections or irregularities which will prevent
the joints from closing properly shall be removed.
B. Concrete pipe shall be laid true to line and grade on a bed which is uniformly firm
throughout its entire length. If material in the bottom of the excavation is of such
character as to cause unequal settlement along the length of the storm sewer or
culvert, the material shall be removed below the grade given, to such depth as
ordered and shall be backfilled with granular bedding material and thoroughly tamped
or otherwise compacted to ensure an unyielding foundation. Pipe shall not be laid
upon frozen ground.
C. Pipe, unless otherwise provided or directed by the Engineer, shall be laid beginning at
the lower end and with the bells or receiving ends upgrade. The spigot or tongue end
shall be inserted into hub or receiving end as far as the construction of the pipe will
permit.
D. The pipe shall be protected from water during placing and until the mortar in the joints
has thoroughly set.
E. For mortar joints, the pipe ends shall be thoroughly cleaned and wetted with water
before the joint is made. Stiff mortar shall then be placed in the lower half of the bell
or groove of the pipe section already laid and on the upper half of the spigot or tongue
of the section to be laid. The two pipe sections shall then be tightly jointed with their
inner surfaces flush and even. Pipe with mortar joints shall not be placed when the
temperature is below 40 degrees F.
F. After each section of the pipe is laid and uniformly matched and the sections have
been fitted as closely as the construction of the pipe will permit, the joint shall be
entirely filled and packed with a stiff cement mortar, one part Portland cement and
1-1/2 parts sand by volume. Sufficient additional mortar shall be used to form a bead
around the joint. The joint on the inside of the pipe shall be filled with similar mortar
and finished smooth and even with the adjacent sections of pipe.
04/09/07 G003-103\XB02720
1
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
02720 - 5
Storm Sewers and Pipe Culverts
B. The bedding for the pipe must be laid in a dry trench, and any water encountered in
ditches, springs, etc. shall be considered a necessary part of construction and shall be
handled by pumping, ditching or any other method satisfactory to the Engineer.
3.05 Existing Utilities
All existing sewers, water lines, gas lines, underground conduits, telephone lines,
sidewalks, curbs, gutters, pavements, electric lines or other utilities or structures in the
vicinity of the work shall be carefully protected by the Contractor from damage at all
times. Where it is necessary for the proper accomplishment of the work to repair,
remove and/or replace any such utility, the work shall be done as directed by the
Engineer. No separate payment shall be made for removing and replacing and/or
repairing damaged existing sewers, water, gas, electric, or telephone lines, or
conduits or other utilities, culverts, drains, or similar existing services or structures that
are to remain in service. The removal, replacement and/or repair of these items shall
be paid for in the unit price bid by the Contractor on other items of work. Similar
repair and replacement of sidewalks, curbs, gutters and pavements are provided
elsewhere herein.
3.06 Cleaning
After completing each section of the storm sewer or culvert, the Contractor shall
remove all debris and construction materials and equipment from the site, grade and
smooth over the surface on both sides of the line and leave the entire right-of-way in a
clean, neat and serviceable condition in accordance with the requirements of Section
01710 of these Specifications.
3.07 Seeding
All ground areas that are disturbed during construction of the storm sewer or culvert
shall be prepared and seeded in accordance with the requirements of Section 02933
of these Specifications. No separate payment shall be made for seeding or seeding
preparation, but shall be included in the unit prices bid for other items of work done
under this Section.
END OF SECTION
04/09/07 G003-103\X802720
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 03050
Concrete Site Work
Part 1 General
1.01 Scope
A. Furnish and install cast-in-place concrete pavement and other miscellaneous concrete
as shown and indicated on the Drawings and as specified in this Section, complete.
All concrete within the buildings and foundations as detailed on "S" drawings shall
be in accordance with Section 03300
B. All formwork, reinforcing, sleeves, inserts, piping, hangers, anchors, frames, and
other items to be built into the concrete work shall be correctly positioned, secured
and inspected by the Contractor and Engineer prior to placing concrete.
1.02 Submittals
Submit concrete design mix and shop drawings on reinforcing, admixtures,
waterstops and curing compound for the Engineer's review prior to any work.
1.03 Storage and Protection
All materials shall be stored and protected in accordance with the requirements of
Section 01620 of these Specifications.
1.04 Quality Assurance
All concrete work shall be in accordance with the provisions of the American Concrete
Institute's "Building Code Requirements for Reinforced Concrete" (ACI 318), unless
specified or noted otherwise.
Part 2 Products
2.01 Materials and Construction
A. Materials for use in concrete work including admixtures, aggregates, cement, form
material, reinforcing and water shall be in accordance with the following:
1. Cement: All cement shall be Type I and meet the requirements of ASTM C
150. One bag of Portland cement shall be considered to weigh 94 pounds.
2. Aggregates: Aggregates shall conform to requirements of ASTM C 33.
3. Water: Mixing water for concrete shall be fresh, clean and potable.
4. Admixtures: For each 100 pounds of cement the following amount of admixture
shall be provided in accordance with the manufacturer's recommendations:
a. For air temperatures below 70 degrees F, provide 3 to 6 ounces of Master
Builder's Pozzolith 344-N (or 122-N) or 2 ounces of Sika Chemical
04/09/07 G003-103\XB03050
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
03050 - 3
Concrete Site Work
7. Waterstops: In expansion joints and in construction joints not shown as
expansion joints, waterstops shall be polyvinyl chloride (PVC) and shall
incorporate a galvanized steel wire along both edges which shall be used to
secure the waterstop in position during concrete placement. The waterstop
shall be sized as noted on the Drawings. Waterstop shall be equal to Wirestop
CR-9380 or Burke. The waterstop shall extend the entire length of the joint and
all splices shall be heat welded and tested in accordance with the
manufacturer's instructions.
8. Non-Shrink Grout
a. All grout shall be non-metallic, non-shrink type. Cement shall be Type III.
Grout shall meet the following requirements:
Criteria Test Method Result
Workability ASTM C 191 Initial set time not less
than 60 minutes
Compressive Strength ASTM C 109 One day - 3,000 psi
(restrained condition)
Shrinkage ASTM C 827 No shrinkage after
and CRD 621 placement or shrinkage
after set
b. The Contractor shall furnish independent laboratory test results as
evidence of full compliance with these requirements.
c. Grout shall be equal to Five Star Grout, manufactured by U.S. Grout
Corporation or Burke, and shall be mixed and placed in accordance with
the recommendations of ACI and the grout manufacturer's published
recommendations.
d. The Contractor shall provide the services of a technical representative of
the grout manufacturer to instruct the Contractor's personnel and insure
compliance with the grout manufacturer's recommendations.
9. Standard Grout: Grout which is required by the Drawings or Specifications and
is not otherwise specified shall be composed of one part of cement and three
parts of sand. Grout shall have a maximum water/cement ratio of 5.0 U.S.
gallons per 94 pound bag of cement.
