Loading...
HomeMy WebLinkAboutFleming Heights Water And Sewer Improvement Augusta Richmond GA DOCUMENT NAME: \=\C:"\Y1\"9 \-\e\Cjnts L.A)('}"\-c:.'(c\ ~ \\Yl\=XD\.JCYlen-\- DOcUMENTTYPE:~~(jt YEAR: C\l BOX NUMBER: 0-\ FILE NUMBER: \~~~() NUMBER OF PAGES: \D\ I I I I I I I I I I I I I I I I I I I _~r1~_ilI3311' - .- ,0 ~ CONTRACT DO(1)~;fENTS AND TECHNICAL SPECIFIC A TJONS FOR THE CONSTRUCTION OF AUGUSTA-RICHMOND UTILITIES WATER & SEWER IMPROVEMENTS FLEMING HEIGHTS AREA Prepared for Augusta-Richmond Utilities Prepared by Cranston, Robertson & Whitehurst, P .C. Engineers - Planners - Surveyors P.O. Box 2546 - 452 Ellis Street Augusta, Georgia 30903 May 1, 1997 96-562 I I I I I I I I I I I I I I I I I I I Addendum No.1 to the Contract Documents for the construction of Augusta-Richmond Utilities Water and Se,ver Improvements Fleming Heights Area September 23, 1997 I. The following changes are made to the Contract Documents: A. Paragraph 3 of the Instructions to Bidders Section is revised to read as follows: "Bids must be accompanied by a Certified Check or Bid Bond in an amount equal to Ten Percent (10%) of the Total Bid Price..." B. Paragraph 3 of the Proposal Section is revised to read as follows: "The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (lQ) calendar days after the date of written notice to proceed, and that he will complete the work within Two Hundred Ten (210) calendar days after the date of such notice." I I I I I I I I I I I I I I I I I I I CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS for the construction of FLEMING HEIGHTS WATER AND SANITARY SEWER IMPROVEMENTS Augusta-Richmond County, Georgia AUGUSTA-RICHMOND COUNTY COMMISSION-COUNCIL Larry Sconyers Mayor/Chairman Lee Beard Ulmer Bridges Henry H. Brigham Jerry Brigham Freddie Lee Handy Bill Kuhlke, Jr. William H. Mays, III James B. Powell Moses Todd Rob Zetterberg Max Hicks Director of Augusta-Richmond Utilities Cranston, Robertson & Whitehurst, P.C. Engineers - Planners - Surveyors Augusta, Georgia May 10, 1997 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS SECTION TITLE NO. OF PAGES I Invitation for Bids 1 IB Instructions to Bidders 3 BB Bid Bond 2 P Proposal 7 CA Certificate of Owner's Attorney 1 A Agreement 4 NA Notice of Award 1 PB Performance and Payment Bonds 5 GC General Conditions 16 SC Special Conditions 4 TS Technical Specifications 44 I I I I I I I I I I I I I I I I I I I INVITATION FOR BIDS Sealed proposals will be received by the Augusta-Riclunond County Commission-Council, Georgia, at the Purchasing DepaJ.1ment, Room 605, Municipal Building, Augusta, Georgia 30911, until 11 :00 a.m. on October 14. 1997 , and at that time and place publicly opened for furnishing all materials, labor, machinery, etc. necessary to install approximately 10,092 L.F. of sanitary sewer and 11,446 L.F. of water main including all respective appurtenances referred to herein as: Bid Item #97-119 - AUGUSTA-RICHMOND UTILITIES WATER AND SE\VER IMPROVEMENTS, FLEMING HEIGHTS AREA in accordance with the plans herewith. Plans and specifications are open to public inspection at the office of Cranston, Robertson & Whitehurst, P.c., 452 Ellis Street, Augusta, Georgia 30901, the F. W. Dodge Division Plan Room, Augusta, Georgia, the Augusta Builders Exchange, Augusta, Georgia, and the Augusta- Riclm10nd County Purchasing Dept. Plans and specifications for bidding purposes may be obtained from the office of Cranston, Robertson & Whitehurst, P.c. upon deposit of One Hundred and 00/1 00 Dollars ($100.00) for each set of documents issued. Deposit is NON-RETURNABLE. Bids must be accompanied by a Certified Check or Bid Bond in an amount equal to One Hundred Percent (I 00%) of the Total Bid Price. No bid may be withdrawn for a period ofthirty (30) days after the closing time scheduled for the receipt of bids. Address all bids to Geri A. Sams, Purchasing Department, Room 605, City-County Municipal Building, Augusta, Georgia 30911, marking envelope: AUGUSTA-RICHMOND UTILITIES WATER AND SEWER IMPROVEMENTS FLEMING HEIGHTS AREA The Augusta-Richmond County Commission-Council reserves the right to reject any aJ.1d all bids and to Vv'aive teclmicalities and informalities. It is the wish of the Owner that minority businesses be given the opportunity to bid on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. GERI A. SAMS, Purchasing Director Publish: Augusta Chronicle September 15, 22, 29, October 6, 1997 Metro Courier September 17, 1997 1-2 I I I I I I I I I I I I I I I I I I I SECTION IB INSTRUCTION TO BIDDERS IB-Ol. GENERAL: All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the Invitation for Bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of thirty (30) days after bids have been opened, pending the execution of a contract with the successful bidder. IB-02. BID DEPOSIT: Each proposal shall be accompanied by a deposit of cash or certified check for ten percent (10%) of the amount of the proposal, and anv proposal not accompanied bv such deposit shall be absolutelv void and will not be considered. Checks shall be drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation and shall be payable to the order of the Owner. The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds 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 \vith his bid. In lieu of the bid deposit required herein, the bidder may execute a bid bond for the same amount. Surety shall meet all requirements relating to performance bond required in Paragraph IB-08. IB-03. EXAMINATION OF WORK: Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, . quality and quantity of the facilities needed preliminary to and during the execution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-04. ADDENDA AND INTERPRETATIONS: No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. IB-I I I I I I I I I I I I I I I I I I I I Every request for such interpretation should be in writing addressed to CRANSTON, ROBERTSON & WHITEHURST, P.C., P. O. Box 2546, Augusta, Georgia 30903 and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders at the respective addresses furnished for such purpose, not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-05. PREPARATION OF BIDS: Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any cOITections to entries made on bid fonns shall be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid fonns, unless specific directions in the adve11isement, on the bid form, or in the special conditions allow for pm1ial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall inse11 the words "No Bid" where appropriate. Alternate bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the Proposal. IB-06. BASIS OF A \V ARD: The bids will be compared on the basis of a lump sum price which will include and cover the furnishing of all materials and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed, and settlement will be made for such items upon the basis of the work as actually IB-2 I I I I I I I I. I I I I I I I I I I I executed at the unit prices in the proposal as accepted. In case of error in the extension of prices in a proposal, unit bid prices shall govern. IB-07. BIDDER'S QUALIFICATIONS: No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the Contract and has sufficient assets to meet all obligations to be incurred in canying out the work. If required, he shall submit with his proposal, sealed in a separate envelope, a FINANCIAL, EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant, equipment, and his experience and general qualifications. The Owner may make such investigations as are deemed necessary to determine the ability of the bidder to perforn1 the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder, or investigation of him fails to satisfY the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. IB-08. PERFORMANCE AND PAYMENT BONDS: At the time of entering into the Contract, the Contractor shall give a performance bond and a labor and material payment bond to the Owner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such Contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and materials, for the completion of the Contract according to its terms, for saving the Owner hannless from all costs and charges that may accrue on account of the doing of the \:vork specified, and for the compliance with the laws appertaining thereto. Said bonds shall be for the amount of the contract price. The surety must be a substantial surety company satisfactory to the Owner and authorized by law to do business in the state in which the work is located. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of their powers of attorney. IB-09. REJECTION OF BIDS: These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however, to waive informalities in bidding, to reject any or all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. IB-3 I I I I I I I I I I I I I I I I I I I SECTION BB BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the as Principal, and as Surety, are hereby held and finnly bound unto the Augusta-Richmond County Commission-Council of Augusta- Ric1m10nd County, Georgia as Owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of ,1997. The condition of the above obligation is such that whereas the Principal has submitted to the Augusta-Ric1unond County Commission-Council of Augusta-Richmond County, Georgia, a ce11ain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for Augusta- Richmond Utilities Water and Sewer Improvements Fleming Heights Area, for Augusta-Richmond County, Georgia in accordance with plans and specifications of the Augusta-Ric1unond County Utilities Department. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability BB-l I I I I I I I I I I I I I I I I I I I of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value receive, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set f011h above. Signed and sealed this day of A.D. 1997. Witness (Seal) (Principal) Attest By (Title) (Seal) Witness (Seal) (Surety) Attest By . (Title) (Seal) BB-2 I I I I I I I I. I I I I I I I I I I I SECTION P PROPOSAL DATE: October 14, 1997 Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and to perfon11 all work for the project referred to herein as: AUGUSTA-RICHMOND UTILITIES \V A TER AND SE\VER IMPROVEMENTS FLEMING HEIGHTS AREA in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule anached hereto and totalling: One Million, Three Thousand. Seventy Five dolli'lrs i'lnn F.ight-fivp r.f>nrs------ -----------------------, and -------- /1 00 dollars (1 ,003,075.85 ) The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a f0n11al contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work w'ithin Ten (lQ) calendar days after the date of written notice to proceed, and that he will complete the work within Two Hundr~.2.' Oalendar days after the date of such notice. Ten (210) The undersigned acknowledges receipt of the follo\\'ing addenda: 1 Enclosed is a bid guarantee, consisting of Bid Bond in the amount of One Hundred Thousand. Three Hundred Sevpn and Fifty-n:inp cents. Respectfully submitted, Beam' s Pavement Maintenance Company, FIRM NAME POBox 398 2335 Atomic Rd. Beech Island, SC 29842 BUSINES ADDRESS Inc. P-l TITLE: Greg Beam, President /UJ/~ Robert S. Bruce, Secretary/Treasurer I I I I I I I I. I I I I I I I I I I I BID SCHEDULE TO ACCOMPANY THE PROPOSAL OF: 96-562 NAME: Beam IS Pavement Maintenance COITIPa.I1V, Inc. ADDRESS: POBox 398 2335 Atonic Rd. Beech Island, SC 29842 FOR THE CONSTRUCTION OF AUGUSTA-RICHMOND UTILITIES 'VATER AND SE'VER IMPROVEMENTS FLEMING HEIGHTS AREA ITEM NO. DESCRIPTION. OUANTITY. UNIT AND UNIT PRICE AMOUNT 1. Sanitarv Sewer and Appurtenances 1. 8" PYC Sanitary Sewer (0'-6' cut) 310 L.F. @ $ 14.50 /L.F. $ 4,495.00 2. 8" PYC Sanitary Sewer (6'-8' cut) 3,570 L.F. @ $ 15.75 /L.F. $ 56,227.50 "'t 8" PVC Sanitary Sewer (8'-10' cut) .J. 2,833 L.F.@ $ 16.95 /L.F. $ 48,019.35 4. 8" PYC Sanitary Sewer (l0'-12' cut) 1,003 L.F.@ $ 19.00 /L.F. $19,057.00 5. 8" PYC Sanitary Sewer (12'-14' cut) 100 L.F.@ $ 22.25 /L.F. $ 2,225.00 6. 10" PVC Sanitary Sewer (6'-8' cut) 39 L.F.@ $ 20.00 /L.F. $ 780.00 7. 10" PVC Sanitary Sewer (8'-10' cut) 53 L.F.@ $ 21 .00 /L.F. $ 1,113.00 8. 12" PYC Sanitary Sewer (6'-8' cut) 14 L.F.@ $ 21.25 /L.F. $ 297.50 P-2 I ITEM NO. DESCRIPTION. QUANTITY. UNIT AND UNIT PRICE AMOUNT I I 9. 12" PYC Sanitary Sewer (8'-10' cut) 643 L.F.@ $ 23.60 /L.F. $15,174.60 I 10. 12" Pye Sanitary Sewer (10'-12' cut) 572 L.F.@ $ 24.50 /L.F. $14,014.00 I 11. 12" Pye Sanitary Sewer (12'-14' cut) I 157 L.F.@ $ 26.00 /L.F. $ 4.082.00 I 12. 8" Ductile Iron Sanitary Sewer (0'-6' cut) 360 L.F. @ $ 21.00 /L.F. $ 7,560.00 I 13. 8" Ductile Iron Sanitary Sewer (6'-8' cut) 128 L.F. @ $ 22.00 /L.F. $ 2,816.00 I 14. 10" Ductile Iron Sanitary Sewer (0'-6' cut) I 126 L.F. @ $ 25.65 11.F. S 3,231.90 15. 10" Ductile Iron Sanitary Sewer (6'-8' cut) I 74 L.F.@ $ 28.25 lL.F. $ 2,090.50 I 16. Manholes (0'-6' Depth) .., Each @ $1nnn nn /Each S 3,000.00 " I 17. Manholes (6'-8' Depth) I 17 Each @ $1150.00 /Each $19,550.00 18. Manholes (8'-10' Depth) I 15 Each @ $1500.00 /Each $22,500.00 I 19. Manholes (10'-12' Depth) .., Each @ $1800.00 /Each $ 5,400.00 " I 20. Manhole (12'-14' Depth) 2 Each @ $2200.00 /Each $ 4,400.00 I P-3 I I I I I I I I I I I I I I I I I I I I ITEM NO. DESCRIPTION. OUANTITY. UNIT AND UNIT PRICE AMOUNT 21. Plug Existing Sewer Main 8 Each @ $ 900.00 /Each $ 7,200.00 22. 6" Sanitary Sewer Service, New (<25') 42 Each @ $ 175.00 lEach $ 7,350.00 23. 6" Sanitary Se\\'er Service, New (>25') 3 Each @ $ 275.00 /Each s 825.00 24. 6" Sanitary Sewer Service, Connect Existing Services to New Sewer 101 Each@ $100.00 /Each $ 1 0, 1 00.00 25. 6" Cleanout, complete 144 Each @ $ 125.00 lEach S 18,000.00 26. Conflict Manhole "A", 60" (}) Installed, Complete Lump Sum $ 2,000.00 27. Conflict Manhole "B", 120" (}) Installed, Complete Lump Sum S 5,700.00 Subtotal $ 287,208.55 II. Water Svstem 1. 6" pve Water Main 11,446 L.F.@ $ 6.85 /L.F. $ 78,405.10 2. 6" Gate Valves 26 Each @ $ 380.00 /Each $ 9,880.00 "I -'. 8" pve Water Main 3,466 L.F. @ $ 8.8S /L.F. $ 30,674. 1 0 P-4 I ITEM NO. DESCRIPTION. OUANTITY. UNIT AND UNIT PRICE AMOUNT I I 4. 8" Gate Valve 10 Each @ $ 535.00 /Each $ 5,350.00 I 5. . Fire Hydrants, Complete with fittings IS Each @ $ 1800.00 lEach $ 27 ,000.00 I 6. Cut and Plug Existing Mains (2"_6") I 14 Each @ $ 200.00 lEach $ 2,800.00 I 7. 6"x6" Tapping Sleeve and Valve 6 Each @ $ 1450.00 /Each $ 8,700.00 I 8. 8"x12" Tapping Sleeve and Valve 2 Each @ $ 2150.00 lEach $ 4,300.00 I 9. Water Service Adjustment, Complete ?-? Each @ $ 1110 00 /Each $ 37 ,800.00 I -)- Subtotal $ 204,909.20 I III. Miscellaneous I 1. 24" RCP (Class III) I 60 L.F. @ $ 25.00 IL.F. $ 1,500.00 2. Traffic Control I LW11p Swn $ q 000 00 . I '" Property Restoration (Including but not Limited to ". Relocation, Grading, Grassing, Soil Erosion and Sedimentation Control Measures) I Lump Sum $ 2,500.00 I 4. Construction Staking Lump Sum $6,000.00 I P-S I I I I I I I I I I I I I I I I I I I I ITEM NO. DESCRIPTION. OUANTITY. UNIT AND UNIT PRICE AMOUNT 5. Asphalt Pavement Removal, replaced with 8" Concrete Base 11,168 S.Y.@ $ ?~ 00 IS.Y. $ 256,864.00 6. %" Asphalt Overlay 53,418 S.Y.@ $ 2.20 IS.Y. $ 117 ,519.60 7. Select Backfill (in place) 8,037 c.Y. @ $ 6.00 IC.V. $ 48,222.00 8. Concrete Driveway/Sidewalk Removal and Replacement 150 S.Y. @ $ 25.00 IS.Y. $ 3,750.00 9. Asphalt Driveway Removal and Replacement 50 S.Y. @ $ 25.00 IS.Y. $ 1,250.00 10. Curb & Gutter Removal and Replacement 6,165 L.F. @ $ 8.50 IL.F. S 52,402.50 11. Mobilization, Complete (Including Bonds) Lump Sum $ 11,950.00 Subtotal $ 510,958.10 GRAND TOTAL $ 1,003,075.85 P-6 I I I I I I I I I I I I I I I I I I I ADDITIONAL ITEMS OF CONSTRUCTION TO BE PERFORl\1ED IF SO REQUIRED BY THE ENGINEER: STATE UNIT PRICES: 1. Sheeting Left in Place .................................... $ 75.00 IBrd. Ft. 2. Trench Rock Excavation .................................. $ 85.00 ICu. Yd. 3. Overcut and Clean Stone Bedding .......................... $ 20.00 IT on 4. Bank-run Sand (For backfill replacement in place) ............................... . . . . $ 8.50 ICu. Yd. 5. Concrete Encasement .................................... $ 150.00 ICu. Yd. NOTE: FAILURE TO QCOTE REASONABLE PRICES FOR ADDITIONAL ITEMS 1\1A Y CAUSE THE BID TO BE REJECTED. P-7 I THE AMERICAN INSTITUTE OF ARCHITECTS I I A . AlA Document A310 I Bid Bond I KNOW ALL MEN BY THESE PRESENTS, thatwe Beam's Pavement Maintenance (Here insert full n.me .nd .ddre>> or leg.1 title of Contr.ctor) Company, Inc., Beech Island, South Carolina as Principal, hereinafter called the Principal, and Reliance Insurance Company, Philadelphia, (Here insert full n.me .nd .ddress or leg.1 title of Surety) I I Pennsylvania a corporation duly organized under the laws of the State of Pennsylvania as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta-Richmond (Here insert full n.me .nd .ddress or leg.1 tllle of Owner) County Commission-Council, Augusta, Georgia as Obligee, hereinafter called the Obligee, in the sum of Ten Percent (10%) of Total Amount I I of Principal's Bid I Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full n.me, .ddress .nd description 01 project) I Augusta-Richmond Utilities Water and Sewer Improvements, Fleming Heights Area; Project No. 97-119 I NOW, THE REF 0 R E, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and (or the prompt payment of labor and material furnished in the prosecution thereof, or in the !!vent of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay 10 the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount (or which the Obligee may in good faith contract with another pirty to perform the Work covered by said bid, then this obligalion shall be null and void, otherwise to remain in full force and effect. I I Signed and sealed this 14th day of October 19 97 I I Wdtv-- () cf)~ (Witness) c.m" Pavement Maintenance Com an (Principal) Inc. (Seal) (Title) I 1"dR<. ~,M (W/lnes Cianco (Seal) (l Della B. Case (Title) Attorney-in-Fact I AlA DOCUMENT A310 . 610 60NO . AlA .:& . FEBRUARY 1970 ED . THE AMERICAN INSTITUTE OF ARCHITECTS, 173S N.Y. AVE., N.W., WASHINGTON, D. C. 20006 1 I WARNING: Unlicensed photocopying violates U.S. cO"Ynghllaws and Is subject to legal pf'O~cution. IELIAN.~E SURETY COMPANY UNITED PACmC INSURANCE COMPANY I RELIANCE INSURANCE COMPANY RELIANCE NATIONAL INDEMJl.1TY COMPANY ADMINISTRATIVE OFFICE. PHILADELPHIA. PENNSYLVANIA POWER OF A TTORJ\'EY INOW ALL MEN BY THESE PRESENTS. that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- ware. end that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY. are corporations duly organized under the laws the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the Stata of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute end eppoint Frank W. Hafner, Jr.. David J. Welle, Jr.. Jane McCoy. Carolyn D. Owene. A.T. Johneon. Derelle E. Bigby. Robert J. IviekY. Della B. Ca... W. Scott Hull.. of Columbia. South Carolina their true and lawful Attorney(s)-in-Fact, to make. execute, seal and deliver r and on their behalf, and as their act and deed any and all bond. and undertakings of suretyehip and to bind the Companies thereby as fully and the same extent es if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers. and hereby ratifies and confirms ell that their said Attorney{s}-in-Fact may do in pursuance hereof. I This Power of Attorney is granted under end by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY. L1ANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provision. are now in full forca and effect, raading as follows: I AAT'ClE VI' . EXECUTION OF BONOS AND UNDERT MINGS 1. The Bo.,d 01 O".c10fl. U. p,~nt. tt-.I C.....rman of tr. Boa.td. any s...niOt VIe. P,n...dent, eny VIU Pr"nt Ot ........tant Vice p,..id.nt 01 othe, offlc., dnlQn.led by'.... Bo.,d of J.,ectore .,..." Ny. pow., ..-.:t tIl..Ithotity '0 1.1 aoo~nt Anorney(sl-tn-Fact II"'ad 10 euthotLze them to execution be,....,' of thl ComP~Y. b~. Il"'ll::i U"'Id.n.....n:.. IlcOQrwzat\Cn, contracts of IncHml"'lfty a,nd 01,.., WrltN"'91 obhoatory ""hI Mho.... t....'.ol. .,.-.d Cblto r.mo.... any lucn AUOI"'yt...-tn-F.C1 .t -"V tlITMI ana '..0&. tM pow.' and IUU''lOflty Olven 10 them, I 2. AnOtnevla)-trpf.c, al'\ell have po....... and a.u1hotlty. a~CI to the I.'m. ancIl,ml.ahor. of tNi PDw.r 01 Anor"-y ...~ 10 t....m. 10 'll'C""" C1",v.r on behalf 01 the Comp."y. bot'd. lI"denalunQ.. '.cOO~enc.a. contrac.. 01 tn6emI'Wty and othe' ....rltlng. obhgatory In ItIe NIUfI 1""'.0'. Tr"Ie COtOOl'.1 ..., fa nol nec.....'y fOf tr.e v.hc:hIY of Iny bono. a.nd L.nCI.".....,...,.. ..cognu....-.cM. contraclS 0' .....o.n".ty .,..; o,ne, ....."'II''IQ. o04tgllOlY '" IN n.IUf. thellOf. . 3. AnorneylaHn-F.CI an.,t h.v. pow.t and aIlJU"'l.otUY 101..Cut. .ff"',vllt 'eQUI.cl 10 be anlChed to bonOl. "coo",zance:a, contr.ct. of lnr3emf"llly 0' other COndition'" or ObllQ.tory n:~ ...-.:II.J"-.y sn.ll MO havI po....1t ..-'d MAhoflty to centfv .",. tlt"\anCI. Itlt~nl 0' the ComO,""y and 10 COOoa of .he BV-llw, Of .he Comoany or any ....'ICI. or MC'Ion 'hetlof. Tn;. Po....... of An~v . aaQn.d Ind Maled bV fa~mt" &..rw:1ef end by Ill.Jthorlty of 'hi 'oIlo....1t'1Q '_~U'llon adopt.cl by the Elllcutlve tlt"d Fln~. Commltt... of lhe 80.,e11 01 O.,lclor, of R.hat"C. r.LlIIt"'lCI Com"...,y. U,..ted Pacific I,..."...-.ce Comp.,.,y ..-.d R.L..-..ce N.tlonaI ln6emnily Company by UnM"ImOl.A Cor.enl d.ted .. 0' F.brUMY 28, , 88" ...-.::J by the Ex,cV'lI...1 .nd F,nllt"\Cl-' rmm.. of thl80ard 0' O"IC1or. of Relianu Su-ety Company by U~mOUl Coraenl dated _ of March J1. 1S;.c. -ReeoIved IMI the aaQNlt""M of euch d.,.C1orw and oHIC:"" W"d the M" of the Como.....,. may be .ffl.l:.cl 10 any .uch Pow.r of Attorney Ot .....y ""lfICl'" "laUng the'eto b,. fac:aimMe.1t"C enyeuch Pow.r of Ancwney Ot cen,"cel. be"'U"IQ such rKSlmj~ aaQNh.... or t.owmlioe w. ..~l be vaha ......:j! btndlng uoon ,he ComDany an::l eny .uch POWIt so ...cvted ...-.d c.,.tlfi.d by f.ca.md. ~,...t1.._ and 1a~f"N~ ..III ahatl be v.,!.a .....:i ~Ino UOOl"'l the Comp.ny. In lhe futUfI With '..pect 10 any bond 01 ~".....ng to ........ch It ,e I WIT~:;~HEREOF.. the Companies have caused thesa presents to be signed and their corporate seals to be hereto affixed. this February 21. ~995. I I RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY azzTI~::Y STATE OF Pennsylvania } Ilf'UNTY OF Philadelphia } ss. In this. February 21. 1995. before me. Tammy Sue Kayati. personelly eppeared Charlu B. Schmalz, who acknowledged himself to be the ::xecutive Vica President of the Reliance Surety Company, end the Vice President of Raliance Insuranca Company, United Pacific Insurance Company. and Reliance National Indemnity Company and that as such. baing authorized to do so. exacuted the foregoing instrument for the (rpose tharein contained by signing the name of the corporetion by himself as its duly euthorized officar. witness whereof. I heraunto set my hand and official seal. IAnita Zippert, Secratary of RELIANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY. and L1ANCE NATIONAL INDEMNITY COMPANY do hareby cenify that the above and foregoing is a true and correct copy of the Power of Attorney ecuted by said Companies. which is still in full force and effect. dt... . j WITNESS WHEREOF,I h", h""n'o .0' my hon' ond olli,,' <lio '001. 