HomeMy WebLinkAboutGARNEY COMPAINES INDUSTRIAL (CN) WASTEWATER FORCE MAIN
PROJECT MANUAL
),'
Industrial (eN) Wastewater
Force Main
Augusta Utilities Department
Project No. 50230
PREPARED FOR:
AUGUSTA-RICHMOND COUNTY COMMISSION
Deke S. Copenhaver, Mayor
0;
Betty Beard - District 1
Marion F. Williams - District 2
Joe Bowle~ - District 3
C. Keith Brown - District 4
Calvin Holland, Sr. - District 5
Andy Cheek - - District 6
Jerry Brigham District 7
Jimmy Smith - District 8
J. R. Hatney - District 9
Don A. Grantham - District 10
N. Max Hicks, P.E. - AUD Director
o
Final Submittal
August 2006
PREPARED BY:
360 Bay Street, Suite 400/Augusta, Georgia 3090l/706-261-4040/Fax 706-261-4042
.
.
.
PROJECT MANUAL
INDUSTRIAL WASTEWATER FORCE MAIN
AUD Project No. 50230
AUGUSTA, GA
TABLE OF CONTENTS
SECTION & TITLE
PAGE NUMBERS
DIVISION 1 - GENERAL REQUIREMENTS
00100 Advertisement for Bids........................................................................ 00100-1 thru 00100-2
00110 Instruction to Bidders.......................................................................... 00110-1 thru 00110-4
00120 Bid Proposal........................................................................................ 00120-1 thru 00120-4
00125 Bid Bond ..............................................................................................00125-1
00130 Notice of Award................................................................................... 00130-1
00135 Agreement........................................................................................... 00135-1 thru 00135-3
00140 Performance Bond.............................................................................. 00140-1 thru 00140-2
00145 Labor & Material Payment Bond ........................................................ 00145-1 thru 00145-3
00150 Certificate of Owner's Attorney........................................................... 00150-1
00155 Notice to Proceed.............................................................~..:............... 00155-1
00160 Affidavit of Payment of Claims ........................................................... 00160-1
00170 Certificate of Insurance....................................................................... 00170-1 thru 00170-2
01001 General Conditions (Articles 1 - 17>.................................................. 01001-1 thru 01001-52
01002 Supplementary Conditions.................................................................. 01002-1 thru 01002-9
01010 Summary of Work ...........................................................................01 01 0-1 thru 01010-2
01200 Measurement and Payment............................................................... 01200-1 thru 01200-5
01710 Contract Closeout............................................................................0171 0-1 thru 01710-3
01780 Closeout Submittals.........................................................................01780-1 thru 01780-2
01785 Guaranty and Warranty ...................................................................01785-1 thru 01785-2
01800 Submittals............................................................................................ 01800-1 thru 01800-4
o 1800-A Submittal Transmittal Form ................................................................ 01800A-1
01800-B Product Data Transmittal Form 01800B-1
DIVISION 2 - SITE WORK
02110 Site Clearing........................................................................................ 02110-1 thru 02110-3
02210 Erosion Control.................................................................................... 02210-1 thru 02210-2
02221 Excavation, Trenching & Backfill for Utility Systems.........................02221-1 thru 02221-18
02315 Horizontal Directional Drilling..............................................................02315-1 thru 02315-6
02480 Grassing ..............................................................................................02480-1 thru 02480-4
02513 Asphalt Concrete Paving.................................................................... 02513-1 thru 02513-6
02531 Sanitary Sewer Force Main ................................................................ 02531-1 thru 02531-14
TABLE OF CONTENTS
Page 1 of 2
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
DIVISION 3 - CONCRETE
03310 Concrete Work.................................................................................... 03310-1 thru 03310-23
DIVISION 4 -14 - Not Used
DIVISION 15 - PIPING
1511 0 Valves..................................................................................................15110-1 thru 15110-5
DIVISION 16 - Not Used
TABLE OF CONTENTS
Page 2 of 2
~
~{~llt&FmneJ2t
9K' fP~ ~/ib, QJF~ttP"
.
'ADDENDUM
TO:
FROM:
DATE:
SUBJ:
All Bidders
Geri A. Sams
October 3, 2006
ADDENDUM #1-
BID ITEM #06-172 Industrial (eN) Wastewater Force Main for Augusta Utilities
BID DUE Wednesday, October 25,2006 @ 3:00 p.m.
.
Please add the following attachments and please note the following change to your
bid package:
Invitation to Bid
Conflict of Interest
Local Vendor Preference
Sealed Bids Selection Method
Disadvantaged Business Enterprise Language
These forms are required to be completed and returned as a part of your bid package. Also
included in the package.is a list of possible DBE's from the Disadvantage Business Enterp'rise
Office.
Bidders on this Proj ect are hereby notified that this Addendum shall be attached to and made part of the above-
named Bid Package, dated August 2006.
The following items are issued to add to, modify, and clarify the Bidding and Contract Documents. These
items shall have full force and effect as the Bidding and Contract Documents, and costs involved shall be
included in the bid prices. Bids to be submitted by the specified bid due date shall conform. to the
additions and revisions listed herein.
Acknowledge receipt of this addendum by inserting its number and date on page 00120-2 of the Proposal
and returning it with your bid.
SPECIFICATIONS
Section 02531 - Sanitary Sewer Force Main:
Item No.1 - Paragraph 2.01.B: In the last paragraph on page 02531-3, delete the last paragraph
and replace with:
The wall thickness shall follow the Dimension Ration (DR) system prescribed in A WW A C906. Laying
lengths are 40 ft standard. The pipe is to be joined by heat fusion, flanges or other mechanical
joint systems proven for HDPE pipes. HDPE shall be the DR as shown on plans or Bid Form.
The IPS longitudinal color stripe pattern shall be extruded into the pipe OD and be of GREEN
color and in accordance with the standard pattern for IPS Sanitary Sewer Force Mains. The
pipe shall be DRISCOPLEX 4200 or approved equal.
.
Room 605 - 530 Greene Street, Augusta, Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www.aue:ustae:a.e:ov
Register at www demandstar.com Isupnlier for automatic bid notification
.
.
.
Item No.2 - Paragraph 2.02.B: Add the following to the last paragraph on page 02531-3:
Restrained joint should be used on all pipe fittings and on the PVC pipe for a length as shown on
the restrained joint table included with this Addendum No. 1 as Attachment #1. In addition, one
hundred feet of restrained joint should be applied to the PVC pipe prior to the 12" x 12" PVC tee
at Station 28+43 and a ring thrust block shall be applied to the HOPE pipe immediately after the
PVC to HOPE transition fitting as indicated in Attachment #2 of Addendum No. 1. Additional
cost for restrained joint pipe and the thrust block should be applied to the S-42 (Work in Detai12)
bid item.
DRAWINGS
The following note shall be added to the Construction Notes on Sheet C2:
Outside of Normal Working Hours - The 'cost of inspection by the City of Augusta, Georgia
before or after regular working hours, on Saturdays, Sundays, or Augusta, Georgia. Legal
Holidays, shall be paid for by the applicant requiring the inspection at a rate of l-Y2 times the
regular salary per hour of the inspector plus 7.65% for the employer1s FICAlMedicare match.
. Approval for the inspection outside of normal working hours shall be obtained from the City
Engineer forty-eight (48) hours in advance. Prior to the commencement of work requiring
inspection outside of normal working hours, the applicant shall sign a form which is furnished by
the Department of Public Works and Engineering agreeing to pay the overtime. The Department
of Public Works and Engineering will bill the Contractor for payment. "..
Please acknowledge receipt of-addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 821-2422.
cc:. Tameka Allen
Max Hicks
WesByne
Jim Rush
Yvonne Gentry
Interim Deputy Administrator
Director, Utilities Department
Utilities Department
CH2M Hill
DBE Coordinator
.
.
.
*
........
~5
~F
u
en::> I I .Ol co to V N r-- N
0:::0 I I v Ol Ol Ol .... ,.,.,
WW .... ....
uO:::
::>W
ON
W_
0::: en
*
........
Wz
Zo
OF
~u
en::> I N N 0 N N Ol Ol
0:::0 ::t=
WW I v v V LO LO
UO:::
::>W
ON
W_
0::: en
oen
<0 CO ::t= N LO r-- CO Ol Ol r--
wz N LO r-- Ol .... ,.,., to Ol
OW .... .... .... ....
~~
IQ' .... N N ,.,., V l() l() to r--
:::CO
~en
....0 ,.,., LO
IZ N ,.,., .q- to CO Ol ....
NW .... .... ....
NCO
en
'0
LOZ l() f' Ol N to Ol N r-- ;;:j
Vw .... .... .... N N
CO
Oen
010 0 CO
'Z .... to N to V LO LO
enW .... .... t<) t<) V l() .to f'
Wco
I::!
0:::
wI::!
o.W V to CO N to 0 V 0 to
-::::E .... .... N N t<) t<)
0.<
0
c:i
Z
::::E
::>
0
Z
W
0
0
<
0::: W
U
W Z
F ~
ci 0 0
W 0::: ...J
en 0 0::: ...J
::> lJ.. 0 <
W Z
CO Ii Z 0
..J 0 Vi
W F
..J ::::E U 0
< ::::E ~ 0:::
:1: < 0::
en :1: lJ.. 0
W' U
0::: 0::: O::::E
I::! lJ..J::! en
W I::! Oen < W
::::E ~ 0.
I-W 0::: a::
< I::!
0 en ~F u
::> 0lJ.. W 5:
W ::::E W
0. ..J>= 0.0 < Z
a:: o..::l W 0 W -1 Cl <i:
W< .F5 ...J ::> Z
I- O:::z 0::: CO .o::z:'" ::::E
en ::>0 ::::EF < ~ 0 Z ~ w
W CO
t:) ~F O~ W ~ U
0:: WO::: 0::0::: g en r- 0::
j 0::0 lJ..- fE :r: w 0
0..0.. 0 U lJ..
Zw ..J Z
I- t:)~ :r: t; 0::
X ~F u ~ (j) W w
W Zo.. Z ::> I-
Z F u T ~ <
<0 WZ I- Cl ~ ;:
W O:::W 0::- ~ 0 I .W
F Wen O:r: :r: Z w I I-
0..< :1:U en 0. en
OW 0 gLOv~N <( a:: <
w ~O::: u~ 0 0::: U ;:
..J U <'0::: < I::! w< 0::: w
CO in~ Wco ~~ 0::: <( ........
.~ a.. 0 W I- ::> Z
00::: Zw Z ::::E (j) U) r- U
:;F < < 0 U) ~
en coO 0 W
fE .... 0 w r- -l
;-: lJ..0 0:::>- ::::E " 0::: 0:: <
W o~ <..J ::> W a.. <( 02
~ ~ F5 ::::E 0. Cl I-
w< Z a:: U1
w w ::::>
~ o::W t:):1: 5E W C2
0 ::::>0:: W 0.... 0
I::! enU Zu F 0:: ::> ~
Z en~ ~- en ::l 0.... !Xl
~ en I-~ 0 en ci:::
:J Ww 0 Z en en Cl
(3 g:co ~I- 0::: 0 W en 0 Z
I- 0. 0::..5 t ::>
W 0 t;;g << 0::: ::> o.FU"< 0
.0::: Z 0:: ::> 0::
I- . 0 0 ..J WlJ..
< ~ J::!en en en <fut:)~ C!>
WW lJ.. W
I- w 0::: I::! en zoZ ~
Z 0::: <::> w < 0:: -
<i: I::! ...J en CO I::!wo...Jw
5~ lJ..0::: ::l 0..0-lJ..
~ W 00 !:Q Z_Wo<
::::E 0lJ.. ci _0. coenen
en 0...J
w < WI- W Z
0::: 0 w...J 00.. en 0
en< 5w ::> F
W W < -
0. 0. coen ou w U
c: c: W 0::: X 0::: ::>
en 0::: o.W < o.
lJ.. -::> enZ w Z
0 wen en 0:::
0 W ..Jen wO 0 0 0
0:: COW 3F 0 W 0. t<)
en 5 N ::l N
F <0::: << 0::: Vi 0
0 1-0. >~ 0 L{)
t:) W en I- ::::E W w
Z 0:: -en we::: F en c:i
w !:!: FI::! FJ::! !:!: < Z
...J * CO
I-
U
W
-,
0
0::
0.
Cl
::l
<
o
z
~
::>
o
z
w
o
o
<(
.
e"
Z
~
l.J...
Z~
Ou
F:)
(/)0
ZO
<(0::::
0::::0...
t-
W
-;io...,.......
. a::: N
:E 01
Ut-tO
>ZI
a..WO')
Om
XZ~
W
W 0...'--'"
a..WO
000
I~
W --.J
a.. <(
0... r-
u W
> 0
0...
Z
0
r- z
U <i:
W , ~
z N w
e" u
Z Z e:::
0:::: t- o
0 u...
I U Z e:::
~~ 0:::: w
0 W r-
<(
-w I W ;:
(/)....J u 0.... ~ ~
Zr Z
Z:SF I (f)
<( 0.... ~
IW U
:c>-w. U ---
C)....Ja.. <( z
_0_ > u
I a.. a.. '-'
0.... t- -l
t- <(
0 0::
<( r-
I- (f)
::>
0
W ~
0....
0
I
~
~
CO
~
Z
o
F
<(
....J
O~
(/)U
.:-0
- ....J
I=! CD
w~
O::::(/)
u:)
Zo::::
SF
.
. . .
.0 ..... ", .~ . . ..
(-..j
+
o::::W
weD
t-=>
wU
:E
<(
o
.
'0 ~: "4.... "
o
to
N
o
L{)
o
z
r-
u
w
-,
o
e:::
a..
o
::>
<(
.
.
.
.
Invitation To Bid
Bids will be received at this office until Wednesday, October 25,2006 @ 3:00 p.rn.
Bid Item #06-172 Industrial (CN Wastewater Force Main for Augusta Utilities Department
Bid's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
. Augusta, Georgia 30911
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta,
GA 30911. Plans and specifications for the project can be made available upon request to Imaging Technologies. The fees for the
plans and specifications which are non-refundable is $100.00
Documents may also be examined during regular business hours atthe Augusta Builders Exchange, 1262 Merry Street, Augusta, GA
30904; F, W, Dodge Plan Room, 1281 Broad Street, Augusta, GA 30904, It is the .wish of the Owner that all businesses are given the
opportunity to submit on this project. To facilitate this policy, the Owner is providing the opportunity to view plans online
(http://main,oceplancenter.com) no charge through Imaging Technologies (706-724-7924) beginning Thursday, September 7,2006.
Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction
phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project.
Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from
unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his
qualifications.
A Mandatory pre bid conference will be held..on Friday, September 29, 2006 from 10:00 a.m. in the conference room of the
Procurement Department. All questions must be submitted in writing to the office of the Procurement Department by fax at
706-821-2811 or by mail The last day to submit questions is Tuesday, October 3,2006 by 4:00 p.rn. No bid will be accepted by
fax, all must be received by mail or hand delivered.
The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference
on an eligible local project, the certification statement as a local bidder and all supportfng documents must be submitted to the
Procurement Department with your bonafide bid package.
It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of the work. This desire
on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work, The Owner
supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth
and development
No bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to
. be submitted in a separate envelope so marked along with the bidder's qualifications; a 100% performance bond and a 100%
payment bond will be required for award. All bid responses will be retained as property of Augusta-Richmond County.
Bidders will please note that the number of copies requested; all supporting documents including financial statements and references
and such other attachments that may be required by the bid are material conditions of the package, Any bid package found incomplete
or submitted late shall be rejected by the Procurement Office, Any bidder allegedly contending that he/she has been improperly
disqualified from bidding due to an incomplete bid submission shall have. the right to appeal to the appropriate committee of the
Augusta Commission, Please mark bid number on the outside of the envelope. .
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For
more information about this program contact the Office of the Disadvantage Business Enterprise at 706-821-2406
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle
Augusta Focus
September 7,14,21,28,2006
September 14, 2006
cc:
Tameka Allen
Max Hicks
Wes Byne
J. R, Holland.
Yvonne Gentry
Interim DeputyAdministrator
Augusta Utilities
Augusta UtilitiesO
Augusta Utilities
DBE Coordinator
.
.
.
EMPLOYEE CONFLICT OF INTEREST:
It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement
contract when the employee or official knows that
(a) the employee or official or any member of the employee's or official's immediate family has a
substantial interest or fmancial interest pertaining to the procurement contract, except that the
purchase of goods and services from businesses which a member of the Commission or other
City of Augusta employee has a financial interest is authorized as pera.C.G.A. 36-1-14, or the
procurement contract is awarded pursuant to a .C.G.A. 45-10-22 and 45-10-24, or the transaction
is excepted from said restrictions by a.C.G.A. 45-10-25;
(b) Any other person, business, or organization with whom the employee or official of any member
of an employee's or officials immediate family is negotiating or has an arrangement concerning
prospective employment is involved in the procurement contract.
Any employee or official or any member of an employee's or official immediate family who
holds a substantial interest or fmandal interest in a disclosed blind trust shall net be deemed to
have a conflict of interest with regard to matters pertaining to that substantial interest or financial
interest.
I, (vendor)
information contained in the bid specifications.
have read and understand the
Vendor Name:
Address:
eity & State:
Phone #: (
)
Fax # (
)
Signature:
Date:
Bid Item Number and Name:
THIS FROM MUST BE SUBMITTED WITH BID PACKAGE. NO EXCEPTION(S) WILL BE GRANTED
.
.
.
Certification Statement
Local Vendor Preference
I certify that my company meets all of the following qualifications to be eligible for the local vendor
preference:
(1) That my company has a fixed office or distribution point located in and having a street address
within Augusta for at least six (6) months immediately prior to the issuance of the request for
competitive bids or request for proposals by Augusta; and
(2) That my company holds any business license required by the Augusta Richmond eounty eode
for at least 6 months
(3) That my company employs at least one (1) full time employee, or two (2) part tiJne employees
whose primary residence is in Augusta, or if the business has no employees, the business shall be at
least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta.
(4) Attached is a copy of my Augusta Business License.
eompany Name:
Address:
Business License Number:
Phone Number:
Fax Number:
Owner's Name:
Signature:
Sworn to before me this
day of
,20
Notary Public for the State of
Notary Public Signature
Printed Name:
My eommission Expires
II
VENDOR DO NOT COMPLETE
II
To be completed by Authorized City Representative from Business License & Inspection Department:
Vendor Certified:
Date:
~A~uthorized Signature
This form MUST be submitted with bid package, NO Exception(s) will be granted
.
.
.
SEALED BIDS SELECTION METHOD
A method for submitting a bid to perform work on a proposed contract. In general, each party interested
submits a bid in a sealed envelope, and all such .bids are opened at the same time and the most favorable
responsible bid is accepted. All bid responses will be retained as property of Augusta-Richmond County.
Conditions for use. All contracts of Augusta-Richmond eounty shall be awarded by competitive sealed
bidding except as otherwise provided elsewhere in this article (see S 1-10-45 - Sealed Proposals; 1-10-46 -
Professional Services; 1-10-47 - Quotations; 1-10-49 - Sole Source Procurement; and 1-10-50 - Emergency
Procurements, of this chapter).
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement
Office and shall include specifications prepared in accordance with Article 4 (product
Specifications), and all contractual terms and conditions, applicable to the procurement.
Pre-bid conference and addendum. A conference to be conducted by the Procurement Director and using
agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids.
While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further
acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any
substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions
shall be documented in an addendum and communicated to all bidders registered for the procurement action.
Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and
place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant
information as the Procurement Director deems appropriate, together with the name of each bidder shall be
recorded; the record and each bid shall be open to public inspection in accordance with S 1-10-5 (public
Access to Procurement Information).
Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the
time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally
accepted without alteration or correction pending. evaluation. .Bids shall be evaluated based on the
requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past
performance, and criteria to determine acceptability such as inspection, testing, qualityworkrrianship, delivery,
and suitability for a particular purpose. Those criteria that will affect the bid price and be considered ill
evaluation for award shall be objective and clearly measurable, including but not limited to discounts,
transportation costs, and total or life cycle costs. The main advantage of using life~cycle costing is that both
initial costs and related costs for the life of the item are considered. When the criterion for awarding the
contract is based on lowest responsive bidder, it niay mean that the contract specifications are just minimally
complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-
time could eat up any savings made if the Procurement process considers only the initial cost. Under no
circumstance will anv bid be accepted by fax or email. All bids must be labeled and received in the
Procurement office by the due date 'and time. There will be no exceptions made foranv late. lost bv the post
office or express carrier. or misdirected submittals.
Please be aware that vendors shall be removed from the vendor list for the following reasons:
. (1) Declining to offer bids for the period of time listed in specifications.
(2) Suspension for the following shall not be for less than three (3) months or more than three (3)
years:
(a)
Failing to satisfactorily meet terms, agreements, or contracts made with the
Procurement department or the using agency.
Being convicted of criminal offenses in obtaining contracts or convicted of
embezzlement, violation of state or federal anti-trust statutes, or any other crime
which indicates a lack of business integrity or honesty.
Violating contract provisions or failing to perform without good cause or any other
cause which the Procurement Director deems to be so serious as to affect the
responsibility of a contractor, including disbarment or suspension from a vendor list
by another government entity.
(b)
(c)
.
.
.
PREFERENCE FOR LOCAL SUPPLIERS AND CONTRACTORS
(a) Augusta encourages the use oflocal suppliers of goods, services and construction products whenever
possible. Augusta also vigorously supports the advantages of an open competitive market place. Nothing in
this Section shall be interpreted to mean that the City Administrator or Purchasing Director is restricted in any
way from seeking formal bids or proposals from outside the Augusta market area.
(b) When the quotation or informal bids. selection method is used by the Purchasing Director or using
agency head to seek firms to quote on Augusta commodity, service and construction products, local firms
should be contacted, if possible, first. Then if the Purchasing Director or using agency head believes that there
may not be at least three qualified informal bidders, quotes shall be sought from outside the Augusta market
area.
(c) In the event ofa tie of bid (see 1-10-43 (h)), when all other factors are equal, the City Administrator is
encouraged to select the bid from within the local market area. The City Administrator shall retain the
flexibility to make the award of contract to a bidder outside of the local market area if evidence supports
collusive bidding in favor of a local source.
(d) The local vendor preference policy shall be applied when the lowest local bidder is within 5% or
$10,000, whichever is less, ofthe lowest non-local bidder. The lowest local bidder will be allowed to match
the bid of the lowest non-local bidder; if matched, the lowest local bidder will be awarded the contract.
For purposes of this section, "local'bidder" shall mean a business which:
1) Has had a fixed office or distribution point located in and having a street address within Augusta
for at least six (6) months immediately prior to the issuance of the request for competitive bids or
request for proposals by Augu~ta; and "
2) Holds any business license required by the Augusta-Richmond County Code and
3) Employs at least one (1) full time employee, or two (2) part time employees whose primary
residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent
(50%) owned by one or more persons whose primary residence is in Augusta.
BACKGROUND INFORMATION ON VENDORS.
The Department Head and! or the Administrator is directed to provide the bid amount as submitted, information
concerning the vendor's previous performance, the service and quality ofthe products offered, the availability
of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that
particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's
consideration. The information is to be included in the backup documents for the Commission's consideration
in awarding the contract.
INSPECTION OF PURCHASES.