10. Epoxy Bonding Compound: Epoxy bonding compound shall be 100 percent
solids with a minimum bond strength of 2,100 psi at 14 days. Epoxy bonding
compound shall be equal to Sikadur Hi-Mod.
11. Expansion Joint Filler: Joint filler shall be a preformed type meeting the
requirements of ASTM D 1751.
04/09/07 G003-103\X803050
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
03050 - 5
Concrete Site Work
3.03 Placing
A. Before concrete is placed, steel forms shall be uniformly coated with form oil and
wood forms shall be thoroughly wetted.
B. Concrete shall be placed to avoid the segregation or separation of aggregates, and
displacement of reinforcing. Concrete shall not be allowed to drop freely more than
four feet.
C. All concrete shall be placed in daylight; the placing of concrete in any portion of the
work shall not be begun if such work cannot be completed during daylight.
D. Concrete shall not be placed when the atmospheric temperature is below 40 degrees
F. If after placing concrete the temperature drops below 40 degrees F, the Contractor
shall enclose, heat and protect the work in a manner to keep the air surrounding the
fresh concrete at a temperature of not less than 45 degrees F for a period of five days
after concrete is placed.
E. Concrete shall be compacted by the use of mechanical internal vibrating equipment
supplemented by hand spading. Vibrating shall not be used to transport concrete
within forms. Internal vibrators shall maintain a speed of at least 5,000 impulses per
minute when submerged in concrete.
F. Keys shall be formed in all construction joints as indicated on the Drawings and as
directed by the Engineer.
G. Waterstops shall be used where shown on the Drawings and in all joints buried or
submerged on one side and exposed on the other.
3.04 Finishing
A. All exterior concrete surfaces shall be finished to 12-inches below finish grade.
Interior concrete surfaces within buildings, and other such surfaces exposed to view
shall be finished.
B. The interior of basins shall be finished to a level not less than 12-inches below
overflow level. Concrete not exposed to view, therefore not specified to be finished,
shall have rough edges tooled off and shall be pointed and spot finished to fill
irregularities.
1. Vertical Surfaces
a. When concrete has set sufficiently to permit, forms and form ties shall be
carefully removed. All depressions resulting from removal of form ties and
all other holes and rough places shall be thoroughly wetted with water and
pointed with sand cement grout.
b. After pointed surfaces have set sufficiently to permit, all surfaces
specified to be finished shall be kept wetted with water and rubbed with a
04/09/07 G003-103\X803050
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
3.07
3.08
03050 - 7
Concrete Site Work
and similar equipment required by the laboratory representative for molding test
cylinders.
4. Slump Tests: At least two slump tests shall be made on each day that concrete
is placed. One slump test shall be made at the time cylinders are made for
compression tests. Tests shall meet ASTM C 143.
5. Test Results: The laboratory shall send one copy of all reports to the Engineer,
one copy to the Contractor and one to the ready mix plant. Concrete test
reports shall include slump tests and state where the concrete was used in the
structure.
Imperfect or Damaged Work
Defective or damaged work, or any work damaged before final acceptance, shall be
satisfactorily removed and replaced in accordance with the requirements of the
Drawings and Specifications. Removal and replacement of concrete work shall be
done in such a manner that the strength of the structure will not be impaired. All
testing required to verify compliance with the Specifications and ACI Code shall be
paid for by the Contractor. All removing and replacing of concrete is subject to
inspection by the Engineer.
Cleaning
Upon completion of the work, all forms, equipment, protective coverings and rubbish
resulting therefrom shall be removed from the premises. Finished surfaces shall be
left in a condition satisfactory to the Engineer.
END OF SECTION
04/09/07 G003-103\XB03050
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 03300
Cast-in-Place Concrete
GENERAL
1.1 WORK INCLUDED
A. Provide all cast-in-place concrete, complete, in place, as indicated on the
Drawings, specified herein and required for the complete installation.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.3 SUMMARY
A. This Section specifies cast-in place concrete, including formwork, reinforcing, mix
design, placement procedures, and finishes.
B. Cast-in-place concrete includes the following:
1 . Foundations and footings.
2. Slabs-on-grade.
3. Fill for steel deck.
4. Foundation walls.
5. Load-bearing building walls.
6. Building frame members.
7. Equipment pads and bases.
8. Fill for steel pan stairs.
1.4 SUBMITTALS
A. General: Submit the following according to Conditions of the Contract and
Division 1 Specification Sections.
B. Product data for proprietary materials and items, including reinforcement and
forming accessories, admixtures, patching compounds, waterstops, joint systems,
curing compounds, dry-shake finish materials, and others if requested by
Architect.
C. Shop drawings for Concrete Reinforcement:
1. Shop drawings shall be submitted by the Contractor to the Architect and
review action received prior to fabrication. When corrections are required,
copies will be returned noting such. Drawings shall then be corrected and
resubmitted until final review action is received. Coordination of shop
drawing shall be such that corrections noted on one sheet that affects
another drawing will be transmitted and made on all sheets and also
resubmitted.
2. Shop drawings shall also include:
04/09/07 G003-103\X803300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
03300 - 3
Cast-in-Place Concrete
1.5 QUALITY ASSURANCE
A. Codes and Standards: Comply with provisions of the following codes,
specifications, and standards, except where more stringent requirements are
shown or specified:
1. American Concrete Institute (ACI) 301, "Specifications for Structural
Concrete for Buildings."
2. ACI 311-88, "Guide for Concrete Inspection."
3. ACI 318, "Building Code Requirements for Reinforced Concrete."
4. ACI 304-89, "Guide for Measuring, Mixing, Transporting and Placing
Concrete."
5. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard
Practice."
B. Concrete Testing Service:
1 . All testing services specified in this section of these specifications shall be
performed by a recognized, independent laboratory approved by the
Architect.
2. All expenses of the testing agency shall be borne by the Contractor.
3. The Contractor shall furnish to the testing agency samples of all proposed
material to be used which requires testing.
4. Testing agency shall check and review proposed materials to be used for
compliance with these specifications, perform all testing in accordance
with referenced standards and provide all reports.
5. Contractor shall furnish all project specifications, testing material, mill
reports, design mixes and cylinders, and shall notify laboratory of concrete
pouring schedules so as not to delay progress of the work.
6. No material or mixes shall be used on project unless approved by the
Architect.
7. Materials and installed work may require testing and retesting, as directed
by the Architect, at anytime during the progress of the work. Allow free
access to material stockpiles and facilities at all times. Retesting of
rejected material and installed work, shall be provided at the Contractor's
expense.
C. Tests for Concrete Materials:
1. Portland cement shall be sampled and tested to determine the properties
in accordance with ASTM C 150-92.
2. Aggregates shall be sampled and tested in accordance with ASTM C 33-
92 (normal weight).