01.... Como.ni.. <lii'~~9!ll Secretary I NOT ARlAL SEAL TAMMY SUE KAY A 11. Notary Public City of F;,ilad$!ph;:1. PhIO. County. Mv CO"T';":"....:!r., ':":l:'.-:'" ..I~,'v :?Ct. '~8 '- I I tc Notary Public in an for the Stata of Pei:.hSylvania Residing at PhiladelPhia I I I I I I I I I I I I I I I I I I I CERTIFICA TE OF OWNER'S ATTORNEY I, the undersigned James B. Wall , the duly authorized and acting legal representative of Augusta-Riclm10nd County. Georgia, do hereby certify as follows: I have examined the attached Contract(s) and surety bonds and the mam1er of execution thereof, and I am of the opinion that each of the aforesaid agre.ements has been duly executed by the proper pmiies thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective patiies named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions thereof. DATE: CA-I I I I I I I I I I I I I I I I I I I I SECTION A AGREEMENT THIS AGREEMENT, made on the .sIX of 1Yd~ 19 il by and between AUGUSTA-RICHMOND COUNTY COMMISSION-COUNCIL party of the first part, hereinafter called the OWNER, and BEAM'S PAVEMENT MAINTENANCE COMPANY. INe. party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans described in the specifications for the project entitled: AUGUSTA-RICHMOND UTILITIES WATER AND SEWER IMPROVEMENTS FLEMING HEIGHTS AREA and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION -- LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within ten (lQ) calendar days after the date of written notice by the Owner to the Contractor to proceed. The work shall be completed within C-) calendar days after the date of such notice and with such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion there of within the time specified. It is expressly understood and agreed by and A-I I I I I I I I I I I I I I I I I I I I between the Contractor and the Ov.rner, that the time for the completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay to the Owner t.he sum of Two Hundred Dollars ($200.00), not as a penalty, but as liquidated damages for such breach of contract as hereinafter set f0l1h, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from cunent periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract and of the specifications wherein a definite portion and certain length of time is fixed for the perfol111ance of any act whatsoever; and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of the Contract. ARTICLE III - PAYMENT A. THE CONTRACT SUM The Owner shall pay to the Contractor for the perfol111ance of the Contract the amounts determined for the total number of each of the units of work in the attached schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. B. PROGRESS PAYMENTS On not later than the fifth day of every month, the Contractor shall submit to the Owner an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only quantities in place and at the unit prices set forth in the bid schedule. On not later than the tenth day of the month, the Owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted A-2 I I I I I I I I I I I I I I I I I I I in place. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT A. Upon receipt ofvlritten notice that the work is ready for final inspection and acceptance, the Engineer shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully perfonned he will promptly issue a final certificate, over his own signature, stating that the work required by the Contract has been completed and is accepted by him under the ternlS and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final cel1ificate. B. Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the Ovmer guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. C. The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. D. If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the Owner shall upon cel1ificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A-3 I I I I I I I I I I I I I I I I I I I IN WITNESS WHEREOF the parties hereto have executed this Agreement, the day and year first written above. AUGUSTA-RICHMOND COUNTY COMMISSION-COUNCIL OWNER Charles R. Oliver County Administrator BY: WITNESS: AiP'rJ;~ L Sconyers May r/Chairman TIlII docuMtnt 'PIHMd IS ~~;t7 SECRETARY: BEAMS PAVEMENT MAINTENANCE COMPANY. INC. ~~~ CONTRACTOR }/ WITNESS: TITLE ()~ !l~ A-4 I I I I I I I I- I I I I I I I I I I I NOTICE OF AWARD TO: PROJECT: AUGUSTA-RICHMOND UTILITIES WATER AND SEWER IMPROVEMENTS FLEMING HEIGHTS AREA The OWNER has considered the BID submitted by you for the above described WORK in response to its Adve11isement for Bids 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 Perfoll11ance and Payment Bonds within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to fumish said bonds within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other rights as may be granted by law. You are required to retum an acknowledged copy of this NOTICE OF A WARD to the OWNER. day of ,1997. Dated this AUGUSTA-RICHMOND COUNTY COMMISSION-COUNCIL BY: Max Hicks TITLE: Director. Augusta-Riclunond Utilities *** ACCEPTANCE OF NOTICE *** Receipt of the above NOTICE OF A WARD is hereby acknowledged by day of , 1997. this the BY: TITLE: NA-1 I I I I I I I I I I I I I I I I I I I SECTION PB PERFORMANCE BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of . with its principal office in the City of , State of , as Surety, hereinafter called Surety, are held and firmly bound unto the Augusta-Richmond County Commission-Council, Georgia as Obligee, hereinafter called the Owner, in the penal amouuotlfirs ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, fil1111y by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said \VTitten agreement dated entered into a contract with Owner for the construction of Augusta-Riclul1ond Utilities Water and Sewer Improvements, Fleming Heights Area, Augusta-Riclul1ond County, Georgia, in accordance with the drawings and specifications issued by Augusta-Richmond Utilities and the Augusta- Riclul10nd County Conunission-Council, Georgia, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition ofthis obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any altera~ion or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (I) Complete the CONTRACT in accordance with its terms and conditions, or PB-I I I I I I I I I I I I I I I I I I I I (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon detennination by Surety of the lowest responsible bidder, or, if the Owner elects, upon detennination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount ~et forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Ovmer named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this day of A.D. 1997. Witness (Seal) (Contractor) Attest By (Seal) (Title) Witness (Seal) (Surety) Attest By (Seal) (Title) PB-2 I I I I I I I I. I I I I I I I I I I I SECTION PB LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-l, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of , with its principal office in the City of , State of , as Surety, hereinafter called Surety, are held and firmly bound unto the Augusta-Richmond County Conunission-Council, as Obligee, hereinafter called the Ov,mer, for the use and benefit of claimants as hereinbelow defined in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for the construction of Augusta-Richmond Utilities Water and Sewer Improvements, Fleming Heights Area in accordance with drawings and specifications issued by the Augusta-Richmond County Conunission-Council of Augusta-Richmond County, Georgia, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition oftrus obligation is such that, ifthe Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance ofthe CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: (I) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. PB-3 I I I I I I I I. I I I I I I I I I I I (4) (2) The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. (3) No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or perfonned the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the pm1y to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified maiL postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (I) year following the date on which Contractor ceased work on said CONTRACT, it being w1derstood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. PB-4 I I I I I I I I I I I I I I I I I I I Witness Attest Witness Attest Signed and sealed this day of PB-5 A.D. 1997. (Seal) (Contractor ) By (Seal) (Title) (Seal) (Surety) By (Seal) (Title) I I I I I I I I I I I I I I I I I I I SECTION GC-O 1 GC-02 GC-03 GC-04 GC-05 GC-06 GC-07 GC-08 GC-09 GC-IO GC-ll GC-12 GC-13 GC-14 GC-15 GC-16 GC-17 GC-18 GC-19 GC-20 GC-21 GC- 22 GC-23 GC-24 GC-25 GC-26 GC-27 GC-28 GC-29 GC-30 GC-31 GC-32 GC-33 GC-34 GC-35 GC-36 GC-37 GC-38 SECTION GC INDEX TO GENERAL CONDITIONS Definition of Terms Execution, Correlation and Intent of Documents Authority of the Engineer Contractor's Obligation Insurance Requirements Contractor's Breakdown of Lump Sum Payment Subcontracting Applicable Requirements Permits and Licenses Plans and Specifications Surveys Materials and Appliances Schedule of Work Field Office Facilities Lands for Work Contractor's Personnel Protection of the Public and of Work and Property Existing Structures and Utilities Changed Conditions Inspection of Work COITection of Work Before Final Payment Deductions for Uncorrected Work Changes in the Work Extension of Time Clean-Up Guarantee: Correction of the Work Claims for Extra Cost Separate Contracts Rights of Various Interests The Owner's Right to Terminate Contract Contractor's Right to Stop Work or Terminate Contract Removal of Equipment Royalties and Patents Liens Assignment Payments Withheld Prior to Final Acceptance of Work Disputes Taxes and Fees GC-O I I I I I I I I I I I I I I I I I I I SECTION GC GENERAL CONDITIONS GC-O 1. DEFINITION OF TERMS: (a) The Contract Documents shall consist of Advertisement for Bids or Notice to Contractors, Instruction to Bidders, Form of Bid or Proposal, the signed Agreement, the General and Special Conditions of Contract, the Plans, and the Specifications, including all modifications thereof incorporated in any of the documents before the execution of the Agreement. (b) The OWNER and CONTRACTOR shall mean the pal1ies to the Agreement for the performance of the work covered by these Documents and mentioned as such in the Agreement. They are treated throughout the Contract Documents as if each were of the singular number and masculine gender. (c) The word ENGINEER shall mean the firm, CRANSTON, ROBERTSON & WHITEHURST, P.c., acting through the principals thereof in the capacity of Chief Engineers of the Owner, or through any properly authorized agents of the principals acting within the scope of the particular duties entrusted to them. (d) The phrase" or equal" shall mean an item of material or equipment similar to that named and which is suited to the same use and capable of performing the same function as that named. The item proposed to be used shall be submitted to the Engineer for approval before it is employed in the work. (e) The Notice to Proceed shall be a special written work order from the Engineer giving the Contractor notice of the date on which he is to begin prosecution of the work which he has contracted. GC-02. EXECUTION. CORRELATION AND INTENT OF DOCUMENTS: The Contract Documents shall be signed in duplicate by the Owner and the Contractor. The Contract Documents are complementary and what is called for by anyone shall be as binding as if called for by all. In case of conflict between plans and specifications, the specifi- cations shall govern. The intention of the documents is to include all labor and materials, equipment and transportation necessary for the proper execution ofthe work. Materials or work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. GC-l I I I I I I I I I I I I I I I I I I I GC-03. AUTHORITY OF THE ENGINEER: The Contractor shall perfornl 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 measurement of quantities, the character of the work performed and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. He shall also have authority to reject all work and materials \vhich do not conform to the contract. GC-04. CONTRACTOR'S OBLIGATIONS: Contractor shall and will, in good workmanlike manner, do and perfonn all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perfornl and complete all 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 of the work covered by this contract and in accordance \vith the directions 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. He alone shall be responsible for the safety, efficiency, and adequacy of his plant. appliances and methods, and for any damage which may result from their failure or their improper construction, maintenance, or operation. The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements and limitations of the contract and specifications, local Ordinances and State and Federal laws; and shall do, CatTY on and complete the entire \vork to the satisfaction of the Engineer and the Richmond County Water and Sewerage Department. The Contractor assumes full responsibility for materials and equipment used in the construction of the work and agrees to make no claims against the Owner for damages to such materials and equipment from any cause except negligence or willful act of the Owner. Until its final acceptance, the Contractor shall be responsible for damage to or destmction of the project. He shall make good all work damaged or destroyed before acceptance. The Contractor shall defend, indemnify and save harmless the Owner, its officers, agents, servants and employees against and from all suits, losses, demands, payments, actions, recoveries, judgments atld costs of every kind and description and from all damages to which the Owner or any of its officers, agents, servants and employees may be subjected by reason of injury to the person or property of others resulting from the performance of the project or through any act or omission on the part of the Contractor or his agents, employees or servants; and he shall further defend, indemnify and save hannless the Owner, its officers, agents, servants and employees from all suits atld actions of any kind or character whatsoever which may be brought or instituted by any Subcontractor, material man or laborer who has performed work or furnished materials in or about the project or by, or on account of, any claims or amount recovered for an infringement of patent, trademark or copyright. OC-2 I I I I I I I I. I I I I I I I I I I I GC-05. INSURANCE REOUIREMENTS: Contractor shall secure and maintain such insurance from an insurance company authorized to write casualty insurance in the State where the work is located as will protect himself, his subcontractors and the Owner from claims for bodily injury, death or property damage which may arise from operations under this contract. The Contractor shall not conm1ence work under this contract until he has obtained all insurance required under this paragraph and shall have filed the certificate of insurance or the certified copy of the insurance policy with the Owner. Satisfactory proof of the carriage of the insurance required shall be furnished with the executed contract documents. Each insurance policy shall contain a clause providing that it shall not be canceled by the insurance company without ten (10) days v,rritten notice to the Owner of intention to cancel. The amounts of such insurance shall not be less than the following: (a) Workman's Compensation and Emplover's Liability Insurance shall be secured and maintained as required by the State where the \vork is located. (b) Public Liabilitv. Bodily Iniurv and Property Damage: 1. Injury or death of one person ........................... $200,000 2. Injury to more than one person in a single accident .......... $500,000 3. Property Damage - Each accident $50,000, Aggregate . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. $100,000 (c) Automobile and Truck Public Liabilitv. Bodilv Injury and Property Damage: I. Injury or death of one person . . . . . . . . . . . . . . . . . . . . . . . . . . .. $100,000 2. Injury to more than one person in a single accident .......... $300,000 3. Property Damage-EachAccident .. ....................... $100,000 In addition to the above limits, the Contractor's policy(s) shall include a clause deleting the exclusion of coverages against liability resulting from collapse of underground operations for a period of not less than two years after the date of final acceptance by the Owner. GC-06. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT: Contractor shall, immediately after the Contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the Proposal. These estimates, approved, will serve as a basis for estimating payments due on all partial estimates. GC-3 I I I I I I I I. I I I I I I I I I I I GC-07. SUBCONTRACTING: (a) Contractor may utilize the services of specialty subcontractors on those parts of the work which, under n01111al contracting practices, are performed by specialty subcontractors. Prior to begilming any work or prior to award of contract, if requested, Contractor shall submit for approval the name of each specialty subcontractor whose bids were used in the preparation of his proposal and whose services are intended to be employed for the contract work. (b) Contractor shall not award any work to any subcontractor without prior written approval of the Engineer, which approval will not be given until the Contractor submits to the Engineer a written statement conce111ing the proposed award to the subcontractor, which statement shall contain such information as the Engineer may require. (c) Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. (d) Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the tenns of the General Conditions and other Contract Documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. ( e) Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. GC-08. APPLICABLE REQUIREMENTS: The work shall comply with the Contract Documents and with all applicable codes, laws and regulations of local, state or federal agencies which may have cognizance of any part of the work. The most stringent requirement of the foregoing documents and codes shall gove111. Except where the prevention of accidents is regulated by local code or ordinance, compliance is required with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America. If Contractor observes that the drawings and specifications are at a variance therewith, he shall promptly notify the Engineer in writing. If Contractor performs any work knowing it to be contrary to such laws, ordinances, rules or regulations and without such notice to the Engineer, he shall bear all costs arising therefrom. GC-:09. PERMITS AND LICENSES: The Contractor shall obtain and pay for all permits and licenses of a temporary nature which are required for the execution of the work. GC-4 I I I I I I I I I I I I I I I I I I I Permits, licenses and easements for pern1anent structures or permanent changes in existing facilities shall be secured and paid for by Owner, unless otherwise specified. GC-IO. PLANS AND SPECIFICATIONS: Drawings that comprise the original plans for the contract are listed in the Special Conditions. Unless otherwise provided in the Contract Documents, the Engineer will furnish to the Contractor, free of charge, a reasonable number of drawings and specifications for the execution of the work. All drawings, specifications and copies thereof so furnished shall not be reused on other work, and, with the exception of the signed Contract, all sets are to be returned to him on request at the completion of the work. GC-l1. SURVEYS: Unless othenvise specified, the Owner shall furnish all land surveys. The Engineer shall establish all base lines for locating the principal component pm1s of the work together with a suitable number of bench marks adjacent to the work. From the information this proyided, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other \vorking points, lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineers to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their mmecessary loss or disturbance. GC-12. MATERIALS AND APPLIANCES: Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work. Unless otherwise specified, all materials incorporated in the permanent work shall be new and both workmanship and materials shall be of good quality. 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. Satisfactory evidence as to the kind and quality of materials shall be furnished by the Contractor in the form of certificates from the manufacturer or reports from the testing laboratories. Such inspections and testing, as well as the obligations for payment thereof, shall be as specified in the respective sections of the Specifications. GC-5 I I I I I I I I. I I I I I I I I I I I Approval of the Engineer of any materials, plant, equipment, drawings, or of any other items executed, or proposed by Contractor, shall be construed only to constitute as approval of general design. Such approval shall not relieve Contractor from the performance of the work. GC-13. SCHEDULE OF WORK: (a) Contractor shall, within five (5) days after receipt of the notice to proceed with the work, prepare and submit to the Engineer for approval, a practicable and feasible schedule, showing the order in which he proposes to carry on the work, the date which he will start salient features and the contemplated dates for completing the same. The schedule shall be in the form of a progress chart of suitable scale to indicate approximately the percentage of work scheduled for completion at any time. Contractor shall enter on the chart the actual progress at the end of each week or at such intervals as directed by the Engineer and shall deliver three (3) copies thereof with each periodic request for payment. (b) Contractor shall furnish sufficient forces, construction plant and equipment, as may be necessary to insure the progress of the work in accordance with the approved progress schedule. If, in the opinion of the Engineer, the Contractor falls behind the progress schedule, the Contractor shall do whatever is necessary to improve his progress, and the Engineer may require him to increase the number of shifts, days of work week, length of the daily working period or the amount of the construction plant all without additional cost to the Owner. . (c) Failure of Contractor to comply with the requirements of the Engineer under this provision will be grounds for determination by the Engineer that the Contractor is not prosecuting the work with such diligence as will insure completion within the specified time limits. Upon such detennination by the Engineer, the Ovmer may terminate the Contractor's right to proceed with the work, in accordance with the requirements of paragraph entitled "Owner's Right to Terminate Contract" of the General Conditions. The attention of the Contractor is particularly directed to this provision of the Contract because of the absolute necessity for completion of the work covered by these specifications within the time agreed upon. GC-14. OFFICE FACILITIES: The Contractor shall not be required to provide office facilities on-site. A telephone shall be provided at the Contractor's local (Augusta area) office for expediting the work. A complete and up-to-date set of the plans and specifications shall be available at the office at all times that the work is in progress. GC-15. LANDS FOR WORK: The Owner shall provide as indicated on the drawings and not later than the date when needed by the Contractor lands or right-of-way upon which the work under the Contract is to be done, Right-of-way for access to same, and such other lands which are designated on the drawing GC-6 I I I I I I I I I I I I I I I I I I I for the use of the Contractor. Any delay in the fumishing of these lands by the Owner shall be deemed proper cause for equitable adjustment in both contract price and time of completion. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that may be required for temporary construction facilities or for storage of materials. GC-16. CONTRACTOR'S PERSONNEL: (a) Supervision: An experienced superintendent and necessary assistants competent to supervise the particular types of work involved shall be assigned to the project by the Contractor and shall be available at all times when work is in progress. Communications given to the superintendent shall be as binding as if given directly to the Contractor. (b ) Workmen: Only persons skilled in the type of work which they are to perform shall be employed. The Contractor shall at all times, maintain discipline and good order among his employees, and shall not employ on the work any unfit person or persons or anyone unskilled in the work assigned him. Adequate sanitary facilities shall be provided by the Contractor. The Contractor shall not enter on, occupy with personnel, equipment, tools or materials, or otherwise trespass on any lands outside the property boundaries of the Ovmer or of construction easements without the written consent of the Owner of such property. GC-17. PROTECTION OF THE PUBLIC AND OF 'VORK AND PROPERTY: The Contractor shall provide and maintain all necessary watchmen, barricades, red lights and waming signs and take all necessary precautions for the protection and safety of the public. He shall continuously maintain adequate protection of all work from damage, and shall take all reasonable precautions to protect the Owner's property from injury or loss arising in connection with this Contract. He shall make good any damage, injury or loss to his work and to the property of the Owner resulting from lack of reasonable protective precautions, except such as may be due to errors in the Contract Documents, or caused by agents or employees of the Owner. He shall adequately protect adjacent private or public property, as provided by law and the Contract Documents. In an emergency affecting the safety of life, of the work, or of adjoining property, the Contractor is, without special instructions or authorization from the Engineer, hereby permitted to act at his discretion to prevent such threatened loss or injury. He shall also so act, without appeal, if so authorized or instructed by the Engineer. Any compensation claimed by the Contractor on account of emergency work, shall be determined by agreement or by arbitration. GC-7 I I I I I I I I I I I I I I I I I I I GC-18. EXISTING STRUCTURES AND UTILITIES: The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by Contractor before starting work. All existing utilities, both public and private; including sewer, gas, \vater, electrical and telephone services, etc., shall be protected and their operation shall be maintained tlu'oughout the course of the work. Any temporary shutdown of an existing service shall be ananged between the Contractor and the responsible agency. TIle Contractor shall assume full responsibility and hold the Owner harmless from the result of any damage that may occur as a result of the Contractor's activities. GC-19. CHANGED CONDITIONS: The Contractor shall promptly, and before conditions are disturbed, notify the Engineer in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicated in the Contract; (2) unknown physical conditions, at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of Contractor provided for in the Contract; or (3) unknown physical conditions at the site which, for any reason, require a variation in the plans and specifications, or an increase or decrease in the work necessary to satisfy the Contractors' obligations under the Contract. The Engineer shall promptly investigate the conditions, and ifhe finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or the time required for, performance of the Contract, an equitable adjustment shall be made and the Contract modified in writing accordingly. Any claim of the Contractor for adjustment hereW1der shall not be allowed unless he has given notice as above required; provided that the Engineer may, ifhe determines the facts so justify, consider and adjust any such claims asse11ed before the date of final settlement. If the Contractor, in the course of the work, finds any discrepancy between the plans and the physical conditions of the locality, or any error or omissions in plans or in the layout as given by survey points and instructions, he shall immediately infonn the Engineer, and the Engineer shall promptly verify the same. Any work done after such discovery, until authorized, will be done at the Contractor's risk. GC-20. INSPECTION OF WORK: The Owner shall provide sufficient competent engmeenng personnel for the inspection of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspection. GC-8 I I I I I I I I I I I I I I I I I I I Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not confonn fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over to remove defective materials or for the thorough examination into any of the work performed or for any other purpose requiring discharge of their duties for which service no additional allowance shall be made. The inspector shall, at all times, have full pelmission to take samples of the materials that mayor might be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances used by the Contractor, nor for the safety of the job. If the specifications, the Engineer's instructions, laws, ordinances. or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of the supply. If any work should be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of reexamination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. CORRECTION OF WORK BEFORE FINAL PAYMENT: GC-21. The Contractor shall promptly remove from the premises all materials condemned by the Engineer as failing to meet Contract requirements, whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute his own work in accordance with the Contract and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or dan1aged by such removal or replacement. If the Contractor does not remove such condemned work and materials within ten (10) days after written notice, the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expense of such removal within ten (10) day's time thereafter, the Owner may, upon ten (10) days written notice, sell such materials at auction or GC-9 I I I I I I I I I I I I I I I I I I I at private sale, and shall pay to the Contractor the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the Contractor. GC-22. DEDUCTIONS FOR UNCORRECTED WORK: If the Engineer deems it inexpedient to correct work that has been damaged or that was not done in accordance with the contract, an equitable deduction from the Contract price shall be made therefor. GC-23. CHANGES IN THE WORK: The Owner may make changes in the plans and specifications of the Contract \vithin the general scope at any time by written order and without notice to the sureties. If such changes add to or deduct from the extent of the work, the Contract shall be adjusted accordingly. All such work shall be executed under the conditions of the original contract except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. In giving instructions, the Engineer shall have authority to make minor changes in the work not involving extra cost, and not inconsistent \vith the purposes of the work, but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order by the Engineer, and no claim for an addition to the Contract Sum shall be valid unless the additional work was so ordered. The Contractor shall proceed with the work as changed and the value of any change which cannot be adjusted by an increase or a decrease in contract unit items shall be determined in one of the following ways: I. By estimate and acceptance in a lump sum. 2. The actual cost, by keeping a correct account, including all vouchers for: (a) The actual payroll costs of all workmen, including foreman. (b) The Contractor's net cost for materials entering permanently into the work. (c) The ownership or rental cost of construction plant and equipment during period of actual use on the extra work. (d) The charges for extra power and consumable supplies. To the cost of items enumerated under (2) above shall be added a fixed fee for combined overhead and profit, not to exceed twenty percent (20%) of the enumerated items. The allowance for combined overhead and profit so calculated shall be the only allowance included in the total cost to the Owner. Among the items considered as overhead are cost for insurance, social GC-IO I I I I I I I I I I I I I I I I I I I security taxes, bond, superintendence, time keeping, clerical work, watchman, use of small tools, general office expense and miscellaneous. If none of the above methods are agreed upon, the Contractor, providing he receives an order in writing, shall proceed with the work. In such cases and also under case 2 he shall keep a record of and present in such form as the Engineer may require, a correct amount of net cost of labor and materials, together with vouchers. In any case, the Engineer shall certify to the amount, including a reasonable allowance for overhead and profit to the Contractor. Pending final determination of value, no payment on account of changes shall be made on any estimate. GC-24. EXTENSION OF TIME: Extension oftime stipulated in the Contract for completion of the work will be made if and as the Engineer may deem proper, when work under change order as hereinbefore provided is added to the work under this contract; and when the work of the Contractor is delayed on account of conditions which could not have been foreseen, or which were beyond the control of the Contractor. and which were not the result of his fault or negligence. Extension of time for completion shall also be allowed for any delays in the progress of the work caused by any act or neglect of the Ow'ner or of his employees or by other Contractors employed by the Owner, or delay due to an act of Govermnent, or by any delay in the furnishing of plans and necessary information by the Engineer, or by any other cause which in the opinion of the Engineer entitles the Contractor to an extension of time. Strikes and other labor disputes shall be cause for an extension of time. The Contractor shall notify the Engineer promptly of any occurrence or conditions which in the Contractor's opinion entitle him to an extension of time. Such notice shall be in writing and shall be submitted in ample time to permit full investigation and evaluation of the Contractor's claim. The Engineer shall aclmowledge receipt of the Contractor's notice within five (5) days of its receipt. Failure to provide such notice shall constitute a waiver by the Contractor of any claim. GC-25. CLEAN-UP: Contractor shall keep the premises free from the accumulation of waste material ahd rubbish, and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc, and leave his work in a clean condition, satisfactory to the Engineer. GC-26. GUARANTEE: CORRECTION OF THE WORK: Contractor shall guarantee all items of work to be free from defects in workmanship and material for a period of one year after final acceptance by the Owner. Contractor shall re-execute at his own expense, any work that fails to conform to the requirements of the Contract Documents, including any defects which appear up to one year after the date of final acceptance of GC-ll I I I I I I I I. I I I I I I I I I I I the completed project. Provisions of this article apply to all work executed by subcontractors, vendors and direct employees of Contractor. GC-27. CLAIMS FOR EXTRA COST: If the Contractor claims that any instructions by drawings or other media issued after the date of the Contract involved extra cost under this Contract, he shall give the Engineer written notice thereof within seven (7) days after the receipt of such instructions, and in any event before proceeding to execute the work, except in emergencies endangering life or property, and the procedure shall then be as provided for changes in the work. No such claims shall be valid unless so made. GC-28. SEPARATE CONTRACTS: The Owner reserves the right to let other contracts in cOlmection \\lith this work. 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 any part of the Contractor's work depends for proper execution or results upon the work of any other Contractor, the Contractor shall inspect and promptly repOli to the Engineer any defects in such work that render it unsuitable for such proper execution and results. His failure so to inspect and repOli shall constitute an acceptance of the other Contractor's work as fit and proper for the reception of his work except as to defects which may develop in the other Contractor's work after the execution of his work. To insure the proper execution of his subsequent work the Contractor shall measure \\'ork already in place and shall at once report to the Engineer any discrepancy between the executed \vork and the dra\vings. GC-29. RIGHTS OF VARIOUS INTERESTS: Whenever work being done by the Owner's forces or by other Contractors is contiguous to work covered by the Contract, the respective rights of the various interests involved shall be established by the Engineer, to secure the completion of the various portions of the work in general harmony. If, through acts of neglect on the part of the Contractor, any other Contractor or any subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration if such other Contractor or Subcontractor will so settle. If such other Contractor or Subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. GC-12 I I I I I I I I I I I I I I I I I I I THE O'VNER'S RIGHT TO TERMINATE CONTRACT: GC-30. If the Contractor should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or ifhe should fail to make prompt payments to Subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer or othenvise be guilty of a substantial violation of any provision of the Contract, then the Owner, upon the certificate of the Engineer that sufficient cause exists to justify such action may, without prejudice to any other right or remedy and after giving the Contractor seven (7) days \vritten notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any fulther payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. The expense incuned by the O\vner as herein provided and the damage incurred through the Contractor's default, shall be celtified by the Engineer. The Owner may exercise the rights under this Section on a portion of the work without suspending this Contract regarding the other portions of the work. Should Owner, under the provisions of this article, provide labor and materials for any pmt of the ,vork, it shall not act to terminate the employment of Contractor for any other balance of the work. The deduction from the contract mnount for such work shall be stated in the breakdo\\-TI furnished by the Contractor before the contract is signed. GC-31. CONTRACTOR'S RIGHT TO STOP 'VORK OR TERMINATE CONTRACT: If the work should be stopped under an order of any court, or other public authority, for a period of three months, through no act or fault of the Contractor or of anyone employed by him, or if the Engineer should fail to issue any estimate within ten (10) days after it is due, or if the Owner should fail to pay the Contractor within fifteen (I5) days of its maturity and presentation any sum certified by the Engineer or awarded by arbitrators, then the Contractor may, upon seven (7) days' written notice to the Owner and the Engineer, stop work or terminate this contract and recover from the Owner payment for.all work executed, plus any loss sustained upon any plant or materials plus reasonable profit and damages. . GC-32. REMOVAL OF EOUIPMENT: In the case of termination of this Contract before completion from any cause whatever, the Contractor, if notified to do so by the Owner, shall promptly remove any part or all GC-13 I I I I I I I I. I I I I I I I I I I I of his equipment and supplies from the property of the Owner, failing which the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor. GC-33. ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner hannless from loss on account thereof except that the Owner shall be responsible for all such loss when a particular process or the product of a particular manufacturer or manufacturers is specified unless the Owner has notified the Contractor prior to the signing of the Contract that the particular process or product is patented or is believed to be patented. GC-34. LIENS: Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit which celtifies so far as he has knowledge or information that the releases and receipts include all the labor and materials for which a lien could be filed; but the Contractor may, if any Subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the Engineer, to indemnify the Owner against any such lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. GC-35. ASSIGNMENT: Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the Contractor assign any monies due him hereunder, except to a bank or financial institution acceptable to the Owner. In case the Contractor assigns all or any palt of any monies due or to become due under this contract, the instrument of assignment shall contain a clause substalltially to the effect that it is agreed that the right of the assignee in and to allY monies due or to become due to the Contractor shall be subject to prior liens of all persons, firms and corporations for services rendered or materials supplied for the performance of the work called for in tins Contract. GC-36. PAYMENTS WITHHELD PRIOR TO FINAL ACCEPTANCE OF WORK: The Owner may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. GC-14 I I I I I I I I I I I I I I I I I I I (b) Claims filed or reasonable evidence indicating probable filing of claims by other parties against the Contractor. (c) Failure of the Contractor to make payments properly to Subcontractors or for material or labor. (d) Damage to another Contractor. When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner which will protect the Owner in the amount \vithheld, payment shall be made for amounts withheld, because of them. GC-37. DISPUTES: Claims, disputes or other matters in question between par1ies to the agreement arising out of or relating to the agreement or breach thereof shall be subject to and decided in the Superior Court of Richmond County, Georgia, except where the par1ies agree on an alternate process for resolution of the question. GC-38. TAXES AND FEES: The Contractor shall pay all sales taxes and other applicable taxes and fees. GC-15 I I I I I I I I I I I I I I I I I I I SECTION SC-o 1. SC-02. SC-03. SC-04. SC-05. SC-06. SC-07. Scope of the Work List of Drawings Protection of the Environment Record Drawings County Acceptance Specified Materials Basis of Payment SC-O SECTION SC-O INDEX TO SPECIAL CONDITIONS I I I I I I I I I I I I I I I I I I I SECTION SC SPECIAL CONDITIONS -01. SCOPE OF THE WORK: The project referred to in the Agreement shall consist of the following major elements or portion thereof as outlined in each contract. The construction and installation of sanitary sewer lines, water mains, respective appmienances, and property restoration. -02. LIST OF DRA WINGS: DATE SHEET NO. TITLE ORlGINAL REVISED 1. Cover Sheet, Location Map 2/24/97 8/19/97 2. Plan & Profile - Circular Drive 2/24/97 ., Plan & Profile - Circular Drive 2/24/97 J. 4. Plan & Profile - Sanders Road 2/24/97 5. Plan & Profile - Sanders Road 2/24/97 6. Plan & Profile - Circular Drive 2/24/97 7. Plan & Profile - Circular Drive to Margaret Drive 2/24/97 8. Plan & Profile - Margaret Drive 2/24/97 9. Plan & Profile - Sanders Road Spur 2/24/97 10. Plan & Profile - Harold Road 2/24/97 11. Plan & Profile - Harold Road 2/24/97 12. Plan - Circular Drive 2/24/97 13. Plan & Profile - Circular Drive 2/24/97 14. Plan & Profile - Martin Road 2/24/97 15. Plan & Profile - Martin Road 2/24/97 16. Plan & Profile - Ivey Road 2/24/97 17. Plan & Profile - Martin Road & Ivey Road 2/24/97 18. Plan & Profile - Martin Road 2/24/97 SC-l I I I I I I I I. I I I I I I I I I I I 19. Plan & Profile - Martin Road 2/24/97 20. Plan & Profile - Fleming Drive 2/24/97 21. Plan & Profile - Fleming Drive 2/24/97 8/1 9/97 21A. Plan & Profile - Jacqueline Avenue 8/1 9/97 22. Plan - Richards Road 2/24/97 23. Plan - Richards Road 2/24/97 24. Plan - Richards Road 2/24/97 25. Plan - Ruby Drive 2/24/97 26. Plan - Ruby Drive 2/24/97 27. Plan - King Street 2/24/97 28. Plan - Allie Street 2/24197 29. Plan - Jordan Street 2/24/97 30. Plan - Fleming Drive 2/24/97 31. Water System Details 2/24/97 32. Sanitary System Details 2/24197 -03. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds and lake below the project. -04. RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. Ifnecessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction and at the completion of construction. Prior to submitting his estimate for final payment, as-built drawings are to be prepared and submitted by the contractor to the engineer. As-built drawings shall include tap locations. SC-2 I I I I I I I I. I I I I I I I I I I I -os. COUNTY ACCEPTANCE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta-Riclm10nd County Water and Sewerage Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. -06. SPECIFIED MATERIALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation from the product specified will be allowed. -07. BASIS OF PAYMENT: As explained in the section "Instructions to Bidders," paym~nt for all items of construction will be made at the total of the lump sum prices stated in the Bid Schedule to the Proposal. The partial payments described in the Agreement will be made based on the actual number of units of work completed during the month and in-place at the unit prices stated in the Bid Schedule. SC-3 I I I I I I I I. I I I I I I I I I I I SECTION TS-l TS-2 TS-3 TS-4 TS-5 TS-6 TS-7 TS-8 TS-9 TS-IO SECTION TS-O INDEX TO TECHNICAL SPECIFICATIONS TITLE NO. OF PAGES 2 4 Clearing and Grubbing Grading Bituminous Paving .., -' Curbs and Gutters, Concrete Excavating, Trenching and Backfilling for Pipe Lines Sanitary Sewer System Water Distribution 4 5 11 8 Concrete Construction Erosion Control Measures .., -' 2 2 Grassing TS-O-O 1 I I I I I I I I I I I I I I I I I I I SECTION TS-l CLEARING AND GRUBBING -01. SCOPE: Clearing and grubbing shall consist of the removal and disposal of all trees, brush, stumps, logs, grass, weeds, roots, decayed vegetable matter, posts, fences, stubs, rubbish and all other objectional matter resting on or protruding through the original ground surface and occurring within the construction limits or rights-of-\vay of any excavation, borrow area, or embankment. -02. CONSTRUCTION METHODS: I. CLEARlN G: Clearing shall consist of the felling and cutting up, or the trimming of trees, and the satisfactory disposal of the trees and other vegetation together with the down timber, snags, brush and rubbish occurring within the areas to be cleared. Trees and other vegetation, except such individual trees, groups of trees, and vegetation, as may be indicated on the drawings to be left standing, and all stumps, roots and brush in the areas to be cleared shall be cut off one foot above the original ground surface. Individual trees and groups of trees designated to be left standing within cleared areas shall be trimmed of all branches to such heights and in such manner as may be necessary to prevent interference with the construction operations. All limbs and branches required to be trimmed shall be neatly cut close to the whole of the tree or to main branches, and the cuts thus made shall be painted with an approved tree wound paint. Individual trees, groups of trees, and other vegetation, to be left standing, shall be thoroughly protected by balTiers or by such other means as the circumstances require. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures and installations, and to those under construction, and so as to provide for the safety of employees and others. 2. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted roots from the site as indicated on the drawings. In foundation areas, stumps, roots, logs or other timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to a depth of not less than 18 inches below any subgrade, shoulder or slope. All depressions excavated below the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface confonn to the surrounding ground surface. -03. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to clearing and grubbing shall become the property of the Contractor and may be sold by him, provided such disposal is otherwise in accordance with these specifications. All incombustible matter removed shall be hauled away and deposited at locations approved by the Engineer. Combustible matter may be burned or may be disposed of as stated above. Burning shall be done at such time and such manner as to prevent fire from spreading and to prevent any damage to adjacent cover and shall further be subject to all requirements of State and Federal Govemments pertaining to the buming. No buming will be allowed on the site unless all fires are kept under constant attendance by persons having equipment necessary to prevent the spreading of fire. Such TS-l-l I I I I I I I I I I I I I I I I I I I equipment shall include, at the minimum, a bulldozer or front end loader, and an approved pump and hose cOlmected to an acceptable source of water. Disposal by buming shall be kept under constant attendance until all fires have bumed out or have been extinguished. -04. MEASUREMENT AND PAYMENT: For this project, clearing and grubbing will be considered as incidental to the construction of the various elements of the installation it is associated with, and no separate payment will be made therefor. TS-I-2 I I I I I I I I- I I I I I I I I I I I SECTION TS-2 GRADING -01. SCOPE: This section covers grading for the roadways, parking areas, drives and/or walks, including all excavations, formation of embankments, preparation of subgrade for pavements and finishing and dressing of graded earth areas, shoulders, and ditches. Work in connection with excavation, trenching, and backfilling for utility lines is specified under the section entitled "Excavating, Trenching and Backfilling for Pipe Lines." -02. CONSERVATION OF TOPSOIL: Except where otherwise noted on the plans, topsoil shall be removed without contamination with subsoils and spread on areas already graded and prepared for topsoil, or shall be transported and deposited in storage piles convenient to areas that are to receive application of topsoil later, or at locations indicated. Topsoil shall be stripped to a depth of 3 to 6 inches and, when stored, shall be kept separate from other excavated materials and piled free of roots, stones, and other undesirable materials. -03. EXCAVATION: The term "excavation" used hereinafter is defined as "unclassified excavation." Excavation of every description regardless of material encountered within the grading limits of the project, shall be performed to the lines and grades indicated. Suitable excavated material shall be transported to and placed in fill areas within the limits of the work. When directed, unsuitable material encountered within the limits of the work shall be excavated below the grade shown and replaced with suitable material. Materials considered unsuitable are those confoTIl1ing to Classes PT, OH" CH, MH, OL, CL, or ML as described under the Unified Soil Classification System. Rock encountered in the grading process that is not gradable using conventional equipment (including rippers) shall be blasted. Blasted rock shall be field measured and payment will be in accordance with the per unit price shown in the Bid Schedule. Such material removed and the select material ordered as replacement shall be included in excavation. Unsuitable and surplus excavation material not required for fill shall be disposed of in designated waste or spoil areas. During construction, excavation and filling shall be performed in a manner and sequence that will provide drainage at all times. Material required for fills in excess of that produced by excavation within the grading limits shall be excavated from the borrow areas indicated or from other approved areas selected by the Contractor, as specified herein. -04. SELECTION OF BORROW MATERIAL: 1. GENERAL: Borrow material shall be selected to meet the requirements and conditions of the particular fill for which it is to be used. The material shall consist of sandy soils or sand- clay soils capable of being readily shaped and compacted to the required densities and shall be free of roots, trash and any other deleterious materic:U. Any necessary clearing, grubbing, disposal of debris and satisfactory trimming and drainage of the borrow areas shall be considered incidental to operations of the borrow excavation and shall be performed by the TS-2-1 I I I I I I I I I I I I I I I I I I I Contractor at no additional cost to the Owner. Unless specifically provided, no borrow shall be obtained within the limits of the project site without written approval. 2. BORROW AREA(S): Borrow material shall be fumished by the Contractor from private sources selected by the Contractor and shall consist of a suitable material of the type mentioned above. The Contractor shall obtain from the Owners the right to procure material, shall pay all royalties and other charges involved, and shall bear all the expenses of developing the sources, including rights-of-way for hauling. -05. EXCA V A TION OF DITCHES AND GUTTERS: Ditches and gutters shall be cut accurately to the cross-sections and grades indicated by the drawings. All roots, stumps, and other foreign matter in the sides and bottom of ditches and gutters shall be cut one foot below finish grade. Care shall be taken not to over-excavate ditches and gutters below the grades indicated. Any excessive ditch and gutter excavation due to removal of roots, stumps, etc., or due to over-excavation shall be backfilled to grade either with suitable material, thoroughly compacted, or with suitable stone or cobble to foml an adequate gutter paving, as directed. The Contractor shall maintain all ditches and gutters excavated under this specification free from detrimental quantities ofleaves, sticks, and other debris until final acceptance of the work. Suitable ear1h material excavated from ditches arld char1l1el changes shall be placed in embarwnents. Excavated material shall not be deposited within a distance from the edge of any excavation of less than 11;2 times the depth of the excavation. When storm drain pipe terminates in a new ditch, the headv,'all or end section together with ditch pavement shall be constructed in1l11ediately as called for on the plans. Ditch slopes and disturbed earth areas shall be grassed as required under the section entitled "Grassing." The Contractor shall be responsible for maintaining these newly constructed ditches and take in1l11ediate action subject to approval to keep erosion of the ditch bottom and slopes to a minimum during the life of the contract. No additional compensation will be given to the Contractor for the required maintenance. -06. PROTECTION OF EXISTING SERVICE LINES AND UTILITIES STRUCTURES: Existing utility lines that are shown on the drawings or the location of which are made known to the Contractor prior to excavation that are to be retained, as well as utility lines constructed during excavation operations, shall be protected from damage during excavation and backfilling, and if damaged, shall be repaired by the Contractor at his expense. In the event that the Contractor damages any existing utility lines that are not shown, or the locations of which are not known to the Contractor, report thereof shall be made immediately to the Engineer. If determined that repairs are to be made by the Contractor, such repairs will be ordered under the clause of the GENERAL CONDITIONS of the Contract entitled Changes. -07. BACKFILL ADJACENT TO STRUCTURES: Backfill adjacent to structures shall be placed and compacted unifonnly in such manner as to prevent wedging action or eccentric loading upon or against the structures. Slopes bounding or within areas to be backfilled shall be stepped or serrated to prevent sliding of the fill. During backfilling operations and in formation of the embankments, equipment that will overload the structure in passing over and compacting these fills shall not be used. Backfill for storm drains TS-2-2 I I I I I I I I I I I I I I I I I I I and subdrains, including the bedding, shall conform to the additional requirements as specified. -08. PREPARATION OF GROUND SURFACE FOR FILL: All vegetation, such as roots, brush, heavy sods, heavy growth of grass, and all decayed vegetable matter, rubbish and other unsuitable material within the area upon which fill is to be placed shall be stripped or otherwise removed before the fill is started. In no case will unsuitable material remain in or under the fill area. Sloped ground surfaces steeper than I vertical to 4 horizontal on which fill is to be place shall be plowed, stepped or benched, or broken up as directed, in such maru1er that the fill material will bond with the existing surface. Prepared surfaces on which compacted fill is to be placed shall be wetted or dried as may be required to obtain the compaction specified. -09. FILL: Fills and embankments shall be constructed at the locations and to lines and grades indicated. The completed fill shall correspond to the shape of the typical section indicated or shall meet the requirements of the pa11icular case. Suitable material removed from the excavation shall be used in f0l111ing the fill. Fill material shall be reasonably free from roots, other organic material and trash, and from stones have maximum dimension greater than 6 inches. No frozen material Vo"ill be permitted in the fill. Stones having a maximum dimension larger than 4 inches shall not be pem1itted in the upper 6 inches of fill or embankment. The material shall be placed in successive horizontal layers of 8 inches to 12 inches in loose depth for the full width of the cross section and shall be compacted as required. COMP ACTION: -10. I. OVERALL OR OVERLOT AREAS: Each layer of the fill or embankment, except in areas indicated as not requiring compaction, shall be compacted by rolling with an approved tamping roller, heavy rubber-tired roller, three steel wheeled power roller, vibratory roller or other compaction equipment, whichever is best suited for the types of soil encountered to at least 95 percent of maximum density at optimum moisture content. 2. FIELD CONTROL: In all fill areas field density tests will be performed in sufficient number (minimum of one test on each altemate lift or as recommended by the Engineer) to insure that the specified density is being obtained. These tests will be made at the expense of the Contractor and will be in accordance with AASHO Standard T-147. -11. FINISHED EXCA VA TION. FILLS. AND EMBANKMENTS: All areas covered by the project, including excavated and filled sections and adjacent transition areas, shall be uniformly smooth graded. The finished surface shall be reasonably smooth, compacted, and free from irregular surface changes. The degree of finish shall be that ordinarily obtainable from either bladegrader or scraper operations, supplemented with hand raking and finishing, except as otherwise specified. The finished surface shall be not more than 0.10 foot above or below the established grade or approved cross section. Ditches and gutters shall be finished so as to permit adequate drainage. The surface of areas to be grassed shall be finished to smoothness suitable for the application of grassing materials. The surface of embankments or excavated areas TS-2-3 I I I I I I I I I I I I I I I I I I I for road construction or other areas to be paved on which a base course or pavement is to be placed shall not vary more than 0.05 foot from the established grade and approved cross section. In areas where the bulking of soil as a result of grassing operations will tend to retard surface drainage along the edge of pavements, the finished grades shall be left 0.1 foot below grade prior to grassing. -12. DISPOSAL OF WASTE MATERIAL: All vegetation, roots, brush, sod, broken pavements, curbs and gutter, rubbish, and other unsuitable or surplus material stripped or removed from the limits of construction shall be disposed of off the site, except where otherwise approved in writing by the Engineer. The material shall be dumped, spread, and leveled to drain. Surplus excavation shall be hauled to, compacted in accordance with overall and overlot areas, and sloped to drain in the disposal area where directed. The unsuitable material shall be leveled to drain and fim1ed under the nOlmal operation of spreading and hauling equipment. Any trees, stumps, brush, down timber, etc. in the area to be used for disposal shall be cleared by cutting (to within six (6) inches of the ground) and shall be disposed of by burning, removal from the property or a combination of both. Clearing and disposal of trees, stumps, etc. shall comply with the applicable portions of the clearing and grubbing specifications. -13. PLACEMENT OF TOPSOIL: Topsoil shall be placed on all shoulders, slopes, ditches. and other ear1h areas graded under this contract, excluding borrow areas, unless otherwise specified on the plans. Topsoil shall be uniformly placed on these areas to a compacted depth of not less than three (3) inches or more than four (4) inches. The material shall be free from clods of soil, matted roots, roots grater than 12 inch in diar11eter, ar1d any other objectionable material which might hinder subsequent grassing and mowing operations. The material shall be placed, leveled, ar1d lightly compacted with at least one pass of a cultipacker or light pneumatic-tired roller, to required cross sections, but shall be left one- tenth (0.10) of a foot below the finished earth grade. -14. PROTECTION: Newly graded areas shall be protected from traffic and from erosion, and any settlement or washing away that may occur from any cause, prior to acceptance, shall be repaired and grades re-established to the required elevations and slopes, at no additional expense to the Owner. -15. MEASUREMENT AND PAYMENT: Payment shall be included in the lump sum price for Property Restoration as shown in the bid schedule. TS-2-4 I I I I I I I I I I I I I I I I I I I SECTION TS-3 BITUMINOUS PAVING -01. SCOPE: This section covers the construction of pavement for all roads and parking areas, complete. -02. GENERAL: Construction of the subgrade, base course and paving of the roadways and parking areas shall be undertaken immediately after completion of all storm drain lines and structures, all curbs and gutters, all yard piping, conduits and other facilities passing beneath paved areas, and all structural slabs and foundations required within or adjacent to the paved areas. -03. SEASONAL LIMITATIONS: No bituminous mixtures shall be applied for surface treatment between October 21 st and Aprill Oth, except as directed by the Engineer. -04. WEA THER LIMITATIONS: Bituminous mixtures shall not be produced or placed during rainy weather, w'hen the subgrade or base course is frozen or shows any evidence of excess moisture nor when the moisture on the surface to be paved would prevent proper bond nor when the air temperature is less than 45 degrees F. in the shade away from artificial heat. -05. APPLICABLE SPECIFICATIONS: All work and materials required under this section of the specifications shall confonn to the applicable sections of the Standard Specifications of the Georgia Department of Transportation, latest edition. -06. SUBGRADE: The subgrade shall be prepared as specified under the sections of the above specifications covering subgrade preparation, including but not limited to Section 209. -07. CURBS AND GUTTERS: After the subgrade has been compacted and approved by the Engineer, curbs and gutters shall be placed where shown on the plans and constructed in accordance with the requirements of the section, CURBS AND GUTTERS, CONCRETE. -08. PRIME COAT: A prime coat of 0.3 to 0.8 gallons per square yard of medium curing cut-back asphalt TS-3-l I I I I I I I I. I I I I I I I I I I I (RC-250 or emulsion grades RS-2 or SS-1) shall be applied with a pressure distributor at a temperature benveen 80 degrees F. and 140 degrees F. The prime coat shall be applied to the previously prepared base course when the atmospheric temperature is above 50 degrees F. -09. SURFACE COURSE: 1. ASPHALT CONCRETE: The asphalt concrete mixture shall conform to the Georgia Department of Transportation, Standard Specifications for Highway Construction, for Type E asphalt concrete. The job mix shall be approved by the engineer and no material shall be used until approved. 2. TRANSPORTATION AND DELIVERY: The mixture shall be transported from the mixing plant to the point of use in approved vehicles. Loads shall not be of such size or weight as to interfere with the efficient operation of the spreader. Loads shall not be sent out so late in the day as to prevent the completion of spreading and compaction of the mixture during daylight. unless artificial light is provided. The mixture shall be delivered at a temperature between 225 degrees F. and 325 degrees F. and within 20 degrees F. of temperature set at the mixing plant. 3. SPREADING: Upon anival at the point of dumping, the mixture shall be dumped into the hopper and spread by mechanical pavers, true to line, grade and cross section specified and to the loose depth that will secure a compacted thickness of I Y2 inches. The hot mixture shall be free from lumps and shall be spread while it is in a workable condition. After the mixture has been screeded and before roller compaction is started, the surface shall be checked, all fat spots and inegular areas removed and replaced with satisfactory material. All inegularities in aligrunent and grade along the outside edge shall also be conected by the addition or removal of mixture before the edge is rolled. 4. COMPACTION: While the mixture is hot, it shall be compacted thoroughly and uniformly by rolling. The surface of the compacted mixture shall be smooth, and true to crown and grade. Any mixture that becomes loose or broken, mixed with di11, or is in any way defective, shall be removed and replaced with fresh hot mixture which shall be immediately compacted to confonn to the surrounding area. Any area showing an excess of bituminous materials shall be removed and replaced, and the edges shall be kept to a reasonable straight line and trirruned. The density after compaction shall be at least 98 percent of the laboratory-determined density. 5. PROTECTION OF PAVEMENT: The newly finished pavement shall be protected from vehicular traffic of any kind until the pavement has cooled and hardened and in no case less than 6 hours. 6. TOLERANCE: The finished surface shall not vary more than 1fs inch in 10 feet from the true profile and cross section. TS-3-2 I I I I I I I I I I I I I I I I I I I -10. TESTS: The above work will be subject to thickness and compaction tests as deemed necessary by the Engineer. Such tests will be at the expense of the Contractor. -11. MEASUREMENT AND PAYMENT: Payment will be made at the unit contract price shown in the bid schedule under % II asphalt overlay. Payment for pavement removal and replacement shall include the concrete base slab, installed, but not the asphalt overlay. Measurement of pavement replacement for payment purposes will be the pipe outside diameter plus 3 feet, regardless of actual pavement replacement. Measurement around manholes will be 2 feet beyond the outside wall of the bottom section. TS-3-3 I I I I I I I I I I I I I I I I I I I SECTION TS-4 CURBS AND GUTTERS, CONCRETE -01. SCOPE: This section covers construction of Portland cement concrete curbs and gutters, complete. -02. CONCRETE: Concrete and the equipment, workn1anship and materials therefor shall conform to the applicable requirements of the CONCRETE CONSTRUCTION section, except as hereinafter specified. The maximum size of coarse aggregate shall be I Y2 inches and not less than I inch. Concrete shall have a slump of nor more than 3 inches. Th~ concrete mixtures shall have an air content by volume of 4.5 percent, plus or minus 1.5 percent, based on measurement made on concrete immediately after discharge from the mixer. -03. SUBGRADE PREP ARA TIONS: The subgrade shall be constructed true to grade and cross section. The subgrade shall be of materials equal in bearing quality to the subgrade under the adjacent roadway or street and shall be placed and compacted to confonn with applicable requirements of the specifications entitled "Sand-Clay Base Course" with the following modifications. The subgrade for curb and gutter shall extend in all cases at least 1 foot in width back of the curb or gutter or valley pavement. The subgrade shall be tested for grade and cross section by means of a template extending the full width of the curb, gutter, or combination curb and gutter. The subgrade shall be maintained in a smooth, compacted condition, in confonnity with the required section and established grade until the concrete is placed. In cold weather, the subgrade shall be prepared and protected so as to produce a subgrade free from frost when the concrete is deposited. -04. FORMS: Fonns shall be of wood or steel, straight, and of sufficient strength to resist springing during depositing and consolidating the concrete. The outside fom1s shall have a height equal to the full depth of the curb or gutter. The inside form of curb shaq have better as indicated and shall be securely fastened to and supported by the outside form. Straight forms of wood shall be 2 inch nominal surface plank, and of steel, shall be of approved section with a flat surface at the top. Rigid forms shall be provided for curb returns except that benders or thin plank forms may be used for curb or curb returns with a radius of 10 feet or more, when grade changes occur in the return, or where the central angle is such that a rigid form with a central angle of 90 degrees Caru10t be used. Back forms for curb may be made of ~ inch benders, for the full height of the curb, cleated together. Curb forms shall be carefully set to aligrunent and grade and to conform to the dimensions of the curb. Forms shall be held rigidly in place by the use of stakes placed at intervals not to exceed 4 feet. Clamps, spreaders, and braces shall be used where required to insure rigidity in the forms. The fonns on the front of the curb shall be removed not less than 2 hours nor more than 6 hours after the concrete has been placed. Forms back of curb shall remain in place until the TS-4-1 I I I I I I I I I I I I I I I I I I I face and top of the curb have been finished as specified in the Finishing paragraph. Gutter forms shall not be removed for 12 hours after the concrete has been placed. Forms shall not be removed while the concrete is sufficiently plastic to slump in any direction. Fonns shall be cleaned and coated with form oil each time before concrete is placed. Wood forms may, instead, be thoroughly wetted with water before concrete is placed, except that with probable freezing temperatures, oiling is mandatory. -05. JOINTS: Expansion joints and contraction joints shall be constructed at right angles to the line of curb, gutter, and combination curb and gutter. Dowels, tie-bars and reinforcement when required will be shown on the plans and shall be installed in accordance with the applicable details. 