The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise the
inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with
the specifications set forth in the pertinent purchase order or contract. The Procurement agent may require
chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are
necessary to determine quality of the samples and conformance with specifications.
Letting the contract, The contract shall be awarded or let in accordance with procedures set forth herein.
Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and
responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids.
In addition to price and other material factors, the Procurement Director, in consultation with the
using agency, shall consider the following in the context of award recommendations: .
(1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required,
(2) The capability of the bidder to perform the contract or provide the service promptly, or within the time
specified, \vithout delay or interference,
(3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder,
(4) The quality of performance on previous contracts,
(5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or
services,
. (6) The sufficiency of the fmancia1 resources of the bidder relating to his ability to perform the contract,
(7) The quality, availability, and adaptability of the supplies or services to the particular use required,
(8) The number and scope of conditions attached to the bid by the bidder, and
(9) Service availability may be considered in determining the most responsible bid, and the bidders shall be
required to submit information concerning their ability to service and maintain the product of the equipment.
Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete
statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed
by the Procurement Director and/or Administrator and made part of the record file for audit proposes.
It is the wish of the Owner that minority businesses are 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.
".~
.
.
.
.
.
.........
The Disadvantaged Business Enterprise Language for Bids has been included. .
Please note that the DBE forms are required to be completed and included as part
of your bid.
.
.
.
Disadvantaged Business Enterprise Language for Bids
Policy and Evaluation
It is an official policy of the Augusta-Richmond County Commission, other Augusta-Richmond officials, and
employees, that all necessary and reasonable steps shall be taken to ensure that disadvantaged business
enterprises including small business enterprises have the maximum opportunity to compete for and participate
in all contracts and subcontracts. Further, the Augusta-Richmond County Commission has the option to
establish incentives to promote business opportunities covered by Augusta-Richmond County Codes 1.10-61.
To implement this policy, Augusta-Richmond County encourages minority participation through
subcontracting, j oint ventures, or other methods in contracting for services. In order to expedite the evaluation
process, we have attached the Checklist for Good Faith Efforts, Proposed Disadvantaged Business Enterprise
Participation, and Letter of Intent to Perform forms. The bidder should complete the Proposed DBE
Participation Form, indicating the percentage of participation for this proposal. The completed form must
accompany the proposal. Augusta-Richmond County's office of Disadvantaged Business Enterprise (DBE) is
available at (706) 826-1325 as a resource in identifying local Disadvantaged BusinessEnterprises (M/WBEs
and SBEs).
Section 1- DefInition
Minority Person - A United States citizen or permanent resident alien (as defined by the Immigration and
Naturalization Service) of the United States, who is Asian, Black, Hispanic, Native American~-Or female, also
one who is economically and socially disadvantaged.
Disadvantaged Business Enterprise -(M/WBE and SBE) - A business which is owned or controlled by
minority persons who have been deprived of the opportunity to develop. Or maintain a competitive position in
the economy because of social and economic disadvantages. The ownership interest must be real and
continuous and not created solely to meet the minority business or minority contractor provisions of this Policy.
More specifically, disadvantaged business refers to any small business concern which: .
(1) Is at least fifty-one (51%) owned by one or more minority citizens of the United States who
are determined to be socially ai:J.d economically disadvantaged. .
(2) Is a corporation, with fifty-one percent (51 %) ofall classes of voting stock of such corporation
must be owned by an individual determined to be socially and economically disadvantaged.
(3) Is a partnership, with fifty-one percent (51 %) of the partnership interest is owned by an
individual or individuals who are socially and economically disadvantaged and whose
management and daily business operations are controlled by individuals determined to be
socially and economically disadvantaged. Such individuals must be involved in the daily
management and operation of the business concerned.
Women Business Enterprise (WBE) - A business which is owned and controlled by one or more females
and who have been deprived of the opportunity to develop and maintain a competitive position in the economy
because of social and economic disadvantages.
Small Business Enterprise (SBE) - A local small business which has its principal office and place of doing
business in Augusta-Richmond County which is not dominant in its field of operation and is regarded as small
in size as measured by its annual gross receipts being less than $500,000.
.
.
.
Section II- DBE Utilization
A. Obligation:
Bidders are required to make all efforts that are reasonable to ensure that M/WBEs and SBEs have full and fair
opportunities to compete for performance by complying with the requirements of this clause. Included in these
requirements is the achievement of the mandatory utilization of Disadvantaged Business Enterprises (DBEs) in
the performance of work under this Contract, and/or substantiation that there is a good faith effort to ensure
that DBEs have the maximum opportunity to participate in the performance of work under this Contract.
Contractors shall not discriminate on the basis of race, ethnicity, national origin or gender in the award and
performance of the work under this contract.
Good Faith Effort Documentation - Techniques used by a bidder/proposer to seek M/WBEs and SBEs
participation as subcontractor or supplier required to fulfill the bid/proposal requirements. Such good faith
efforts of a bidder/proposer include, but are not necessarily limited to, the following actions:
a) Describing efforts to target identified divisions of work identified in the bid specifications
b) Attending the pre-bid meetings .
c) Sending or faxing letters to all M/WBEs and SBEs at the prequalification meeting, as well as those on the
list provided by staff not less than seven days prior to the Qualification Statement deadline.
d) Providing a telephone log of follow-up phone calls made to M/WBEs and SBEs concerning the project,
including dates and times of calls, names of individuals placing and receiving calls and results of the calls.
e) Providing a written statement indicating good faith negotiations with any competitive MQVBEs
and SBEs bids and specifically identifying the M/WBEs and SBEs. '
f) Including a complete list of all M/WBEs and SBEs bids received, noting names, addresses and bid
amounts.
g) Providing all reasons for rejected bids.
h) Stating whether any bonding requirement was waived and, if not, why.
i) Utilizing the service of the Disadvantaged Business Enterprise office in identifying qualifiedM/WBEsand
SBEs.
In completing the Proposed DBE Participation form, please remember that proposed goals are not limited to
fIrst, second and third tier subcontracting. Successful contractors have creatively applied viable methods such
as mentor/protege relationships and supply purchases to meet M/WBEs and SBEs participation goals. The
contractor is responsible for ensuring that M/WBEs and SBEs perform commercially useful work at the level
of the contract commitment.
Reporting Requirement
In cases where the successful bidder uses a minority subcontractor or vendor, the bidder shall indicate the
percentage of the invoiced amount that such minority subcontractor or vendor performed. The bidder shall
submit this form directly to the Disadvantaged Business Enterprise Office.
Bidders may contact the Disadvantaged Business Enterprise Office at (706) 826-1325 for questions or
clarifications on the reporting policy.
B. Compliance
All bidders or subcontractors participating in this contract are hereby notified that failure to fully coinply with
the Augusta-Richmond County's DBE policy, as set forth herein, shall constitute a breach of contract which
may result in termination of the contract or such other remedy as deemed appropriate by the Owner.
Bidders will please note that the number of copies requested; all supporting documents including fInancial
statements and references and such other attachments that maybe required by the bid invitation are material
conditions of the bid. Any package found incomplete or submitted late shall be rejected by the Procurement
Office. Any bidder allegedly contending that he/she has been improperly disqualifIed from bidding due to an
incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta
Commission.
.
.
.
All forms as requested by the DBE Office must be completed and returned as part of your submittal.
A). Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time
and place designated in the public notice and invitation for bids. The amount of each bid, and such other
relevant information as the Purchasing Director deems appropriate, together with the name of each bidder shall
be recorded. The record and each bid shall be open to public inspection in accordance with (Public Access to
Procurement Information).
B). Bid acceptance and bid evaluation. Provided that the bids are delivered to the PUrchasing Director at the
time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally
accepted without alteration or correction pending evaluation.
Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder
responsiveness, capability and past performance, and criteria to determine acceptability such as inspection,
testing, quality workmanship, delivery, and suitability for particular purpose.
Contract Award
Augusta-Richmond 'County proposes to award the contract to the most responsive, responsible bidder
submitting a reasonable bid provided the bidder has met the goals ofDBE participation. Bidders are advised
that the Augusta-Richmond County has sole discretion and authority to determine if any bidder has made a
"Good Faith Effort." Augusta-Richmond County reserves the right to reject any or all bids submitted.
Augusta-Richmond County will have absolute discretion to reject any bid or to exclude a prospective bidder
from submitting a bid that has been non-responsive to the DBE program requirements without satisfactory
justification being accepted by the Director of the Disadvantaged Business Enterprise Program.
Revised: 6/10/05
Approved: 8/2/05
.
.
.
ATTACHMENT A
(proposed DBE Participation Form)
Augusta-Richmond County is aware that some projects will not have sub-contracting opportunities and will be
100% self-performing. If this applies to your Company, you must indicate on the bottom of Attachment A
& B that you are "100% self-performing", sign your name, and return the forms with your bid
package.
If there is sub-contractor/supplier participation, complete "Attachment A" indicating each DBE sub-
contactor/supplier you will use for this contract. Each sub-contractor/supplier must be registered with
Augusta-Richmond County. The form must be sil!nedand returned with vour bid nackal!e. If you have
any questions, please contact the Disadvantaged Business Enterprise Department at 706-821-2406
f......r-.. +'..-..... ......-
.
.
.
ATTACHMENT A
PROPOSED DBE PARTICIPATION
PRIME eONTRAeTOR
PROJEeT
DBE FIRM PRINCIPAL ADDRESS/PHONE TYPE OF WORK Dollar Value
OFFICIAL NO. of Work
'.
.
Total Price:
$
Total DBE value
$
Total DBE percent:
%
o Contractor will perform 100% of this contract
Signed By:
Title:
Date:
Revised 1/24/06
ATTACHMENT B
.
(Letter of Intent to Perform)
Augusta-Richmond County is aware that some projects will not have sub-contracting opportunities
and will be 100% self-performing. If this applies to your Company, you must indicate on the bottom
of Attachment B that you are "100% self-performing", sign your name, and return the forms with
your bid package.
If there is sub-contractor/supplier participation, you must complete an individual "Attachment B" for
each DBE sub-contactor/supplier you will use for this contract. Each sub-contractor/supplier must be
registered with Augusta-Richmond County. The forms must be signed by the sub-contractor(s) and
returned with your bid .packal!e. If you have any questions, please contact the Disadvantaged
Business Enterprise Department at 706-821-2406.
.
Revised 1/24/06
.
.
ATTACHMENT B
PROJECT
LETTER OF INTENT TO PERFORM AS A SUBCONSULTANTISUBCONTRACTOR/SUPPLIER
TO:
(NAME OF PROPOSER)
A. The undersigned intends to perform work in connection with the above project in
the following capacity (check one):
An individual
A partnership
A corporation
A joint venture
.
.
B. The DBEstatus of the tinder signed is confIrmed as follows:
By attachment of a current eertifIcate of eertifIcation issued by the
Department of Transportation
By attachment of a current eertifIcation issued by the Disadvantaged
Business Enterprise Office
e. The undersigned is prepared to perform the following work in connection with the
above proj ect
D. The undersigned states that they will be performing % of the total
proj ect.
E. The undersigned will sublet and/or award % ofthis subcontract to non-
DBE contractors and lor non-DBE suppliers.
The undersigned will enter into a formal agreement for the above described ,work with the
Proposer cited above conditioned upon the execution of a contract for the proJect cited herein
between the Proposer and Augusta-Richmond County.
By:
Signature of Authorized Representative (DBE Contractor Firm Name)
o eontractor will perform 100% of this contract Signed By:
Revised 1/24/06
.
.
.
ATTACHMENT C
(Contractor's Statement of DBE Utilization Form)
The completion oftms form is the responsibility of the awardee of the contract. Complete the form indicating
the DBE's utilization for the requested pay period. This information identifies the actual DBE sub-
contractors/suppliers, types of work performed, actual dollar value of work/services and suppliers. To avoid
delay of payments this form must accompany all pay requests.
.
o
Eo-<
~
o
~ ~
~ ~ ~
~ ~ ~
~ ~ ~
~ =3 ~
~ ~ s ~
~ r_~ 0
rn ..... ~
U 8 ~ ~ ~ 0
~@~~ 6:Z
~o~~ t3
ui:~ oe;
-< ~ rn ~ ~
~~~~ ~
-<;S~Eo-< ~
rn .... rn -
p = ~
~ ~ ~
PESO
-< -< Eo-<
Eo-< U
~ ~
~ 0
~ u
~
.
.
o
Z
Eo-<
In
~
~
01
~
~
<
~
---
\""'I
"-'
~
o
~
~
Eo-<
U
~
~
Eo-< 0
~ ~
~ ~
= ---
In C,
...,
~
I-l
~
~
In
<
~
---
~
o
........
,,",~!::l1O"l
60' o~IO"l""
C ~"",.;j<
..~~~
uo
u
~
o
........
~~1O"l
~ oz!(
'-' :;j<~
<5
Z
o
I-l
Eo-<
~
=3
S
~
~
~
~
~
o
~
o
~
~
---
~
~
....~o
G' ~~;!
- o~~
'-' ~.... tf.l
<~=
....
....g
z~1O"l
Gi' ~ IO"l ....
'-' ~~~
IO"l
tf.l
....=~
,...., ~""o
;, ~~~
<
IO"l
~I
Z
o
I-l
Eo-<
~
~
S
r;r;;'l
~
~
~
~
~
01
~
~tl....
~ ~~~
c ~~~
~u<
....
ue-:,tf.l
,...., ~tf.l....
C ~=:~
o~:;j
u
.
........
u~
::;- ~o
c ~:;j
8<
---
C
o
Z
Eo-<
U
~
Eo-<
Z
o
U
~
6' ~ ~
_ tf.lo
'-' j~
U
~ IO"l
€ ~~;~i
1O"ltf.l<IO"l;=l
=:l~Zdz
~~ ....
~
liIo1 r.,~
=~
~E-c
0\0
eE-c
---
~
~
Eo-<
<
~
---
M
~
~
Eo-<
~
~
In
~ ~
o ~
= 0
~ ~
.< ~
___ Eo-<
.-l ~
~ ~
~
o
U
Eo-<
U
~
Eo-<
Z
o
u
~
Eo-<
o
Eo-<
~
~ ~
o '~
Eo-< <
U Eo-<
~ ~
~ u
Z ~
o ~
u ~
--- ---
= ~,
~ ~
.
.
.
Good Faith Effort Checklist
The purpose for the Good Faith Effort ehecklist is to indicate all necessary and reasonable steps
taken to ensure DBEs and local small business enterprises have the maximum opportunity to
compete for and participate in all contracts/ sub-contracts.
Revised 1/24/06
.
.
.
AUGUSTA-RICHMOND COUNTY
CHECKLIST FOR GOOD FAITH EFFORTS
A bidder's good faith efforts must be those that could reasonably be expected from a bidder who was actively
and aggressively seeking to meet the Disadvantaged Business Enterprise (DBE) goal. Good faith efforts may
include, but are not limited to:
Yes No
1.
Soliciting, through all reasonable and available means, the interest
for all certified DBEs who have the capability to perform the work
of the contract. Such solicitations must be in sufficient time to allow
DBEs to participate effectively.
eonfirming attendance at any pre-solicitation or pre-bid meetings.
Providing proof of any advertisements in general circulation, trade
association, and minority or woman focused media.
Documenting the follow-up to the initial solicitation with DBEs.
Documenting how portions of the work were selected to solicit DBE
participation and how the. selection was made in order to increase the
likelihood of meeting the DBE goals. This would include, where.
appropriate, breaking down contracts into economically feasible units
to facilitate:QBE participation. _",
Providing information on any negotiations with DBEs including bid
item adjustments, terms and conditions of the contract, bonding and
insurance requirements and etc.
Documenting efforts to assist DBEs in obtaining bonding, lines of
credit, or insurance.
Providing copies of the information supplied to DBEs to solicit their
bids. Such information should include adequate information about
the plans, specifications, and requirements of the contract to enable the
DBE to supply a complete and competitive bid.
Providing information regarding the services/assistance secured from
minority and women community organizations, contractors' groups, local
minority and women business assistance offices and other organizations
that provides assistance in the recruitment and placement DBEs.
Negotiating in good faith with interested DBEs. It is the bidder's
responsibility to make a portion of the work available to DBE subcontractors
and suppliers. The bidder must provide documentation that consideration
was given when selecting portions of the work or material needs on the
contract to the availability of DBE firms in those areas when soliciting for
DBE participation.
Documenting the basis for rejecting DBE bids. In cases where the bidder
determines the DBE to be unqualified, supporting evidence used to make
the determination must be provided.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Revised 1/24/06
~{~Ilt YJJ't{xvmneJ2t
9K' fP(}-Jfl (&fMllb. QJF~toie
ADDENDUM
TO:
FROM:
DATE:
All Bidders
Geri A. Sams
October 16, 2006
SUBJ:
.;~ADDENDUM#2
'BID ITEM #06-172 Industrial (eN) W1,lstewater Force Main for Augusta Utilities
BID DUE Wednesday, October 25,2006 @ 3:00 p.m.
:~
Please note the following changes to your bid package:
'''-.
.
Please acknowledge receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 821-2422.
cc:
Tameka Allen
Max Hicks
Wes Byne
Jim Rush
Yvonne Gentry
Interim Deputy Administrator
Director, Utilities Department
Utilities Department
CH2M Hill
DBE Coordinator
.
Room 605 - 530 Greene Street, Augusta, Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www.aulmstal!:a.l!:ov
Register at wwwdemandstar.com/sllDDlier for automatic bid notification
.
.
.
Bidders on this Project are hereby notified that this Addendum shall be attached to and made part
of the above-named Bid Package, dated August 2006.
The following items are issued to add to, modify, and clarify the Bidding and Contract
Documents. These items shall have full force and effect as the Bidding and eontract Documents,
and costs involved shall be included in the bid prices. Bids to be submitted by the specified bid
due date shall conform to the additions and revisions listed herein.
Acknowledge receipt of this addendum by inserting its number and date on page 00120-2 of the
Bid Proposal and returning it with your bid.
ADDENDUM NO.2
Item No. 1 - It is the intent of this modification that HDPE IPS pipe be revised to HDPE DIPS
throughout the Contract Documents. In general,where reference to HDPE IPS
pipe is made, replace with HDPE DIPS.
Revise Item No. 1M Addendum No.1, Section 02531 - Sanitary Sewer Force
Main, as follows: ' "---
In Paragraph 2.01.B.: In the last paragraph on page 02531-3 delete the last
paragraph and replace with:
"The wall thickness shall follow the Dimension Ration (DR) system prescribed in
A WW A e906. Laying lengths are 40 ft standard. The pipe is to be joined by
heat fusion, flanges or other mechanical joint systems proven for HDPE pipes.
HDPE shall be the DR as shown on plans or Bid Form. The DIPS longitudinal
color stripe pattern shall have three equally spaced pairs of GREEN color stripes
extruded into the pipe OD for Sanitary Sewer Force mains. The pipe shall be
DRISeOPLEX 4300 or approved equal."
SPECIFICA TIONS
Section 00120 - Bid Proposal:
Item No.2 - Replace Section 00120 with the new Section 00120, pages 1 through 5, inclusive,
provided as Attachment 1.
For reference only: no quantities were modified with the re-issuance of this Bid
Proposal. Items S-37A, S-37B and S-39 were modified for description only.
Section 02531 - Sewer Force Main:
Item No.3 - Paragraph 2.03.B: Add the following to the end of the paragraph on page
02531-6:
A-I
.
.
.
"All HDPE pipe and fittings shall be from a single manufacturer, who is fully
experienced, reputable and qualified in the manufacture of the HDPE pipe to be
furnished. The pipe shall be designed, constructed and installed in accordance
with the best practices and methods and shall comply with these .Specifications.
Qualified manufacturers shall be: PLExeo Division of ehevron ehernical
eompany, DRISeOPIPE as manufactured by Phillips Products eo., Inc., or equal
as approved by the Engineer."
DRAWINGS
Sheet e20 & e21:
Item No.4 - Add the following note to the permanent easement through the natural wetlands
located from Station 216+26 to Station 226+18:
"A granular road is to be laid in the permanent easement with a minimum. height
of two feet above ground level and a maximum width of twelve feet. The pipe can
then be laid into the. granular road with the granular road remaining after
completion. No sollls to erode or otherwise impact the wetlands in the temporary
easement. The granular and road construction is to be included in the select
backfill bid item."
Sheet e22:
Item No.5 - In the "Air Release Valve Vault" detail, revise all references to "IPS" toread
"DIPS."
ANSWERS TO BIDDERS QUESTIONS
The answers to Bidder's questions from Garney Construction and W.L. Hailey are included with
this Addendum No.2 as Attachment No.2. Answers to Bidder's questions are for reference only
and are not intended to be relied upon as a condition of the contract, unless they are specifically
answered by reference to statements within the eontract Documents or issued as an Addendum
item.
List of Attachments:
Attachment No.1 - Specification Section 00120, Pages 1 through 5, inclusive
Attachment No.2 - Questions and answers from Gamey eonstruction and W.L. Hailey, for
reference only
A-2
.
.......
ATT ACHMENT 1
.
.
.
.
.
S&P Project No, G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 00120 - BID PROPOSAL
AUGUSTA-RICHMOND COUNTY COMMISSION
MUNICIPAL BUILDING
AUGUSTA, GEORGIA 30911
PROJECT TITLE: INDUSTRIAL (CN) WASTEWATER FORCE MAIN
AUGUSTA-RICHMOND COUNTY, GEORGIA
BID ITEM NO.: 06-172
Gentlemen:
The undersigned Bidder, herein referred to as singular arid masculine, declares the following:
1. The only parties interested in the proposal as principals are named herein;
2. He has carefully examined and fully understands the contract documents, including the
drawings and. specifications;
3. He understands that information relative to existing structures and underground utilities as
fumished to him on the drawings, Contract Documents or by the Augusta-Richmond County
Utilities Engineer/Director, carries no guarantee expressed or implied as to its completeness
or accuracy and he has made due allowances therefore;
4. He has made a personal examination of the site of the proposed work and has satisfied
himself as to the actual conditions and requirements of the work;
5. He agrees to hold the Owner harmless for accidents or damages to property;
6. He will comply with all State and Federal regulations pertaining to but not limited to asbestos
containing material removal and disposal, regulations regarding disposal of all debris and
, OSHA requirements;
7. He will complete the work in a timely manner. The required time of completion is indicated
in the Bid Proposal Form;
8. He will maintain the site as clean as possible by not allowing debris to accumulate before
making trips to his disposal site. Materials sold for salvage shall not be accumulated on the
project site;
9. He will not burn any materials on site without written approval from proper authorities;
and hereby proposes and agrees to furnish all materials, labor, skill, equipment, tools, and other
things of every kind and description specified, needed or used for the complete execution of all
work covered by and in conformity with the Plans, specifications, and other Contract Documents
prepared by Stevenson & Palmer Enaineerinq. Inc. and all Amendments and Addenda thereto, for
the sums hereinafter stated.
BID PROPOSAL
00120-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
DATE:
Gentlemen:
In compliance with your invitation for bids, the undersigned hereby proposes 19 furnish all
labor, equipment and materials, and perform all work for the project referred to herein as: .
INDUSTRIAL (eN) WASTEWATER FORCE MAIN
In strict accordance with the Contract Documents and in consideration of the amounts shown on
".thebid schedule"attached hereto and totaling:
and
/100 dollars (
).
The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10
days of receipt of such notice exec.ute a formal contract agreement with the Owner, and that he will
provide the bond or guarantees required by the contract documents.
,.