D. Supervision: All reinforced concrete construction shall be performed under the
personal supervision of the contractor's superintendent. This superintendent
shall keep a record of all concrete poured on the job. The record shall show in
detail the area poured, the time and date of the pour and weather conditions
which existed at the time of the pour. Upon completion of the work, this record
shall be turned over to the Architect.
04/09/07 G003-103\XB03300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.3
03300 - 5
Cast-in-Place Concrete
2. For exposed-to-view concrete surfaces where legs of supports are in
contact with forms, provide supports with legs that are protected by plastic
(CRSI, Class 1) or stainless steel (CRSI, Class 2).
3. For foundations, support reinforcing in bottom at footings with whole
concrete bricks at 4'-0" on center.
CONCRETE MATERIALS
A.
Portland Cement:
1. Comply with ASTM C 150, Type I.
2. Use one brand of cement throughout Project unless otherwise acceptable
to Architect.
B.
C.
Fly Ash: ASTM C 618, Type F.
Normal-Weight Aggregates:
1. Comply with ASTM C 33 and as specified. Provide aggregates from a
single source for exposed concrete.
2. For exposed exterior surfaces, do not use fine or coarse aggregates that
contain substances that cause spalling.
3. Local aggregates not complying with ASTM C 33 that have been shown to
produce concrete of adequate strength and durability by special tests or
actual service may be used when acceptable to Architect.
4. Do not use aggregates containing soluble salts, iron sulphide, pyrite,
marcasite or ochre which can cause strains on exposed concrete
surfaces.
5. Dune sand, bank run sand and manufactured sand are not acceptable.
6. Coarse Aggregate: Clean, uncoated, processed aggregate containing no
clay, mud, loam or foreign matter, as follows:
a. Crushed stone, processed from natural rock or stone.
b. Washed gravel, either natural or crushed. Use of pit or bank run
gravel is not permitted.
c. Maximum Aggregate Size: Not larger than one-fifth of the
narrowest dimension between sides of forms, one-third of the
depths of slabs nor three-fourths of the minimum clear spacing
between individual reinforcing bars or bundles of bars nor over 1" in
max. size except for block fill where max. size shall not exceed %".
These limitations may be waived if, in the judgement of the
Architect, workability and methods of consolidation are such that
concrete can be placed without honeycomb or voids.
D.
E.
F.
Lightweight Aggregates: ASTM C 330.
Water: Potable.
Admixtures, General: Provide concrete admixtures that contain not more than
0.1 percent chloride ions.
04/09/07 G003-103\X803300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
03300 - 7
Cast-in-Place Concrete
F. Slab on Grade Floor Joint Forms:
1. Interior spaces: 24 ga., pre-shaped keyed type galvanized steel joint
forms and stakes. Galvanizing shall be hot-dipped conforming to ASTM A
446-89 Grade E Steel G90 coating class.
2. Exterior spaces: Wood or metal removable tongue and groove joint forms.
G. Chemical Hardener: Colorless aqueous solution containing a blend of
magnesium fluosilicate and zinc fluosilicate combined with a wetting agent,
containing not less than 2 pounds of fluosilicates per gallon.
H. Sand Fill: Clean, manufactured or natural sand.
I. Membrane-Forming Curing Compound: ASTM 1315, 30% solids content
minimum, Type 1, Class A.
J. Vapor Barrier: Provide vapor barrier that is resistant to deterioration when
tested according to ASTM E 1745, as follows:
1. Polyethylene sheet not less than 6 mils thick, meeting ASTM E 1745,
Class C.
K. Nonslip Aggregate Finish: Provide fused aluminum oxide granules or crushed
emery as the abrasive aggregate for a nonslip finish, with emery aggregate
containing not less than 50 percent aluminum oxide and not less than 25
percent ferric oxide. Use material that is factory-graded, packaged, rustproof,
nonglazing, and unaffected by freezing, moisture, and cleaning materials.
L. Colored Wear-Resistant Finish:
1. Use packaged dry combination of materials consisting of portland cement,
graded quartz aggregate, coloring pigments, and plasticizing admixture.
Use coloring pigments that are finely ground nonfading mineral oxides
interground with cement. Color as selected by Architect from
manufacturers' standards, unless otherwise indicated.
M. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing
approximately 9 oz. per sq. yd., complying with AASHTO M 182, Class 2.
N. Moisture-Retaining Cover: One of the following, complying with ASTM C 171.
1 . Waterproof paper.
2. Polyethylene film.
3. Polyethylene-coated burlap.
O. Liquid Membrane-Forming Curing Compound: Liquid-type membrane-forming
curing compound complying with ASTM C 309, Type I, Class A.
04/09/07 G003-103\XB03300
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.6
2.7
03300 - 9
Cast-in-Place Concrete
accepted by Architect before using in Work. No water shall be added to
concrete mix at iob site unless approved by Architect.
ADMIXTURES
A.
Use water-reducing admixture or high-range water-reducing admixture
(superplasticizer) in concrete, as required, for placement and workability.
B.
Use accelerating admixture in concrete slabs placed at ambient temperatures
below 50 deg F (10 deg C).
C.
Use high-range water-reducing admixture in pumped concrete, concrete for
heavy-use industrial slabs, architectural concrete, parking structure slabs,
concrete required to be watertight, and concrete with water-cement ratios
below 0.50.
D.
Use air-entraining admixture in exterior exposed concrete unless otherwise
indicated. Add air-entraining admixture at manufacturer's prescribed rate to
result in concrete at point of placement having total air content with a tolerance
of plus or minus 1-1/2 percent within the following limits:
1. Concrete structures and slabs exposed to freezing and thawing, deicer
chemicals, or hydraulic pressure:
a. 4.5 percent (moderate exposure); 5.5 percent (severe exposure)
for 1-1/2-inch maximum aggregate.
b. 4.5 percent (moderate exposure); 6.0 percent (severe exposure)
for 1-inch maximum aggregate.
c. 5.0 percent (moderate exposure); 6.0 percent (severe exposure)
for 3/4-inch maximum aggregate.
d. 5.5 percent (moderate exposure); 7.0 percent (severe exposure)
for 1/2-inch maximum aggregate.
2. Other concrete not exposed to freezing, thawing, or hydraulic pressure, or
to receive a surface hardener: 2 to 4 percent air.
E.
Use admixtures for water reduction and set accelerating or retarding in strict
compliance with manufacturer's directions.
CONCRETE MIXING
A.
Job-Site Mixing:
1. Mix concrete materials in appropriate drum-type batch machine mixer.
For mixers of 1 cu. yd. or smaller capacity, continue mixing at least 1-1/2
minutes, but not more than 5 minutes after ingredients are in mixer,
before any part of batch is released. For mixers of capacity larger than 1
cu. yd., increase minimum 1-1/2 minutes of mixing time by 15 seconds for
each additional cu. yd.