1. CONTRACTION JOINTS: Contraction joints shall be constructed by mean so 1fs inch thick separators, of a section conforming to the cross section of the curb, gutter, entrance pavements, and combination curb and gutter. Contraction joints shall be so placed that monolithic sections between curb returns will not be less than 5 feet nor greater than 15 feet after the concrete has set sufficiently to preserve the \vidth and shape of the joint. After separator plates have been removed, all exposed edges of joints shall be rounded with the proper edging tool to a radius of lf4 inch. 2. EXPANSION JOINTS: Expansion joints shall be forn1ed by means ofprefonned expansion joint filler material cut and shaped to the cross section of the curb, gutter, entrance, and combination curb and gutter. Expansion joint filler, unless otherwise specified, shall confonn to ASTM Standard D 1751- 60 or D 1752-60 or shall be resin-impregnated fiberboard conforming to the physical requirements of ASTM Standard CI752-60. Expansionjoints shall be provided in curb and combination curb and gutter at the ends of all returns. Expansion joints at least ~ inch in width shall be provided at intervals not exceeding 50 feet. Expansion joints shall be provided in nonreinforced concrete gutter at the locations indicated. -06. CONSTRUCTION: 1. CURBS AND GUTTERS: Curbs, gutters and combination curb and gutters shall be of the dimensions and sections shown on the drawings. 2. RECONSTRUCTION: Where the plans provide for reconstruction of existing curb, combination curb and gutter and the limit of new work specified does not fall on a joint, the entire section shall be removed and the new curb, combination curb and gutter or entrance pavement shall join the old curb at the first join line beyond the specified limit. 3. PLACING CONCRETE: The faces and adjacent edges of abutting rigid pavements and structures shall be painted with an approved bituminous material prior to placing concrete. Concrete shall be placed in the forms to the specified depth in 6 inch layers and thoroughly consolidated by tamping and spading to that there are no rock pockets at forms, and mortar entirely covers the top surfaces. Concrete may be compacted by means of mechanical vibrators. TS-4- 2 I I I I I I I I. I I I I I I I I I I I 4. FINISHING: The edges of the gutter and top of the curb shall be rounded with an edging tool to a radius of J/4 inch and the surfaces shall be floated and finished with a smooth wood float until true to grade and section and uniform in texture. The floated surfaces shall then be brushed with a fine-hair brush with longitudinal strokes. Immediately after removing the front curb form, the face of the curb shall be rubbed with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. The surface, while still wet, shall be brushed in the same manner as the gutter and curb top. The top surface of gutter and entrance shall be finished to grade with a wood float. Except at grade changes or curves, the finished surfaces shall not vary, from the testing edge of a 10 foot straightedge, more than 1fs inch for gutter and entrance and lf4 inch for top and face of curb. Irregularities exceeding the above shall be satisfactorily conected. Visible surfaces and edges of the finished curb, gutter, and combination curb and gutter shall be free of blemishes and form and tool marks, and shall be uniform in color, shape, and appearance. 5. CURB FORMING MACHINES: Use of curb-forming machines for constructing curb and gutter \vill be approved based on trial use on the job. Use of the equipment shall be discontinued at any time during the construction if the equipment produces unsatisfactory results, and the work shall be removed and reconstructed for the full length between regularly scheduled joints. Removed portions shall be disposed of as directed. -07. CURING AND PROTECTION: I. CURING: Immediately after the finishing operations, the exposed concrete surfaces shall be cured by one of the following methods as the Contractor may elect: A. Mat Method: The entire exposed surface shall be covered with cotton mats confOl111ing to Federal Specification CCC-C-467b having a combined weight of 14 ounces or more per square yard when dry. Mats shall overlap each other at least 6 inches. The mat shall be thoroughly wetted with water prior to placing on the concrete surface and shall be kept continuously in a saturated condition and in intimate contact with concrete for not less than seven days. B. Impervious-Sheeting Method: The entire exposed surface shall be wetted with a fine spray of water and then covered with waterproof paper conforming to ASTM Standard C 171-63, or with wetted polyethylene-coated burlap or polyethylene sheeting conforming to the water-retention requirements of ASTM Standard C171- 63, polyethylene sheeting and polyethylene film bonded to burlap shall be not less than 0.004 inch thick. Sheets shall be laid directly on the concrete surface with a light-colored side up and overlapped 12 inches when a continuous sheet is not used. The curing medium shall not be less than 18 inches wider than the concrete surface to be cured and shall be securely weighted down by placing a bank of moist earth on the edges just outside the forms and over the transverse laps of form closed joints. Sheets shall be satisfactorily repaired or replaced if damaged during curing. The curing medium shall remain on the concrete surface to be cured for not less than seven days. C. Membrane-Curing Method: The entire exposed surfaces shall be covered with a TS-4- 3 I I I I I I I I I I I I I I I I I I I pigmented membrane-forming curing compound. The curing compound shall be applied in two coats by hand-operated pressure sprayers at the coverage of approximately 200 square feet per gallon for both coats. The second coat shall be applied in the direction approximately at right angles to the direction of application of the first coat. The compound shall form a unifonn continuous coherent film that will not check, crack, or peel and shall be free from pin-holes or other imperfections. Concrete surfaces that are subjected to heavy rainfall within three hours after the during compound has been applied shall be resprayed by the method and at the coverage specified above at no additional cost to the Owner. Joint openings shall be sealed at the top by inserting moistened paper or fiber rope or covering with strips of waterproof paper prior to application of the curing compound, in a manner to prevent the curing compound from entering the joint. Concrete surfaces to which membrane-curing compounds have been applied shall be adequately protected for seven days from pedestrian and vehicular traffic and from any other action which might disrupt the continuity of the membrane. Any area covered with curing compound and damaged by subsequent construction operations within the seven-day period shall be resprayed as specified above at no additional expense to the Owner. 2. PROTECTION: After curing, debris shall be removed and the backfill shall be placed as indicated. The completed curb, gutter, and combination curb and gutter shall be protected from damage until accepted. The Contractor shall repair damaged concrete and clean concrete discolored during construction. Curb, gutter, .and combination curb and gutter that are damaged shall be removed and reconstructed for the entire length between regularly scheduled joints, not by refinishing the damaged p0l1ion. Removed damaged p0l1ions shall be disposed of as directed. -08. SEALING JOINTS: The sealing of expansion joints in curb and gutter sections will not be required. Any expansion joint material protruding after the concrete is cured shall be trimmed flush with the surface. Expansion joints in the valley pavement shall be sealed with an approved joint sealer, conforming to Federal Specification SS-S-164. The joint opening shall be thoroughly cleaned of all foreign material before the sealing material is placed. The sealing shall be done in such malmer that the material will not be spilled on the exposed surfaces of the concrete. Any excess material on the exposed surfaces of the concrete shall be removed irrunediately and the exposed concrete surfaces cleaned. -09. MEASUREMENT AND PAYMENT: Payment will be made at the unit contract price for curb and gutter as shown in the Bid Schedule. TS-4-4 I I I I I I I I I I I I I I I I I I I SECTION TS-5 EXCAVATING, TRENCHING AND BACKFILLING FOR PIPE LINES -01. SCOPE: This section covers all excavation, trenching and backfilling for pipe lines, complete. -02. EXISTING IMPROVEMENTS: The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to the satisfaction of the Engineer any aerial, surface or subsurface improvements dal11aged during the course of the work. Where and if shown on the plans, the lo~ations and existence or nonexistence of underground utilities are not guaranteed. The Contractor shall contact the various utility companies to detennine al1d/or verify such information prior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed. -03. EXCAVATION: All excavation of every description and of whatever substances encountered shall be perfonned to the depths indicated on the drawings or as specified herein. Excavation shall be made by the open cut method except as otherwise specified or shown on the dra\vings. Excavation methods shall generally meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and braced. Except where otherwise indicated, trench bottoms shall be not less thal1 12 inches wider nor more than 16 inches \\~der than the outside diameter of the pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6 inches nor more than 8 inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and Sl,lpport for each section of the pipe on undisturbed soil at every point along its entire length, except for portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug after the trench bottom has been graded. Bell holes shall be excavated only to an extent sufficient to permit accurate work in the making of the joints and to insure that the pipe, for a maximum of its length will rest upon the prepared bottom of the trench. Depressions for joints other than mechanical shall be made in accordance with the recorrunendations of the joint manufacturers for the particular joint used. Excavation for structures and other accessories shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment or timber which may be used to hold the bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. Except at locations where excavation of rock from the bottoms of trenches is required, care shall be taken not to excavate below the depths indicated. Where rock excavation is required, the rock shall be excavated to a TS-5-1 I I I I I I I I I I I I I I I I I I I minimum overdepth of 4 inches below the normal required trench depth. The overdepth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented that the excavation of such material requires blasting. The excavation shall proceed in a conventional maru1er with satisfactory effort made to remove hard materials before the Engineer makes a detennination of need for blasting. Predrilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs can and will show that the material can or cannot be excavated. Evidence will be provided for the Engineer's review and approval before predrilling and blasting is unde11aken. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials of common excavation shall be classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe, as detem1ined by the Engineer or indicated on the drawings, is encountered in the trench bottom, such soil shall be removed to a depth required for the lengths designated by the Engineer, and the trench backfilled to trench bottom grade, as herein specified, with coarse sand, fine gravel, or other suitable material. Backfill with earth under structures will not be permitted and any unauthorized excess excavation below the levels indicated for the foundation of such structures shall be filled with sand, gravel, or concrete, as directed. 1. GRADING AND STACKING: All grading in the vicinity of trench excavation shall be controlled to prevent surface ground water from flowing into the trenches. Any \vater accumulated in the trenches shall be removed by pumping or by other approved methods. During excavation, material suitable for backfilling shall be stored in an orderly malmer a minimum distance of one and one-halftimes the depth of the excavation back from the edges of trenches to avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling, as detennined by the Engineer, shall be removed from the job site and disposed of by the Contractor in a manner as approved by the Engineer. 2. SHORING AND SHEETING: All shoring, sheeting, and bracing required to perform and protect the excavation and to safeguard employees and the public shall be perfonned. The failure of the Engineer to direct the placing of such protection shall not relieve the Contractor of his responsibility for damage resulting from its omission. Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. 3. WATER REMOVAL: Where water is encountered, it shall be prevented from accumulating in excavated areas by pumping, well-pointing and pumping, or by other means approved by the Engineer as to capacity and effectiveness. Water removed from excavations shall be discharged at PClints where it will not cause injury to public or private property, or the work completed or in progress. Under no circumstances shall trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water shall not be allowed to rise in unbackfilled excavations after pipe or structures have been placed. 4. BLASTING: Explosives are to used only within legal limitations. Before explosives are used, all necessary permits for this work shall be secured and all precautions taken in the blasting operations to prevent damage to private or public property or to persons. The TS-5-2 I I I I I I I I. I I I I I I I I I I I Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be set off within 50 feet of pipe already laid in the trench. 5. TREE PROTECTION: Care shall be exercised to protect the roots of trees to be left standing. Within the branch spread of the tree, trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly and backfill placed as soon as possible. -04. BACKFILLING: Trenches and other excavations shall not be backfilled until all required tests are performed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No material shall be used for backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth, debris, frozen earth or em1h with an exceptionally high void content. F or backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely divided material free from debris, organic material and stone, and may be suitable job excavated material or shall be provided by the Contractor from other sources. The backfill shall be placed in uniform layers not exceeding 6 inches in depth. Each layer shall be moistened and carefully and unifol111ly tamped with mechanical tampers or other suitable tools. Each layer shall be placed and tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility of voids or lateral displacement. The remainder of the backfill material shall then be placed and compacted above the level specified above. In areas not subject to traffic, the backfill shall be placed in 12 inch layers and each layer moistened and compacted to a density approximating that of the sunounding earth. Under roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 6 inch layers and each layer moistened and compacted to density at least equal to that of the sunounding earth so that traffic can be resumed immediately after backfilling is completed. Any trenches which are improperly backfilled, or where settlement occurs, shall be reopened to the depth required for proper compaction, then refilled and compacted with the surface restored to the required grade compaction. Along all portions of the trenches not located in roadways, the ground shall be graded to a reasonable uniformity and the mounding over the trenches left in a neat condition satisfactory to the Engineer. Sheeting not specified to be left in place shall be removed as the backfilling progresses. Sheeting shall be removed in such a maru1er as to avoid caving of the trench. Voids left by the removal of sheeting and shoring shall be carefully filled and compacted. Where, in the opinion of the Engineer, damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. -05. BORING AND JACKING: Where required by the drawings, the pipeline will be installed in a steel casing, placed TS-5-3 I I I I I I I I I I I I I I I I I I I by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordal1ce with the standards of the State Highway Department or local authority. Boring and jacking under railroads will be governed by the latest AR.E.A standards and those of the railroad involved. The steel casing shall be in accordance with ASTM A252 to the thicknesses shown on the drawings. -06. PAVEMENT REMOVAL AND REPLACEMENT: Where necessary existing pavements shall be removed and replaced, the applicable standards of the State Highway Department or local authority shall govern this work. Joints shall be sawed, unless joints equally unifonn in the opinion of the Engineer result from other means. All pavement repairs shall consist of a concrete slab no less than 6 inches thick or compacted graded aggregate at least 9 inches thick, as indicated on the drawings. Where the parent pavement is concrete, the slab surface shall be smoothly finished flush with the sUHounding pavement. Where the parent pavement is asphalt, the concrete slab shall be raked finished and topped with I inch of surface mix asphalt paving rolled flush with the sunounding pavement. -06. MEASUREMENT AND PAYMENT: Excavation and backfilling for pipelines and appurtenances, except as hereinafter provided for, will be considered as incidental to the construction of the various elements of the installation it is associated with, and 110 separate payment will be made therefor. When made at the direction of Engineer, overcut, rock excavation and backfill to compensate for rock will be made at the unit contract price for rock excavation per cubic yard measured in place. When made at the direction of the Engineer, overcut and backfill to compensate for inadequate foundation will be paid for at the unit contract price for overcut and clean stone bedding, per ton of stone. Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting left in place, per board foot. Joints in pavements will not be paid for separately. Pavement removal and replacement will be paid for at the unit contract price therefor, per square yard. When made at the direction of the Owner, select backfill shall be imported and placed to compensate for unsuitable excavation material. Payment will be made at the unit contract price for select backfill, per cubic yard (in place) and shall include removal and disposal of unsuitable excavation. TS-5-4 I I I I I I I I I I I I I I I I I I I SECTION TS-6 SANITARY SEWER SYSTEM -01. SCOPE: This section covers the construction of sanitary sewers and appurtenant structures, complete. -02. PERMITS AND CODES: It is the intent of this section of the specifications that the Contractor's bid on the work covered herein be based upon the drawings and specifications and with all applicable codes and regulations as amended by any waivers. The Contractor's attention is directed to the paragraph, "Pern1its and Licenses," of the GENERAL CONDITIONS. -03. TRENCHING AND BACKFILLING: Trenching and backfilling is specified under section entitled "Excavating, Trenching and Backfilling for Pipe Lines." -04. SE'VER MATERIALS: 1. SEWER PIPES: Except as otherwise shown on the drawings, pipe for sanitary sewers shall be extra strength clay pipe, extra strength concrete sewer pipe, ductile iron pipe or PVC pipe. All sewer service laterals having less than three (3) feet cover shall be constructed of ductile iron pipe. Pipe materials shall conform to the following requirements: A. Clav Pipe: Clay pipe shall conforn1 to ASTM Specification C-800 for Extra Strength Clay Pipe and must be installed in accordance with ASTM C-l2. B. Concrete Pipe: Concrete sewer pipe shall conform to the requirements of ASTM Specification C-76 for Wall B pipe using Type II cement. Pipe shall have o-ring type bell and spigot joints conforming to the requirements of ASTM C-443, pipe interior shall be lined with a two part cold tar epoxy material (Indurall #2100, Koppers cold tar epoxy or approved equal) to a dry film thickness of 21 mils. Pipe surface preparation and lining applications shall be in accordance with the manufacturer's recorrunendations. A. Ductile Iron Pipe: Ductile Iron pipe and fittings will be used where indicated on the drawings and will conform with the following specifications: TS-6-1 I I I I I I I I I I I I I I I I I I I (1) Ductile iron pipe shall be designed in accordance with ANSI Specifications A21.50, Class 50 pipe, w1less otherwise specified and it will be manufactured in accordance with ANSI Specifications A21.5!. (2) Ductile iron pipe shall have a bituminous coating outside and be cement lined and seal coated inside in accordance with ANSI Specifications A21A. (3) The class or nominal thickness, net weight without lining, and name of manufacturer shall be clearly marked on each length of pipe. The letters "D.I." or "Ductile" shall be cast or stamped on the pipe. B. Polyvinvl Chloride (PVC) Sewer Pipe: Polyvinyl chloride (PVC) sewer pipe shall conform to the requirements of ASTM D-3034 for SDR-35 pipe. Provisions shall be made for contraction and expansion at each joint with a rubber ring. The bell shall consist of an integral wall section stiffened with two PVC retainer rings which securely lock the solid cross section rubber rings into position. Standard lengths shall be 20 feet and 12.5 feet :I: I inch. Minimum "pipe stiffness" (F/t.Y) at 5% deflection shall be 46 for all sizes when tested in accordance with ASTM Specification D2412, "External Loading Properties of Plastic Pipe by Parallel-Plate Loading." 