The undersigned hereby agrees that, if awarded the contract, he will commence the work
within Ten (10) calendar days after the date of written notice to proceed, and that he will complete
the work within one-hundred eighty (180) calendar days after the date of such notice.
The undersigned aeknowledges receipt of the following addenda:
Addendum No. Addendum Date
Enclosed is a bid guarantee eonsisting of
amount of
in the
Respectfully Submitted,
Firm
Add ress
BY:
TITLE:
BID PROPOSAL
00120-2
.
S&P Project No. G124-01-05
Industrial (9!'J) Wastewater Force Main
Augusta Utilities Project No. 50230
SCHEDULE OF UNIT PRICES:
.
. -~~.- ~, T ~~. ~ T ~ ~ _ p ____ _ ~. +~~ ~ _ _ _ , __ _ _c ' -- -- . . - -- -- -- +~ ~ ~ --- -- - - ,
. n~-,;~ " Jill~~~.~T~;1~!:~f'-; " '(~t -<~j (, ~j~ hi~l iv.-'1 r ! ,t);~J~~: ;, ~];:21'{ -:';~r~:)t
" . -- -- '~-~f~~ '-~, ....s\~'!1
:
.. " :~)L~JrfX]t'7 ' , 1, ;?~ ;TJsJ,~ , I};) I ~ ~{3;;
t - ~ j
-.......-, ~~-~- -- -- ~-- ~- ~. . ~-- --- _.~~-- - --~ -- -- -- -- _,-,J ~ ~ + ~ -' I ~___ ~ .
SANITARY SEWER
8-1J ,12" diameter PVC sanitary sewer force main C900", Class
200, Depth 0' to 6', including Type" (1/2"-3/4" stone) bedding 2,875 LF
material
8-18 Select backfill, GA DOT Type I, Class I & " (Sand/Clay) - 5,500 CY
Measured by in-place volume, -
8-19 Miscellaneous pipe fittings EACH
3
S-31 Cut and plug existing 10" sanitary sewer LS
1
S-34 AC Water Main Crossing EA
1 "
S-37 A 18" diameter DIPS HOPE sanitarysewer force main DR 17,
Depth 0' to 6', including Type /I (1/2"-3/4" stone) bedding 19,333 LF
material
S-378 18" diameter DIPS HOPE sanitary sewer force main DR 17,
Depth 10' to 12', including Type /I (1/2"-3/4" stone) bedding 180 LF
material
S-38 Remove and Replace 24" CMP
22 LF
S-39 Directional Drill 18" diameter HOPE sanitary sewer force main 1,010 LF
DR 11
S-40 Work in Detail 1 (Connecting 12" PVC to existing 10" steel
line) including 10" x 12" tee, 10" plug valve, 12" plug valve 1 LS
and sleeve
S-41 Cut existing 12" line' and install 12" PVC plug valve including 1 LS
sleeve
8-42 Work in Detail 2 (Connecting existing 12" and 8" lines to the
force main) including 3 - 12" plug valves, 12" 900 bend, 12" x
12" tee, 12" x 8" tee, 18" x 12" reducer, PVC to HOPE 1 LS
transition fJtl:ing, 8" PVC C900, Class 200 pipe, 18" PVC
C905, Class 235 pipe and excavation of abandoned portion
of existino 12" line
8-43 Install 18" plug valve and plug at the end of the line as shown 1 L8
in plans --
8-44 Base reinforcement fabric
1100 8Y
8-45 Install 3" combination air valve as shown in detail including 12 EA
HOPE tee and flange adapter
.
BID PROPOSAL
00120-3
S&P Project No. G124.01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
.
"' " - -,-.-
r 1 - - -,! .-. ~ J' ~" -.- ~~. ~ - ~I~" -~ - -~. - ----- '---1. j,~'_ I." )_. ! '1"_-' \: .,,1. ~" _1,_ ~.:
'l.~'-';-~"'I If'-\.'~'';01r'1,(~.tL~1\u~-;)'r'~ lr~_i~tr:nl~d~h:j 11 C;"ll'~;''''' ,J\,ll~'h! t, J ')I~d
"IJ.!J~'.JU . jS.~':?J.:.~ v:1'~;;/ , --l:::J,-,_1: ~!..J__' ~.......".... _~ __~
\~ j I r' -'<1..."),1,, j ,..-~_1-,vr.-., ~t9:I'r)'''\
'\ . < " c ~ ~_ ,_ . , '~~tJ;t~Jtrl!JFJ. _ I:,~ ~. _, r ~':!n~J.~'<i:._ ,. ~ ~r (I\~~
PAVEMENT STRUCTURES
P-3 Asphalt Pavement Leveling 10 Tons
P-10 Remove and replace commercial asphalt driveways 321 SY
.c,....
P-11 Dirt driveway replacement (Crush & Run) SY
1570
MISCELLANEOUS . -
M-1 Flowable fill 100 CY
M-3 Foundation backfill, GA DOT Type II, for additional - ".
unclassified excavation 740 CY
M-4 Clearing and Grubbing 6 ACRE
. M-6 Concrete CY
100
.
M-7 Silt fence, Type "C" LF
13,000
M-B Rip-Rap SY
50
.
LUMP SUM
,
LS-1 Lump sum construction (includes but is not limited to the 1 LS
listing continued below)
LS-2 Install sewer ID tape and flex posts LS
1
.
BID PROPOSAL
00120-4
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
Lump Sum Construction
· Mobilization, Demobilization
· Bonds, Insurance
· Gabion Retaining Walls
· Remove and reset fences, All types
· Remove and reset gates, All types
· Remove and reset storm sewer, Lengths & sizes vary
· Remove and reconnect water services, complete
· Reconnect sanitary sewer services
.
Remove and reset signs, Type varie~
".
· Remove and reset water sprinkler systems, complete
· Remove and reset water valve, size varies
. · Remove and reset yard lamps, Type varies.
· Remove and reset mailboxes, Type varies
· Erosion and sediment control (grassing, construction exits, rip-rap, misc. erosion control structures)
· Silt fence, Type "A"
· Silt fence, Type "B"
· Traffic cOntrol
· Miscellaneous grading
· Permanent Grassing
· Raise manholes and valves boxes to grade
NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO
THE TECHNICAL SPECIFICATIONS.
.
BID PROPOSAL
00120-5
.
." ATTACHMENT 2
.
.
.
.
.
Answers to Bidders Questions
Industrial (eN) Wastewater Force Main
Bid Item No. 06-172
AUD Project No. 50230
October 10, 2006
The following are answers - to questions from Garney eonstruction received by Augusta
Procurement Department on October 3,2006:
Q. How is "Primary Initial Backfill" per "Embedment Detail for HDPE Sewer Pipe" detail
sheet e22, defined per spec section 02221 ?
A. The detail "Backfill Classes for Piping Installation" discusses the types of backfill. See
Section 02221, Paragraph 2.01 discusses the soil materials for each class and what is
considered suitable and unsuitable.
. .
Q. ean native excavated material be used for "Primary Initial Backfill" per '~mbedment
Detail for HDPE Sewer Pipe" Sheet e22?
A.
Native excavated material may be used if it meets the requirements of Section 02221. See
Paragraph 3.05 for further requirements.
Q.
Which Bedding definition in spec section 02221 defines "Bedding" per "Embedment
Detail for HDPE Sewer Pipe" Sheet e22?
A. The "Embedment Detail for HDPE Sewer Pipe" is a supplemental detail to "Bedding
Classes for Flexible Sewer Pipe" and "Backfill- Classes for Piping Installation." The
specifications refer to soils in the terms of these two details.
Q. ean native excavated material be used for "Secondary Initial Backfill" per "Embedment
Detail for HDPE Sewer Pipe" Sheet e22?
A. No, bedding is only to be used when the excavated material is u~~uitable. In't~is, CaSe, a
6" thick stone base must be laid underneath the pipe per bid-item M-3. When material is
suitable, pipe must be laid on undisturbed material.
Q. When is "Alternate Bedding" detail on sheet e22 used?
A. For the PVC pipe, the "Alternate Bedding" detail provides analtemative way of
calculating trench size and depths of backfill.
.
Q.
Whenare Bedding elasses for Flexible Sewer Pipe details sheet e22 used?
A. The concrete cradle and concrete arch details will not be needed for these jobs. The
granular bedding detail will be needed over top of the reinforcement fabric when the
trench base material is unsuitable.
Q. How is "Pipe Bedding" per Road eut Detail sheet e22 defined?
A. This pipe bedding is no different from pipe bedding defined elsewhere. The pipe shall be
laid on undisturbed native soil unless the trench base material is unsuitable.
What is anticipated date of award?
The fourth week of November.
What is anticipated date of Notice to Proceed?
The third or fourth week oJPecember.
'.
Were any soil borings made for this project?
No.
. Where on project is it anticipated to use the Select backfill item S-18?
Select backfill is to be used where unsuitable soils are encountered and at the discretion
of the Engineer. Refer to requirements of SeCtion 02221, Paragraph 3.01.C.
How was the 5,500 ey for item S-18 calculated?
The quantity listed in Pay Item S-18 is the Engineer's estimate of the quantity to be used.
Where and howwill item P-e Asphalt Pavement Leveling be used on project?
Asphalt pavement leveling (P-3) will only be necessary if uneven pavement or potholes
exist in the area next to the trench that will need to be overlaid. This adjacent area will
require additional asphalt prior to the overlay.
Q. Are any alternate access roads available in park area? ean we use existing levee roads to
access project?
A.
Station 122+00 to 181 +00 can be accessed by the road going through Boral Bricks
property and following the proposed route: The double box culvert road leading out of
the back of the Messerly WWTP and following the proposed route is the best road to
access Station 86+00 to Station 233+98. Other means of access will require the
individual owners' pennission and must be coordinated with them.
.
.
.
.
The following are answers to questions from W.L. Hailey received by Augusta Procurement
Department on October 3,2006:
Q. When is the notice to proceed anticipated for this project?
A. Anticipated notice to proceed is expected to occur during the week of December 18,
2006.
Q. When is the award anticipated for this project?
A. Anticipated award of the project is expected to occur during the week of November 20,
2006.
Q. Station 126+00 - 234+00 appears to be in a wetland area with a probable high water
table, will the stringent specifications involving dewatering of the trench be enforced in
this area?
A. Yes, the dewatering requir~ments as indicated in the General Conditions;--Paragraph
17.9.1 through 17.9.8 will be enforced on this project. In addition, other requirements for
dewatering and bypass pumping are located in other areas of the Contract Documents.
Q.
The specifications 02221-9, 3.02 Para 4 refer to an "existing drainage feature" where
water is to be pumped to. What and where are these existing features? .
A. Existing drainage features are merely the natural path that the water is draining.
Following the proposed route through the constructed wetlands, almost the entire path is
sloping away from the berm and away from the pipe. Pumping the water out of the trench
and ten feet or so away from the pipe in the opposite direction of the road should allow
the water to continue flowing away from the pipe and to the surrounding swamps.
Pumped discharge shall be screened to prevent silt
Q. Is thereanaltemate entrance/exit route to the project between the concrete and wooden
bridge?
A. Alternate access is available to the wetland cells, but it is the Contractor's responsibility
to secure this access through the property owners and authorities having jurisdiction.
Q, Is this route accessible by heavy track equipment?
A. It is the Contractor's responsibility to ensure all equipment does not exceed the road and
bridges' weight limits.
.
Q.
Is this route accessible by semi-truck & trailer (i.e. pipe materials delivery)?
A. It is the Contractor's responsibility to ensure all equipment does not exceed the road and
bridges' weight limits.
Q. . Can the pipe be strung ahead of the crews along the entire road (this may cause some
alternate routing required for vehicles traveling within the trails and roads between lovers
lane and the water treatment plant)?
A. No. The main reasonfor this is that the temporary and pennanent easements through the
constructed wetlands area do not include the road. Extra space is provided on the
opposite side of the trench for pipe storage and handling.
Q.
A.
Q.
A.
. Q.
A.
Q.
A.
.
Has a geo-technical report been conducted in conjunction with this project?
No.
If so, can that report be proyidedto contractors?
NIA
Is there a disposal site for the drilling fluid that will be generated during the directional
drilling?
It is the Contractor's responsibility to legally dispose of the drilling fluid off-site. No
disposal site will be provided by. the Owner. .
Who are the approved manufacturers for HDPE fittings?
Approved manufacturers for HDPE fittings are PLEXCO, DRISCOPIPE, or equal as
approved by the Engineer. See Addendum for further notes.
Q. What type of slope stabilization will be required along the embankments of the wetlands
areas?
A. The only place where the embankment should be disturbed is from 198+00 to 210+00. In
this area, the only disturbance should be the removal of small trees. All work related to
the pipeline should remain in the easements which are located off of the embankment.
For the cleared areas, hay and seed should be used with erosion control matting used at
the direction of the Engineer.
.
Q.
What grass seed mix will be required in the wetlands areas?
A. In the natural wetlands, no grass seed will be required. The granular road in the
permanent easement is to remain and the temporary easement is to be restored to its
original condition with any new material removed and original topsoil overlaid. All other
areas of the project shall follow the grassing specifications. See Addendum for further
information concerning the granular road.
Q. What will be required if there is no fIrm trench bottom in the wetlands areas?
A. If there is no firm trench bottom, which is established after over-excavating 6" of soil up
to four times for a total of two feet, a base reinforcement fabric should be laid with 6" of
stone underneath the pipe and stone around the pipe up to the height of 75% of the pipe.
Make sure to note that the stone on this line has been especially designated in Section
02221-12 2nd paragraph. Due to the nature of the line, the rock must be smooth rock with
no angular edges. This rock constitutes the foundation backfill bid item.
Q. The majority of this project occurs away from traveled roads in what seems to be very
saturated soils, what compaction requirements will the contractor be held'to in these
situations?
A.
The compaction requirements will be 90% away from the road shoulders.
.
Q.
What. information is available regarding the embankments. that are holding back water
along the wetlands areas? How saturated are these embankments? What risk does the
contractor have if the trench at the toe of these embankments causes some type of failure
of the embankments?
A. There is no information available regarding the embankments. The Contractor is
responsible for the means and meihods of trenching and excavation and proper shoring
should be done to ensure the surrounding material is left undisturbed.
.
.
.
.
S&P Project No.G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
. '
SECTION 00100 - ADVERTISEMENT FOR BIDS
Sealed bids for construction of wastewater system improvements at Augusta, Georgia,
hereinafter referred to by project name as:
Bid Item #
Industrial (CN) Wastewater Force Main
Augusta, Georgia
will be received by the Augusta-Richmond County Commission, hereinafter referred to as
the OWNER at the office of the Director of Purchasing, Room 605, Municipal Building
until (a.m.)(p.m.) on ,200_, at which time all bids will be publicly
opened and read in the presence of those interested.
The work to be done consists of the following generally described items:
Approximately 20,000 LF of 18-inch HDPE force main and 3,000 LF of 12-inch PVC
force main to be constructed along Lovers Lane and constructed wetlands from
Searle/NutraSweet to the Messerly Wastewater Treatment Plant.
Plans and'specifications are open for public inspection at the Augusta-Richmond County
Purehasing Dept., Room 605 Munieipal Building, Augusta, Georgia; and at the following
locations:
Digital Blueprint/Dodge Room
Augusta, Georgia
Augusta Builders Exehange
Augusta, Georgia
Copies of Contract Documents may be obtained at the Augusta-Richmond County
Purchasing Department upon a deposit of $50.00 for each set (non-refundable).
Bids shall be enclosed in a sealed envelope and addressed as follows:
AUGUSTA-RICHMOND COUNTY COMMISSION
c/o Director of Purchasing
530 Greene Street
Room 605 - Municipal Building
Augusta, Georgia 30911
Mark the outside of the envelope as follows:
Bid Item #
Industrial (CN) Wastewater Force Main
Bids must be accompanied by a Bid Bond secured by a surety company, certified check,
or cashier's check in an amount equal to at least 10% of the amount of the bid. A contract
performanee and payment bond eaeh in the amount of 100% of the contract amount will
be required of the successful bidder.
ADVERTISEMENT FOR BIDS
00100-1
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
The Augusta-Richmond County Commission reserves the right to reject any and all bids
and to waive any informalities in the bidding.
It is the wish of the Owner that minority businesses be given the opportunity to bid on the
various parts of the work. This desire on the part of the Owner is not intended to restrict or
limit competitive bidding or to increase the cost of the work. The Owner supports a
healthy free market system that seeks to include responsible businesses and provide
ample opportunity for businessgroWttland development.
Geri Sams, Director of Purchasing
Publish:
Augusta Chronicle
,200_
,200_
Metro Courier
ADVERTISEMENT FOR BIDS
00100-2
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
",,~,j'
.
SECTION 00110 - INSTRUCTION TO BIDDERS
1.01 GENERAL:
All proposals must be presented in a sealed envelope, addressed to the
Owner. The proposal must be filed with the Owner on. or before the time
stated in the invitation for bids. Mailed proposals will be treated in every
respect as though filed in person and will be subject to the same
requirements.
Proposals received subsequent to the time stated will be retumed unopened.
Prior to the time stated any proposal may be withdrawn at the discretion of the
bidder, but no proposal may be withdrawn for a period of sixty (60) days after
bids have been opened, pending the exeeution of contract with the successful
bidder.
1.02 EXAMINATION OF WORK:
.
Each bidder shall, by careful examination, satisfy himself as to the nature and
location of the work, the conformation of the ground, the eharacter, quality and
quantity of the facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other matters which can in
any way affeet the work or the eost thereof under the contract. No oral
agreement or conversation with any officer, agent or employee of the Owner,
either before or after the execution of the contract, shall affeet or modify any of
the terms or obligations therein.
1.03 ADDENDA AND INTERPRETATIONS:
No interpretation of the meaning of plans, specifieations or other prebid
documents will be made to any bidder orally.
Every request for such interpretation should be in writing addressed to the
Direetor of Utilities, and. to be given consideration must be received at least
five days prior to the date fixed for the opening of bids. Any and all such
interpretations and any supplemental instruetions will be in the form of written
addenda to the speeifieations which, if issued, will be sent by certified mail
with return receipt requested to all prospective bidders (at the respective
addresses furnished for such purposes), not later than three days prior to the
date fixed for the opening of bids. Failure of any bidder to reeeive any sueh
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.
.
INSTRUCTION TO BIDDERS
00110-1
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
1.04 PREPARATION OF BIDS:
Bids shall be submitted on the forms provided and must be signed by the
bidder or his authorized representative. Any corrections to entries made on bid
forms should be initialed by the person signing the bid.
Bidders must quote on all items appearing on the bid forms, unless specific
directions in the advertisement, on the bid form, or in the speeial specifications
allow for partial bids. Failure to quote on all items may disqualify the bid. When
quotations on all items are not required, bidders shall insert the words "no bid"
where appropriate.
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already
submitted will be allowed if submitted by telegraph prior to the time fixed in the
Invitation for Bids. Modifieations 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 seeretary thereof who will affix the eorporate seal to
the proposal.
NOTE: A 10% Bid Bond is required in all cases.
1.05 BASIS OF AWARD:
The bids wilrbe compared on the basis of unit prices, as extended, whieh will
inelude and cover the furnishing of all material and the performance of all
labor requisite or proper, and eompleting of all the work called for under the
accompanying contract, and in the manner set forth and deseribed in the
specifications.
Where estimated quantities are included in certain items of the proposal, they
are for the purpose of comparing bids. While they are believed to be close
approximations, they are not guaranteed. It is the responsibility of the
Contractor to check all items of construction. In case of error in extension of
prices in a proposal, unit bid prices shall govern.
1.06 BIDDER'S QUALIFICATIONS:
.
No proposal will be received from any bidder unless he can present
satisfactory evidence that he is skilled in work of a similar nature to that
covered by the contract and has sufficient assets to meet all obligations to be
ineurred in carrying out the work. He shall submit with his proposal, sealed in a
INSTRUCTION TO BIDDERS
00110-2
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
.'~i:
.
separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT
STATEMENT, giving reliable information as to working capital available, plant
equipment, and his experience and general qualifications. The. Owner may
make such investigations as are deemed necessary to determine the ability of
the bidder to perform the work and the bidder shall furnish to him all such
additional information and data for this purpose as may be requested. The
Owner reserves the right to rejeet 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 eomplete
the work contemplated therein. Part of the evidenee required above shall
consist of a list of the names and addresses of not less than five (5) firms or
corporations for which the bidder has done similar work.
1.07 PERFORMANCE BOND:
.
At the time of entering into the contract, the Contraetor shall give bond to the
Owner for the use of the Owner and all persons doing work or furnishing skill,
tools, machinery or materials under or for the purpose of such contract,
conditional for the payment as they become due, of all just claims for sueh
work, tools, machinery, skill and terms, for saving the Owner harmless from all
eost and eharges that may accrue on aeeount of the doing of the work
speeified, and for compliance with the laws pertaining thereto. Said bond shall
be for the amount of the contract satisfaetory to the Owner and authorized by
law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each eopy thereof a certified
and effectively dated copy of the power of attorney.
1.08 REJECTION OF BIDS:
These proposals are asked for in good faith, and awards will be made as soon
as practieable, provided satisfactory bids are received. The right is reserved,
however, to waive any informalities in bidding, to rejeet any and all proposals,
or to accept a bid other than the lowest submitted if sueh action is deemed to
be in the best interest of the Owner.
1.09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS
SUPPORT:
It is the intent of the Augusta-Riehmond County Commission to increase the
involvement of qualified minority and economically disadvantaged businesses
in the contracted work of County Government.
.
In an effort to support this intention, this project is .offered to all qualified firms.
The bids will be evaluated based on qualifications, price and construction time.
With all other items being considered equal, the contract, if awarded, will. be
INSTRUCTION TO BIDDERS
00110-3
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
.
awarded to a minority and economically disadvantaged firm or a firm that has
included such firms as subeontractors on this project.
The bidders shall include with their bid a statement of qualification for
themselves and/or any qualified subcontractors explaining why they should be
eonsidered a minority or economically disadvantaged firm. If the firm does not
fall into this category, no information is necessary.
END OF SECTION 00110
.
.
INSTRUCTION TO BIDDERS
00110-4
.
.
.
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 00120 - BID PROPOSAL
AUGUSTA-RICHMOND COUNTY COMMISSION
MUNICIPAL BUILDING
AUGUSTA, GEORGIA 30911
PROJECT TITLE:
INDUSTRIAL (CN) WASTEWATER FORCE MAIN
AUGUSTA-RICHMOND COUNTY, GEORGIA
BID ITEM NO.: 06-172
Gentlemen:
The undersigned Bidder, herein referred to as singular and masculine, declares the following:
1. The only parties interested in the proposal as principals are named herein;
2, He has carefully examined and fully understands the contract documents, including the
drawings and specifications;
3. He understands that information relative to existing structures and underground utilities as
furnished to him on the drawings, Contract Documents or by the - Augusta-Richmond
County Utilities Engineer/Director, carries no guarantee expressed or implied as to its
completeness or accuracy and he has made due allowances therefore;
4. He has made a personal examination of the site of the proposed work and has satisfied
himself as to the actual conditions and requirements of the work;
5. He agrees to hold the Owner harmless for accidents or damages to property;
6. He will comply with all State and Federal regulations pertaining to but not limited to
asbestos containing material removal and disposal, regulations regarding disposal of all
debris and OSHA requirements;
7. He will complete the work in a timely manner. The required time of completion is indicated
in the Bid Proposal Form;
8. He will maintain the site as clean as possible by not allowing debris to accumulate before
making trips to his disposal site. Materials sold for salvage shall not be accumulated on
the project site;
9. He will not burn any materials on site without written approval from proper authorities;
and hereby proposes and agrees to furnish all materials,-Iabor, skill, equipment, tools, and other
things of every kind and description specified, needed or used for the complete execution of all
work covered by and-in conformity with the Plans, specifications, and other Contract Documents
prepared by Stevenson & Palmer Enaineerina. Inc. and all Amendments and Addenda thereto, for
the sums hereinafter stated. -
BID PROPOSAL
00120-1
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
DATE:
October 25. 2006
Gentlemen:
In compliance with your invitation for bids, the undersigned hereby proposes to furnish all
labor, equipment and materials, and perform all work for the project referred to herein as:
INDUSTRIAL (CN) WASTEWATER FORCE MAIN
In strict accordance with the Contract Documents and in consideration of the amounts shown on
the bid schedule attached hereto and totaling:
Two million one hundred eiQht-one thousand four hundred fifty-three
and
00
/100 dollars ( $2.181.453.00 ).