04/09/07 G003-103\X803300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
03300 - 11
Cast-in-Place Concrete
E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or
rubber chamfer strips fabricated to produce uniform smooth lines and tight
edge joints.
F. Provisions for Other Trades: Provide openings in concrete formwork to
accommodate work of other trades. Determine size and location of openings,
recesses, and chases from trades providing such items. Accurately place and
securely support items built into forms.
G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to
receive concrete. Remove chips, wood, sawdust, dirt, or other debris just
before placing concrete. Retighten forms and bracing before placing concrete,
as required, to prevent mortar leaks and maintain proper alignment.
3.3 VAPOR BARRIER INSTALLATION
A. General: Place vapor barrier sheeting in position with longest dimension
parallel with direction of pour.
B. Lap joints 6 inches and seal with manufacturer's recommended mastic or
pressure-sensitive tape.
3.4 PLACING REINFORCEMENT
A. General:
1. Comply with Concrete Reinforcing Steel Institute's recommended practice
for "Placing Reinforcing Bars," for details and methods of reinforcement
placement and supports and as specified.
2. Avoiding cutting or puncturing vapor barrier during reinforcement
placement and concreting operations. Repair damages before placing
concrete.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials
that reduce or destroy bond with concrete.
C. Accurately position, support, and secure reinforcement against displacement.
Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and
hangers, as approved by Architect.
D. Place reinforcement to maintain minimum coverages as indicated for concrete
protection. Arrange, space, and securely tie bars and bar supports to hold
reinforcement in position during concrete placement operations. Set wire ties
so ends are directed into concrete, not toward exposed concrete surfaces.
E. Install welded wire fabric in lengths as long as practicable. Lap adjoining
pieces at least one full mesh and lace splices with wire. Offset laps of
adjoining widths to prevent continuous laps in either direction.
04/09/07 G003-103\XB03300
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
03300 -13
Cast-in-Place Concrete
3.6 INSTALLING EMBEDDED ITEMS
A. General: Set and build into formwork anchorage devices and other embedded
items required for other work that is attached to or supported by cast-in-place
concrete. Use setting drawings, diagrams, instructions, and directions provided
by suppliers of items to be attached.
B. Install reglets to receive top edge of foundation sheet waterproofing and to
receive through-wall flashings in outer face of concrete frame at exterior walls,
where flashing is shown at lintels, relieving angles, and other conditions.
C. Install dovetail anchor slots in concrete structures as indicated on drawings.
D. Edge Forms and Screed Strips for Slabs: Set edge forms, or bulkheads and
intermediate screed strips for slabs to obtain the elevations and contours in the
finished slab surface. Provide and secure units to support the type of screed
strips by the use of strike-off templates or accepted compacting type screeds.
Screed strips are to be constructed, supported and set to avoid displacement
of reinforcing steel positions.
3.7 PREPARING FORM SURFACES
A. General: Coat contact surfaces of forms with an approved, nonresidual, low-
VOC, form-coating compound before placing reinforcement.
B. Do not allow excess form-coating material to accumulate in forms or come into
contact with in-place concrete surfaces against which fresh concrete will be
placed. Apply according to manufacturer's instructions.
1. Coat steel forms with a nonstaining, rust-preventative material. Rust-
stained steel formwork is not acceptable.
3.8 CONCRETE PLACEMENT
A. Inspection: Before placing concrete, inspect and complete formwork
installation, reinforcing steel, and items to be embedded or cast in. Notify other
trades to permit installation of their work.
8. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting,
and Placing Concrete," and as specified.
C. Deposit concrete continuously or in layers of such thickness that no new
concrete will be placed on concrete that has hardened sufficiently to cause
seams or planes of weakness. If a section cannot be placed continuously,
provide construction joints as specified. Deposit concrete to avoid segregation
at its final location.
D. Placing Concrete in Forms:
04/09/07 G003-103\X803300
1
I
I
I
I
I
I
I
I
I
1
I
1
I
I
I
I
1
I
03300 - 15
Cast-in-Place Concrete
1. Cool ingredients before mixing to maintain concrete temperature at time of
placement to below 90 deg F (32 deg C). Mixing water may be chilled or
chopped ice may be used to control temperature, provided water
equivalent of ice is calculated to total amount of mixing water. Using liquid
nitrogen to cool concrete is Contractor's option.
2. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so
that steel temperature will not exceed the ambient air temperature
immediately before embedding in concrete.
3. Fog spray forms, reinforcing steel, and subgrade just before placing
concrete. Keep subgrade moisture uniform without puddles or dry areas.
4. Use water-reducing retarding admixture when required by high
temperatures, low humidity, or other adverse placing conditions, as
acceptable to Architect.
3.9 FINISHING FORMED SURFACES
A. Rough-Formed Finish: Provide a rough-formed finish on formed concrete
surfaces not exposed to view in the finished Work or concealed by other
construction. This is the concrete surface having texture imparted by form-
facing material used, with tie holes and defective areas repaired and patched,
and fins and other projections exceeding 1/4 inch in height rubbed down or
chipped off.
B. Smooth-Formed Finish: Provide a smooth-formed finish on formed concrete
surfaces exposed to view or to be covered with a coating material applied
directly to concrete, or a covering material applied directly to concrete, such as
waterproofing, dampproofing, veneer plaster, painting, or another similar
system. This is an as-cast concrete surface obtained with selected form-facing
material, arranged in an orderly and symmetrical mannerwith a minimum of
seams. Repair and patch defective areas with fins and other projections
completely removed and smoothed.
C. Smooth-Rubbed Finish: Provide smooth-rubbed finish on scheduled concrete
surfaces that have received smooth-formed finish treatment not later than 1
day after form removal.
1. Moisten concrete surfaces and rub with carborundum brick or another
abrasive until producing a uniform color and texture. Do not apply cement
grout other than that created by the rubbing process.
D. Grout-Cleaned Finish:
1. Provide grout-cleaned finish on scheduled concrete surfaces that have
received smooth-formed finish treatment.
2. Combine one part portland cement to one and one-half parts fine sand by
volume, and a 50:50 mixture of acrylic or styrene butadiene-based
bonding admixture and water to form the consistency of thick paint. Blend
standard portland cement and white portland cement in amounts
determined by trial patches so that final color of dry grout will match
adjacent surfaces.
04/09/07 G003-103\XB03300
I
I
1
I
I
I
1
I
I
I
I
I
I
I
1
I
I
I
I
03300 - 17
Cast-in-Place Concrete
smooth any surface defects that would telegraph through applied floor
covering system.
EXCEPTION: For slab surfaces scheduled to receive terrazzo, thin-set
ceramic, or rubber type gymnasium flooring, finish surfaces to tolerances of
F(F) 50 (floor flatness) and F(L) 30 (floor levelness) measured according to
ASTM E 1155. Grind smooth any surface defects that would telegraph through
applied floor covering system.