2. JOINTS: Joints in clay sewer pipe shall be in accordance with ASTM Specification C-425. Joints in ductile iron pipe shall be of the push-on type, such as U. S. Pipe's "Tyton Joints," American's Fastite or Clow's Bell Tite. Joints to be furnished according to ANSI Specifications A21.11, complete with all necessary accessories. Joints for concrete pipe shall be bell and spigot with o-ring rubber gaskets, conforn1ing to ASTM C-443. Joints for PVC pipe shall be in accordance with ASTM D2855. Direct joints between different type~ of sewer pipe shall be made using special transition fittings made for the types of pipe involved. In cases \",here such fittings are not available, the connection will be made using oakum and burlap packed tightly and grout sealed, as directed by the Engineer. 3. FITTINGS: Proper fittings shall be provided for the installation and connection of all lines. In general a Y -branch and a 1fa inch curve shall be provided for each branch connection except at manholes. Connections made by cutting holes in pipes will not be permitted. All fittings and accessories shall be as mal1Ufactured and furnished by the pipe supplier or installed wherever pipe passes through a manhole wall. Fittings shall be ductile iron Class 350 (4" through 24") and Class 250 (30" and larger) in accordance with ANSI Specification A21.1 O. Fittings will be cement lined in accordance with A21A as shown above. TS-6-2 I I I I I I I I I I I I I I I I I I I Fittings 4 inches through 12 inches may be made from ductile iron Grade 70-50-05 in accordance with ANSI/A WW A A21.53/CI53. Fittings and accessories shall be push-on joint in accordance with ANSI! A Wvy A A21.1 O/C 11 0 and ANSI! A WW A A21.11 /C Ill. The wall thickness of fittings shall be equivalent of ductile iron Class 54. The working pressure rating shall be 350 psi. Fittings shall have bituminous outside coating in accordance with ANSI! A WW A A21.4/C I 04. Fittings shall be equal to U.S. Pipe's "Trim- Tyte" or "Trim- Tyton" or Engineer's approved equal. 4. MANHOLES: The Contractor shall furnish all materials and shall construct all the manholes required as a part of this contract, including frames, covers and steps. Manholes shall confonn in shape, size, dimensions, materials, and other respects to the details indicated on the drawings, or as ordered by the Engineer. Manholes shall have poured in place concrete bases. Concrete shall be 3000 psi (28 day) and confolTI1 to the requirements specified under the section entitled "Concrete Construction. " 5. PRECAST CONCRETE SECTIONS: At the Contractor's option, precast reinforced concrete manholes may be used. If used, precast manholes shall conform to the ASTM Specification C478, "Specifications for Precast Reinforced Concrete Manhole Risers, Bases and Tops," \vith the following exceptions and additional requirements: A. Type II cement shall be used except as otherwise approved. B. Manhole steps are specified under "Manhole Steps." C. Sections shall be steam cured and shall not be shipped until at least five days after having been cast. D. Minimum wall thickness shall be five inches. E. Acceptance of the sections will be on the basis of material tests and inspection of the completed product. F. Domes shall be of the eccentric type. G. Joints in riser sections shall be made with Butyl Rubber "Rope" conforming to Federal Specification (GSA-FSS) SS-S-00210. H. No more than two lift holes may be cast or drilled in each section. I. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of the barrel. TS-6-3 I I I I I I I I I I I I I I I I I I I 1. If precast bases are used, manufacturer shall provide to the Engineer, calculations showing that the precast base as submitted will meet or exceed the weight required to overcome buoyancy forces compared to the cast-in- place bases as detailed on the drawings. K. Precast inverts may be used provided they are acceptable to the Engineer al1d regulatory agency approving the installation. 6. BRICK: The brick shall be sound, hard, and uniformly burned brick, regular and uniform in shape and size, of compact texture and satisfactory to the Engineer. Brick shall comply with the ASTM C321, "Standard Specification for Sewer Brick," (made from clay or shale), for Grade SA, hard brick except that the mean of five tests for absorption shall not exceed eight percent by weight. Rejected brick shall be immediately removed from the work and brick satisfactory to the Engineer substituted. 7. CONCRETE BLOCK: Concrete block shall be sound, hard, regular and uniform in shape and size, and satisfactory to the Engineer. Concrete block shall conform to ASTM Specitication C139. Rejected concrete block shall be removed from the work promptly. 8. MORTAR FOR BRICK AND CONCRETE BLOCK WORK: The mortar shall be composed of P 0111 and cement, hydrated lime, and sand in vduch volw11e of sand shall not exceed three times the swn ofthe volun1es of cement and lime. The proportions of cement and lime shall be as directed and may vary from 1: lf4 for dense, hard burned brick to 1:% for softer brick. In general, mortar of grade SA brick shall be mixed in the proportion of I :Y2:4:Y2. Cement shall be type II Portland cement as specified in the section entitled "Concrete Construction. " Hydrated lime shall be Type "S" conforming to the ASTM Specification C207, "Standard Specification for Hydrated Lime for Masonry Purposes," latest revision. The sand shall comply with the specifications for "Fine Aggregate" for CONCRETE MASONRY except that all of the sand shall pass a No.8 sieve. 9. FRAMES AND COVERS: The castings for the manhole frames and covers shall be of good quality, strong, tough, even grained, soft cast iron, smooth, free from scale, lwnps, blisters, sandholes, and defects of every nature which would render them unfit for the service for which they are intended. TS-6-4 I I I I I I I I. I I I I I I I I I I I -05. 2. 3. All castings shall be thoroughly cleaned and subject to careful hammer inspection. Casting shall confon11 to ASTM Specification A48, Class 30 l, "Standard Specifications for Gray Iron Castings,' latest revision. Before being shipped from the foundry, castings shall be given two coats of coal tar pitch varnish, applied in a satisfactory malIDer so as to make smooth coating, tough, tenacious, and not brittle or with any tendency to scale off. Tops and gratings weighing less than 100 pounds shall have an approved locking device. 10. MANHOLE STEPS: Unless otherwise indicated, manhole steps shall be copolymer polypropylene plastic, reinforced with W' Grade 60 reinforcement. The steps shall be capable of resisting pullout forces of over 1500 pounds and impact of up to 300 foot pounds \vith only minor deflection and no cracking. They shall be provided with senated tread and tall end lugs to prevent slippage forward, backward or sideways. INST ALLA TION: 1. SEWER PIPE LAYING: The pipe shall be laid with bell or groove end upgrade. Pipe shall be tested for soundness, clear interior and satisfactory joint surfaces before lowering the pipe into the trench. Pipe shall be laid in straight lines and on uniform grades between points where changes in aligrunent or grade are shown. The pipe barrel shall be uniformly bedded. The line and invert grade of each pipe shall be checked from a top line carried on batter boards not over 25 feet apart or by use of a laser beam target inserted in each joint. Pipes shall be laid to form a smooth, uniform invert. A stopper shall be installed in the pipe mouth when pipe laying is not in progress. PVC gravity sewer pipe and force main shall be installed in accordal1ce to ASTM D232l, latest revision. Ductile iron force main shall be installed in accordance with A WW A C600, latest revision. BACKFILLING AROUND PIPE: As soon as the joint material has set, fine earth shall be carefully tamped around each joint, and around and over the pipe to a depth of at least 2 feet above the top of gravity pipelines. In addition, all PVC sewer pipe shall be bedded in selected material from the pipe centerline down to a point 3 to 6 inches below the pipe invert. Selected materials for this purpose shall be Class I or II soils as specified in ASTM D2321. SEWER STRUCTURES: Appurtenant sewer structures shall be constructed according to one or more of the following methods: TS-6-5 I I I I I I I I I I I I I I I I I I I E. A. Masonry: Brick for manholes and other sewer structures shall be laid with shove joints completely filled with mortar. Horizontal joints shall not exceed ~ inch, vertical joints ~ inch on their interior face. In circular structures, all brick shall be laid as header with joints broken between courses. Interior joints shall be struck or wiped smooth with the face of the wall. The exterior of sanitary sewer manholes shall be plastered to a thickness of at least Y2 inch. B. Laving Brick and Concrete Block Work: Only clean brick or block shall be used. The brick or block shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar, nor so wet as to be slippery when laid. Each brick or block shall be laid in a full bed and joint of mortar without repairing subsequent grouting, flushing, or filling, and shall be thoroughly bonded as directed. c. Plastering and Curing Brick or Block Masonrv: Outside faces of masonry shall be plastered with mortar from lf4 inch to 3fa inch thick. If required, the masonry shall be properly moistened prior to application of the m011ar. The plaster shall be cal'efully spread and troweled so that all cracks aloe thoroughly worked out. After hardening, the plaster shall be carefully checked by being tapped for bond and soundness. Unbonded or unsound plaster shall be removed and replaced. Masonry and plaster shall be protected from too rapid drying by the use of burlap kept moist, or by other approved means, and shall be protected from the weather and frost, all as required. D. Manhole Inverts: Manhole flow chmmels shall be constructed of concrete, sewer pipe, brick or precast, and shall be of semicircular section. Each manhole shall be provided with such channels for all c01mecting sewers. The inverts shall conform accurately to the size of the adjoining pipes. Side inverts shall be curved and main inverts (where direction changes) shall be laid out in smooth curves of the longest possible radius which is tal1gent to the centerlines of adjoining sewers. Drop Manholes: Drop inlets shall be provided into manholes on sanitary sewers for incoming lines having inverts 2 feet or more above the inve11s of the manhole outlet lines. Drop pipe and fittings shall be encased in masonry integral with the manhole and extending from the manhole base to the top of the incoming sewer. Diameter of drop manholes to be four feet at a m1l11mum. TS-6-6 I I I I I I I I. I I I I I I I I I I I F. Setting Manhole Frames and Covers: Manhole frames shall be set with the tops conforming accurately to the grade of the pavement or finished concentric with the top of the masonry and in a full bed of mortar so that the space between the top of the manhole masonry and the bottom flange of the frame shall be completely filled and made wate11ight. A thick ring of mortar extending to the outer edge of the masonry shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush with the top of the flange and have a slight slope to shed water away from the frame. Manhole covers shall be left in place in the frames on completion of other work at the manholes. G. Setting: Precast Manholes Sections: Precast-reinforced concrete manhole sections shall be set so as to be ve11ical and with sections and steps in true alignment. All holes in sections, used for their handling, shall be thoroughly plugged with mortar. The mortar shall be I part cement to 1 Y2 parts sand; mixed slightly damp to the touch until it is dense and an excess of paste appears on the surface; and then finished smooth and flush \vith adjoining surfaces. 4. BULKHEADS AND FLUSHING: The contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until its removal is authorized by the Engineer. Care shall be taken to prevent earth, water and 9ther materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings for manholes. All sanitary sewer, except building coru1ections shall be flushed with water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects conected. As soon as possible after the pipe and manholes aloe completed on any line, the Contractor shall flush out the pipeline using a rubber ball ahead of the water. None of the flushing water or debris shall be permitted to enter any existing sewer. 5. TEMPORARY PLUGS: At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or by other approved means. Ifwater is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. 6. JOINTS AND STRUCTURE RIGHTNESS: All pipe joints shall be made as nearly watertight as practicable. There shall be no visible leakage at the joints and there TS-6- 7 I I I I I I I I. I I I I I I I I I I I 9. 11. shall be no sand, silt, clay, or soil of any description entering the pipelines at the joints. Leaks in the pipelines which cause infiltration or exfiltration to exceed limits herein specified shall be repaired by replacing defective pipe. Grouting and/or caulking to repair pipelines where excessive infiltration or exfiltration is evident will not be permitted. 7. FITTINGS AND STOPPERS: Branches and fittings shall be laid by the Contractor as indicated on the drawings and/or as directed by the Engineer. Open ends of pipe and branches shall be closed with premolded gasket joint stoppers which conform with the same requirements as pipe being used. 8. SEWER LINE RELATION TO WATER MAINS: Sewer lines and sewer force mains in relation to water lines shall conform to "Ten States Standard" Section 29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe-to-pipe horizontal separation from known or proposed water mains. When a sewer crosses under a water main, there shall be at least 18 inches from the crown of the sewer line to the bottom of the water main. In all cases where adequate vertical separation as stated above Calmot be achieved (or whenever sewer lines must be installed to cross above a water main), both the water and sewer lines shall be constructed of ductile iron pipe a distance of 10 feet on each side of their intersection with one full length of water main centered on the sewer line. MINIMUM COVER FOR SEWER LINES: Gravity sewer lines shall have a minimum of 6 feet of cover in streets, 4 feet othenvise at the crown of the pipe. In cases where tllis minimum cover cannot be acllieved, ductile iron pipe shall be used. 10. LOCA TING WIRE: Locating wire shall be 12 gauge copper wire and shall be placed prior to the backfill operations of sewer lateral services. locating wire shall be wrapped around tee at every service connection, thence, extend longitudinally along the top of the lateral service piping to the connection at the right-of-way line. Locating wire shall be wrapped around marking post at the right-of-way line for non- existing sewer service applications. BORING AND JACKING: Where required by the drawings, the sanitary sewer line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the State Highway Department or local authority. TS-6-8 I I I I I I I I. I I I I I I I I I I I Boring and jacking under railroads will be governed by the latest AR.E.A Standards, Part 5, "Pipelines" and those of the railroad involved. A Casin!2: Pipe: The casing pipe shall conform to the materials standards of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. B. Canier Pipe: The canier pipe shall be ductile iron as specified herein. C. Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of pipe by more than approximately 1 inch, remedial measures \vill be taken as approved by the Engineer. When installing water lines through casing, the Contractor shall mechanical joint pipe with retainer glands throughout the length of the casing. The sanitary sewer line shall be strapped to treated wooden skids with metal straps throughout the length of the casing. The empty space shall then be filled with sand and the ends of the casing shall be sealed with brick and mortar. 12. FORCE MAIN INSTALLATION: In general, sewer force main must be installed in accordance with the water distribution system specifications. Polyvinyl chloride (PVC) force main must conform to ASTM D-2241, latest reVISIOn. Ductile iron force main must conform to ASTM A-377, latest revision. 13. REMOV AL AND REPLACEMENT OF EXISTING PIPE AND EQUIPMENT: where indicated on the drawings or required to properly place the work under this contract, as approved by the Engineer, the Contractor shall remove and replace such pipe lines and equipment in a maru1er as approved by the Engineer. -06. INSPECTION INFIL TRA TION/EXFIL TRA TION LEAKAGE TESTS: Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a satisfactory test to measure the infiltration or exfiItration for at least three consecutive days. The amount of infiltration including "Y" branches, and connections shall not exceed 1 00 gallons per inch diameter per mile of sewer pipe per 24 hours for gravity sewer pipe. The amount of 50 gallons per inch dimneter per mile of sewer per 24 hours shall not be exceeded for ductile iron TS-6-9 I I I I I I I I. I I I I I I I I I I I pipe. The Contractor shall be responsible for the satisfactory watertightness of the entire section of sewer. As required, suitable bulkheads shall be installed to pennit the test of the sewer. Where the ground water level is less than 1 foot above the top of the pipe at its upper end, or as directed by the Engineer, the sewer shall be subjected to exfiltration testing by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height 4 feet above the top of the sewer at its upper end. The leakage out of the sewer, measured by the volume of the water necessary to maintain meter level in the highest manhole, shall not exceed 200 gallons per inch diameter per 24 hours per mile of sewer for gravity sewer pipe. The amount of 50 gallons per inch diameter per 24 hours per mile of sewer shall not be exceeded for ductile iron pipe. The sewer shall be tested before any c01mections are made to buildings or to active sewers. The Contractor shall construct such weirs and bulkheads as may be required, shall fumish all water, labor, test plugs, power, pwnps, meters, and other equipment necessary for the test to be properly made. The Contractor may use a low pressure air test as an option to the hydraulic infiltration/exfiltration leakage test for gravity lines provided the Contractor established a correlation between the air test results and the quantity of infiltration/exfiltration actually being experienced by the line and the allowable air pressure drop shall be that con-esponding to the allowable hydraulic leakage specified previously in this section. Such a conelation is to be established according to a procedure satisfactory to the Engineer. The low pressure air test shall be performed in accordance with the applicable sections of ASTM C828, latest revision. If the Contractor opts to use the low pressure air test, leakage tests on manholes shall be conducted independently of the lines by using a hydraulic infiltration/exfiltration test as directed by the Engineer. The allowable infiltration into the malllole over a 24 hour period is zero and the allowable exfiltration is also zero when tested by plugging off the manhole and filling it with water four feet above the top of the sewer and measuring the water loss over a 24 hour period. -07. MEASUREMENT AND PAYMENT: Payment will be made at the unit contract prices as shown in the bid schedule under Sanitary Sewer. . Measurement of pipelines shall be the actual number of linear feet of pipe installed, complete in place and accepted. No deductions in length will be made for manholes. TS-6-1 0 I I I I I I I I I I I I I I I I I I I Concrete encasement will be paid for at the unit contract price, per cubic yard, for the actual volume of concrete placed, up to the volume of concrete required by the maximum dimensions for concrete encasement shown on the plans. Concrete in excess of that volume will not be paid for. No sepal'ate payment will be made for any special fittings, tie-ins, or connections, nor will any separate payment be made for nonnal bedding of sewer pipe. Service lines will be paid for at the unit contract price as shown in the bid schedule under Sanitary Sewer, complete. TS-6-11 I I I I I I I I. I I I I I I I I I I I SECTION TS-7 \VATER DISTRIBUTION SYSTEM -01. SCOPE: TIlls section covers the installation of all piping, fittings, valves and appurtenances for water distribution, complete. -02. MA TERIALS: Except as otherwise indicated on the drawings, all underground water lines shall be constructed of ductile iron, galvanized steel or polyvinyl chloride (PVC) pipe suitable for the working pressures shown on the drawings. 1. PIPE AND JOINTS: A. Ductile Iron Pipe: Ductile iron pipe shall be designed in accordance with ANSI Specification A21.50, using 60,000 psi tensile strength, 42,000 psi yield strength and 10 percent elongation. All pipe shall be designed for a minimum 200 psi water pressure, 2Y2 foot to 8 foot cover, laying condition Type 2 and at least 100 psi surge allowance, and a 2 to 1 factor of safety. Ductile iron pipe is to be manufactured in accordance with ANSI A21.51 with 60,000 psi minimum tensile strength, 42,000 psi minimum yield strength and 10 percent minimum elongation. Each pipe shall be pressure tested at 500 psi milllmum at point of manufacture. Pipe shall have bituminous coating outside and be cement lined and seal coated inside in accordance with ANSI Specification A21A. The class or nominal thickness, net weight without lining and nmne of manufacturer shall be clearly marked on each length of pipe. The letters "D.I." or "Ductile" shall be cast or stamped on the pipe. Joints in ductile iron pipe shall be mechanical joint or push-on type, such as U.S. Pipe's "Tyton Joint," American's Fastite or Clow's Bell Tite. Joints to be furnished according to ANSI Specifications A21.11, complete with all necessary accessones. B. Galvanized Steel Pipe: Galvanized steel pipe shall conform to ASTM Specification A120. Fittings shall be galvanized, malleable iron, screwed, Class B, meeting Federal Specification WW-P-521e. C. Polyvinyl Chloride (PVC) Pipe: PVC pipe shall conform to A WW A C900, al1d shall be unplasticized polyvinyl chloride pipe approved by the National Sanitation Foundation, Factory Mutual and the Society of the Plastics Industry for potable water TS- 7-1 I I I I I I I I. I I I I I use. Joints shall be of the o-ring, push-on type with standard laying lengths of 20 feet :I: I inch, suitable for working pressures shown on the drawings. 