The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10
days of receipt of such notice execute a formal contract agreement with the Owner, and that he
will provide the bond or guarantees required by the contract documents.
The undersigned hereby agrees that, if awarded the contract, he will commence the work
within Ten (10) calendar days after the date of written notice to proceed, and that he will complete
the work within one-hundred eighty (180) calendar days after the date of such notice.
The undersigned acknowledges receipt of the following addenda:
Addendum No.
One
Two
Addendum Date
Oct 3
Oct 16
Enclosed is a bid guarantee consisting of
amount of
in the
10%
Respectfully Submitted,
Firm
Address
BY:
TITLE:
BID PROPOSAL
00120-2
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
. SCHEDULE OF UNIT PRICES:
SANITARY SEWER
S-1J 12" diameter PVC sanitary sewer force main C900, Class 3600 103,50000
200, Depth 0' to 6', including Type II (1/2"-3/4" stone) bedding 2,875 LF
material
S-18 Select backfill, GA DOT Type I, Class I & II (Sand/Clay) - 5,500 CY 2000 110,00000
Measuredbin-Iace volume.
S-19 Miscellaneous pipe fittings . .
3 EACH 50000 1 ,50000
...
S-31 Cut and plug existing 10" sanitary sewer LS 2,00~ 2,00000
1
S-34 AC Water Main Crossing 2,80000 2,80000
1 EA
S-37A 18" diameter DIPS HDPE sanitary sewer force main DR 17, 5000 966 65000
Depth 0' to 6', including Type II (1/2"-3/4" stone) bedding 19,333 LF ,
material
. S-37B 18" diameter DIPS HDPE sanitary sewer force main DR 17, 9,72000
Depth 10' to 12', including Type II (1/2"-3/4" stone) bedding 180 LF 5400
material
S-38 Remove and Replace 24" CMP 3300 72600
22 LF
S-39 Directional Drill 18" diameter HDPE sanitary sewer force 1,010 LF 20000 202,00000
main DR 11
S-40 Work in Detail 1 (Connecting 12" PVC to existing 10" steel 50,00~
line) including 10" x 12" tee, 10" plug valve, 12" plug valve 1 LS 50,00~
and sleeve
S-41 Cut existing 12" line and install 12" PVC plug valve including 1 LS 20,00000 20,00000
sleeve
S-42 Work in Detail 2 (Connecting existing 12" and 8" lines to the
force main) including 3 - 12" plug valves, 12" 900 bend, 12" x
12" tee, 12" x 8" tee, 18" x 12" reducer, PVC to HDPE 1 LS 85,00000 85,00000
transition fitting, 8" PVC C900, Class. 200 pipe, 18" PVC
C905, Class 235 pipe and excavation of abandoned portion
of existin 12" line
S-43 Install 18" plug valve and plug at the end of the line as shown 1 LS 45,OO~ 45,00000
in fans
S-44 Base reinforcement fabric 300 3,30~
1100 SY
S-45 Install 3" combination air valve as shown in detail including 12 EA 20,00~ 240,00~
HDPE tee and f1an e ada ter
BID PROPOSAL 00120-3
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
.
PAVEMENT STRUCTURES
P-3 Asphalt Pavement Leveling 10 Tons 7000 70000
P-10 Remove and replace commercial asphalt driveways 321 SY 6.,m 21,507QQ
P-11 Dirt driveway replacement (Crush & Run) 1570 SY 600 9,42000
MISCELLANEOUS
M-1 Flowable fill 100 CY 11000 11,00000
M-3 Foundation backfill, GA DOT Type II, for additional 740 CY 2700 19,98000
unclassified excavation
M-4 Clearing and Grubbing 6 ACRE 8,00~ 48,00000
M-6 Concrete 100 CY 11000 11,00000
. M-7 Silt fence, Type "C" 13,000 LF 21Q 27,30000
M-8 Rip-Rap 50 SY 2500 1 ,25000
LUMP SUM
LS-1 Lump sum construction (includes but is not limited to the 1 LS 184,10000 184,10000
Iistin continued below
LS-2 Install sewer 10 tape and flex posts 1 LS 5,000QQ 5,00000
~ .';"';
.
BID PROPOSAL
00120-4
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
Lump Sum Construction
· Mobilization, Demobilization
. Bonds, Insurance
. Gabion Retaining Walls
. 'Remove and reset fences, All types
. Remove and reset gates, All types
. Remove and reset storm sewer, Lengths & sizes vary
. Remove and reconnect water services, complete
. Reconnect sanitary sewer services
. Remove and reset signs, Type varies
. Remove and reset water sprinkler systems, complete
. Remove and reset water valve, size varies
. . Remove and reset yard lamps, Type varies
. Remove and reset mailboxes, Type varies
.
. Erosion and sediment control (grassing, construction exits, rip-rap, mise, erosion control structures)
. Silt fence, Type "A"
. Silt fence, Type "B"
. Traffic control
. Miscellaneous grading
. Permanent Grassing
. Raise manholes and valves boxes to grade
NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO
THE TECHNICAL SPECIFICATIONS.
BID PROPOSAL
00120-5
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
.
SECTION 00125 - FORM OF BID BOND
KNOW ALL MEN BY THESE PRESENTS that we, the undersigned,
, as Principal, and , as Surety, are held
firmly bound unto Augusta-Richmond County Commission, as Owner, in the penal sum of:
DOLLARS ($ ), for the payment of
which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs,
executors, administrators, successors and assigns.
Signed, this
day of
,20_,
The condition of this obligation is such that whereas the Principal has submitted to Augusta-
Richmond County Commission, a certain Bid, attached hereto and hereby made a part hereof
to enter into a eontract in writing for the construction of
NOW, THEREFOR,
(a) If said Bid shall be rejected, or in the alternate,
(b)
If said Bid shall be accepted and the Principal shall execute and deliver a contract in the
Form of Contract attached hereto (properly completed in accordance with said Bid) and
shall furnish a bond for his faithful performance of said contract, and for the payment of
all persons performing labor or furnishing materials in connection therewith, and shall in
all other respects perform the agreement created by the acceptance of said Bid, then
this obligation shall be void, otherwise the same shall remain in force and effect; it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this obligation herein stated.
.
The Surety, for value received, hereby stipulates and agrees that the obligations of said surety
and its Bond shall be in no way impaired or affected by any extension of time within which the
Owner may accept such Bid; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set these hands and
seals, and such of them as are corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper offieers, the day and year first set forth
above.
L.S.
(Principal)
(Surety)
(Attorney in Fact)
SEAL
.
FORM OF BID BOND
00125-1
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
.
SECTION 00130 - NOTICE OF AWARD
TO:
PROJECT DESCRIPTION: INDUSTRIAL (CN) WASTEWATER FORCE MAIN
AUGUSTA-RICHMOND COUNTY, GEORGIA
The Owner has considered the Bid submitted by you for the above described WORK in response
to its Advertisement for Bids dated , 20_ and Information for Bidders.
You are hereby notified that you BID has been accepted for items in the amount of
$
You have agreed in your Proposal to execute the Agreement and furnish the required Contractor's
Performance and Payment Bond within ten (10) ealendardays from the date of this Notice to you.
It you fail tom exeeute said Agreement and furnish said Bonds within ten (10) days from the date
of this Notiee, said OWNER will be entitled to eonsider all your rights arising out of the OWNER'S
acceptance of your Bid as abandoned and as forfeiture of your Bid Bond. The Owner will be
entitled to sueh other rights as may be granted by law.
.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the Owner.
Dated this
day of
,20_.
BY:
Title:
Acceptance of Notice
Reeeipt of the above Notice of Acceptance of the Bid Proposal is hereby aeknowledged on this
day of , 20_.
BY:
Title
.
NOTICE OF AWARD
00130-1
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
.
WITNESSETH: that the Contractor and the Owner, for the considerations hereinafter named,
agree as follows: .
ARTICLE I - SCOPE OF WORK:
The Contraetor hereby agrees to furnish all of the materials and all of the equipment and labor
necessary, and to perform all of the work shown on the plans and described in the specifications
for the project entitled:
Industrial (CN) Wastewater Force Main
Augusta-Richmond County, Georgia.
and in aceordance with the requirements and provisions of the Contraet Documents as defined
in the General and Special Conditions hereto attaehed, which are hereby made a part of this
agreement.
. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES:
The work to be performed under this Contract shall be commenced within 10 calendar days after
the date of written notice by the Owner or the Contractor to proeeed. All work shall be
completed within 240 calendar days with all sueh 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 eompletion of the work to be done
hereunder are ESSENTIAL CONDITIONS of this eontract. Contractor agrees that said work
shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will
ensure full eompletion thereof within the time specified. It is expressly understood and agreed
by and between the Contractor and the Owner, that the time for completion of the work
described herein is a reasonable time for completion of the same, taking into consideration the
average climatic range and construetion conditions prevailing in this loeality.
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 eontraet, to pay the Owner the sum of Five Hundred
($500.00) Dollars, not as a penalty, but as liquidated damages for such breach of contract as
hereinafter set forth, for each and every ealendar day that the Contractor shall be in default after
the time stipulated in the Contract for eompleting the work.
.
"""
AGREEMENT
00135-1
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 50230
.
The said amount is fixed and agreed upon by and between the Contractor and the Owner
because of the impracticability and extreme difficulty of fixing and ascertaining the actual
damages the Owner would, in such event, sustain, and said amounts shall be retained from time
to time by the Owner from current periodical estimates.
It is further agreed that time is of the essence of each and every portion of this Contract and the
specifications wherein a definite portion and certain length of time is fixed for the additional time
is allowed for the completion of any work, the new time limit fixed by extension shall be the
essence of this contraet.
ARTICLE 11I- PAYMENT:
(A) The Contract Sum
The Owner shall pay to the contraetor for the' performance of the Contract the amount as
stated in the Proposal and Schedule of Items. No variations shall be made in the amount
exeept as set forth in the speeifieations attached hereto.
(B) Progress Payment
.
On no later than the fifth day of every month, the Contractor shall submit to the Owner's
Engineer an estimate covering the percentage of the total amount of the Contract which has
been completed from the start of the job up to and including the last working day of the
preeeding month, together with such supporting evidence as may( be required by the Owner
and/or the Engineer.. This estimate shall include only the quantities in place and at the unit
prices as set forth in the Bid Schedule.
On the vendor run following approval of the invoice for payment, the Owner shall after
deducting previous payments made, pay to the Contraetor 90% of the amount of the
estimate on units accepted in plaee. The 10% retained percentage may be held by the
Owner until the final eompletion and aceeptance of all work under the Contract.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT:
(A) Upon receipt of written notice that the work is ready for final inspection aceeptanee, the
Engineer shall within 10 days made sueh inspeetion, and when he finds the work acceptable
under the Contract and the Contraet fully performed, he will promptly issue a final certifieate,
over his own signature, stating that the work required by this Contract has been complet~d
and is accepted by him under the terms and eonditions 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 certifieate.
.
(B) Before final payment is due, the Contractor shall submit evidence satisfactory to the
Engineer that all payrolls, material bills, and other indebtedness connected with work have
been paid, except that in case of disputed indebtedness of liens of evidence of payment of
all such disputed amounts when adjudicated in cases where such payment has not already
been guaranteed by surety bond.
AGREEMENT
00135-2
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
(C) The making and aceeptance of the final payment shall constitute a waiver of all claims by
the Owner, other than those arising from unsettled liens, from faulty work appearing within
12 months after final payment, from requirements of the specifications, or. from
manufacturer's guarantees. It shall also constitute a waiver of all claims by the Contractor
except those previously made and still unsettled.
(D) If after the work has been substantially completed, full completion thereof is materially
delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall
upon certification of the Engineer, and without terminating the Contract, make payment of
."'the balance due for that portion of the work fully completed and aceepted.
Each payment shall be made under the terms and conditions governing final payment, except
that it shall not eonstitute a waiver of claims.
,
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
eounterparts, each of which shall be deemed an original, in the year and day first mentioned
above.
AUGUST GEORGIA . ..
(J fl. By: J.(J
p~ As its Mayor
(SEAL)
CI
(SEAL)
ATTEST:
~ /~ Stephen M. McCandless
_~~~~ Corp. Seoretary
se{j;n.:1A~
W~
AGREEMENT
-:.
~y~'
~
--'
{iARNEY COMPANIES. INO.
CONTRACTOR:
BY:~ -
As its AEL H. HEITMANN
VICE. PRt:~IUt:.N I
Address:
GARNEY COMPANIES, INC.
1 JJJ ~L W. V1'.'IQ~1 RO Ii n
KANSAS CITY. MISSOURI 641 Hf
00135-3
S&P Project No. G124-01.05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Western Bond No: 5864-2329
Liberty Bond No: 674-010013
.
SECTION 00140 - PERFORMANCE BOND
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE
OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That Garney Companies, Inc. , as Principal, hereinafter called
Contractor, and see ATTACHMENT 1 , a corporation organized
an existing under the laws of the State of Attachment 1 , with its principal office inn the
City of Attachment 1 l. State of Attachment 1 , as Surety, hereinafter called
Surety, are held and firmly bound unto Augusta-Richmond County Commission, as
Obligee hereinafter ealled Owner in the Renal amount Two Million One Hundred Eighty One
Ttwurfgffbtour Hundred Fifty ThreeDolla~s ($ 2,181,4-53.00 ) for the payment whereof
Contractor and Surety bind themselves, their heirs, exeeutors, administrators, suecessors
and assigns, jointly and severally, firmly by these presents for the faithful performaneeof
a certain written agreement.
WHEREAS, Contraetor has by said written agreement dated
a contract with the Owner for Industrial (CN) Wastewater Force Main
entered into
, in
.
accordanee with the drawings and specifieationsissued by Stevenson & Palmer
Engineering, Ine., whichcontraet is by referenee made a part hereof, and is hereinafter
referred to as the Contract.
NOW, THEREFORE, the eondition of this obligation is sueh that if theContraetor shall
promptly faithfully perform the Contraet, then this obligation shall be null and void;
otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
Whenever the Contractor shall be, and declared by the Owner to be in default under the
Contraet, the Owner having performed the Owner's obligations thereunder, the Surety
may promptly remedy the default, or shall promptly:
1. Complete the Contraet in accordance with the terms and conditions, or
2. Obtain a bid or bids for completing the Contract in aceordance with the terms and
conditions, and upon determination by Surety of the lowest responsible bidder, or, if
the Owner eleets, upon determination by the Owner and Surety jointly of the lowest
responsible bidder, arrange for a eontraet between sueh bidder and Owner, and
make available as Work progresses (even though there should be a default or a
succession of defaults under the Contraet or eontraets of completion arranged
under this paragraph) sufficient funds to pay the eost of completion less the balance
. of the eontraet price; but not exceeding, including other eosts and damages for
PERFORMANCE BOND
00140-1
.
ATTACHMENT 1
eONTRAeTOR: Gamey eompanies, Inc.
OWNER: Augusta-Richmond eountyeommission, Georgia
PROJEeT: Industrial (eN) Wastewater Force Main, Project No. 50230
eONTRAeT PRIeE: Two Million One Hundred Eighty One Thousand Four Hundred
Fifty Three and no/lOO, ($2,181,453.00) ,
Western Surety eompany
a South Dakota eorporation
PO Box 5077
Sioux Falls, SD 57117-5077
800/331-6053,
as eo-Surety
Bond No: 58642329
and
.
Liberty Mutual Insurance eompany
a Massachusetts eorporation
450 Plymouth Road, Suite 400
Plymouth Meeting, P A 19462
610/832-8240,
as eo-Surety
Bond No: 674010013
.
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
which the Surety may be liable hereunder, the amount set forth in the first
paragraph hereof. The term "balance of the eontract priee" as used in this
paragraph, shall mean the total amount payable by Owner to Contractor under the
Contract and any amendments thereto, less the amount properly paid by the Owner
to the Contraetor.
Any suit under this bond must be instituted before the expiration of two (2) years from the
date on which the final payment under the Contract falls due.
No right of action shall aecrue on this bond to or for the use of any persons or corporation
other than the Owner named herein or the heirs, exeeutors, administrators or suceessors
of the Owner.
Signed and sealed this
w~ness~~~
Attest ~/h.. m~
Stephen M. MoCandleae
Corp. Secretary..
Witness see A TT ACHMENT 2
day of
29~..--
;..
Garney Companies, Inc.
Contractor _
~t1. ~ln~l)
(Title) . VICE PRESIDENT
see A TT ACHMENT 2 (Seal)
Surety
see A TT ACHMENT 2
(Seal)
see A TT ACHMENT 2
Witness
(Seal)
(Title)
Note: Date of Bond must be prior to date of Contract. If Contraetor is partnership, all
partners should exeeute bond.
PERFORMANCE BOND
00140-2
.
.
.
-J'
A TT ACHMENT 2 - CO-SURETY SIGNATURE PAGE
eONTRAeTOR: Gamey eompanies, Inc.
OWNER: Augusta-Richmond eounty eommission, Georgia
PROJEeT: Industrial (eN) Wastewater Force Main, Project 50230
eONTRAeT PRIeE: Two Million One Hundred Eighty One Thousand Four Hundred Fifty
Three and nollOO ($2,181,453.00)
Bond No: 58642329
Western Surety eompany
PO Box 5077
Sioux Falls, SD 57117-5077
co-surety
Witness:
~d.AA
Barbara A. Miller, Witness
brtwk ~ ~ hvAI-
~JmD., dcf:.~c
Brenda L. Linze, Witness
by:
Linda L. Nutt, Attorney-in-Fact
Bond No: 674010013
Liberty Mutual Insurance eompany
450 Plymouth Road, Suite 400
Plymouth Meeting, P A 19462
co-surety
~tl.~
Barbara A. Miller, Witness
by::- -eX ~ Xv ~ tJjf
Linda L. ~utt, Attorney-in-Fact
l2xP/fUCu rJtd:~
Brenda L. Linze, Witness
e/o Thomas McGee, L.e.
PO Box 419013
Kansas eityMO 64141-6013
Phone: 816/842-4800
Fax: 816/842-5516
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities ProjectNo, 50230 ./
Western Bond No: 58642329
Liberty Bond No: 674010013
.
SECTION 00145 - LABOR AND MATERIAL PAYMENT BOND
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE
OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That Garney Companies, Inc. , as Principal, hereinafter called
Contractor and see A 1'1' ACHMENT 1 , a corporation organized and
existing under the laws of the State of Attachment 1 ,with its principal offiee in the City
of Attachment J , State of Attachment 1 , as Surety, hereinafter called
Surety, are held and firmly bound unto Augusta-Richmond County Commission, as
Obligee, hereinafter called the Owner, for the use and benefit of claimants as herein
below defined in the amount of Two Million One Hundred Eighty One ** Dollars
($ 2,181,45 '3.00----- ) for the payment whereof Contraetor and Surety bind themselves,
their heirs, exeeutors, administrators, suceessors, and assigns, jointly and severally, firmly
by these presents. **Thousand Four Hundred Fifty Three and nollOO Dolars
.
WHEREAS, the Contraetor has by written agreement dated entered into a
eontraet with Owner for construction of Industrial (CN) Wastewater Foree Main
.. in
aeeordance with drawings and specifications issued by Stevenson & Palmer Engineering,
Ine., which contraet is by reference made a part hereof, and is hereinafter referred to as
the Contraet.
NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall
promptly make payment to all claimants as hereinafter defined, for all labor and materials
used or as reasonably required to use in the performance of the Contract, then this
obligation shall be null and void; otherwise it shall remain in full foree and effect; subject,
however, to the following conditions:
1. A claimant is defined as one having a direet contract with the Contractor or with a
subeontraetor for labor, material, or both, used or reasonably required for use in the
performance of the Contract, labor and material being eonstrued as to include that
part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of
equipment directly applieable to the Contraet..
.
2. The above named Contractor and Surety hereby jointly and severally agree with the
Owner that every claimant as herein defined, who has not been paid in full before
the expiration of a period of ninety days after the day on which the last of such
claimant's work or labor was done or performed, or materials was furnished by sueh
claimant, may sue on this bond for the use of sueh claimant, prosecute the suit to
final judgment for such sum or sums as may be justly due claimant, and have
execution thereon. The Owner shall not be liable for the payment of any costs or
expenses of any such suit.
LABOR AND MATERIAL PAYMENT BOND
00145-1
.
ATTACHMENT 1
CONTRAeTOR: Gamey eompanies, Inc.
OWNER: Augusta-Richmond eounty eommission, Georgia
PROJEeT: Industrial (eN) Wastewater Force Main, Project No. 50230
eONTRAeT PRleE: Two Million One Hundred Eighty One Thousand Four Hundred
Fifty Three and no/l 00, ($2,181,453.00)
Western Surety eompany
a South Dakota eorporation
PO Box 5077
Sioux Falls, SD 57117-5077
800/331-6053,
as eo-Surety
Bond No: 58642329
and
.
Liberty Mutual Insurance eompany
a Massachusetts eorporation
450 Plymouth Road, Suite 400
Plymouth Meeting, P A 19462
610/832-8240,
as eo-Surety
Bond No: 674010013
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
3. No suit or action shall be eommenced hereunder by any claimant,
(a) Unless claimant, other than one having direct contact with the Contraetor,
shall have given written notice to any two of the following: The Contractor, the
Owner, or the Surety above named, within ninety (90) days after such claimant
did or performed the last of the work or labor, or furnished the last of the
materials for whieh said claim is made, stating with substantial accuracy the
amount claimed and the name of the party to whom the materials were
furnished, or for whom the work or labor was done or performed. Sueh 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 offieer.
.
(b) After the expiration of one (1) year following the date on which Contractor
eeased work on said Contract, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law eontrolling the .
eonstruction hereof, such limitation shall be deemed to be amended so as to
be equal to the minimum period of limitation permitted by such law.
(e) Other than in a state court of competent jurisdiction in and for t~e county or
other politieal subdivision of the state in whieh the projeet, or any part thereof,
is situated, or in the United States District Court for the distric(in vy,hich the
project, or any part thereof, is situated, and not elsewhere.
4. The amount of this bond shall be redueed by and to the extent of any payment or
payments made in good faith hereunder, inclusive of the payment by Surety of
mechanic's liens whieh may be filed of record against said improvement, whether or
not claim for the amount of sueh lien be presented under and against this bond.