D. Trowel and Fine Broom Finish: Where ceramic or quarry tile is to be installed
with thin-set mortar, apply a trowel finish as specified, then immediately follow
by slightly scarifying the surface with a fine broom.
E. Nonslip Broom Finish:
1. Apply a nonslip broom finish to exterior concrete platforms, steps, and
ramps, and elsewhere as indicated.
2. Immediately after float finishing, slightly roughen concrete surface by
brooming with fiber-bristle broom perpendicular to main traffic route.
Coordinate required final finish with Architect before application.
F. Nonslip Aggregate Finish:
1. Apply nonslip aggregate finish to concrete stair treads, platforms, ramps,
sloped walks, and where indicated.
2. After completing float finishing and before starting trowel finish, uniformly
spread 25 Ib of dampened nonslip aggregate per 100 sq. ft. of surface.
Tamp aggregate flush with surface using a steel trowel, but do not force
below surface. After broadcasting and tamping, apply trowel finishing as
specified.
3. After curing, lightly work surface with a steel wire brush or an abrasive
stone, and water to expose nonslip aggregate.
G. Chemical Hardener Finish:
1. Apply chemical hardener finish to all exposed dry interior concrete floors
exposed to view.
2. Apply liquid chemical hardener after complete curing and drying of the
concrete surface.
3. Dilute the liquid hardener with water and apply three coats:
First Coat: 1/3 strength
Second Coat: 1/2 strength
Third Coat: 2/3 strength
4. Evenly apply all coats and allow 24 hours drying time between coats.
5. Apply proprietary chemical hardeners, in accordance with manufacturer's
printed instruction.
6. After final coat of chemical-hardener solution is applied and dried, remove
surplus hardener by scrubbing and mopping with water.
04/09/07 G003-103\XB03300
1
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
03300 - 19
Cast-in-Place Concrete
D. Provide moisture curing by the following methods:
1 . Keep concrete surface continuously wet by covering with water.
2. Use continuous water-fog spray.
3. Cover concrete surface with specified absorptive cover, thoroughly
saturate cover with water, and keep continuously wet. Place absorptive
cover to provide coverage of concrete surfaces and edges, with a 4-inch
lap over adjacent absorptive covers.
E. Provide moisture-retaining cover curing as follows:
1. Cover concrete surfaces with moisture-retaining cover for curing concrete,
placed in widest practicable width with sides and ends lapped at least 3
inches and sealed by waterproof tape or adhesive. Immediately repair
any holes or tears during curing period using cover material and
waterproof tape.
F. Apply curing compound on exposed interior slabs and on exterior slabs, walks,
and curbs as follows:
1. Apply curing compound to concrete slabs as soon as final finishing
operations are complete (within 2 hours and after surface water sheen
has disappeared). Apply uniformly in continuous operation by power
spray or roller according to manufacturer's directions. Recoat areas
subjected to heavy rainfall within 3 hours after initial application. Maintain
continuity of coating and repair damage during curing period.
2. Use membrane curing compounds that will not affect surfaces to be
covered with finish materials applied directly to concrete.
G. Curing Formed Surfaces: Cure formed concrete surfaces, including underside
of beams, supported slabs, and other similar surfaces, by moist curing with
forms in place for the full curing period or until forms are removed. If forms are
removed, continue curing by methods specified above, as applicable.
H. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, floor
topping, and other flat surfaces, by applying the appropriate curing method.
1. Final cure concrete surfaces to receive finish flooring with a moisture-
retaining cover, unless otherwise directed.
3.13 SHORES AND SUPPORTS
A. General: Comply with ACI 347 for shoring and reshoring in multistory
construction, and as specified.
B. Extend shoring from ground to roof for structures four stories or less, unless
otherwise permitted.
C. Extend shoring at least three floors under floor or roof being placed for
structures over four stories. Shore floor directly under floor or roof being placed,
04/09/07 G003-103\X803300
1
1
I
1
1
I
1
I
I
I
1
I
I
I
1
I
I
1
I
03300 - 21
Cast-in-Place Concrete
B. Mix dry-pack mortar, consisting of one part portland cement to 2-1/2 parts fine
aggregate passing a No. 16 mesh sieve, using only enough water as required
for handling and placing.
1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension,
and holes left by tie rods and bolts down to solid concrete but in no case
to a depth less than 1 inch. Make edges of cuts perpendicular to the
concrete surface. Thoroughly clean, dampen with water, and brush-coat
the area to be patched with bonding agent. Place patching mortar before
bonding agent has dried.
2. For surfaces exposed to view, blend white portland cement and standard
portland cement so that, when dry, patching mortar will match surrounding
color. Provide test areas at inconspicuous locations to verify mixture and
color match before proceeding with patching. Compact mortar in place
and strike-off slightly higher than surrounding surface.
C. Repairing Formed Surfaces:
1. Remove and replace concrete having defective surfaces if defects cannot
be repaired to satisfaction of Architect. Surface defects include color and
texture irregularities, cracks, spalls, air bubbles, honeycomb, rock
pockets, fins and other projections on the surface, and stains and other
discolorations that cannot be removed by cleaning. Flush out form tie
holes and fill with dry-pack mortar or precast cement cone plugs secured
in place with bonding agent.
2. Repair concealed formed surfaces, where possible, containing defects
that affect the concrete's durability. If defects cannot be repaired, remove
and replace the concrete.
D. Repairing Unformed Surfaces:
1. Test unformed surfaces, such as monolithic slabs, for smoothness and
verify surface tolerances specified for each surface and finish. Correct
low and high areas as specified. Test unformed surfaces sloped to drain
for trueness of slope and smoothness by using a template having the
required slope.
2. Repair finished unformed surfaces containing defects that affect the
concrete's durability. Surface defects include crazing and cracks in
excess of 0.01 inch wide or that penetrate to the reinforcement or
completely through nonreinforced sections regardless of width, spalling,
popouts, honeycombs, rock pockets, and other objectionable conditions.
3. Correct high areas in unformed surfaces by grinding after concrete has
cured at least 14 days.
4. Correct low areas in unformed surfaces during or immediately after
completing surface finishing operations by cutting out low areas and
replacing with patching mortar. Finish repaired areas to blend into
adjacent concrete. Proprietary underlayment compounds may be used
when acceptable to Architect.
04/09/07 G003-103\X803300
1
1
I
I
I
1
I
1
I
I
1
1
I
I
1
I
1
I
I
03300 - 23
Cast-in-Place Concrete
specimen tested at 7 days, two specimens tested at 28 days, and one
specimen retained in reserve for later testing if required.
2. When frequency of testing will provide fewer than five strength tests for a
given class of concrete, conduct testing from at least five randomly
selected batches or from each batch if fewer than five are used.
3. When total quantity of a given class of concrete is less than 50 cu. yd.,
Architect may waive strength testing if adequate evidence of satisfactory
strength is provided.