2. FITTINGS: Fittings for all underground piping, except steel shall be Ductile Iron Class 350 (4 inch through 24 inch) and Class 250 (30 inch and larger) in accordance with ANSI Specification A21.1 O. Fittings will be cement lined in accordance with A21A as shown above. 4 inch through 12 inch fittings may be made from Ductile Iron Grade 70-50-05 in accordance with ANSI!AWWA A21.53/CI53. Fittings and accessories shall be mechanical joint or push-on joint in accordance with ANSI!A WWA A21.10/C110 and ANSI!A WWA A21.111C 111. The wall thickness of fittings shall be the equivalent of Ductile Iron Class 54. The working pressure rating shall be 350 psi. Fittings shall have a bituminous outside coating in accordance with ANSI! A WW A A21.1 O/C I 04. Fittings shall be equal to U. S. Pipe's "Trim- Tyte" or "Trim- Tyton" or Engineer's approved equal. 3. RESTRAINED JOINT PIPE AND FITTINGS: Restrained joints in pipe and fittings shall be of the single gasket push-on type, and shall conform to all applicable provisions of ANSI! A WW A Standard A21.111C 111. Thickness of the pipe balTel remaining at grooves cut, if required in the design of the restrained end joints, shall not be less than the nominal thickness of equal sized non-restrained pipe as specified hereinabove for the centrifugally cast ductile iron pipe. Restrained joints using set screws, or bolts, or expanding metal inserts \vill not be acceptable. The restraining components, v,:hen not cast integrally with the pipe and fittings, shall be ductile iron or a high strength non-conosive alloy steel. Tee head bolts al1d hexagonal nuts for all restrained joints in pipe and fittings shall be of high strength cast iron with composition, dimensions and threading as specified in ANSI! A WW A Standard A21.111C Ill, except that the length of the bolts shall meet the requirements for the restrained joint design. The proper number of gaskets, bolts, nuts and all necessary joint material shall be fumished. Each thrust-resistant joint and the pipe and fitting of which it is a part, shall be designed to withstand the axial thrust from an integral pipeline pressure of at least 350 psi, 4 inch through 24 inch, and 250 psi, 30 inch and above, at bulkhead conditions without reduction because of its position in the pipeline nor for support from extemal thrust blocks. Restrained push-on joint pipe and fittings shall be capable of being deflected after assembly. Fittings for restrained joints shall be manufacturer's standard to accommodate job conditions and shall be ductile iron. Lining shall be as specified for balance of pipe al1d fittings as specified elsewhere. Manufacturer shall furnish to the Owner, certification that two pipes joined by the restrained joint have been successfully tested to 70 psi, for sizes 4 inch through 24 inch and/or 500 psi, for sizes 30 inch through 54 inch, without any external support or blocking. Such testing and certification shall be witnessed and attested by an outside testing laboratory such as PTL, Outlaw or approved testing laboratory. Restrained joint pipe and fittings shall be U. S. Pipe TR Flex of American Lock-Fast. 4. VALVES: Valves shall be set at the locations indicated on the drawings. Valves shall be of the gate type or of the butterfly type, as indicated. TS-7-2 I I I I I I I I. I I I I I Before setting each valve the interior shall be wiped clean al1d the opening and closing mechanism shall be treated. Valves shall be set with the stems plumb and at the exact locations shown. The required concrete footpiece shall be provided under each valve. Valve boxes shall be installed as shown on the drawing standard details, being plumb, with tops at finished grade and the trench backfill thoroughly tamped for a distance of three feet on each side of boxes. A. Gate Valves: At the Contractor's option, either of the following types of gate valves can be used. I) Resilient Seated Type Gate Valves: Gate valves, 4 inch to 12 inch, shall be of the iron body, non-rising bronze. stem, resilient seated wedge type conforming to A WW A C509, latest revision. They shall have a working pressure rating of200 psi with the valve body, b01met, stuffing box and disc castings manufactured of ASTM A-126 Class B grey iron. Valves shall be provided with operating nut unless otherwise shown on the drawings and shall open by counterclockwise rotation of the valve stem. They shall have a full opening flow way of equal dial11eter of the normal size of connecting pipe. End c01mections shall be furnished with all necessary joint materials. Stuffing boxes shall have o-ring stem seals and shall be bolted and constructed so as to pern1it easy removal of parts for repair. All internal fenous metal surfaces shall be fully coated, holiday free, to a minimum thickness of 4 mils with a two part thennosetting epoxy coating. Said coating shall be non-toxic, impal1 no taste to water and protect all seating and adjacent surfaces from conosion and prevent buildup of scale or tuberculation. The coating must be fonnulated from materials deemed acceptable per the FOOD AND DRUG ADMINISTRATION DOCUMENT TITLE 21 of the FEDERAL REGULATIONS ON FOOD ADDITIVES, SECTION 121.2514 entitled, RESINS AND POLYMERIC COATINGS. Gate valves inside structures shall be supplied with handwheels, and shall have flanged ends. Valves to be install~d underground shall have mechanical joints and be of one make. The manufacturer shall subject each valve to two hydrostatic pressure tests: . a. Seat Test: There shall be no leakage past the seat from either side of the disc or at the bonnet flange or steam packing at 300 psi. b. Shall (bulkhead) Test: There shall be no leakage through the metal, bonnet flange or stem packing at 400 psi. 2) Double-Disc Type Gate Valves: Gate valves shall be of the double-disc type designed for working pressure of 200 psi. All gate valves shall have a clear waterway equal to the full nominal diameter of the pipe and shall be opened by turning valve counterclockwise. Each valve shall have the initial of the maker, pressure rating and year of manufacture, cast on the body. Prior to shipment from the factory, each valve shall be tested by hydraulic pressure TS-7-3 I I I I I I I I I I I I I I I I I I . - . equal to twice the specified working pressure. Valves to be operated by handwheel or operating nut shall have an arrow cast in the metal indicating the direction of opening, which shall be counterclockwise. a. Unless otherwise shown on the drawings, valves 3 inches and larger shall be iron body brass mounted and shall conform to the Specifications for Gate Valves, 3 through 48 inch NPS, For Water and Sewage Systems, A WW A, CSOO. Valves to be installed underground shall be non-rising stem type with 2 inch square operating nut with mechanical joint ends. Gate valves located inside structures shall be supplied with handwheels, and shall have flanged ends. b. Valves smaller than 3 inches shall be all brass and shall conform to the requirements of Federal Specification WW-V-S4. B. Butterfly Valves: All butterfly valves shall be of the rubber seated, tight closing type designed for a working pressure of 150 psi. The valve disc shall rotate 90 degrees from the full open tot he full shut positions and shall be suitable for dired burial. Valves shall meet or exceed the requirements of A WW A Standard CS04 for Class lS0B. The manufacturer of the valves shall have been manufacturing direct burial butterfly valves for at least five years. Prior to shipment from the factory, each valve shall be bubble tight with flow in either direction according to the testing requirements of A WW A Standard 504. Valve bodies shall be of cast iron according to ASTM Specification A-126 Class B and shall have integrally cast mechanical joint ends. The trUlmions for the shaft bearing shall be integral with the body. Bearings shall be of the sleeve C01Tosion- resistant, al1d selflubricating type. Shafts shall be polished stainless steel, extending the full diameter through the valve disc. Valve discs shall be an alloy cast iron according to ASTM Specifications A-436, Type 1. Valve seats shall be of rubber and shall be molded, vulcanized and bonded to the body of the valve or mechanically retained to the disc by a stainless steel retaining ring with set screws. TI1e bond shall have a minimum tensile strength of 75 pounds when tested under ASTM D-429, Method B. Valve operators shall develop the minimun1 torques of Table I of A WW A Standard operating nut and shall be gasketted and grease packed. A mechanical limit device to prevent overtravel of the disc in the open and shut positions shall be provided. The valve shall open turning the operating nut counterclockwise. c. Check Valves: Check valves shall be designed for a working pressure of not less than ISO psi, or as indicated or directed, with a clear waterway equal to the full nominal diameter of the valve. Valves shall be designed to permit flow in one direction, when the inlet pressure is greater than the discharge pressure, and to close tightly to prevent return flow when discharge pressure exceeds inlet pressure. TS-7-4 I I I I I I I I I I I I I I I I I I I Cast on the body of each valve shall be the manufacturer's name, initials, or trademark by which he can be identified readily, valve size, working pressure, and direction of flow. Valves 2 inches and smaller shall be all br~mze, designed for screwed fittings. Valves larger than 2 inches shall be iron body, bronze mounted, with flanged ends of the non-slam type, with Class 125 flanges complying with ANSI B-156.1. 5. FIRE HYDRANTS: Fire hydrants cOlmected to 6 inch or larger mains shall comply with the requirements of A WW A C-502 and shall be of the Traffic Model Type, incorporating a break-away feature. Hydrant shall be of the dry-barrel type suitable for 150 psi working pressure with 5 lf4 inch valve opening and they shall be equal to Mueller Catalog No. A-423. Each hydrant shall have nvo 2Y2 inch hose nozzles and I steal11er nozzle. Bury to bottom of ditch shall be 3'-6". Fire hydrants c01mected to 4 inch or smaller mains shall be of the dry-barrel type with 2 1/8 inch valve opening, suitable for 150 psi working pressure, similar to Mueller No. A-41 I with single 2 Y2 inch hose nozzle. Threads and other requirements shall be as for 4~ inch hydrants. 6. SERVICE STOPS: Service stops shall be of the ball or plug type having o-ring seals and seats. Replacement of plugs and seals shall be made from the top without disconnecting the valve from the line pipe or, where end-entry stops are used, shall be inm1ediately followed by a union. Stops shall be constructed of standard waterworks brass or bronze. All stops shall be suitable for a working pressure of 200 psi. 7. VAL VE BOXES: A cast iron valve box similar and equal to Clow F2450 shall be installed over each underground valve. The word "Water" shall be cast on the valve box cover. -03. 'VATER DISTRIBUTION SYSTEM INSTALLATION: I. HANDLING AND STORING MATERIALS: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe Vv"ithin pipe of a larger size. Store pipe and fittings on sills above stOlID drainage level and deliver for laying after the trench is excavated. Valves shall be drained and so stored as to protect them from freezing. 2. PIPE LAYING - GENERAL: The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be not less than 3 feet, or as shown on the drawings. Give all pipes a .uniform bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. 3. BORING AND JACKING: where required by the drawings, the water line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in TS-7-5 I I I I I I I I. I I I I I I I I I I accordance with the standards of the State Highway Department or local authority. Boring and jacking under railroads will be governed by the latest AR.E.A Standards, Part 5, "Pipelines" and those of the railroad involved. A Casing Pipe: The casing pipe shall conform to the materials standard of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with \velded joints. B. Carrier Pipe: The canier pipe shall be ductile iron as specified herein. C. Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. Ifvoids develop or if the bored hole diameter is greater than the outside diameter of the pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. When installing water line through casing, Contractor shall use mechanical joint pipe with retained glands through length of casing. The water main shall be strapped to 8 foot long treated wooden skids with metal straps throughout length of casing. The ends of the casing shall be sealed with rock and m011ar. 4. REACTION BLOCKING: All plugs, caps, tees, bends and other fittings shall be provided with adequate reaction blocking as shown on the drawings. Reaction blocking shall be made to bear directly against the undisturbed trench wall. Where trench conditions are, in the opinion of the Engineer, unsuitable for reaction blocking, the Contractor shall provide tied joints to adequately anchor the piping as shovm on the drawings. All the rods and clamps shall be given a bituminous protective coating. 5. PRESSURE TEST: Before any work will be accepted for payment, the Contractor will fill the piping with water, open outlet as necessary for expelling the entrapped air. No fire hydrant shall be opened fullforce during charging operations. Thereafter, furnish the necessary equipment and test the piping under the supervision of the Engineer for a period of at least 2 hours at 1.5 times the design pressure in pounds per square inch, based upon the lowest elevation of the section under test. Pressure testing shall be in accordance with A WW A Standard C600, Section 4.1. Inspect all joints, and remedy to the satisfaction of the Engineer any defects discovered. Continue the test until all visible leaks have been eliminated from the part of the system under test, and the pressure remains constant. 6. LEAKAGE TEST: Immediately following the pressure test, and before any work will be accepted for payment, the Contractor shall perform the following leakage test. The duration of the leakage test shall be two hours and during the test the main or section of the main under test shall be subjected to a pressure of 200 psi or as otherwise specified based on the lowest point in the line or section under test and corrected to the elevation of the test gauge. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof necessary to maintain the specified leakage test filled with water at the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula TS- 7-6 . . I I I I I I I I I I I I I I I I I I I ND rp L- v' 7400 L = Allowable leakage in gallons per hour. N = The number of joints in the section of pipe tested. D = The nominal diameter of the pipe in inches. P = The average test pressure during the leakage test in pounds per square inch gauge. The leakage test shall be conducted in accordance with A WW A Standard C-600, Section 4.1. -04. STERILIZATION: All piping complete with fittings and appUl1enances shall be flushed until clean and sterilized as specified in the applicable sections of A WW A Specification C60l. "Disinfecting Water Mains." Piping and appUl1enances shall be thoroughly flushed then chlorinated with not less than fifty parts per million (SO ppm). Calcium hypochlorite can be used. Water from the existing distribution system or other source of supply should be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The solution should be retained in the pipeline for not less thal1 24 hours al1d a chlorine residual of 10 ppm should be available at this time. The system shall then be flushed with potable water and the smnpling program started. The provisions of this paragraph apply equally to new pipe and fittings and to existing pipelines into which connections have been made or which may have been otherwise disturbed to the extent that contamination may have OCCUlTed. All requirements of the health authorities shall be observed in executing this work. Two or more successive sets of samples, taken at 24 hour intervals and tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results submitted to the District Office. -05. WATER/SEWER SEPARATION: A 10 foot horizontal separation shall be maintained between water and sewer lines. Where the horizontal separation CalIDot be met or where water and sewer lines must cross, an 18 inch vertical separation, water over sewer must be maintained. Where the above conditions cannot be met, water and sewer lines shall be cast iron or ductile iron pipe with joints staggered such that maximum separation between joints exists. The water line shall be installed over the sewer line. -06. AS-BUILT DRAWINGS: As the work progresses, record on one set of utility drawings all changes and TS-7 -7 I I I I I I I I. I I I I I I I I I I I deviations from the contract drawings in sizes, lines or grade. Record also the exact final location of water lines by offset distances to surface improvements such as edge of existing pavement or to prope11y lines, etc. at a maximum interval of 200 feet. Make sufficient measurements to locate definitely all water lines etc., to pennanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc. Transfer accurately all such records in red pencil to white prints of the utility drawings and deliver them to the Engineer with monthly payment estimate. -07. MEASUREMENT AND PAYMENT: Payment will be made only for elements in place and tested as follows: 1. Pipelines will be paid for at the unit contract price, per linear foot, for each size, type and class installed, complete including fittings. No deduction will be made for the laying lengths of valves and fittings installed within a pipe line. 2. Valves will be paid for at the unit contract price for each size and type installed. Payment therefor will include box or vault as shown on the plans. 3. Fire hydrants will be paid for at the unit contract price for each size installed, complete with lead piping, valve and main tee, in place as shown on the plans. 4. Service lines will be paid for at the unit contract price for each size and type installed, complete as shown on the plans. TS-7-8 I I I I I I I I I I I I I I I I I I I SECTION TS-8 CONCRETE CONSTRUCTION -01. SCOPE: This section covers concrete construction, complete, including reinforcement thereof. -02. FORMS: Forms shall be of wood, metal, structural hardboard or other suitable material that will produce the required surface finish. Forms placed for successive pours for continuous surfaces shall be fitted to accurate aligrunent to assure a smooth completed surface free from inegularities, and shall be sufficiently tight to prevent the loss of m011ar. No forms shall be left permanently in place without approval of the Engineer. Holes resulting from removal of form ties shall be filled solid within 12 hours after removal of forms with cement mortar. -03. REINFORCING AND EMBEDDED METALS: Bar reinforcement shall be intermediate grade new billet steel conforming to the requirements of the ASTM Designation A15. All bars 3fa inch and larger shall be defonned bars conf01ming to ASTM Designation A305. Detailing, fabrication and tagging of reinforcement shall be done in accordance with ACI "Manual of Standard Practice for Detailing Reinforced Concrete Structures" (ACI 315), except that where longer laps are indicated on the design drawings, the drawings shall govern. Wire fabric reinforcement shall consist of steel wire conforn1ing to the requirements of ASTM Designation A185. Anchor bolts and structural shapes shall confonn to ASTM Designation A36. Exposed surfaces of embedded steel shall be given one shop coat of Red Lead Iron Oxide conforming for Federal Specification TT-P-86c, Type II, unless otherwise noted on the drawings. Anchor bolts and miscellaneous steel items to be embedded in concrete shall be accurately placed in accordance with the drawings, and adequately secured in position to prevent dislodgement during concrete placing operations. Anchor bolts shall be protected after concrete has been placed and set by daubing with grease, wrapping with burlap, and covering bolts with wooden boxes. -04. CONCRETE: All concrete shall be equivalent to ready mix concrete manufactured and delivered in accordal1ce with tl1e requirements of ASTM Designation C94 and having a compressive strength at 28 days of 3,000 psi, except as noted herein. The concrete manufacturer shall assume the responsibility of the design of the concrete mix in accordance with Alternate No.2 of ASTM C94. Air entrained concrete shall be used for all concrete. I. MATERIALS: TS-8-1 I I I I I I I I I I I I I I I I I I I A. Cement: Cement shall be Type I or IA "P011land" cement, all one mal1Ufacturer, confonning to ASTM, ClSO or ASTM CI7S, respectively. B. Aggregates: Aggregates shall conform to ASTM C33. Coarse aggregate shall be crushed rock or gravel and graded from % inch to number 4 sieve for mass or foundation concrete. Fine aggregate shall be natural sand. C. Water: Mixing water shall be proportioned so that slump when measured with standard slump cone does not exceed the following: Slabs on grade Footings All others Max. 4", Min. 3" Max. S", Min. 3" Max. 6", Min. 3" D. Joint Filler Strips: Premolded joint filler strips shall be resilient compressive, bituminous and fiber materials saturated with at least 35 percent and not over SO percent by weight of asphalt. Poured type joint composition for expansion joints shall be elastic compound made up of asphalt and colloidal mineral fillers. 2. PLACING CONCRETE: Runways for wheeled equipment shall be provided to convey concrete. Runways shall not be supp011ed on the reinforcement. Concrete shall be placed and compacted in layers not over 24 inches deep. Vibrators may be used provided they are used under experienced supervision and the mixture is dry enough to prevent segregation. Form vibrators shall not be used. Vibration shall not be used for transporting or moving concrete inside forms. No more concrete shall be placed than can be consolidated and finished the same day as placed. Free fall of concrete shall be limited so that no segregation of materials occurs. 