Signed and sealed this
Wttness ~~
stephen M. McCandless
Attest -J'../?1 .h;~ Corp. Secretary
day of
20 .
Garney Companies. Inc.
Contraetor "..-;;--
(Seal)
Witness see A TT ACHMENT 2
(Title) MIl,;HAt:L H. Hell ~~eNa~
VICE PRESIDENT
see A TT ACHMENT 2
Surety
(Seal)
Witness see A TT ACHMENT 2
see A TT ACHMENT 2
(Title)
(Seal)
.
LABOR AND MATERIAL PAYMENT BOND
00145-2
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Note: Date of Bond must be prior to date of Contraet. If Contractor is partnership, all
partners should execute bond.
LABOR AND MATERIAL PAYMENT BOND
00145-3
.
.
.
ATTACHMENT 2 - CO-SURETY SIGNATURE PAGE
eONTRAeTOR: Gamey eompanies, Inc.
OWNER: Augusta-Richmond eounty eommission, Georgia
PROJEeT: Industrial (eN) Wastewater Force Main, Project 50230
eONTRAeT PRIeE: Two Million One Hundred Eighty One Thousand Four Hundred Fifty
Three and nollOO ($2,181,453.00)
Bond No: 58642329
Western Surety eompany
PO Box 5077
Sioux Falls. SD 57117-5077
co-surety
-AfJlAj", I ~" JIl,. II.
by: U) VV'lLtV V ~ ~
Linda L. Nutt, Attorney-in-Fact
Bond No: 674010013
Liberty Mutual Insurance eompany
450 Plymouth Road, Suite 400
Plymouth Meeting. P A 19462
co-surety
. by: (j!?~ <f.,./,ittff
LindaL. Nutt, Attorney-in-Fact
e/o Thomas McGee, L.e.
PO Box 419013
Kansas City MO 64141-6013
Phone: 816/842-4800
Fax: 816/842-5516
Witness:
~ t2.~
Barbara A. Miller, Witness
~{ dctr0f
Brenda L. Linze, Wi.tness
~tJ.~
Barbara A. Miller, Witness
~ (kt~
Brenda L. Linze, Witness
.
.
.
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principalofficeiil the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Barbara A Miller, Brenda L Linze, J Douglas Joyce, Eric Van Buskirk, Linda L Nutt,
Lawrence S Kaminsky, MichaelT Kelly, Eugene A Klein, Thomas PLatz, Thomas M English,
Michael Lee Swift, Individually
of Kansas City, MO, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf.
bonds. undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts-
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are- hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 19th day of October, 2006.
WESTERN SURETY COMPANY
-;0ifd
. Paul . Bruflat, Semor VIce PreSident
State of South Dakota
County of Minnehaha
} ss
On this 19th day of October, 2006, before me personally came Paul T. Bruflal, to me known, who, being by me duly sworn, did depose and say: that
he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and
. which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
My commission expires
....................................................... +
~ D. KRELL ~
r r
$~NOTAAY PUBLIC~$
r SOUTH DAJ(OTA~r
r r
+................................................ +
~
~P"b1k
November 30, 2012
CERTIFICATE
1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this day of
WESTERN SURETY COMPANY
cr ~"~S~K<"
Fonn F4280-09-06
.
.
.
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 00150 - CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned , the authorized and acting legal
representative of Augusta-Richmond County Commission do hereby certify as follows:
I have examined the 'attached Contract(s) and Surety bonds and the manner of execution
thereof, and I am of the opinion that each of the aforesaid agreements has been duly
executed by the proper parties thereto acting through their duly authorized
representatives; that said representatives have full power and authority to execute said
agreements on behalf of the respective parties named thereon; and that the foregoing
agreements eonstitute valid and legally binding obligations upon the parties executing the
same in accordance with the terms, conditions and provisions thereof.
(Signature)
Date:
CERTIFICATE OF OWNER'S ATTORNEY
00150-1
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
SECTION 00155 - NOTICE TO PROCEED
TO:
Date:
Project: Industrial (CN) Wastewater Force Main
Augusta-Richmond County, Georgia
You are hereby notified to commence work in accordance with the Agreement dated
, 20_, within ten (10) calendar days following this date, the date first
written above, and you are to complete the work within Two Hundred Forty (240)
conseeutive ealendar days after the date of this notiee. The date set for completion of all
work is therefor ,20_.
By:
Title:
Acceptance of Notice
. Receipt of the above Notice to Proeeed
is hereby acknowledged and the same is
hereby aceepted on this day
of , 20_.
By:
Title:
.
NOTICE TO PROCEED
00155-1
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No, 502,30,"
SECTION 00160 - AFFIDAVIT OF PAYMENT OF CLAIMS
(CONTRACTOR) THIS DAY
appeared before me, , a Notary Public, in and for
, and being by me first duly sworn states that all subcontractors and
suppliers of labor and materials have been paid all sums due them to date for work
performed or material furnished in the performanee of the contract between:
(OWNER)
(CONTRACTOR), dated
and
, 20_, for the construction of
CONTRACTOR
BY:
TITLE:
DATE:
SEAL OF CONTRACTOR
(If a Corporation)
Subscribed and sworn to before
_ day of , 20_.
My commission expires on the _ day of
,20_.
NOTARY PUBLIC
(NOTARY SEAL)
AFFIDAVIT OF PAYMENT OF CLAIMS
00160-1
.
.
.
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 00170 - CERTIFICATE OF INSURANCE
This is to certify that
of
(Insurance Company)
has issued policies of insurance, as identified
(Insurance Co. Address)
by a policy number to the insured name below, and that such policies are in full force and
effect at this time. Furthermore, this is to eertify that these polieies meet the requirements
described in the Special Conditions of this contract; and its agreed that none of these
policies will be canceled or changed so as to affect this Certificate until ten (10) days after
written notiee of such eaneellation or change has been delivered to
(Client & Client Address)
1. INSURED
2. ADDRESS
3. PROJECT NAME:
4. PROJECT NUMBER:
5. POLICY NUMBER(S):
(CONTRACTOR)
DATE:
INSURANCE COMPANY
. ISSUED AT:
AUTHORIZED REPRESENTATIVE
ADDRESS
CERTIFICATE OF INSURANCE
00170-1
.
.
.
S&P Project No, G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
NOTE: Please attach Certifieate of Insurance form to this page.
CERTIFICATE OF INSURANCE
00170-2
.
.
.
Revision Date
August 2001
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms have the
meanings indicated, which are applicable to both the singular and plural thereof:
Addenda- Any changes, revisions or clarifications of the Contract Documents which have been duly issued by
OWNER to prospective Bidders prior to the time of opening of Bids,
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement and made a part thereof as provided therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in
requesting progress or final payments and which is to include such supporting documentation as is required by
the Contract Documents.
'Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work
to be performed,
Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR
and its Surety in accordance with the Contract Documents.
Change Order- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and
OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price
or the Contract Time, issued on or after the Effective Date of the Agreement.
Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's
Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the
Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the
Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically
identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after
execution of Contract together with all amendments, modifications and supplements issued pursuant to
paragraphs 3,3 and 3,5 or after the Effective Date of the Agreement.
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated
in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work),
Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the
Agreement for the completion of the Work.
CONTRACTOR- The person, firm or corporation with whom OWNER has entered into the Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the
Augusta-Richmond County Commission, and its authorized designees, agents, or employees.
Day- Either a working day or calendar day as specified in the bid documents. If a calendar day should fall on a
legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther
King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday,
and Christmas Day,
Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or
GC-1
Page 1 of 52
Revision Date
August 2001
.
deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection,
reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to
PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion (in accordance with paragraph 14:8 or 14.10),
Drawings-The drawings which show the character and scope of the Work to be performed and which have
been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents.
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no
such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia,
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which
does not involve a change in the Contract Price or the Contract Time,
General Requirements- Sections of Division I of the Specifications,
Laws or Regulations- Laws, rules, regulations, ordinances, codes and/or orders.
Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL)
fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to
perform CONTRACTOR'S obligations under the Contract Documents.
. OWNER- Augusta. Georgia and the Augusta-Richmond County Commission.
Partial Utilization- Placing a portion of the Work in service for the purpose for which it is intended (or for a
related purpose) before reaching Substantial Completion for all the Work.
PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to
perform the design and/or resident engineer services for the Work,
PROGRAM MANAGER -The professional firm or individual designated as the representative or the OWNER
who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is
part of an OWNER designated program.
Project-The total construction of which the Work to be provided under the Contract Documents may be the
whole, or a part, as indicated elsewhere in the Contract Documents,
Project Area-The area within which are the specified Contract Um its of the im provements contem plated to be
constructed in whole or in part under this Contract.
Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his
successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having
in charge the work embraced in this Contract.
Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM
MANAGER who is assigned to the site or any part thereof.
.
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared
GC-2
Page 2 of 52
.
.
.
Revision Date
August 2001
by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard
schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and
submitted byCONTRACTOR to illustrate material or equipment for some portion of the Work.
Specifications-Those portions of the Contract Documents consisting'bf written technical descriptions of
materials, equipment, construction systems, standards and workmanship as applied to the Work and certain
administrative details applicable thereto,
Subcontractor- An individual, firm or corporation having a direct contract with CONTRACTOR or with any other
SUBCONTRACTOR for the performance of a part of the Work at the site.
Substantial Completion-The Work (or a specified part thereof) has progresse9_ to the point where, in the
opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or
specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued,
when final payment is due in accordance with paragraph 14.13, The terms "substantially complete" and
"substantially completed" as applied to any Work refer to Substantial Completion thereof.
Supplementary Conditions- The part of the Contract Documents which amends or supplements these
General Conditions,
Supplier- A manufacturer, fabricator, supplier, distributor, materialman or vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other
such facilities or attachments, and any encasement containing such facilities which have been installed
underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable television, sewage and drainage removal, traffic or other
control systems, or water. .
Unit Price Work- Work to be paid for on the basis of unit prices,
Work-The entire completed construction or the various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work is the result of performing services, furnishing labor and
furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as
required by the Contract Documents, -
Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the
Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or
revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to
be performed as provided in paragraph 4,2 or 4.3 or to emergencies under paragraph 6,22, A Work Change
Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that
the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract
Time as provided in Article 10,
Written Amendment-A written amendment of the Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-engineering
or non-technical rather than strictly Work-related aspects of the Contract Documents.
GC-3
Page 3 of 52
.
.
.
Revision Date
"August 2001
ARTICLE 2.PRELlMINARY MATTERS
Delivery of Bonds:
2.1 . When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also
deliverto OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these
Contract Documents.
Copies of Documents:
2,2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1)
complete set of the Contract Documents for execution of the work. Additional sets of the project manual and
drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY
upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges
for printing and reproduction.
Commencement of Contract Time, Notice to Proceed:
2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed
may be given at any time after the Effective Date of the Contract.
Starting the Project:
2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall
be done prior to the date on which the Contract Time commences, Any Work performed by CONTRACTOR
prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR.
Before Starting Construction:
2,5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error,
ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or
clarification from PROFESSIONAL before proceeding with any Work affected thereby, CONTRACTOR shall
be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy. in the Contract
Documents, if CONTRACTOR knew or reasonably should have known thereof.
2.6, Within ten days after the Effective Date of the Agreement (unless otherwise specified in the
General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review:
2.6.1, an estimated progress schedule indicating the starting and completion dates of the various
stages of the Work:
2,6,2, a preliminary schedule of Shop Drawing and Sample submissions, and
2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of
items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to
serve as the basis for progress payments during construction, Such prices will include an appropriate amount
of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at
the time of. submission.
GC-4
Page 4 of 52
.
.
.
Revision Date
August 2001
2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to
each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each
insurance policy (and other evidence of insurance which OWNER may'reasonably request) which
CONTRACTOR is required to purchase and maintain in accordance with Article 5.
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER,
PROFESSIONAL and others as appropriatey,rill be. held to establish a working. understanding among the
parties as to the Work and to discuss the schedules referred to in 2,6 as well as procedures for handling
Shop Drawings and other submittals, processing applications for payment and maintaining required records,
Finalizing Schedules:
2,9. At least ten days before submission of the first Application for Payment, a conference attended by
CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the
schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10)
calendar days to make corrections and adjustments and to complete and resubmit the schedules, No
progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to
OWNER and PROFESSIONAL as provided below, The finalized progress schedule will be acceptable to
OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any
specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL
responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve
CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and
Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for
reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by
PROFESSIONAL as to form and substance.
CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for
maintaining the schedule, including updating schedule, Schedule updates shall include progression of work
as compared to scheduled progress on work, Schedule updates shall accompany each pay request.
GC-5
Page 5 of 52
.
.
.
Rev1lliionr:':Date
AUgust 2001
ARTICLE 3-CONTRACT DOCUMENTS; INTENT,
AMENDING, REUSE
Intent:
3.1, The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR
,concerning the Work, The Contract Documents are complementary: what is called for by one is as binding as
if called for by all. The Contract Documents will be construed in accordance with the law of,the State of
Georgia. .
3.2. It is the intent of t~~S::ontract Documents to describe a functionally complete Project (or part .
thereof).to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that
may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being
required to produce the intended result will be supplied whether or not specifically called for. When words or
phrases which have a well-known technical or construction industry or trade meaning are used to describe
Work, materials or equipment, such words shall be interpreted in accord~[1ce with that meaning.
3.3, Except as otherwise specifically stated in the Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3,7, the provisions of the
Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between
the provisions of the Contract Documents and the provisions of any such standard, specification, manual,
code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the
provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an
interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation),
Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided
in paragraph 9.4.
3.4, Reference to standards, specifications, manuals or codes of any technical society, organization or
association, or to the Laws or Regulations of any governmental authority, whether such reference be specific
or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect
at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may
be otherwise specifically stated in the Contract Documents.
3,5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or
discrepancy within the Contract Documents or between the Contract Documents and any provision of any
such Law or Regulation applicable to the performance of the Work or of any such standard, specification,
manual or code or of any instruction of any Supplier referred to in 6,7, CONTRACTOR shall so report to
PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a
written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to
OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract
Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof,
Amending and Supplementing Contract Documents:
3.6, The Contract Documents may be amended to provide for additions, deletions and revisions in the
Work or to modify the terms and conditions thereof in one or more of the following ways:
3.6.1 , a formal Written Amendment,
3,6,2. a Change Order (pursuant to paragraph 10.3), or
GC-6
Page 6 of 52
.
.
.
Revision Date
August 2001
3.6.3. a Work Change Directive (pursuant to paragraph 10.4),
As indicated in paragraphs 11,2 and 12,1, Contract Price and Contract Time may only be changed by a
Change Order or a Written Amendment.
3,7. In addition, the requirements of the Contract Documents may be supplemented, and minor
variations and deviations in the Work may be authorized in one or more of the following ways:
3,7.1, a Field Order (pursuant to paragraph 9.5).
3.7.2, PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and
6.26), or
3,7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4),
Reuse of documents:
3.8, Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization
performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire
any title to or OWNERSHIP rights in any of the Drawings, SpeCifications or other documents (or copies of any
thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall
not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the
Project or any other project without written consent of OWNER and PROFESSIONAL and specific written
verification or adaptation by PROFESSIONAL. .
GC-7
Page 7 of 52
.
.
.
Revision Date
August 2001
ARTICLE 4-AVAILABILlTY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
Availability of Lands:
4,1 . OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is
to be performed, rights-of-way and e'asements for access thereto, and such other lands which are designated
for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be
borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or
extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's
furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto
that may be required for temporary construction facilities or storage of materials and equipment.
Physical Conditions:
4.2,1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification
of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been
utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have
been utilized in preparing the Contract Documents.
4.2,2, CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such
reports and drawings, Such "technical data" is identified in the Supplementary Conditions. Except for such
reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER,
PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to:
4.2,2,1, the completeness of such reports and drawings for CONTRACTOR's purposes, including but
not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to
be employed by CONTRACTOR and safety precautions and programs incident thereto, or
4,2.2.2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings, or
4.2.2.3, any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any
such data, interpretations, opinions or information.
4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or
otherwise concealed physical conditions which differ materially from those indicated in the Contract
Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those
ordinarily found to exist and generally recognized as inherent in construction activities of the character
provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly
before conditions are disturbed and in no event later than 48 hours after first observance of the conditions.
4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they
differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for,
performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable
adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine
that the conditions at the Site are not materially different from those indicated in the Contract Documents or
are not materially different from those ordinarily found and that no change in the terms of the Contract is
justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be
GC-8
Page 8 of 52
.
.
.
0..'.
Revision Date
August 2001
performed after direction is provided by the PROFESSIONAL,
. Physical Conditions-Underground Facilities:
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the site is based on information and data
furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless
it is otherwise expressly provided in the Supplementary Conditions:
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of
any such information or data; and
4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall
have full responsibility for reviewing and checking all such information and data for locating all Underground
Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of
such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph
6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as
having been included in the Contract Price,
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not
reasonably have been expected to beaware of, CONTRACTOR shall, promptly after becoming aware thereof
and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22,
identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to
OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine
the extent to which the Contract Documents should be modified to reflect and document the consequences of
the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to
the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of
such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the
Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the
existence of any Underground Facility that was not shown or indicated in the Contract Documents and which
CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree
as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and
12.
Reference Points:
4.4, OWNER shall provide Engineering surveys to establish reference points for construction which in
PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General
Requirements), shall protect and preserve the established reference points and shall make no changes or
relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL
whenever any reference point is lost or destroyed or requires relocation because of necessary c~anges in
grades or locations, and shall be responsible for the accurate replacement or relocation of such reference
points by professionally qualified personnel.
GC-9
Page 9 of 52
.
.
.
Revision Date
August 2001
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or
Specifications or identified in the Contract Documents to be within the scope of the Work and which may
present a substantial danger to persons or property exposed thereto in connection with the Work at the site.
OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor,
Suppliers or anyone else for whom~ONTRACTOR is responsible.
4.6 CONTRACTOR shall immediately: (i) stop all work in connecti6n with such hazardous condition
and in any area affected thereby (except in an emergency as required by 6,22), and (ii) notify OWNER and
PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with
PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such
hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in
connection with such hazardous condition or in any such affected area until after OWNER has obtained any
required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such
condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any
special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot
agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times
as a result of such Work stoppage or 'such special conditions under which Work is agreed by CONTRACTOR
to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. .
I
4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such
Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous
conditions or in such affected area to be deleted from the Work, If OWNER and CONTRACTOR cannot
agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times
as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in
Articles 11 and 12. OWNER may ha~e deleted such portion of the Work performed by OWNER's own forces
or others in accordance with Article 7.
I
I
4,7.1 The provisions of 4.2 and 4,3 are not intended to apply to Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site.
I
I
GC-10
Page 10 of 52
.
.
.
Revision Date
August 2001
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1, CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal
to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations
under the Contract Documents, These Bonds shall remain in effect at least until one year after the date when
final payment becomes due, except as otherwise provided by Law or Regulation or by lpe Contract
Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary
Conditions, All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents
and be executed by such sureties as are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published
in. Circular 570 (amended) by the Audit Staff Bureau of Accounts, U,S, Treasury Department. All Bonds
signed by an agent must be accompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2,1 All bonds and insurance required by the Contract Documents to be purchased and maintained
by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required, All bonds
signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance
companies shall also meet such additional requirements and qualifications as may be provided in the
Supplementary Conditions,
5.2,2, CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in
5,3, an original or a certified copy of the complete insurance policy for each policy required, certificates of
insurance (and other evidence of insurance requested by OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain in accordance with 5.3.
5,2,3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes
insolvent or its right to do business is terminated in any state where any part of the Project is located or it
ceases to meet the requirements of paragraph 5,1, CONTRACTOR shall within five days thereafter substitute
another Bond and Surety, both of which must be acceptable to OWNER.
CONTRACTOR's Liability Insurance:
5,3, CONTRACTOR shall purchase and maintain such comprehensive general liability and other
insurance as is appropriate for the Work being performed and furnished and as will provide protection from
claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of
the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed
or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of
them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable:
5,3,1, Claims under workers' or workmen's compensation, disability benefits and other similar
employee benefit acts;
5,3.2, Claims for damages because of bodily injury, occupational sickness or disease, or death of
CONTRACTOR's employees;
GC-11
Page 11 of 52
.
.
.
Revision Date
August 2001
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other
than CONTRACTOR's employees;
0-", .
5.3.4, Claims for damages insured by personal injury liability coverage which are sustained (a) by any
person as a result of an offense directly or indirectly related to the employment of such person by
CONTRACTOR, or (b) by any other person for any other reason;
5.3.5, Claims for damages, other than to the Work itself, because of injury to or destruction of
tangible property wherever located, including loss of use resulting therefrom;
5,3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or
dea!h of any person or for damage to property; and
5.3.7, Claims for damages because of bodily injury or death of any person or property damage arising
out of the OWNERSHIP, maintenance or use of any motor vehicle.
The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less
than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law,
whichever is greater. The comprehensive general liability insurance shall include completed operations
insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or
other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be
canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to
OWNER, PROGRAM MANAGER, and PROFESSIONAL bycertified mail. All such insurance shall remain in
effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or
replacing defective Work in accordance with paragraph 13,12. In addition, CONTRACTOR shall maintain
such completed operations insurance for at least two years after final payment and furnish OWNER with
evidence of continuation of such insurance at final payment and one year thereafter.
Contractual Liability Insurance:
5.4, The comprehensive general liability insurance required by paragraph 5.3 will include contractual
liability insurance applicable to CONTRACTOR's obligations under paragraphs 6,32 and 6.33.
OWNER's Liability Insurance:
5,5, OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance,
and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will
protect OWNER against claims which may arise from operations under the Contract Documents.
Property Insurance:
5,6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and
maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such
deductible amounts as may be provided in the Supplementary Conditions or required by Laws and
Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors,
PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall
be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage
and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious
mischief, collapse and water damage, and such other perils as may be provided in the Supplementary
GC-12
Page 12 of 52
.
.
.
Revision Date
August 2001
Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss
or incurred in the repair or replacement of any insured property (including but not limited to fees and charges
of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk"
insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and
maintain similar property insurance on portions of the Work stored on and off the site or in transit when such
portions of the Work are to be included in an Application for Payment.
5,7, OWNER shall purchase and maintain such boiler and machinery insurance or additional property
insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include
the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's
consultants in the Work, all of whom shall be listed as insured or additional insured parties.
5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be
purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or
endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at
least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver
provisions in accordance with paragraph of 5,11.2.
5,9, OWNER shall not be responsible for purchasing and maintaining any property insurance to
protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible
amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will
be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes
property insurance coverage within the limits of such amounts, each may purchase and maintain it at the
purchaser's own expense. .
5.10. If CONTRACTOR requests in writing that other special insurance be included in the property
insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to
CONTRACTOR by appropriate Change Order or Written Amendment. Prior to com mencement of the Work at
the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been
procured by OWNER.
Waiver of Rights:
5.11.1, OWNER and CONTRACTOR waive all rights against each other for all losses and damages
caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and
5.7 and other property insurance applicable to the Work, and also waive all such rights against the
Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in
such policies for losses and damages so caused, As required by paragraph 6,11, each subcontract between
CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of
OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as
insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the
proceeds of insurance held by OWNERas trustee or otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5,6 and
5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by
the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event
of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named
as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms
are required of any Subcontractor, CONTRACTOR will obtain the same,
GC-13
Page 13 of 52
.