4. When strength of field-cured cylinders is less than 85 percent of
companion laboratory-cured cylinders, evaluate current operations and
provide corrective procedures for protecting and curing the in-place
concrete.
5. Strength level of concrete will be considered satisfactory if averages of
sets of three consecutive strength test results equal or exceed specified
compressive strength and no individual strength test result falls below
specified compressive strength by more than 500 psi.
C. Test results will be reported in writing to the Architect within 24 hours after tests.
Reports of compressive strength tests shall contain the Project identification
name and number, date of concrete placement, name of concrete testing
service, concrete type and class, location of concrete batch in structure, design
compressive strength at 28 days, concrete mix proportions and materials,
compressive breaking strength, and type of break for both 7-day tests and 28-
day tests.
D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive
device may be permitted but shall not be used as the sole basis for acceptance
or rejection.
E. Additional Tests: The testing agency will make additional tests of in-place
concrete when test results indicate specified concrete strengths and other
characteristics have not been attained in the structure, as directed by Architect.
Testing agency may conduct tests to determine adequacy of concrete by cored
cylinders complying with ASTM C 42, or by other methods as directed.
END OF SECTION 03300
04/09/07 G003-103\X803300
I
1
1
1
1
1
I
1
1
1
1
1
1
I
1
I
1
1
I
SECTION 04810
Unit Masonry
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. This Section includes unit masonry assemblies consisting of the following:
1. Concrete masonry units (CMUs).
2. Decorative concrete masonry units.
3. Mortar and grout.
4. Reinforcing steel.
5. Masonry joint reinforcement.
6. Ties and anchors.
7. Embedded flashing.
8. Miscellaneous masonry accessories.
9. Cavity-wall insulation.
B. Related Sections include the following:
1. Division 07 Section "Sheet Metal Flashing and Trim" for exposed sheet metal
flashing.
2. Division 07 Section "Joint Sealants" for sealing control and expansion joints
in unit masonry.
C. Products installed, but not furnished, under this Section include the following:
1. Steel lintels and shelf angles for unit masonry, furnished under Division 05
Section "Metal Fabrications."
2. Manufactured reglets in masonry joints for metal flashing, furnished under
Division 07 Section "Sheet Metal Flashing and Trim."
1.3 DEFINITIONS
A. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells.
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Samples for Verification: For each type and color of the following:
1. Exposed Decorative concrete masonry units.
2. Pigmented mortar. Make Samples using same sand and mortar ingredients
to be used on Project. Label Samples to indicate types and amounts of
pigments used.
3. Accessories embedded in masonry.
04/09/07 G003-1 03\XB01 025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04810-3
Unit Masonry
a. Include a sealant-filled joint at least 16 inches long in exterior wall
mockup.
b. Include Type A window components matching placement in building
wall mockup, excluding glass.
c. Include through-wall flashing at base of wall, and window sill.
d. Include CMU back-up veneer anchors, flashing, and weep holes in
exterior masonry-veneer wall mockup.
e. Include concrete spread footing for mock-up same type scheduled for
building.
2. Erect mockups adjacent and parallel to scale building exterior wall.
3. Clean one-half of exposed faces of mockups with masonry cleaner as
indicated.
4. Protect accepted mockups from the elements with weather-resistant
membrane.
5. Approval of mockups is for color, texture, and blending of masonry units;
relationship of mortar and sealant colors to masonry unit colors; tooling of
joints; and aesthetic qualities of workmanship.
a. Approval of mockups is also for other material and construction qualities
specifically approved by Architect in writing.
b. Approval of mockups does not constitute approval of deviations from
the Contract Documents contained in mockups unless such deviations
are specifically approved by Architect in writing.
F. Preinstallation Conference: Conduct conference at Project site to comply with
requirements in Division 01 Section "Project Management and Coordination."
1.6 DELIVERY, STORAGE, AND HANDLING
A. Store masonry units on elevated platforms in a dry location. If units are not stored
in an enclosed location, cover tops and sides of stacks with waterproof sheeting,
securely tied. If units become wet, do not install until they are dry.
B. Store cementitious materials on elevated platforms, under cover, and in a dry
location. Do not use cementitious materials that have become damp.
C. Store aggregates where grading and other required characteristics can be
maintained and contamination avoided.
D. Deliver preblended, dry mortar mix in moisture-resistant containers designed for
lifting and emptying into dispensing silo. Store preblended, dry mortar mix in
delivery containers on elevated platforms, under cover, and in a dry location or in
a metal dispensing silo with weatherproof cover.
E. Store masonry accessories, including metal items, to prevent corrosion and
accumulation of dirt and oil.
04/09/07 G003-103\XB01025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04810-5
Unit Masonry
2.2 MASONRY UNITS, GENERAL
A. Defective Units: Referenced masonry unit standards may allow a certain
percentage of units to exceed tolerances and to contain chips, cracks, or other
defects exceeding limits stated in the standard. Do not uses units where such
defects, including dimensions that vary from specified dimensions by more than
stated tolerances, will be exposed in the completed Work or will impair the quality
of completed masonry. Architect will determine extent of defects allowed in mock-
up and pre-installation conference.
2.3 CONCRETE MASONRY UNITS (CMUs)
A. Shapes: Provide shapes indicated and as follows:
1. Provide special shapes for lintels, comers, jambs, sashes, movement joints,
headers, bonding, and other special conditions.
2. Provide bullnose units for outside comers including window jambs and sills
where drywall furring is not scheduled for interior CMU work unless otherwise
indicated.
B. Integral Water Repellent: Provide units made with integral water repellent for CMU
at exterior back-up wall and veneer only.
1. Integral Water Repellent: Liquid polymeric, integral water-repellent admixture
that does not reduce flexural bond strength. Units made with integral water
repellent, when tested as a wall assembly made with mortar containing
integral water-repellent manufacturer's mortar additive according to
ASTM E 514, with test period extended to 24 hours, show no visible water or
leaks on the back of test specimen.
a. Products:
1)
2)
3)
Addiment Incorporated; Block Plus W-1 O.
Grace Construction Products, a unit ofW. R. Grace & Co. - Conn.;
Dry-Block.
Master Builders, Inc.; Rheopel.
C. Concrete Masonry Units: ASTM C 90.
1. Weight Classification: Lightweight.
2. Size (Width): Manufactured to dimensions 3/8 inch less than nominal
dimensions.
3. Size (Width): Manufactured to the following dimensions:
a. 12" nominal; 11 5/8" actual
b. 8" nominal; 7 5/8" actual
c. 6" nominal; 5 5/8" actual
d. 4" nominal; 3 5/8" actual
4. Exposed Faces: Manufacturer's standard color and texture, unless otherwise
indicated.
04/09/07 G003-1 03\X801 025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
04810-7
Unit Masonry
F.