3. JOINTS: Construction joints not indicated on drawings shall be approved by the Engineer in advance of pour. Joints in foundation walls shall be keyed. Before depositing the concrete is resumed, the hardened surface shall be roughened, cleaned of foreign matter and thoroughly wetted but not saturated. The c1eal1ed and wetted surfaces shall be slushed with a coating of neat cement grout against which the new concrete shall be placed before the grout has attained its set. 4. FINISHING: After stripping forms, all voids and honeycombs shall be patched by chipping and scarifying the defective areas and treating it with an approved bonding agent. All such voids shall be patched, not merely plastered. Grout mixture shall consist of one part Portland cement and one part sand. Irrunediately following removal of forms, all fins and irregular projections shall be removed from all surfaces except from those which are not to be exposed or waterproofed. Slabs shall be struck-off and consolidated by approved machine or hand methods, screeding and tamping concrete so that upon completion, the surface shall be true to grade as shown on drawings and free of surface voids. All floors shall have a monolithic steel trowel finish unless otherwise indicated on the drawings. Exterior walls shall be compacted, screeded and floated to a true even surface with wood floats and then broomed. TS-8-2 I I I I I I I I I I I I I I I I I I I -05. MEASUREMENT AND PAYMENT: Concrete construction is considered incidental to the constmction of various elements of the project, and no separate payment will be made therefor. TS-8-3 I I I I I I I I I I I I I I I I I I I SECTION TS-9 EROSION CONTROL MEASURES -01. GENERAL: This section covers erosion control measures required on the job as shown on the plans. These measures are minimum requirements and may be augmented by the Engineer if positive control is not established. -02. EROSION AND SEDIMENT CONTROL PLAN: The following steps for reducing erosion and containing sediment are recommended for use during construction, and until the earth areas can be stabilized with vegetation. I. Em1h areas which are not to be paved shall be grassed at the earliest possible time during the construction phase, so as to minimize exposure to rainfall and run-off. 2. Temporary berms, wherever possible, should be constructed at the end of each day of grading, in order to contain sediment and slow down erosion in the cut and fill areas, should rainfall occur during the night. Benns shall also be constructed, where needed, to prevent sediment from being transported onto areas outside the actual construction limits. 3. Silt and erosion barriers of the type which tend to filter suspended solids from the water flo\'.'ing through them shall be employ~d to the extent necessary to contain most of the water-borne silt. Examples of this type of barrier include "silt" fence, windrows of limbs and laps, and stone or rubble riprap. 4. Erosion due to wind is not likely to be of concern on this project, considering the types of soils expected and the strip-like geometry of construction areas. However, wherever possible, trees or groups of trees and bushes should be left standing to serve as windbreaks. 5. Disturbed earth areas shall be grassed as required under section entitled "Grassing." The Contractor shall be responsible for maintaining disturbed areas and take inm1ediate action to keep erosion to a minimum during the life of the contract. No additional compensation will be made for the required maintenance. 6. All grassing will be performed in accordance with the section of the specifications entitled"Grassing". Should seasonal limitations prevent the establishment of the permanent grass cover, the area to be grassed shall be covered with temporary grass cover; then the permanent grass will be established as soon as its growing season is reached. 7. All silt retention basis, traps, barriers, etc., should be inspected daily and cleaned at least weekly. TS-9-1 I I I I I I I I I I I I I I I I I I I 8. All work shall be in accordance with good grading practice and shall conform to accepted practices in Erosion Control. -03. MEASUREMENT AND PAYMENT: Payment shall be included in the lump sum price as shown in the Bid Schedule for Prope11y Restoration. TS-9-2 I I I I I I I I. I I I I I I I I I I I SECTION TS-I0 GRASSING (BERMUDA) -01. SCOPE: This section covers the furnishing of all labor and materials and the performance of all work required to assure the establishment of a dense permanent cover of Bermuda grass on all areas of the site disturbed by construction operations. -02. SEED BED PREPARATION: Final grades will be established as shown on the plans prior to any seed bed preparation. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate uniform drainage after establishment of the turf. Graded surfaces will be maintained in a smooth and even condition until the required cover is established. After the areas to be seeded have been brought to an even and smooth grade, they shall be thoroughly loosened to a depth of at least 6 inches by plO\ving, disking, harrowing, or other approved methods until the tillage is acceptable as suitable for seeding. During tillage operation, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations. Any operations of the Contractor, shall be smoothed out before seeding operations are begun. -03. FERTILIZA TION: At least two soil samples per acre shall be taken by the Contractor and analyzed to detennine the suitability of the particular soil for planting. Fertilization and lime application rates shall be set accordingly. The rates given in the following paragraphs shall be used for bidding purposes and differing quantities will become the basis for an equitable adjustment in the contract pnce. Fertilizer shall be distributed uniforn1ly at a rate of 1500 pounds of commercial 1 O.l O.l 0 analysis fertilizer per acre, and shall be incorporated into the soil to a depth of approximate- ly 3 inches by disking, harrowing, or other approved methods. The incorporation of fertilizer may be a part of the tillage operation specified above, or a part of the hydro seeding procedure as described below. lnunediately following, or simultaneously with, the incorporation of fertilizer, lime shall be distributed at the rate of ISOO pounds per acre and shall be incorporated into the soil to a depth of at least three inches by disking, harrowing, or other acceptable methods. The incorporation of lime along with the fertilizer may form a part of the tillage operation specified above. Not less than 30 days after completion of seeding, the Contractor shall furnish and apply Nitrate of Soda or Arrunonium Sulphate to the planted areas. Nitrate of Soda shall be a com- mercial product, containing not less than 16 percent Nitrogen and An1l11onium Sulphate not less than 20 percent Nitrogen. The Nitrogen fertilizer shall be unifonnly spread and distributed with approved equipment at a rate that will give not less than 60 pounds of available Nitrogen per acre. Other TS-lO-l I I I I I I I I I I I I I I I I I I I commercial types of nitrogenous material may be substituted at the option of the Contractor. The time of application shall be limited to the season of June through August. -04. SEEDING: Penn anent grass cover will consist of Common Bernmda seeded in accordance with one of the following methods: 1. Between the dates of April 15 and September 15, Hulled Common Bermuda seed shall be applied at a rate of 40 to 45 pounds of seed per acre. 2. If seeding is undertaken between September 15, and April 15, unhulled Common Bermuda seed shall be applied at a rate of 40 to 45 pounds of seed per acre simultaneously with abruzzi Rye seed at a rate of 200 pounds per acre. Seed may be applied by means of a Hydro-seeder or other means approved by the Engineer. -05. COMPACTION: Immediately after seeding operations have been completed, the areas shall be compacted by means of a cultipacker, roller wood float, or other approved equipment sufficiently weighted, or compacted by hand methods, to reduce air pockets to a minimum. The complete planted area shall be left with a finn, even surface, free from abrupt humps and hollows, and to the established grade. -06. MULCHING: All areas planted for temporary or permanent grass shall be unifonnly mulched \vith hay or straw at the rate of I Y2 tons per acre, except where hydro seeding is employed using a cellulose mulch mixed with the seed and fertilizer. -07. ACCEPTANCE: Grassed areas will be accepted when a 95% cover by permal1ent grasses is obtained and weeds are not dominant. . -08. MEASUREMENT AND PAYMENT: Work performed under this section will be included in the lump sum price for Property Restoration appearing in the Proposal Bid Schedule. Payment, therefor, will include full compensation for all materials, labor and equipment required to establish the required pern1anent stand of grass. TS-IO-2 b7J~V"a:ND CONFE\Sltlt~8UR~~rS "'uPoN" T'H'E "cEiiTifidA~~ DAV I S-GARV I N AGENCY , I NC HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR P O. BOX 21627 ALTER THE COVERAGE AFFORDED BV THE POLICIES BELOW. COLl.t.1B I A SC 211221 COMPANIES AFFORDING COVERAGE , CO."ANV 803-732-DD6D A CAPI TAL CITY INSURANCE CO -- CO."ANV Be.1II , I P.velllen t M. i nten.nc e B THE HARTFORD INSURANCE GROUP Co , I nc CO."ANV P 0 Box 398 C Beec h I s I .nd , SC 29841 CO."ANV I D THlSIS TOCERTlFY THA T THE POLICIES OF INSURANCE lISTEDBELOWHA VE BEENISSUED TO THEINSURED NAMEDABOVEFORTHE POLICY PERIOD INDICA TED.NOTWITHST ANDINGANYREOUIREMENT. TERMORCONDITIONOF ANYCONTRACT OROTHERDOCl..MENT WITHRESPECT TOWHICHTHIS CERTlFICA TE MAY BE ISSUED OR MA Y PERT AIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LMlTS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAMS. 00 T'IPI! Of POLIOY!!'RCTIVe: POLIOY UPRATIOII LTR INSURANCI! POLIOY NIl..... DATE (MMIDOIYV) DATE (MMIDOIYY) LIMITS C2NBAL L1ABLITY CEhERAl ACD'lEOATE . 2000000 >-- B X COMlERCIAL CEhERAl LIABILITY 22UUNBD7364 4/0 1/97 4/0 1/98 PR<n.CTS.CO."/CP AOO . 1DDDDOO == :J a.AlloIS ~ [i] OCCLR PERSONAl. L ADV I N..UlV . 10DODOO OWhER'S L CONTRACTOR'S PROT EACH OCClRRENCE . 1 000000 >-- FIRE DAllACE (Any - fire) . 300000 f-- lED EXP (Any - person) . 1DDDD AUTOM08L1: LIABLITY COloEllhED SIIO-E LIMIT . f-- B eX ANV AUTO 22UENBD7441 4/0 1/97 4/0 1/98 1000000 ALL OWhED AUTOS ElOOIL V I N..UlV . f-- (p.. person) SOEDU.ED AUTOS f-- eX HIRED AUTOS ElOOIL V IN..UlV . eX N:lN-OWhEO AUTOS (p.. accident) f-- PRCPERTV DAllACE . ClAR~ L1ABLITY AUTO Ott.Y EA ACCICENT . - ..................................... ANV AUTO OTtER THAN AUTO O~V: .............. ..... - : ~: ~: i: ~: ~ n: ~ n n n n n n n: ~: ~: ~: ~: EACH ACCICENT . - ACD'lEOATE . EXCDSLlABLITY EACH OCClRRENCE . 5000000 B XI Ur.eREllA FORM 22XHUBE0853 4/0 1 /97 4/0 1/98 A~OATE . 5000000 OTtER THAN UIoElRELLA FORM . WOAJCI!RS OO...-ATION IINfj X I STATUTORV LIMITS EhPLOYl!RS'LIABLITY A WC04 197 4/0 1/97 4/0 1/98 EACH ACCICENT . 500000 TtE PRCPRIETORI R'OCL DISEASE PO..ICY LIMn . PARThERS/EXECUTlVE 500000 ~FICERS ARE: EXa. DISEASE EACH EIFLOVEE . 500000 OTHI!R B Le..ed/Rented 22MSBE 1528 4/0 1/97 4/0 1/98 $200 , 000 L i m i t Equ i pment S500 Deduc t i b I e , 1Tt:... JOB : Augus t . R i chmond Ut i I i tes W.t e r .nd Sewe r Imp rovemen t , F I emi ng He i gh t s Are. RIOULD ANY Of THE ABOYI! DDORIIED POLIOID lIE CANCm.LED "'ORI! THE UPRATION DATE THI!REOf. THE ISSUING CO"ANY WU I!NDl!AVOR TO MAL r Augul t .-R i chmond Co unty 30 , ~ '*7d; NOT_ TO THE.~ IOATE HOLDER NAMED TO THE IDT'~ Commi ss i on Counc i I "" o ~~~IJDT" NO "'illATION OR L1AB~ -- /"\ . 530 Greene 5t reet Of I I' It. 1_ 111111 COll"ANY., '" MW'JIWIIOR Augush, GA 30911 m~ V ~. A'~ V ~ ili~.:.'rt't.ltttttttt:fmtttttttt:fffffmtttttttttttttttttttttttttt!tfff!f/tt~!ttt:::;;;::::t::t:t::t:::f!:!~!:':ft.::"..f~~l"J!!:: " ., SECTION PB PERFORMANCE BOND (NOTE: THIS BOND IS ISSUED SIMUL TANEOUSL Y WITH PA Y!\1ENT BOND ON PAGE PB-3, TN FAVOR OF THE OWNER CONDITIONED FOR THE PA YMENT OF LABOR AND MA TERrAL.) KNOW ALL MEN BY THESE PRESENTS: That Beam's Pavement Maintenance Company, lnc. as Principal, hereinafter called Contractor, and Reliance Insurance Company a corporation organized and existing under the laws of the State of Pennsylvania , with its principal oftice in the City of Philadelphia , State of Pennsylvania , as Surety, hereinafter callc;u Surety, are hc::ld and firmly bound ullto lh~ Augusta-Richmond Coumy Commission-Council, Georgia as Obligee, hereinafter called the Owner, in the penal amOtlUOLi6rs One Million Three Thousand Seventy Five and 85/100---------------------- ($1.003.075.85 ) for the payment whereof Contractor and Surety bind thems~lvcs, their heirs, exeCUlI.)rs, administrators, successors, and assigns, jointly and se\'erJlly, timlly by these presents for the faithful perfollnance of a certain written agreement. WHEREAS, Contractor has by said ',),Tinen agreement dated enlc:rc:J into a contract with Owner for the construction of Augusta-Richmond Utililies Water and Sewer Improvements, Fleming Heights Area, Augusta-Richmond Count)', Georgia, in accordance with the drawings and specifications issued by Augusta-Richmond Utiliries and the Augusta- Richmond County Commission-Council. Georgia, which contract is by reference made a part hereof, and is hereinafter refen-ed to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT. then this obligation shall be null and void; olherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Ov.'l1er to be in default under the CONTR.ACT, the Owner having perfomled Owner's obligations thereunder. the Surety may promptly remedy the default, or shall promptly (I) Complete the CONTRACT in accordance with its tem1S and conditions, or PB-l (2) Obtain a bid or bids for completing the Contract in accordance with its tcrms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon det~rrnination by the Owner and the Surety joimly of the lowest responsible bidder, arrange for a comract between such bidder and Owner, Llnd make available as Work progresses (even though there should b~ a ddault or a sllccession of defaults under tbe contract or contracts of completion alTanged under this paragraph) sufficient funds to pay the cost of completion Jess the balance of the contract price; but not exceeding, including ocher costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragl.lph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by OV.'11er to Contractor under th~ Contract and any amendments thereto, less the amount properly paid by Ov,'ner to Contractor. .'\n)' suit tinder this bond must be instituted before the expiration of lWO (2) years from the date 011 v.'hich final payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the us~ of any person or corpon.llion Olh~r than the O\\11er named herein or the heirs, executors, administrators or successors of the Owner. day of A.D. 1997. Signed and sealed this Witness t2/J~ d /}~ Beam IS Pavemen t Main tenance Compa~a!y.c. Attest WIL , ::Oll t Prtsident (Seal) (Title) Wimess 4,~..<!. .&JI; Reliance Insurance Company (Surety) (Seal) Wi tness: "}/JJ ~ - c-r Iff. '- {' C-c<o I ByUoQ!b ~ Della B. Case (Title) Attorney-in-Fact Ga. By: PB-2 . , SECTION PH LABOR AND MATERIAL PAYMENT BOND (NOTE: T1 ns BOND IS ISSUED SI?\.lUL T ANEOUSL Y WITH PERFORMANCE BOND ON PAGE PB-I, lN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That Beam's Pavement Maintenance Company, Inc. as Principal, hereinafter called Contractor, and Re liance Insurance Company J corporation organized and existing under the laws of the State of Pennsylvania . with its princip::ll oftlce in the City of Philadelphia , State of Pennsylvania, as Surety, hl.:rcin~ftcr called Surety, are held and firmly bounu unto the Augusta-Richmond COUl1lY Commission-Council, as Obligee, hereinafter called the Owner, [or the use and bendlr of claimants as hereinbelow defined in The amount of One Million Three Thousand Seventy Five and 85/100-------------------------------------Dollars ($1,003,075.85 ) for the payment wh~r~l.)r Contractor and Smety bind themselves, their heirs, executors, administrnrors, 5uccessors, and assigns, joimly and severally, firmly by these presents. WHEREAS, Conn'actor has by written agreement dated enrered into a contract wilh Owner 1'01' the construction of Augusta-Richmond Utilities Wmcr and S~wer lmprovements, flcming Ileights Area in accordance with drawings and specifications issued by the Augusta-Richmond County Commission-Council of Augusta-Richmond County, Georgia, which contract is by reference made a pan hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make paymenr to all claimants as hereinafter defined, for all labor and material used or reasonably r~quired to use in the perfonnance of the CONTRACT, then this obligation shall be void; other\l,-'ise it shall remain in full force and effect, subject, however, to the following conditions: (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the perfom1ance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. PB-3 . , (2) The above named Contractor and Surety hereby jointly and severally agree with the O".11er that every claimant as herein defined, who has not been paid in full before th~ expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor \\'as done or performed, or materials were fumishcd by such claimant, may sue on this bond for the use of sllch claimant, prLlsecute the suit ro final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Ov,rner shall not be liable for the payment of any costs or expenses of any such suit. (3) No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, Llther than one having a direct contract with the COJltractor, shall have given wliiten notice to any two of the following: The Contractor, the O\\l1er, or the Suret)' above named, within ninety (90) days after such claimant did or performed the last of the \vork or labor, ur 1urnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the pany to whol11 the materials were furnished, or for whom the \\'ork or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certitied mail, postage prepaid, in all en\'elope addressed to the Conrractor, Owner or Suret)'. at any place where an office regularly maintained for the transaction ofbllsiness, or served in any manner in which legal process Illay be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (l) year following the date on which Conlractor c~ased work on said CONTR.A.CT, i[ being understood, hov:ever, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limilation shall be deemed to be amended so as to be equal to the minimum period of limitation pen11ined by such law. (c) Other than in a state court of competent jurisdiction in and for the coumy or other political subdivision of the state in which the project, Or any part thereot~ is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. (-1) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens v.'hich may be filed of record against said improvement, whether or not claim for [he amount of such lien be presented under and against this bond. PB-4 Signed and sealed this day of Witness rtlJd<<; (J~~ Attest fUi~ Witlless ~'J!.. ..-t!,4'n Witness: .nreBK ?7U. /7l t" {"~. I A.D. 1997. Beam's Pavement Maintenance Company(S~~. (CO.. IlI!'r lor) By~l tsresident Reliance Insurance Company (Seal) (Tillc ) (Surety) (Seal) By Wum ~, C~ Della B. Case (Title) Attorney-in-Fact By: PB-5 RELIANCE SURETY COMPANY ~ . UNITED PACIFIC INSURANCE COMPANY RELIANCE INSURANCE COMPANY RELIANCE NATIONAL lJ','DEl\fNITY COMPANY ADMINISTRATIVE OFFICE. PHilADELPHIA. PENNSYLVANIA POWER OF ATTORNEY KNOW All MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY. are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature end seals do hereby make. constitute and appoint Frank W. Hafner, Jr.. David J. Wells, Jr.. Jane McCoy. Carolyn O. Owens. A.T. Johnson, oerelle E. Bigby, Robert J. lavisky, Della B. Case, W. Scott Hull.. of Columbia, South Carolina their true and lawful Attorney(sHn-Fact. to make. execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory In the nature thereof were signed by an Executive Officer of the Companies end sealed and attested by one other of such officers, and hereby retifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: AATIClE VII - EXECUTION OF aONDs AND UNDERTAKINGS ,. Tn. 8o.d of Director., the Pr-'dent. tn. Cn.rman of the Board. eny Sentor VIe. Pr-..d.nt. ""v Vice Pr~nt Of AaaI.tent Vice P,.W:tent 0' other offlc., dee.gnated by In. 8o.,d of O.,actotl anaIl Ny. pow<< ~ euthoritV to Cal IPOOln! AnOf'".y(.H~F.ct end to euthOfLZI them to e..cute on brehM' 0' the Company. bonda end ....-..1enH..ings. recOQr\lzances. conUlct. of Indeml"llltv end oU,., wrttlng. otMtQlt<<y In the NtI.... U',.'lot, and tbl to remove any lucn AnOtl"Wy(.)--i~F.c1 It ~y tllT\4 and feYcN:.e the pow.r w'ld authority' Qlven to them. 2. AnOfrwYI.)...~Flct .n.-U neve power and euthotltY, .ub,.ct to tn. term. and IImltltlona of tn. Pow.r of AnOfrwy laued to them. to execut. d........r on behllf of the CompanY', bond. and lI"denelung.. reCogt"ll.lW"K:a, contraCtl of lndemnny end otner .....,.t.,"IO' obligatorY' In the n_tUfe thereot. The cOtporate "II It not nec.,..lry for the vehdllY of Iny bOnd. -.nd U"lO.rt.....ng., reCogrQw\c". contracta of Indemnity and other WFIIU''QI obhgltory In the nature '''''.of. J, Anotrwyt.)-tn--Flct shan haye pow.r and euthotlty to execute Iffad.YIl. requred to be Inached to bondi, rCCOQnllZancn, cont,actl of Indemt'lty 0' oCnet condition" or obligatory LM"lder1a1ung. end tiWy ~I ...0 heve power and authoflty to Cet'1ltV the 'Inane" .ta[ement of t..... Company ar'ld to Coc:Ma of the 8Y.llws of the Company Of en., article Of Mctlon thereor. ™ Power of Anorney .. e.gned 8nd Meled by faca.m." \.nd... and by IU'thotity ot the tOUOWII"IQ r.ohJtIOt\ adoPted by tn. Executive and Fln..-.ce Cornmlu.... 0' the 80alds of DI,ectors at ReilM'\Ce 1,..,.8nCe Compeny, Unted Pacific Irwur.nce Company and ReU.nce Netlonarl Indemrwty Compeny bv Unanm04A Conaent dlted _ of February 28, 1994l and bv the Executive and FtntnC1" Commltt.. of thl8o...d of O.,tctor. of Rehance 5u'ety Company by Unanimous Corw.ent dated. of Mereh 31,1994. -Re.olvtd tMt the -onat\... of ayCh dlfectOl"t and oHlc"" and t.... .... ot t..... Como."y may b4I ,"IXed to any .uch Power ot Attorney or env cartltlelt.. relating t~eto by .acaUn....end any eucn Pow., of Anorney Of certlfie.te bearing auc:h facalmi'- ..onatyr.. Of t~ml)e .... shall b4I vahd and binding upon the Como."y and .ny such Power .0 ...C1Jted ...:I c.tJhed by facsimil. atQNu". ...:I facalm". .... th..1 be "ahd ..-.d t:Mnchng uoon tM Comoenv, In the 'ut~e With re8C)ect to any bonci or und.rt....ng to whu:h It " anached. . IN WITNESS WHEREOF, the Companies heve caused these presents to be signed and their corporate seals to be hereto affixed, this February 21, 1995. STATE OF Pennsylvenia COUNTY OF Philadelphia } } ss. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY azzTI~;:Y On this, February 21, 1995, before me. Tammy Sue Kayati. personally appeered Charles B. Schmalz. who acknowledged himself to be the Executive Vice President of the Reliance Surety Company. and the Vice President of Reliance Insurance Company. United Pacific Insurance Company, end Reliance Netional Indemnity Company and that es such, being authorized to do so, executed the foregoing Instrument for the purpose therein contained by signing the name of the corporation by himself as Its duly authorized officer. In witness whereof. I hereunto set my hand and official seal. NOTARIAL SEAL TAMMY SUE KAYATl. Notary Public \ City of F;lilad;loh;a. Phil:!. County Mv CC...:.!.....:::~, ':.;):,~., ..Vv :>0. 1998 ~~tun ,-. tl. Notary Public in an for the State of Pe' Residing at Philadiitphia I. Anita Zippert. Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY. andpRELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I 'm ''''""'0 ... my,.... .... .fli,," <h. ...1. 01 ..id Compom" <hi. ~~ 1 , Secretary