.
.
Revision Date
August 2001
Receipt and Application of Proceeds:
5,12, Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be
adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may
appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall
deposit in a separate account any money so received and shall distribute it in accordance with such
agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work
shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost
thereof covered by an appropriate Change Order or Written Amendment.
Receipt and Application of Insurance Proceeds
5,13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one
of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's
exercise of this power, If such objection be made, OWNER, as trustee, shall make settlement with the
insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any
party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper
performance of such duties.
Acceptance of Insurance:
5,14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance
required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on
the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing
thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph
2,7, If CONTRACTOR has any objection to the coverage afforded by or other provisions of the poliCies of
insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7
on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in
writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with
paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in
respect of insurance provided by each as the other may reasonably request. Failure by OWNER or
CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of
such insurance purchased by the other as complying with the Contract Documents,
Partial Utilization-Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to
Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with
paragraph 14,10 provided that no such use or occupancy shall commence before the insurers providing the
property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces-
sitated thereby, The insurers providing the property insurance shall consent by endorsement on the policy or
policies, but the property insurance shall not be canceled or lapse on account of any such partial use or
occupancy.
Indemnification
5.16.1, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its
employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and
GC-14
Page 14 of 52
.
.
.
Revision Date
August 2001
expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that
any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness,
disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom
and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone
directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or
not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder.
5.16.2, In any and all claims against OWNER or any of its agents or employees by any employee of
CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone
for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall
not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or
other employee benefit acts,
5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly
employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys'
fees) arising out of any infringement on patent or copyrights'held by others and shall defend all such claims in
connection with any alleged infringement of such rights,
GC-15
Page 15 of 52
.
.
.
Revision Date
August 2001
ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES
6,1, CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the Work in
accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract
Documents.
6.2, CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident
superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except
under extraordinary circumstances. Thesuperintendent will be CONTRACTOR's representative at the site and
shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as
binding as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3, CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout the
Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times
maintain good discipline and order at the site, Except in connection with the safety or protection of persons or
the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract
Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not
permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's
written consent given after prior written notice to PROFESSIONAL.
6.4, Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and
assume full responsibility for all materials, equipment, labor, transportation, construction equipment and
machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities
and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing,
initial operation, and completion of the Work as required by the Contract Documents.
6,5. All materials and equipment shall be of good quality and new, except as otherwise provided in
the Contract Documents, If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with
the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no
provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's
consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of
the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9,14 or
9.15.
Adjusting Progress Schedule:
6,6, CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in
paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments;
these will conform generally to the progress schedule then in effect and additionally will comply with any
provisions of the General Requirements applicable thereto.
GC-16
Page 16 of 52
.
.
.
Revision Date
August 2001
Substitutes or "Or-Equal" Items:
6,7.1, Whenever materials or equipment are specified or described in the Contract Documents by
using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to
establish the type, function and quality required, Unless the name is followed by words indicating that no
substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if
sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material
or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL
will include the following as supplemented in the General Requirements, Requests for review of substitute
items of material and equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment,
CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the
proposed substitute will perform adequately the functions and achieve the results called for by the general
design, be similar and of equal substance to that specified and be suited to the same use as that specified.
The application will state that the evaluation and acceptance of the proposed substitute will not prejudice
CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute
for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other
direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and
whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any
license fee or royalty. All variations of the proposed substitute from that specified will be identified in the
application and available maintenance, repair and replacement service will be indicated. The application will
also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such
substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of
which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may
require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed
substitute,
6,7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in
or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method,
sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits
sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that
indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar
to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the Gen-
eral Requirements.
6.7,3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed
substitute, PROFESSIONAL will be the sole judge of acceptability and no substitutewill be ordered, installed
or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change
Order or an approved Shop Drawing, OWNER may require CONTRACTOR to furnish, at CONTRACTOR's
expense, aspecial performance guarantee or other surety with respect to any substitute, PROFESSIONAL will
record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby.
Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for
the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute.
Concerning Subcontractors, Suppliers and Others:
6.8,1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6,8.2) whether initially
or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection.
CONTRACTOR shall not be required to em ploy any Subcontractor, Supplier or other person or organization to
furnish or perform any of the Work against whom CONTRACTOR has reasonable objection.
GC-17
Page 17 of 52
.
.
.
Revision Date
August 2001
6.8,2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or
other persons or organizations including those who are to furnish the principal items of materials and
equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by
OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the
Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make
written objection thereto by the date indicated for acceptance or objection in the bidding documents or the
Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be,
revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall
submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost
occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment
signed, No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person
or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work,
6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and
omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any
of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual
relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or
organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to payor to see to
the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as
may otherwise be required by Laws and Regulations,
6.10. The divisions and sections of the SpeCifications and the identifications of any Drawings shall not
control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11, All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the
applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL
and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a
just share of any insurance moneys received by CONTRACTOR on account of losses under poliCies issued
pursuant to paragraphs 5,6 and 5.7,
Patent Fees and Royalties:
6,12, CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use
in the performance of the Work orthe incorporation in the Work of any invention, design, process, product or
device which is the subject of patent rights or copyrights held by others, CONTRACTOR shall indemnify and
hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them
from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration
costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of
the Work or resulting from the incorporation in the Work of any invention, design, process, product or device
not specified in the Contract Documents, and shall defend all such claims in connection with any alleged
infringement of such rights.
Permits:
6,13, CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental
charges and inspection fees, and all public utility charges. which are applicable and necessary for the
execution of the Work, All permit costs shall be included in the base bid. Permits, if any, that are provided and
paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting
GC-18
Page 18 of 52
.
.
.
Revision Date
August 2001
process will be considered for time extensions only and no damages or additional compensation for delay will
be allowed.
Laws and Regulations:
6.14,1, CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and
Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's
compliance with any Laws or Regulations,
p,."
6,14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such
laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall
then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or
should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to
the Project Manager, it shall bear all related costs,
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with the Laws and Regulations of the place of the Project which are applicable during the
performance of the Work,
Use of Premises:
6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment
and the operations of workers to the Project site and land and areas identified in and permitted by the Contract
Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and
easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or
other materials or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is
solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any
such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting
from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any
such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt
to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law.
CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER
harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of
PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising
directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party
against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work.
6.17, During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the
completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about
the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials,
and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original
condition all property not designated for alteration by the Contract Documents.
GC-19
Page 19 of 52
.
.
.
~4';...:
Revision Date
August 2001
6.18, CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner
that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to
stresses or pressures that will endanger them.
Record Documents:
6,19. Contractor shall keep at the site and in good order one record copy of the Contract Documents
and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all
changes made during the construction process. These shall be available to PROFESSIONAL and the Project
Manager and shall be submitted with the Application for Final Payment.
Safety and Protection:
6.20, CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work, CONTRACTOR shall assume all risk of loss for stored
equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored
equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage, injury or loss to:
6.20.1. all employees on the Work and other persons and organizations who may be affected
thereby;
6.20.2, all the Work and materials and equipment to be incorporated therein, whether in storage on or
off the site; and
6,20,3, other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction
for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and protection, CONTRACTOR shall notify OWNERs of
adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect
them, and shall cooperate with them in the protection, removal, relocation and replacement of their property,
All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6,20.3 caused, directly or"
indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or
PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be
liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON-
TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall
continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER
and CONTRACTOR in accordance, with paragraph 14,13 that the Work is acceptable (except as otherwise
expressly provided in connection with Substantial Completion),
6.21, CONTRACTOR shall designate a responsible member of its organization whose duty shall be the
prevention of accidents at the site, This person shall be CONTRACTOR's superintendent unless otherwise
designated in writing by CONTRACTOR to the Project Manager.
Emergencies:
GC-20
Page 20 of 52
.
.
.
Revision Date
August 2001
6.22, In emergencies affecting the safety or protection of persons or the Work or property at the site
or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or
OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give
PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or
variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a
change in the Contract Documents is required because of the action taken in response to an emergency, a
Work Change Directive or Change Order be issued to document the consequences of the changes or
variations,
6.22,1, CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to
any person on the Site, whether or not such person was engaged in the construction of the Project, and shall
file a written report on such person( s) and any other event resulting in property damage of any amount within
five (5) days of the occurrence,
6,22.2, If PROFESSIONAL determines that a change in the Contract Documents is required because
of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to
document the consequences of such action.
Shop Drawings and Samples:
6,23, After checking and verifying all field measurements, CONTRACTOR shall promptly submit to
PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and
samples required by the Contract Documents, All submittals and samples shall have been checked by and
stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data
shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any
other information necessary to enable PROFESSIONAL to review the submittal as required, At the time of
each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or
sample may have from the requirements of the Contract Documents.
6.24, PROFESSIONAL shall review and approve submittals and samples. Professional's review and
approval shall be only for conformance with the design concept of the Project and compliance with the
information given in the Contract Documents, The approval of a separate item as such will not indicate
approval of the assembly in which the item functions , CONTRACTOR will make any corrections required by
PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's
stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and
OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction
criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or
coordinated with the requirements of the Work and the Contract Documents.
6.24,1. No Work requiring a submittal or sample submission shall commence until the submission
has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall
be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER.
Any delays associated with the submittal process will be considered for time extensions only, and no damages
or additional compensation for delay will be allowed.
6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined
and verified all quantities, dimensions, specified performance criteria, installation requirements, materials,
catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or
sample with other Shop Drawings and samples and with the requirements of the Work and the Contract
Documents,
GC-21
Page 21 of 52
.
.
.
Revision Date
August 2001
6.24,3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written
notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract
Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to
PROFESSIONAL for review and approval of each such variation,
6.26, PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and
samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of
the Project and for compliance with the information given in the Contract Documents and shall not extend to
means, methods, techniques, sequences or procedures of construction (except where a specific means,
method, technique, sequence or procedure of construction is indicated in or required by the Contract
Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item
as such will not indicate approval of the assembly in which the item functions,
6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from
responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has,
in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the
OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not
relieve CONTRACTOR from responsibility for errors or omissions in the submittals,
6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of
shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work
performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole
expense and responsibility of CONTRACTOR.
Continuing the Work:
6,30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all
disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any
disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may
otherwise agree in writing,
Cleaning Up:
6,31, CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and
other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the
work, CONTRACTOR shall remove,all waste materials, rubbish, and debris from the site as well as all tools,
construction equipment and machinery, and surplus materials and will leave the Site clean and ready for
occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition
to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain
the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original
condition those portions of the site not designated for alteration by the Contract Documents.
Indemnification:
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and
hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and
employees from and against all claims, damages, losses and expenses, direct, indirect or consequential
(including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects,
attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily
GC-22
Page 22 of 52
.
.
.
Revision Date
August 2001
injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself)
including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or
omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable,
regardles~ofwhether or not iUs caused in part by a party indemnified hereunder or arises byor is imposed by
law and Regulations regardless of the negligence of any such party.
6.33, In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of
their consultants, agents or em ployees by any em ployee of CONTRACTOR, any Subcontractor, any person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, the indemnification obligation under paragraph 6,32 shall not be limited
in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit acts,
6.34, The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of
PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or
approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications.
'i~': {
GC-23
Page 23 of 52
.
.
.
Revision Date
August 2001
ARTICLE 7---0THER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have
other work performed by aided OWNERs or let other direct contracts therefor which shall contain General
Conditions similar to these, If the fact that such other work is to be performed was not noted in the Contract
Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if
CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires
additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12,
7.1,2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a
direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper
and safe access to the site and a reasonable opportunity for the introduction and storage of materials and
equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs.
CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several
parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work
of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the
written consent of PROFESSIONAL and the others whose work will be affected, The duties and
responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other
contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct
contracts between OWNER and such utility OWNERs and other contractors.
7.2, If any part of CONTRACTOR's Work depends for proper execution or results upon the work of
any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to
PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or
unsuitable for such proper execution and results, CONTRACTOR's failure so to report will constitute an
acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or
nonapparent defects and deficiencies in the other work.
Coordination:
7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the
person or organization who will have authority and responsibility for coordination of the activities among the
various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be
covered by such authority and,responsibility will be itemized, and the extent of such authority and
responsibilities will be provided hi the Supplementary Conditions, Unless otherwise provided in the
Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in
respect of such coordination, . .
GC-24
Page 24 of 52
.
.
.
Revision Date
August 2001
ARTICLE S---OWNER'S RESPONSIBILITIES
8,1, Except as otherwise provided in these General Conditions, OWNER shall issue all
communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL,
8.2, In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a
PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the
Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such
appointment shall be subject to arbitration.
8,3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and
14,13,
8.4, OWNER's duties in respect of providing lands and easements and providing Engineering surveys
to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's
identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface
conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the
Drawings and Specifications.
8.5, OWNER's responsibilities in respect of purchasing and maintaining liability and property
insurance are set forth in paragraphs 5,5 through 5,8,
8,6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3.
8.7, OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in
paragraph 13.4,
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13,10 and
15,1, Paragraph 15,2 deals with OWNER's right to terminate services of CONTRACTOR under certain
circumstances.
GC-25
Page 25 of 52
.
.
.
Revision Date
August 2001
ARTICLE 9---PROFESSIONAL'S STATUS DURING
CONSTRUCTION
OWNER's Representative:
9.1, PROFESSIONAL will be OWNER's representative during the construction period. The duties and
responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during
construction are set forth in the Contract Documents and shall not be extended without written consent of
OWNER and PROFESSIONAL.
Visits to Site:
9.2, PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of
construction to observe the premises and quality of the executed Work and to determine, in general, if the
Work is proceeding in accordance with the Contract Documents, PROFESSIONAL will not be required to
make exhaustive or continuous on-site inspections to check the quality or quantity of the Work.
PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that
the completed Work will conform to the Contract Documents, On the basis of such visits and on-site
observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER
informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in
the Work.
Project Representation:
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project
Representative to assist PROFESSIONAL in observing the performance of the Work. The duties,
responsibilities and limitations of authority of any such Resident Project Representative and assistants will be
as provided in the Supplementary Conditions, If OWNER designates another agent to represent OWNER at
the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of
authority of such other person will be as provided in the Supplementary Conditions.
Clarifications and Interpretations:
9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract
Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably
requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of
the Contract Documents, If CONTRACTOR believes that a written clarification and interpretation entitles it to
an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in
Articles 11 or 12,
Authorized Variations in Work:
9,5, PROFESSIONAL may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are
consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly, If
CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the
Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may
make a claim therefor as provided in Article 11 or 12,
GC-26
Page 26 of 52
.
.
.
Revision Date
August 2001
Rejecting Defective Work:
9.6, PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL
believes to be defective and will also have authority to require special inspection or testing of the Work as
provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9,7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see
paragraphs 6.23 through 6.29 inclusive,
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11
and 12.
9.9, In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment,
etc., see Article 14.
Determinations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work
performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's
preliminary determinations on such matters before rendering a written decision thereon (by recommendation
of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and
binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either
OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written
notice of intention to appeal from such a decision,
Decisions on Disputes:
9,11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents
and judge of the acceptability of the Work thereunder, Claims, disputes and other matters relating to the
acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the
performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the
Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a
formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a
reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant
to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after
the occurrence of the event giving rise thereto) and written supporting data will be submitted to
PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows
an additional period of time to ascertain more accurate data in support of the claim.
9,12, When functioning as interpreter and judge under paragraphs 9.10 and 9,11, PROFESSIONAL
will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation
or decision rendered in good faith in such capacity, The rendering of a decision by PROFESSIONAL pursuant
to paragraphs 9,10 and 9.11 with respect to any such claim, dispute or other matter (except any which have
been waived by the making or acceptance of final payment as provided in paragraph 14,16) will be a condition
GC-27
Page 27 of 52
.
.
.
Revision Date
August 2001
precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise
have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other
matter.
Limitations on PROFESSIONAL's Responsibilities:
9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract
Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or
responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees.
9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques,
sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be
responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents.
9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any
Subcontractors, any agents or employees, or any other persons performing any of the Work.
GC-28
Page 28 of 52
.
.
.
Revision Date
August 2001
ARTICLE 10--CHANGES IN THE WORK
10.1. Without invalidating the Contract, OWNER may at anytime or from time to time order additions,
deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request,
identifying the Work to be added, deleted or revised. Upon receipt,CONTRACTOR shall promptly submit a
written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request
calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the
proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall
not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable
conditions of the Contract Documents.
10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not
entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the
case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall
prevail irrespective of any conflicting provisions contained in these Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency
as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the
Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and
CONTRACTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a
Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with
Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined
to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR
may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated
to fully perform the work as directed by the Work Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER,
regardless of pending claim actions, unless otherwise agreed to in writing.
10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract
Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any
Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the
amount of each applicable Bond will be adjusted accordingly.
GC-29
Page 29 of 52
.
.
.
Revision Date
August 2001
ARTICLE 11-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total com pensation (subject to written authorized
adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations
assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the
Contract Price.
11.2. The Contract Price may only be changed by a Change Order or' by a Written Amendment. Any
claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party
making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days)
after the occurrt;lJ1ce of the event giving rise to the claim and stating the general nature of the claim. Notice of
the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless
PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim)
and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts
(direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event.
All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for
an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2.
11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the
Contract Price will be determined by the following procedures:
11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and
acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are
approximations prepared by OWNER for bid purposes and that the actual compensation payable to
CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual
quantities of items involved as measured in the field and required to complete the Work as originally defined in
the Contract Documents.
11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as
defined in these Contract Documents, is required and affects the quantities required for items designed in the
Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to
CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the
application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item
required to complete the Work as defined in the Contract Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and
CONTRACTOR may establish unit prices as agreed on by Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the
Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the
amoUnt of increase or decrease in the lump sum price shall be established by mutual agreement of the
parties.
11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on
a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance
with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable
price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the
GC-30
Page 30 of 52
.
.
.
Revision Date
August 2001
Change Order.
11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions
within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs
to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the
discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum
quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to
construct to plan or authorized dimensions.
Cost of the Work:
11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by
CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by
OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall
include only the following items and shall not include any of the costs itemized in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for
employees not employed full time on the Work shall be apportioned on the basis of their time spent on the
Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits
which shall include social security contributions, unemployment, excise and payroll taxes, workers' or
workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay
applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of
performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the
above to the extent authorized by OWNER.
11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to
make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and
refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for \,IVork performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors
acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid
on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the
same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions
of the Contract Documents insofar as applicable.
11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC-
TOR's employees incurred in discharge of duties connected with the Work.
~.
GC-31
Page 31 of 52
.
.
.
Revision Date
August 2001
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers,
which are consumed in the performance of the Work, and cost less market value of such items used but not
consumed which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented
from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of
PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal
thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery
or parts shall cease when the use thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is
liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or
anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty
payments and fees for permits and licenses.
11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise,
to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of
the Work (except losses and damages within the deductible amounts of property insurance established by
OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the
negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or
for whose acts any of them may be liable. Such losses shall include settlements made with the written consent
and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work
for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires
reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a
fee proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site.
11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the
site, expressage and similar petty cash items in connection with the Work.
11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the
Work and premiums of property insurance coverage within the limits of the deductible amounts established by
OWNER in accordance with paragraph 5.6.
11.5. The term Cost of the Work shall not include any of the following:
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of
partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys,
auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other
personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office
for general administration of the Work and not specifically included in the agreed upon schedule of job
classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be
considered administrative costs covered by CONTRACTOR's Fee.
11 .5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's
GC-32
Page 32 of 52
.
.
.
Revision Date
August 2001
office at the site.
11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital
used for the Change Order Work and charges against CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is
required by the Contract Documents to purchase and maintain the same (except for the cost of premiums
covered by subparagraph 11.4.5.9 above).
11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or
indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to,
the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any
damage to property.
11.5.6. Other overhead or general expense costs of any kind and the costs of any item not
specifically and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined
as follows:
11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon;
11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be
fifteen percent,
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a
subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on
account of overhead and profit of all Subcontractors shall be fifteen percent,
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and
11.3,
11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change
which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in
CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and
11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in CON-
TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1
through 11.6.2.4, inclusive.
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with
supporting data in such detail and form as prescribed by the Project Manager. . When a credit is due, the
amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net
GC-33
Page 33 of 52
.
.
.
.~!I;i ~. ,
Revision Date
August 2001
decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project
Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved
in any change, the combined overhead.and. profit shall be calculated on the basis of the net change, whether
an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by
discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate
for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized,
plus the overhead and profit markup.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so
named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or
Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL
CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of
materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs,
overhead, profit and other expenses contemplated for the allowances have been included in the Contract
Price and not in the allowances. No demand for additional payment on account of any thereof will be valid.
Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to
reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract
Price shall be correspondingly adjusted.
Unit Price Work:
11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified item of Unit Price Work times the estimated quantity of
each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not
guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR
will be made by PROFESSIONAL in accordance with Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be
adequate to cover CONTRACTOR's overhead and profit for each separately identified item.
11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs
materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no
corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that
CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an
increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount
of any such increase.
GC-34
Page 34 of 52
.
.
.
Revision Date
August 2001
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in
the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7)
calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be
submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the
OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time
must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was
beyond CONTRACTOR's control or fault.
12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or
completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or
by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor
disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by
CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the
Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine.
CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay
which OWNER may determine to be due solely to such causes and only to the extent such occurrences
actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all
the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract
Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance,
progress, commencement or completion of the Work for any cause whatsoever, including those for which
OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty
to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's
sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of
any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the
procedures set forth herein.
GC-35
Page 35 of 52
.
.
.
Revision Date
August 2001
ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
Warranty and Guarantee:
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be
new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner,
free from faults or defects, and in accordance with the requirements of the Contract Documents and any
inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work
not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all
applicable building, construction and safety requirements shall be considered defective. Notice of all defects
shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be
rejected, corrected, or accepted as provided in this Article.
Access to Work:
13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated
representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be
given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of
the Work and also for any inspection or testing by others.
Tests and Inspections:
13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority
having jurisdiction require anyWork to specifically be inspected, tested, or approved by someone other than
CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore.
13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or
approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All
other inspections, tests orapprovals shall be at CONTRACTOR's expense including additional expenses for
inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours
per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled
away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection,
testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society
for Testing and Materials or such other applicable organizations as may be required by law or the Contract
Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of
PROFESSIONAL and at CONTRACTOR's expense.
13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any
public body having jurisdiction shall be performed by organizations acceptable to OWNER and
CONTRACTOR (or by PROFESSIONAL if so specified).
13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered
without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for
observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given
PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not
acted with reasonable promptness in response to such notice.
GC-36
Page 36 of 52
.
.
.
Revision Date
August 2001
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or
approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the
Work in accordance with the requirements of the Contract Documents.
Uncovering Work:
13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the
prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of
PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection,
testing or approval and replaced at CONTRACTOR's expense.
13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by
PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall
uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may
require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is
found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such
uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not
limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and
OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to
agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however,
such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or
an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,
inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent
thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
OWNER May Stop the Work:
13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or
suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or
equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order
CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of
OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the
benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the
Contract Price or Contract Time or other damages for a stop work order under this paragraph.