Mortar Pigments: Natural and synthetic iron oxides and chromium oxides,
compounded for use in mortar mixes. Use only pigments with a record of
satisfactory performance in masonry mortar.
Colored Cement Product: Packaged blend made from portland cement and lime
and mortar pigments, all complying with specified requirements, and containing no
other ingredients.
1. Formulate blend as required to produce color indicated or, if not indicated, as
selected from manufacturer's standard colors.
2. Products:
G.
a. Colored Portland Cement-Lime Mix:
1)
2)
3)
4)
Capital Materials Corporation; Riverton Portland Cement Lime
Custom Color.
Holcim (US) Inc.; Rainbow Mortamix Custom Color Cement/Lime.
Lafarge North America Inc.; Eaglebond.
Lehigh Cement Company; Lehigh Custom Color Portland/Lime
Cement.
H.
Aggregate for Mortar: ASTM C 144. For mortar that is exposed to view, use
washed aggregate consisting of natural sand or crushed stone.
I.
J.
Aggregate for Grout: ASTM C 404.
Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture
complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer
for use in masonry mortarof composition indicated.
1. Products:
K.
a. Addiment Incorporated; Mortar Kick.
b. Euclid Chemical Company (The); Accelguard 80.
c. Grace Construction Products, a unit of W. R. Grace & Co. - Conn.;
Morset.
d. Sonneborn, Div. of ChemRex; Trimix-NCA.
Water-Repellent Admixture: Liquid water-repellent mortar admixture intended for
use with concrete masonry units, containing integral water repellent by same
manufacturer.
1. Products:
L.
a. Addiment Incorporated; Mortar Tite.
b. Grace Construction Products, a unit of W. R. Grace & Co. - Conn.;
Dry-Block Mortar Admixture.
c. Master Builders, Inc.; Color Cure Mortar Admix or Rheomix Rheopel.
Water: Potable.
04/09/07 G003-1 03\X801 025
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04810-9
Unit Masonry
2.7 EMBEDDED FLASHING MATERIALS
A. Flexible Flashing: For flashing not exposed to the exterior, use the following,
unless otherwise indicated:
1. Rubberized-Asphalt Flashing: Composite flashing product consisting of a
pliable, adhesive rubberized-asphalt compound, bonded to a high-density,
cross-laminated polyethylene film to produce an overall thickness of not less
than 0.040 inch.
a. Products:
1)
2)
3)
4)
5)
6)
Advanced Building Products Inc.; Peel-N-Seal.
Dayton Superior Corporation, Dur-O-Wal Division;
Dur-O-Barrier-44.
Grace Construction Products, a unitofW. R. Grace & Co. - Conn.;
Perm-A-Barrier Wall Flashing.
Heckmann Building Products Inc.; No. 82 Rubberized-Asphalt
Thru-Wall Flashing.
Hohmann & Barnard, Inc.; Textroflash.
Polyguard Products, Inc.; Polyguard 300.
B. Adhesives, Primers, Termination Mastic and Seam Tapes for Flashings: Flashing
manufacturer's standard products or products recommended by flashing
manufacturer for bonding flashing sheets to each other and to substrates.
2.8 MISCELLANEOUS MASONRY ACCESSORIES
A. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber
compound, complying with ASTM D 2000, Designation M2AA-805 Of PVC,
complying with ASTM D 2287, Type PVC-65406 and designed to fit standard sash
block and to maintain lateral stability in masonry wall; size and configufation as
indicated.
B. Bond-Breaker Strips: Asphalt-saturated, organic roofing felt complying with
ASTM D 226, Type I (No. 15 asphalt felt).
C. WeepNent Products: Use the following, unless otherwise indicated:
1. Wicking Material: Absorbent rope, made from cotton, 1/4 to 3/8 inch in
diameter, in length required to produce 2-inch exposure on exterior and 18
inches in cavity between wythes. Use only for weeps.
D. Cavity Drainage Material: Free-draining mesh, made from polymer strands that will
not degrade within the wall cavity.
1. Configuration: Strips, full-depth of cavity and 10 inches wide, with dovetail
shaped notches 7 inches deep that prevent mesh from being clogged with
mortar droppings.
2. Products:
04/09/07 G003-103\XB01025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04810-11
Unit Masonry
4. Add cold-weather admixture (if used) at same rate for all mortar that will be
exposed to view, regardless of weather conditions, to ensure that mortar color
is consistent.
B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a
preblended mix. Measure quantities by weight to ensure accurate proportions, and
thoroughly blend ingredients before delivering to Project site.
C. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification.
Provide the following types of mortar for applications stated unless another type is
indicated.
1. For masonry below grade or in contact with earth, use Type S.
2. For reinforced masonry, use Type N.
3. For mortar parge coats, use Type S or N.
4. For exterior, above-grade, load-bearing and non-load-bearing walls and
parapet walls; for interior load-bearing walls; for interior non-load-bearing
partitions; and for other applications where another type is not indicated, use
Type N.
D. Pigmented Mortar: Use colored cement product.
E. Grout for Unit Masonry: Comply with ASTM C 476.
1. Use grout of type indicated or, if not otherwise indicated, of type (fine or
coarse) that will comply with Table 1.15.1 in ACI530.1/ASCE 6/TMS 602 for
dimensions of grout. spaces and pour height.
2. Provide grout with a slump of 8 to 11 inches as measured according to
ASTM C 143/C 143M.
2.13 SOURCE QUALITY CONTROL
A. Owner will engage a qualified independent testing agency to perform source
quality-control testing indicated below:
1 . Payment for these services will be made by Owner.
2. Retesting of materials failing to comply with specified requirements shall be
done at Contractor's expense.
B. Concrete Masonry Unit Test: For each type of unit furnished, per ASTM C 140.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine conditions, with Installer present, for compliance with requirements for
installation tolerances and other conditions affecting performance of work.
1. Forthe record, prepare written report, endorsed by Installer, listing conditions
detrimental to performance of work.
2. Verify that foundations are within tolerances specified.
04/09/07 G003-1 03\XB01 025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04810-13
Unit Masonry
6. For faces of adjacent exposed masonry units, do not vary from flush
alignment by more than 1/16 inch except due to warpage of masonry units
within tolerances specified for warpage of units.
7. For exposed bed joints and head joints of stacked bond, do not vary from a
straight line by more than 1/16 inch from one masonry unit to the next.
8. All masonry openings to be constructed so as to not vary by more than %
inch horizontally.
3.3 LAYING MASONRY WALLS
A. Layout walls in advance for accurate spacing of surface bond patterns with
uniform joint thicknesses and for accurate location of openings, movement-type
joints, returns, and offsets. Avoid using less-than-half-size units, particularly at
corners, jambs, and, where possible, at other locations.
B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed
masonry in running bond; do not use units with less than nominal8-inch horizontal
face dimensions at corners or jambs.