Correction or Removal of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER
and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or
completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not
correct such defective Work or remove and replace such defective Work within a reasonable time, as
speCified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and
indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to
CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work
of others destroyed or damaged by the correction, removal, or replacement of the defective Work.
GC-37
Page 37 of 52
.
.
.
Revision Oate
August 2001
One Year Correction Period:
13.12. If, after approval of final payment and prior to the expiration of one year after the date of
substantial completion or such longer period of time as may be prescribed by law or by the terms of any
applicable special guarantee required by the Contract Documents, any Work or materials are found to be
defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall
promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such
defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective
Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have
the defective Work corrected, removed, or replaced. All direct, indirect,and consequential costs of such
removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and
other professionals) will be paid by CONTRACTOR.
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER
(and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it,
OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to
OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by
PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers,
architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's
recommendation offinal payment, a Change Order will be issued incorporating the necessary revisions in the
Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim
therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate
amount will be paid by CONTRACTOR to OWNER.
OWNER May Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to
proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in
accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the
Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents,
OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In
exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent
necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part
of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto,
take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and
incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's
representatives, agents and employees such access to the site as may be necessary to enable OWNER to
exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER
in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to
reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate
decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may
make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but
not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs
GC-38
Page 38 of 52
.
.
.
Revision Date
August 2001
and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or
replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the
Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of
OWNER's rights and remedies hereunder.
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents,
including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit
a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen
and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put
the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective
action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and
have the Work done by others. The cost of completion under such procedure shall be charged against
CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract
Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are
not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER.
13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs
to OWNER of associated inspection, construction management and resident engineers shall be identified to
CONTRACTOR and the Contract Price reduced by a like amount via Change Order.
GC-39
Page 39 of 52
.
.
.
Revision Date
August 2001
ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION
.:;
Schedule of Values:
14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress
payments and will be incorporated into a form of application for Payment acceptable to Project Manager.
Progress payments on account of Unit Price Work will be based on the number of units completed.
Application for Progress Payment:
14.2. At least twenty (20) calendar days before the date established for each progress payment (but
not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application
for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the
application and accompanied by such supporting documentation as is required by the Contract Documents. If
payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and
suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be
accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the
materials and equipment free and clear of all liens and evidence that the materials and equipment are covered
by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which
will be satisfactory to OWNER. Payment is subject to a ten percent (1 0%) retainage that will be held until the
final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be
as stipulated in the Agreement.
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment
covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no
later than the time of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for
Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or
return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit
the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for
payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount
recommended.
14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment
will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site
observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF-
ESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work
has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and
belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the
Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests
called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price
GC-40
Page 40 of 52
.
..
.
Revision Date
August 2001
Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that
CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such
payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous
on-site inspections have been made to check the quality or the quantity of the Work beyond the
responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be
other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by
OWNER or OWNER to withhold payment to CONTRACTOR.
14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation
by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final
payment as set forth in paragraph 14.13 have been fulfilled.
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in
PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL
may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the
results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent
as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction or
replacement.
14.7.2. the Contract Price has been reduced by Written Amendment or Change Order.
'.
14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with
paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.9 inclusive.
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims
have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or
Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set
against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a
copy to PROFESSIONAL) stating the reasons for such action.
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR
shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for
items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a
certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If
PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify
CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially
complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial
Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a
tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after
receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any
GC-41
Page 41 of 52
.
.
.
Revision Date
August 2001
provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes
that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission ofthe
tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after
consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete,
PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a
definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or
corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after
consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial
Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to
division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to
security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing
the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be
binding on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct
items on the tentative list.
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i)
has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and
CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by
OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the
remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the
following:
14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any
such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If
CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the
Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion
for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that
CONTRACTOR considers any such part ofthe Work ready for its intended use and substantially complete and
request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a
reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an
inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider
that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR,
in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially
complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial
Completion of that part of the Work and the division of responsibility in respect thereof and access thereto.
14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over
operation of any such part of the Work although it is not substantially complete. A copy of such request will be
sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and
PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final
payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the
GC-42
Page 42 of 52
.
.
.
Revision Date
August 2001
Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be
completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written
recommendation as to the division of responsibilities pending final payment between OWNER and
CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and
guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time
when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed
PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work,
OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to
complete other related Work.
14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to
compliance with the requirements of paragraph 5.15 in respect of property insurance.
14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial
Occupancy.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion
thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will
notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such defi-
ciencies.
Final Application for Payment:
14.12. After CONTRACTOR has completed all such corrections to the satisfaction of
PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance
and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required
by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may
make application for final payment following the procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety,
if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of
all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as
approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipmentforwhich
a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with
the Work for which OWNER or OWNER's property might in any way be responsible have been paid or
otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full,
CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against
any lien. .
14.12.1. No application for final payment will be accepted by OWNER until approved as-built
documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
GC-43
Page 43 of 52
.
.
.
Revision Date
August 2001
14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER
and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider,
Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of
them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of
nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors,
indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or
supplier or material men or laborer services in connection with this project.
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any
damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the
work required by these contract documents.
Final Payment and Acceptance:
14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final
inspection and PROFESSIONAL's review of the final Application for Payment and accompanying
documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been
completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled,
PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in
writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment.
At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work
is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to
CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to
OWNER of the application and accompanying documentation, in appropriate form and substance and with
PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by
PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and
if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for
Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of
the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held
by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and
if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the
balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR
to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and
conditions governing final payment, except that it shall not constitute a waiver of claims.
CONTRACTOR's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the
Contract Documents shall be absolute. Neither recommendation of any progress or final
payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor
any payment byOWNER to CONTRACTOR under the Contract Documents, nor any use or
occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER
nor any failure to do so, nor any review and approval of a Shop Drawing or sample
submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to
paragraph 14.13, nor any correction of defective Work by OWNER will constitute an
GC-44
Page 44 of 52
.
.
.
Revision Date
August 2001
acceptance of Work not in accordance with the Contract Documents or a release of
CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents
(except as provided in paragraph 14.16).
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from
unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply
with the Contract Documents or the terms of any special guarantees specified therein, or from
CONTRACTOR's continuing obligations under the Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made
in writing and still unsettled.
-----
GC-45
Page 45 of 52
.
.
.
Revision Date
August 2001
ARTICLE 15--SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a
period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix
the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed.
CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or
both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided
in Articles 11 and 12.
Termination For Cause:
15.2. Upon the occurrence of anyone or more of the following events:
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code
(Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or
similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating
to the bankruptcy or insolvency;
15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now
or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief
against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or
insolvency; .
15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law
or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the
purpose of enforcing a Lien against such property or for the purpose of general adm inistration of such property
for the benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due;
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract
Documents,
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to
the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude
GC-46
Page 46 of 52
.
.
.
Revision Date
August 2001
CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and use the same to the full extent they could be used by
CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all
materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are
stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall
not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract
Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to
fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and
arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance,
CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to
reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or
remedies under this. paragraph, OWNER shall not be required to obtain the lowest price for the Work
performed.
15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will be the
means for disposition of the balance of the contract obligations.
Termination for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER
may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the
Contract. In such case, CONTRACTOR shall be paid (without duplication of any items):
15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents
prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such
Work;
15.4.2. For expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials or equipment as required by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with
Subcontractors, suppliers and others; and
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will
not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than
GC-47
Page 47 of 52
.
.
.
Revision Date
August 2001
ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails
to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days
to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working
days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not
remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER
payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to
any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days
after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay
CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to
OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due
CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude
CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract
Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as
permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the
obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without
delay during disputes and disagreements with OWNER.
GC-48
Page 48 of 52
.
.
.
Revision Date
August 2001
ARTICLE 16--DISPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both,
or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the
commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers
pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but
shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character
and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not
presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if
the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its
commencement, the claim will be considered only for a period commencing ten (10) working days prior to the
receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to
CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address.
16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR
arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia
Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract
consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to
contest same.
GC-49
Page 49 of 52
.
.
.
Revision Date
August 2001
ARTICLE 17-MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to
an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail,
postage prepaid, to the last business address known to the giver of the notice.
Computation of Time:
17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed
to exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such daywill be
omitted from the computation.
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall
. constitute a day.
General:
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of
any error, omission or act of the other party or of any of the other party's employees or agents or others for
whose acts the other party is legally liable, claim should be made in writing to the other party within a
reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall
not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or
repose.
17.4. The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees
and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all
of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are
not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which
are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to
which they apply. All representations, warranties and guarantees made in the Contract Documents will survive
final payment and termination or completion of the Agreement.
17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this
Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of
five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to
audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the
period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be
conducted only during normal business hours. OWNER, during this period of time, shall also have the right to
obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the
aforesaid records and supporting documentation.
GC-50
Page 50 of 52
.
.
.
Revision Date
August 2001
17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all
provisions of the Georgia Prompt Pay Act, O.C.GA Section 13-11-1, et seq. In the event any provision of the
Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract
Documents shall control.
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and
CONTRACTOR specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of
materials that are not determined to be equivalent to those indicated or required in the contract documents
without an amendment to the contract.
Sanitary Sewer Overflow Prevention:
17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction:
17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to
waters of the State is a violation of Georgia Water Quality Regulations and is prohibited.
17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This
plan will include a list of key personnel with 24-hour contact information who will respond during an emergency
situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any
changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT
REPRESENTATIVE prior to implementation.
17.9.3In the event bypass pumping is required to facilitate new sewer construction, bypassing plans
and supporting calculations must be submitted to the Augusta Utilities Department for review prior to
establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if
failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the
State.
17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation
and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to
waters of the State.
17.9.5In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following
actions:
1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.
2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT
PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction
conference). .
3. Maintain a chronicle of relevant information regarding the incident including specific actions taken
by the CONTRACTOR and estimates of the discharge volume.
17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia
Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if
GC-51
Page 51 of 52
.
.
.
Revision Date
August 2001
appropriate.
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the
CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities
Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be
the responsibility of the CONTRACTOR.
17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by
the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR.
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta,
GA 30901.
The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite
representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in
any way responsible for those duties that belong to OWNER and lor the CONTRACTOR or other entities, and
do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including,
but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for
coordinating and' completing all portions of the construction work in accordance with the construction Contract
Documents and any health and safety precautions required by such construction work.
PROGRAM MANAG_ER and PROGRAM MANAGER's personnel have no authority to exercise any control
over any construction contractor or other entity or their employees in connection with their work or any health
or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or
safety deficiencies of the CONTRACTOR( s) or other entity or any other persons at the site except PROGRAM
MANAGER's own personnel.
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to
OWNER a greater degree of confidence that the completed construction work will conform generally to the
construction documents and that the integrity of the design concept as reflected in the construction documents
has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither
guarantees the performance of the construction contractor(s) nor assumes responsibility for construction
contractor's failure to perform work in accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into
the construction work, and construction contractors include manufacturers of materials incorporated into the
construction work
GC-52
Page 52 of 52
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 01002 - SUPPLEMENTARY CONDITIONS
SUPPLEMENTARY CONDITIONS
These Supplementary Conditions amend or supplement the Standard General Conditions of
the Construction Contract and other provisions of the Contract Documents as indicated
below. All provisions, which are not so amended or supplemented, remain in full force and
effect.
The terms used in these Supplementary Conditions will have the meanings indicated in the
General Conditions. Additional terms used in these Supplementary Conditions have the
meanings indicated below, which are applicable to both the singular and plural thereof.
ARTICLE I - DEFINITIONS
Page GC-1 Add the following language to the end of definition "Contract Documents":
Specifications and Drawings are more specifically identified as follows:
1. Specifications as listed in the table of contents ofthe Project Manual;
2. Drawings consisting of a cover sheet and sheets numbered C01 through C23,
inclusive, with each sheet bearing the following general title:
Industrial (CN) Wastewater Force Main
Augusta Utilities Department
Project No. 50230
Page GC-2 Add the following definition following the end of definition "Effective Date of
the Agreemenf':
ENGINEER - Where used in the specifications, Stevenson & Palmer Engineering,
Inc.; 360 Bay Street, Suite 400; Augusta, Georgia 30901.
ENGINEER's Consultants for this Project are identified as follows:
1. ENGINEER used no consultants in the preparation of this Project.
Page GC-3 Add the following language at the end of definition- "Substantial
Completion":
Substantial Completion for any portion of the Project shall include backfilling, testing
and acceptance by OWNER of the sewer or water main system for their intended
use.
SUPPLEMENTARY CONDITIONS
01002-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
ARTICLE 2 - PRELIMINARY MA TIERS
Copies of Documents:
SC-2.2 Amend the first sentence of Paragraph 2.2 by striking out "one (1) complete set"
and replace with "four (4) complete sets."
Before Starting Construction:
SC-2.7 Add the following new paragraphs immediately after Paragraph 2.7.:
A. OWNER reserves the right to request complete copies of policies if deemed
necessary to ascertain details of coverage not provided by the certificates.
Such policy copies shall be "originally signed copies" and so designated.
ARTICLE 4 - AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE
POINTS
Physical Conditions:
SC-4.2.1 Add the following new paragraphs immediately after Paragraph 4.2.1.:
C. In the preparation of Drawings and Specifications, ENGINEER did not rely upon
reports of explorations or tests of subsurface conditions at the Site, except as
noted on Drawings.
ARTICLE 5 - BONDS AND INSURANCE
Licensed Sureties and Insurers; Certificates of Insurance:
SC-5.2.1. Add the following new paragraph immediately after Paragraph 5.2.1.:
A. In order to determine financial strength and reputation of insurance carriers, all
companies providing the coverages required shall have a financial rating not
lower than XI and a policyholder's service rating no lower than B+ as listed in
A.M. Best's Key Rating Guide, current edition. Certificates of insurance shall
note A.M. Best's Rating. Companies with ratings lower than B+:XI will be
acceptable only upon written consent of OWNER.
B. All bonds and insurance coverages shall be with sureties or insurance
companies that are acceptable to OWNER.
SC-5.2.2. Add the following new paragraph immediately after Paragraph 5.2.2.: .
SUPPLEMENTARY CONDITIONS
01002-2
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
A. OWNER reserves the rights to request complete copies of policies if deemed
necessary to ascertain details of coverage not provided by the certificates. Such
policy copies shall be "originally signed copies" and so designated.
B. All insurance certificates shall include an endorsement stating the following:
1. Sixty (60) days advance written notice of cancellation, non-renewal,
reduction, and/or material change shall be sent, by Certified Mail, to the
ENGINEER at 360 Bay Street, Suite 400, Augusta, GA 30901.
CONTRACTOR's Liability Insurance:
SC-5.3.1. Add the following new paragraphs immediately after Paragraph 5.3.1.:
A. Workers' Compensation, and related coverages under Paragraph 5.3.1. of
the General Conditions:
1. State:
2. Applicable Federal
(Le., Longshoreman's):
3. Employer's Liability:
Statutory
Statutory
$1,000,000
SC-5.3.7. Add the following new paragraphs immediately after Paragraph 5.3.7.:
.
A. CONTRACTOR's General Liability under Paragraphs 5.04 A.3. through A.6.
of the General Conditions which shall include completed operations and
product liability coverages and eliminate the exclusion with respect to
property under the care, custody and control of CONTRACTOR:
1. General per Contract Aggregate: $2,000,000
2. Products - Completed
Operations per Contract Aggregate:
3. Personal and Advertising Injury:
4. Each Occurrence
(Bodily Injury and Property Damage): $1,000,000
5. Property Damage liability insurance shall provide Explosion, Fire,
Collapse and Underground coverages where applicable.
6. Excess or Umbrella Liability:
a. General per Contract Aggregate:
b. Each Occurrence:
$2,000,000
$1,000,000
$5,000,000
$5,000,000
.
B. Automobile Liability under Paragraph 5.3.7. of the General Conditions:
1. Bodily Injury:
Each person $1,000,000
SUPPLEMENTARY CONDITIONS
01002-3
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Each Accident $1,000,000
2. Property Damage:
Each Accident $1,000,000
3. Or a Combined Single Limit of: $2,000,000
4. Include applicable No-Fault coverages.
5. Include all owned vehicles, non-owned vehicles, and hired vehicles.
Contractual Liability Insurance:
SC-5.4. Add the following new paragraphs immediately after Paragraph 5.4.:
A. The Contractual Liability coverage required by Paragraph 5.4. of the General
Conditions shall provide coverage for not less than the following amounts:
a. Bodily Injury:
Each Accident
Contract Aggregate
b. Property Damage:
Each Accident
Contract Aggregate
$1,000,000
$2,000,000
$1,000,000
$2,000,000
OWNER's Liability Insurance:
SC-5.5. Delete Paragraph 5.5. in its entirety and insert the following in its place:
5.5. CONTRACTOR shall procure and maintain during the Contract Times a separate
OWNER's and CONTRACTOR's Protective (OCP) Liability Insurance in the name
of OWNER in an amount not less than $2,000,000 for injuries, including accidental
death for each occurrence, and property damage in an amount not less than
$1,000,000 each occurrence and $1,000,000 per Contract aggregate combined
single limit. Stevenson & Palmer Engineering, Inc. shall be named on the policy as
an additional insured.
Additional Insureds:
SC-5.17. Add the following new paragraphs immediately after Paragraph 5.16.3.:
5.17. The identity of the additional insureds that are to be included on
CONTRACTOR's General Liability insurance policies are:
1. City of Augusta, Georgia, and including all elected and appointed officials, all
employees and volunteers, all boards, commissions, and/or authorities and their
board members, employees, and volunteers.
2. Stevenson & Palmer Engineering, Inc.
SUPPLEMENTARY CONDITIONS
01002-4
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
3. CH2M Hill.
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
Permits:
SC-6.13. Add the following new paragraphs immediately after Paragraph 6.13.:
A. OWNER has secured or will secure the following permits, approvals and
licenses and has paid or will pay any associated charges and fees.
CONTRACTOR shall pay all inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids, or, if there are no
Bids, on the Effective Date of the Agreement.
1. No permits have been secured.
B. OWNER has submitted applications for the following permits, approvals, and
licenses. CONTRACTOR is responsible for and shall pay for any associated
charges and fees for the applications. CONTRACTOR shall pay all inspection
fees necessary for the prosecution of the Work which are applicable at the time
of Bids, or if there are no Bids, on the Effective Date of the Agreement.
1. Soil Erosion Control Permit.
2. Stormwater Discharge Permit.
Use of Site Premises:
SC-6.16. Add the following language at the end of the last sentence of Paragraph
6.16.:
A. CONTRACTOR is responsible to ensure that all activities required to perform
the Work are confined to the limits of OWNER's property and easements
established for the Work. Permanent structures placed outside the limits of
OWNER's property or defined permanent easements shall be relocated as
necessary at no additional change in Contract Price.
B. CONTRACTOR is responsible for protection and/or removal of existing
structures (e.g., mailboxes, sheds), shrubs, trees,. etc. as indicated on the plans
and in the signed easement agreements. The Contractor shall pay close
attention to the conditions of each signed agreement and conduct work
accordingly, and shall not enter property for which an agreement has not been
signed.
SC-6.35. Add the following language after Paragraph 6.34.:
6.35. Traffic Control:
SUPPLEMENTARY CONDITIONS
01002-5
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
There shall be one designated Contractor's representative capable of, and
charged with, the responsibility for traffic control on the site. This individual shall
have a copy of Part VI. "Standards and Guides for Traffic Controls for Streets
and Highway Construction, Utility and Incident Maintenance Management
Operations" of the MUTCD on the job site at all times.
ARTICLE 7 - OTHER WORK
Coordination:
SC-7.2. Add the following new paragraphs immediately after Paragraph 7.2.:
SC-7.3. Claims and Disputes Arising from Related Work at Site:
A. Should CONTRACTOR cause damage to the Work or property of any
separate contractor at the Site, or should any claim arising out of
CONTRACTOR's performance of the Work at the Site be made by any
separate contractor against CONTRACTOR, OWNER, ENGINEER,
ENGINEER's Consultants, PROGRAM MANAGER or any other person,
CONTRACTOR shall promptly attempt to settle with s'uch other contractor
by agreement, or to otherwise resolve the dispute by arbitration or at law.
B. CONTRACTOR shall, to the fullest extent permitted by Laws and
Regulations, indemnify and hold harmless OWNER, ENGINEER,
ENGINEER's Consultants, PROGRAM MANAGER and the officers,
directors, partners, employees, agents and other consultants and
subcontractors of each and any of them from and against all claims, costs,
losses, and damages (including, but not limited to, fees and charges ,.of
engineers, architects, attorneys, and other professionals and court and
arbitration costs) arising directly, indirectly, or consequentially out of any
action, legal or equitable, brought by any separate contractor against
OWNER, ENGINEER, ENGINEER's Consultants, or the PROGRAM
MANAGER to the extent said claim is based on or arises out of
CONTRACTOR's performance of the Work. Should a separate contractor
cause damage to the Work or property of CONTRACTOR or should the
performance of work by any separate contractor at the Site give rise to any
other Claim, CONTRACTOR shall not institute any action, legal or equitable,
against OWNER, ENGINEER, ENGINEER's Consultants, or PROGRAM
MANAGER or permit any action against any of them to be maintained and
continued in its name or for its benefit in any court or before any arbiter which
seeks to impose liability on or to recover damages from OWNER,
ENGINEER, ENGINEER's Consultants, or PROGRAM MANAGER on
account of any such damage or Claim.
C. If CONTRACTOR is delayed at any time in performing or furnishing Work by
any act or neglect of a separate contractor, and OWNER and
SUPPLEMENTARY CONDITIONS
01002-6
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
CONTRACTOR are unable to agree as to the extent of any adjustment in
Contract Times attributable thereto, CONTRACTOR may make a Claim for
an extension of times in accordance with Article 12. An extension of the
Contract Times shall be CONTRACTOR's exclusive remedy with respect to
OWNER, ENGINEER, ENGINEER's Consultants, and PROGRAM
MANAGER for any delay, disruption, interference, or hindrance' caused by
any separate contractor. This paragraph does. not prevent recovery from
" '.'.. .
OWNER, ENGINEER, ENGINEER's Consultant, or PROGRAM MANAGER
for activities that are their respective responsibilities.
ARTICLE 11 - CHANGE OF CONTRACT PRICE
CONTRACTOR's Fee:
SC-11.6. Add the following new paragraphs immediately after Paragraph 11.6.2.5.:
6. An example of how the procedure works is:
Add
Cost of Work Performed or
Furnished by Sub-Subcontractor$1 0,000.00
Sub-Subcontractor's Fee 10%
$1.000.00
Total Paid by Subcontractor to
Sub-Subcontractor $11,000.00
Subcontractor's Fee 5%
$550.00
Total Paid by Contractor to
Subcontractor $11,550.00
Contractor's Fee 5%
$577.50
Total Cost of Work plus Fee$12,127.50
Unit Price Work:
Deduct
Add and Deduct
$(10,000.00) $10,000 1$(2,000)
0% . 10%
$0.00 $800.00
$(10,000.00)
0%
$(0.00)
$8,800.00
5%
$440.00
$(10,000.00)
10%
$(1.000.00)
$(11,000.00)
$9,240.00
5%
$462.00
$9,702.00
SC-11.9.3. Delete Paragraph 11.9.3. in its entirety and insert the following in its place:
11.9.3.The unit price of an item of Unit Price Work shall be subject to reevaluation and
adjustment under the following conditions:
A. If the total cost of a particular item of Unit Price Work amounts to 5 percent or
more of the Contract Price and the variation in the quantity of that particular
item of Unit Price Work performed by CONTRACTOR differs by more than
25 percent from the estimated quantity of such item indicated in the
Agreement;. and
SUPPLEMENTARY CONDITIONS
01002-7
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
B. If there is no corresponding adjustment with respect to any other item of
Work; and
C. If CONTRACTOR believes that CONTRACTOR has incurred additional
expense as a result thereof; or if OWNER believes that the quantity variation
entitles OWNER to an adjustment in the unit price, either OWNER or
CONTRACTOR may make a claim for an adjustment in the Contract Price in
accordance with Article 10 if the parties are unable to agree as.to the effect
of any such variations in the quantity of Unit Price Work performed.