C. Lay concealed masonry with all units in a wythe in running bond or bonded by
lapping not less than 8-inches. Bond and interlock each course of each wythe at
corners. Do not use units with less than nominal8-inch horizontal face dimensions
at corners or jambs.
D. Stopping and Resuming Work: Stop work by racking back units in each course
from those in course below; do not tooth. When resuming work, clean masonry
surfaces that are to receive mortar, remove loose masonry units and mortar, and
wet brick if required before laying fresh masonry.
E. Built-in Work: As construction progresses, build in items specified in this and other
Sections. Fill in solidly with masonry around built-in items.
F. Fill space between steel frames and masonry solidly with mortar, unless otherwise
indicated.
G. Where built-in items are to be embedded in cores of hollow masonry units, place
a layer of metal lath, wire mesh, or plastic mesh in the joint below and rod mortar
or grout into core.
H. Fill cores in hollow concrete masonry units with grout 24 inches under bearing
plates, beams, lintels, posts, and similar items, unless otherwise indicated.
I. Build non-load-bearing interior partitions full height of story to underside of solid
floor or roof structure above, unless otherwise indicated.
1 . Fasten partition top anchors to structure above and build into top of partition.
Grout cells of CMUs solidly around plastic tubes of anchors and push tubes
down into grout to provide 1/2-inch clearance between end of anchor rod and
end of tube. Space anchors 48 inches o.c., unless otherwise indicated.
2. Wedge non-load-bearing partitions against structure above with small pieces
of tile, slate, or metal. Fill joint with mortar after dead-load deflection of
structure above approaches final position.
04/09/07 G003-103\XB01025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04810-15
Unit Masonry
1. Fill cracks and open gaps in insulation with crack sealer compatible with
insulation and masonry.
2. Seal joints with tape or sealant in compliance with manufacturer
recommendations.
3.6 MASONRY JOINT REINFORCEMENT
A. General: Install entire length of longitudinal side rods in mortar with a minimum
cover of 5/8 inch on exterior side of walls, 1/2 inch elsewhere. Lap reinforcement
a minimum of 6 inches.
1. Space reinforcement not more than 16 inches o.c.
2. Space reinforcement not more than 8 inches o.c. in foundation walls and
parapet walls.
3. Provide reinforcement not more than 8 inches above and below wall
openings and extending 8 inches beyond openings.
a. Reinforcement above is in addition to continuous reinforcement and is
to apply to veneer anchors.
B. Interrupt joint reinforcement at control and expansion joints, unless otherwise
indicated.
C. Provide continuity at wall intersections by using prefabricated T -shaped units.
D. Provide continuity at corners by using prefabricated L-shaped units.
E. Cut and bend reinforcing units as directed by manufacturer for continuity
at corners, returns, offsets, column fireproofing, pipe enclosures, and other special
conditions.
3.7 ANCHORING MASONRY TO STRUCTURAL MEMBERS
A. Anchor masonry to structural members where masonry abuts or faces structural
members to comply with the following:
1. Provide an open space ,not less than 1/2 inch in width between masonry and
structural member, unless otherwise indicated. Keep open space free of
mortar and other rigid materials.
2. Anchor masonry to structural members with anchors embedded in masonry
joints and attached to structure.
3. Space anchors as indicated, but not more than 24 inches o.c. vertically and
36 inches o.c. horizontally.
3.8 CONTROL AND EXPANSION JOINTS
A. General: Install control and expansion joint materials in unit masonry as masonry
progresses. Do not allow materials to span control and expansion joints without
provision to allow for in-plane wall or partition movement.
B. Form control joints in concrete masonry using one of the following methods:
04/09/07 G003-1 03\XB01 025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04810-17
Unit Masonry
C. Install reglets and nailers for flashing and other related construction where they are
shown to be built into masonry.
D. Install weep holes in head joints in exterior wythes of first course of masonry
immediately above embedded flashing and as follows:
1. Use specified weep/vent products to form weep holes.
2. Use wicking material to form weep holes above flashing under brick sills.
Turn wicking down at lip of sill to be as inconspicuous as possible.
3. Space weep holes formed from wicking material 16 inches o.c. and at 8" from
corners and ends of openings in wall.
4. Extend wicking material 18" along base of cavity wall just beyond adjacent
weep hole.
5. Trim wicking material flush with outside face of wall after mortar has set.
E. Place cavity drainage material in cavities directly above weep material and flashing
to comply with configuration requirements for cavity drainage material in Part 2
"Miscellaneous Masonry Accessories" Article.
3.11 REINFORCED UNIT MASONRY INSTALLATION
A. Temporary Formwork and Shores: Construct formwork and shores as needed to
support reinforced masonry elements during construction.
1. Construct formwork to provide shape, line, and dimensions of completed
masonry as indicated. Make forms sufficiently tight to prevent leakage of
mortar and grout. Brace, tie, and support forms to maintain position and
shape during construction and curing of reinforced masonry.
2. Do not remove forms and shores until reinforced masonry members have
hardened sufficiently to carry their own weight and other temporary loads that
may be placed on them during construction.
B. Placing Reinforcement: Comply with requirements in ACI530.1/ASCE 6/TMS 602.
C. Grouting: Do not place grout until entire height of masonry to be grouted has
attained enough strength to resist grout pressure.
1. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for c1eanouts and
for grout placement, including minimum grout space and maximum pour
height.
2. Limit height of vertical grout pours to not more than 60 inches.
3.12 FIELD QUALITY CONTROL
A. Inspectors: Owner will engage qualified independent inspectors to perform
inspections and prepare reports. Allow inspectors access to scaffolding and work
areas, as needed to perform inspections.
1 . Place grout only after inspectors have verified compliance of grout spaces
and grades, sizes, and locations of reinforcement.
2. Do not extend veneer masonry higher than 4 feet vertically without veneer
section being visually inspected for all veneer anchors being installed.
04/09/07 G003-1 03\XBO 1 025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
04810-19
Unit Masonry
2. Test cleaning methods on sample wall panel; leave one-half of panel
uncleaned for comparison purposes. Obtain Architect's approval of sample
cleaning before proceeding with cleaning of masonry.
3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner
by covering them with liquid strippable masking agent or polyethylene film
and waterproof masking tape.
4. Wet wall surfaces with water before applying cleaners; remove cleaners
promptly by rinsing surfaces thoroughly with clear water.
5. Clean masonry with a proprietary acidic cleaner applied according to
manufacturer's written instructions.
6. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A
applicable to type of stain on exposed surfaces.
7. After all masonry has been cleaned and accepted by Architect and thoroughly
dry, apply clear acrylic sealer according to manufacturer's written instructions.
3.15 MASONRY WASTE DISPOSAL
A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are
Contractor's property. At completion of unit masonry work, remove from Project
site.
END OF SECTION 04200
04/09/07 G003-103\XB01025