ARTICLE 12 -CHANGE OF CONTRACT TIME
Change of Contract Times:
SC-12.2.Add the following new paragraph immediately after Paragraph 12.2.:
A. The Contract Time includes allowances for normal amounts of inclement
weather. Extensions of time shall be granted only under cases of abnormal
weather conditions or other conditions outlined in Article 12 of the General
Conditions. All requests for time extension shall be made in writing to the
PROFESSIONAL not more than fifteen (15) days after the occurrence of the
delay. Otherwise, no extension will be granted during the Contract Times for s!Jch
delay. .
. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION
Application for Progress Payments:
.
SC-14.2.Add the following new paragraphs immediately after Paragraph 14.2.:
A. To expedite the approval of requests for partial payment, CONTRACTOR shall
submit with his request for progress payment the following:
1. A copy of the Progress Schedule marked to indicate the Work performed
during the pay application period.
2. An outline of time lost due to any event giving rise to a request for an
extension of Contract Time.
3. An itemized list of on-site materials stored for which payment is being
claimed. This list shall be accompanied by the supplier's invoices indicating
the material costs and proof of continued insurance certificates. Payment
for materials stored shall be subject to the same retainage provisions as for
work completed.
4. At Owner's discretion, off-site stored materials may be claimed for payment.
Off-site stored materials shall be subject to the same constraints as on-site
stored materials. The off-site facility shall clearly segregate and identify
materials to be used for this project. Contractor shall arrange and reimburse
Owner the travel and hourly rate of its representatives to verify location,
SUPPLEMENTARY CONDITIONS
01002-8
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
quantity and condition of off-site stored materials prior to payment for said
materials.
B. Failure of CONTRACTOR to submit an updated progress schedule with the
request for progress payment may delay CONTRACTOR's application.
OWNER has the right to withhold payment to CONTRACTOR if updated
. progress schedule is not submitted with the progress payment application.
END OF SECTION 1002
SUPPLEMENTARY CONDITIONS
01002-9
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 01010 - SUMMARY OF WORK
PART 1 - GENERAL
1.01 SECTION INCLUDES:
A. Location of Work
B. Scope of Work
C. Construction milestone requirements
D. Substantial Completion requirements
E. Final Completion requirements
G. Protection of Owner, agents of the Owner, workmen, and the public
H. Project Utility Sources
1.02 PROJECT LOCATION:
The Industrial (CN) Force Main is located in Augusta, Richmond County, along
Columbia Nitrogen Road, South of Sand Bar Ferry Road (SR28) and West of Levee
Road and the Savannah River. The new force main will begin in front of the
NutraSweet/Searle plants along Lovers Lane and end at the James B. Messerly
Wastewater Treatment Plant.
1.03 SCOPE OF WORK:
A. Major Components of New Construction:
1. Force Main - approx. 23,400 linear feet
. 2,875 linear feet of 12" PVC
. 20,525 linear feet of 18" HDPE
2. Connections to Existing Force Mains
3. Horizontal Directional Drilling in Certain Locations
4. Plug Valves
5. Air Release Valves
-';,1,,- ~
B. Ancillary construction:
1. Grading, Drainage and Landscaping
2. Erosion Control and Hardscape
1.04 PROTECTION OF THE OWNER, AGENTS OF THE OWNER, WORKMEN AND
THE PUBLIC:
A. The Contractor and the Superintendent are requested to carefully read the
Articles of the General Conditions relating to protection of the Owner, agents of
the Owner, workmen, and the public, such as Insurance, Indemnity, Licenses,
Permits, Compliance with Laws, Ordinances and Regulations, Safety Warning
Signs and Barricades, Public Conveniences, Sanitary Provisions, etc. This
request is made to stress the importance of safe prosecution of the work, and
SUMMARY OF WORK
01010-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
does not imply that the Contractor and his Superintendent should not be
completely familiar with all Articles of the General Conditions and all other
provisions of the Contract Documents. Under 'the terms and Conditions of the
Contract, the Engineer shall not be required to act as Safety Engineer or Safety
Supervisor since such responsibility remains solely with the Contractor, who, in
the prosecution of his work, is bound by the requirements of "Safety and Health.
Regulations for Construction Occupational Safety and Health Administration,
U.S. Government Department of Labor" and other authorities having jurisdiction.
It is recommended the Contractor seek the advice of the Safety Inspector for his
Insurance Carrier in regard to job safety, and that he observe all precautions
and safety provisions as outlined in the "Manual of Accident Prevention in
. Construction" as published by the Associated General Contractors of America,
to the extent that such provisions are not inconsistent with applicable laws or
regulations.
B. The pipeline construction from station 122+00 to 216+00 is located in a nature
park. Extreme caution is to be taken in order to protect visitors to the park. The
contractor shall coordinate with the park administration while working in this area.
1.05 PROJECT UTILITY SOURCES:
UTILITY Company CONTACT NAME Phone # Fax#
Natural Gas Atlanta Gas & Light Distribution Tommy Harwell 481-1420 481-
Company Supervisor 1495
Natural Gas Southern Natural Technician Lee Ensley 339-2480 547-
Gas 4174
Area Manager George Cousins 860-7000 863-
BellSouth Construction 3739
Telephone Telecommunications Area Manager 863-
Engineer Bert Neese 821-7540 3739
Cable Comcast Construction Jack Thornton 738-0091 855-
Communications Supervisor 6435
Cable Knology General Lesia Hensley- 364-1015 364-
ManaQer Price 1001
Augusta Public Director Abie Ladson 796-5040 796-
5045
Public Works Works & 821-
Engineering Utility Inspector Jerry Clay 821-1706 1708
PART 2 - EQUIPMENT - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION 01010
SUMMARY OF WORK
01010-2
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 01200 - MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.01 SUMMARY:
This section contains procedures for measuring work performed by the contractor
and subsequent payment of that work. It also contains descriptions related to
measurement and payment.
1.02 SECTION INCLUDES:
A. Descriptions
B. Lump Sum Payment Items
C. Unit Price Payment Items
D. Cash Allowances
1.03 DESCRIPTIONS:
A. The Bid lists each item of the Project for which payment will be made. No
payment will be made for any items other than those listed in the Bid.
B. Required items of work and incidentals necessary for the satisfactory
completion of the work which are not specifically listed in the Bid, and which are
not specified in this Section to be measured or to be included in one of the
items listed in the Bid, shall be considered as incidental to the work. All costs
thereof, including Contractor's overhead costs and profit, shall be considered
as included in the lump sum or unit prices bid for the various Bid items. The
Contractor shall prepare the Bid accordingly.
C. Work includes furnishing all plant, labor, equipment, tools and materials, which
are not furnished by the Owner and performing all operations required to
complete the work satisfactorily, in place, as specified and as indicated on the
Drawings.
D. Measurement of an item of work will be by the unit indicated in"the Bid.
E. Final payment quantities shall be determined from the record drawings. The
precision of final payment quantities shall match the precision shown for that
item in the Bid.
F. Payment will include all necessary and incidental related work not specified to
be included in any other item of work listed in the Bid.
MEASUREMENT AND PAYMENT
01200-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
G. Unless otherwise stated in individual sections of the Specifications or in the Bid,
no separate payment will be made for any item of work, materials, parts,
equipment, supplies or related items required to perform and complete the
work. The costs for all such items required shall be included in the price bid for
item of which it is a part.
H. Payment of lump sum items shall be based upon progress of the Work as
developed through proper updating of the construction Schedule. Estimates of
percent complete established by the Engineer and Contractor shall be the
basis by which earned value will be calculated and payments will be authorized.
I. Payment of unit price items will be made by extending unit prices multiplied by
quantities provided and then summing the extended prices to reflect actual
work. Such price and payment shall constitute full compensation to the
Contractor for furnishing all plant, labor, equipment, tools and materials not
furnished by the Owner and for performing all operations required to provide to
the Owner the entire Project, complete in place, as specified and as indicated
on the Drawings.
1.04 LUMP SUM ITEMS:
Lump Sum per the contract documents including all work shown on the contract
drawings and as specified here in exclusive only of those it's listed separately in the
Bid Schedule as separate Bid Items.
This Lump Sum includes but is not limited to: furnishing and installing all material
and furnishing all supervision, equipment, labor, overhead and profit required to
provide the work complete, in-place, fully tested, ready for continuous uninterrupted
service and Final Acceptance by the Owner excluding those items for which
measurement and payment are specified elsewhere.
A. Measurement: Shall be in accordance with the accepted Schedule of Values.
B. Payment: Progress payments shall be based on the actual percentage of work
satisfactorily completed during the progress payment period in accordance with
the approved Schedule of Values. Final Payment shall be the balance of the
stated Lump Sum as adjusted by approved Change Orders.
1.05 UNIT PRICE ITEMS:
A. Sanitary Sewer:
ITEMS S-1 throuah S-16. S-37 - All piping line items shall be measured in linear
feet and shall include costs for piping and installation, trench excavation, trench
box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill,
MEASUREMENT AND PAYMENT
01200-2
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
infiltration and exfiltration testing, and mandrel pulling as required. No additional
payment shall be made for these items.
ITEM S-18 - Select backfill shall be measured in cubic yards and shall include
costs for the backfill and installation as well as all transportation and stockpiling
charges. The volume of material included shall be the actual measured "in-
place" volume. The standard trench width used to calculate the volume will be 4
feet. No additional payment shall be made for these items.
ITEM S-19 - Miscellaneous pipe fittings and connections shall be measured
individually (each) and include costs for the fitting and installation regardless of
the material. The cost will include all accessories necessary to complete
installation. No additional payment shall be made for these items.
ITEM S-31 - Cut and plug sewers shall be measured individually (each) and
shall include costs for cutting of existing pipelines, plugging of existing pipelines,
excavation, dewatering, asphalt/concrete cutting, and normal backfill. No
additional payment shall be made for these items.
ITEM S-34 - AC water main crossings shall be measured individually (each) and
shall include costs for AC pipe cutting, removal, disposal, excavation, ductile
iron piping, sleeves, backfill, and property restoration. No additional payment
shall be made for these items.
ITEM S-39 - Directional drilling line items shall be measured in linear feet and
shall include costs for casing piping, carrier piping, installation, blasting, asphalt
cutting, restrained joints and gaskets, and normal backfill. No additional
payment shall be made for these items.
ITEM S-38. S-40 throuah S-43 - Bid items for specific work or details shown on
plans shall include materials listed as well as all items listed on S-1 through S-
16 and S-37 or needed to complete the work. No additional payment shall be
made for these items.
ITEM S-44 - The base reinforcement fabric shall be measure in square yards
and shall be used when there is unsuitable material and a rock base is needed
under the pipe. The trench should first be under excavated two feet to ensure
that there is no suitable base. The fabric should be used at the discretion of the
inspector and be Woven Geotextile Mirafi HP 370 or equivalent. No additional
payment shall be made for these items.
ITEM S-45 - Installation of the combination air valves.include the valve, HOPE
tee, flange and any additional material needed for the installation as shown in
the air valve detail on the plans. The bid item also includes all installation,
backfill, testing and any other work required for installation. The air-release
valves shall be 3" RGX 1021, 150 psi Vent-Q-Mat or equivalent. No additional
payment shall be made for these items.
.
.
MEASUREMENT AND PAYMENT
01200-3
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
B. Pavement Structures:
ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall
include costs for all asphalt (regardless of type) used to create a level road
surface prior to asphalt overlay as authorized by the project representative.
The payment shall be based upon confirmed delivery tickets. No additional
payment shall be made for these items.
ITEM P-10 - Asphalt driveway replacement shall be measured in square yards
and shall include costs for asphalt, installation and site preparation. Existing
asphalt shall be removed to the nearest joint as directed by the project
representative. Due to these driveways being used for commercial vehicles
carrying heavy loads, replacement must include all layers shown in the AUD
road cut detail. No additional payment shall be made for these items.
ITEM P-11 - Dirt driveway replacement shall be measured in square yards and
shall include costs for rock, installation and site preparation. No additional
payment shall be made for these items.
C. Miscellaneous:
ITEM M-1 - Flowable fill shall be measured in cubic yards and shall include
costs for all materials, labor, equipment, and excess materials. No additional
payment shall be made for these items.
ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall
include costs for the backfill and installation as well as all transportation and
stockpiling charges. Quantities shall be verified by trench volume calculation.
No additional payment shall be made for these items.
ITEM M-4 - Clearing and grubbing shall be measured in acres and shall include
costs for vegetation removal, stockpiling, disposal and any required permitting.
No additional payment shall be made for these items.
ITEM M-6 - Concrete shall be measured in cubic yards and shall include costs
for all materials, labor, equipment, and excess materials. No additional payment
shall be made for these items.
ITEM M-7 - Silt fence, type "C" shall be measured in linear feet and shall include
costs for the installation and maintenance throughout the phases of the job. No
additional payment shall be made for these items.
ITEM M-8 - Rip-rap shall be measured in square yards and shall include costs
for all materials, labor, equipment, and excess materials. No additional payment
shall be made for these items.
D. Lump Sum Construction:
ITEMS LS-1 & LS-2 - Lump sum construction includes, but is not limited to, the
items described in the bid schedule. No separate or additional payment shall be
made for these items.
.
.
MEASUREMENT AND PAYMENT
01200-4
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
1.06 CASH ALLOWANCES:
A. General
1. The Contractor shall include in the Bid Total all allowances stated in the
Contract Documents if any. These allowances shall cover the net cost of the
services provided by a firm selected by the Owner. The Contractor's handling
costs, labor, overhead, profit and other expenses contemplated for the
original allowance shall be included in the items to which they pertain and
not in allowances.
2. No payment shall be provided for services which fail to verify required
results.
B. Should the net cost be more or less than the specified amount of the allowance,
the Contract will be adjusted accordingly by change order. The amount of
change order will not recognize any changes in handling costs at the site, labor,
overhead, profit and other expenses caused by the adjustment to the allowance.
C. Documentation
1. Submit copies of the invoices with each periodic payment request from the
firm providing the services.
2. Submit results of services provided which verify required results.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION 01200
MEASUREMENT AND PAYMENT
01200-5
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
SECTION 01710 - CONTRACT CLOSEOUT
PART 1 - GENERAL
1.01 DESCRIPTION:
A. Contract closeout is the process that recognizes Substantial Completion, the
transition of plant operations to the Owner, and Final Completion. As the
Work nears Substantial Completion, sequences of activities and their
responsibilities need to be identified, planned, scheduled, and effectively
implemented to facilitate a smooth completion of the overall project.
B. This section defines the process by which the transition from construction to
plant operations will be effected. Terms, roles, responsibilities, and actions
will be identified herein.
1.02 SECTION INCLUDES:
A. Releases From Agreements
B. Substantial Completion
C. Punch List
. D. Final Acceptance and Ready for Final Payment
1.03 RELEASES FROM AGREEMENTS:
A. Furnish Owner written releases from any and all subcontractors or suppliers,
or the like, who performed Work or supplied labor, materials, and/or services
pursuant.
B. In the event Contractor is unable to secure written releases, inform the
Owner of the reasons:
1. Owner or its representatives will examine the site and/or Work, and
Owner will direct Contractor to complete Work that may be necessary
to satisfy terms of the agreement.
2. Should Contractor refuse to perform this Work, Owner reserves the
right to have it done by separate contract and deduct the cost of same
from the Contract Price, or require the Contractor to furnish a
satisfactory Bond in a sum to cover legal claims for damages.
3.
When Owner is satisfied that Work has been completed in agreement
with the Contract Documents and terms of easements, the right is
.
CONTRACT CLOSEOUT
01710-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
reserved to waive the requirement for written release if: (i)
Contractor's failure to obtain such statement is due to the grantor's
refusal to sign, and this refusal is not based upon any legitimate
claims that Contractor has failed to fulfill the terms of the easement, or
(ii) Contractor is unable to contact or has had undue hardship in
contacting the grantQr~
1.04 SUBSTANTIAL COMPLETION:
A. Substantial Completion is defined in Article 14.8 of the General Conditions.
B. All operations and maintenance manuals shall be provided to the Engineer in
their final form prior to the Work being eligible for declaration as substantially
complete.
C. All operator training to be conducted by manufacturer's technical
representatives shall be complete and documented prior to the Work being
eligible for declaration as substantially complete.
D. All required Certificates of Proper Installation shall be properly completed
and submitted to the Engineer prior to the Work being eligible for declaration
as substantially complete.
F.
The Owner shall take beneficial occupancy of the plant for operations and
maintenance activities at the point of Substantial Completion, excepting
those punch list items. .
G. The Contractor shall perform all punchlist tasks in a manner that will not
disrupt operations of the plant.
1.05 PUNCH LIST:
A. Development of the punch list is the result of a survey of the Contractor's
work by the Engineer and the Owner, performed prior to Substantial
Completion. The objective of the survey is to identify work products that are
unacceptable/unsatisfactory. Development of the punchlist is not a survey
by the Engineer to determine what the Contractor has left to do to satisfy the
Contract. The survey itself will corroborate the index of activities the
Contractor submits in accordance with Article 14.8 of the General Conditions
and add further items the Engineer identifies.
B.
The punch list and its respective schedule are the basis for establishing Final
Completion for the Work. The schedule for completing and/or correcting
punchlist activities shall be no longer than 30 calendar days for intermediate
milestones and 60 days for final contract completion, but shall be scheduled
to conclude on or before the contract completion date, and it shall be
CONTRACT CLOSEOUT
01710-2
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
initiated immediately upon Substantial Completion. The overall Contract
duration is based upon a 60-day period following the contractual date for
Substantial Completion to establish the contractual date for Final
Completion. Late delivery of Substantial Completion shall not revise the
Final Acceptance date. . Assessment of liquidated damages for late
Substantial Completion shall not relieve assessment of liquidated damages
for Final Acceptance should Final Acceptance be established beyond the
contractual completion date.
1.06 FINAL ACCEPTANCE:
A. Final Acceptance is as addressed in Articles 14.13 and 14.14 of the General
Conditions.
B. Completion of all punchlist tasks/requirements is required prior to the Work
being eligible for declaration as finally accepted.
C. All record documents must be submitted to and accepted by the Engineer
prior to the Work being eligible for declaration as finally accepted.
D. All releases must be submitted to and accepted by the Engineer prior to the
Work being eligible for declaration as finally accepted.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 01710
CONTRACT CLOSEOUT
01710-3
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 01780 - CLOSEOUT SUBMITTALS
PART 1 - GENERAL
1.01 SECTION INCLUDES:
A. Project Record Documents.
1.02 RECORD DOCUMENTS:
A. Project Record Documents: Record documents shall be submitted prior to
Final Application for Payment.
B. Maintain on site one set of the following record documents; record actual
revisions to the Work:
1 . Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
6. Manufacturer's instruction for assembly, installation, and adjusting.
C. Ensure entries are complete and accurate, enabling future reference by.
D.
Store record documents separate from documents used for construction.
E. Record information concurrent with construction progress.
F. Specifications: Legibly mark and record at each product section description
of actual products installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and modifications.
G. Record Drawings and Shop Drawings: Legibly mark each item to record
actual construction including:
1. Measured depths of foundations in relation to finish first floor datum.
2. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface 'improvements.
3. Measured locations of internal utilities and appurtenances concealed
in construction, referenced to visible and accessible features of the
Work.
4. Field changes of dimension and detail.
5. Details not on original Contract drawings.
PART 2 - PRODUCTS (NOT USED)
CLOSEOUT SUBMITTALS
01780-1
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
. PART 3 - EXECUTION (NOT USED)
END OF SECTION 01780
.
.
CLOSEOUT SUBMITTALS
~,...f,.,;..
01780-2
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 01785 - GUARANTY AND WARRANTY
PART 1 - GENERAL
1.01 PROJECT WARRANTY:
A. The Contractor shall guarantee all materials and equipment furnished and
Work performed for a period of one year from the date of Final completion.
B. The Contractor shall warrant and guarantee for a period of one year from the
date of Final Completion of the Work, that the completed Work is free from all
defects due to faulty products or workmanship. The Contractor shall promptly
make such corrections as may be necessary by reason of such defects. The
Owner will give notice of observed defects with reasonable promptness. In the
event that the Contractor should fail to make such repairs, adjustments or other
work that may be made necessary by such defects, the Owner may do so and
charge the Contractor the cost thereby incurred. The Performance Bond shall
remain in full force and effect throughout the warranty period.
C. The Contractor shall not be obligated to make' replacements which become
necessary because of ordinary wear and tear, or as a result of gross
negligence operation or maintenance, or as a result of improper work or
damage by another Contractor or the Owner, or to perform any work which is
normally performed by a maintenance crew during operation.
D. The Contractor shall, at Contractor's own expense, furnish all labor, materials,
tools and equipment required and shall make such repairs and removals and
shall perform such work or reconstruction as may be made necessary by any
structural or functional defect or failure resulting from neglect, faulty
workmanship or faulty materials, in any part of the Work performed by the
Contractor. Such repair shall also include refilling of trenches, excavations or
embankments which show settlement or erosion after backfilling or placement.
E. Except as noted on the Drawings or as specified, all structures such as
embankments and fences shall be returned to their original condition prior to
the completion of the Contract. Any and all damage to any facility not
designated for removal, resulting from the Contractor's operations, shall be
promptly repaired by the Contractor at no cost to the Owner.
F. The Contractor shall be responsible for all road and entrance reconstruction
and repairs and maintenance of same for a period of one year from the date of
Final Completion. In the event the repairs and maintenance are not made
immediately and it becomes necessary for the owner of the road to make such
repairs, the Contractor shall reimburse the owner of the road for the cost of
such repairs.
GUARANTY AND WARRANTY
01785-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
G. In the event the Contractor fails to proceed to remedy the defects upon
notification within 15 days of the date of such notice, the Owner reserves the
right to cause the required materials to be procured and the work to be done,
and to hold the Contractor and the sureties on Contractor's bond liable for the
cost and expense thereof.
H. Notice to Contractor for repairs and reconstruction will be made in the form of a
registered letter addressed to the Contractor at Contractor's home office.
I. Neither the foregoing paragraphs nor any provision in the Contract Documents,
nor any special guarantee time limit implies any limitation of the Contractor's
liability within the law of the place of construction.
END OF SECTION 01785
GUARANTY AND WARRANTY
01785-2
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 01800 - SUBMITTALS
1.01 GENERAL:
Submittals covered by these requirements include manufacturers' information, shop
drawings, test procedures, test results, samples, requests for substitutions, and
miscellaneous work-related submittals. Submittals shall also include, but not be limited
to, all mechanical, electrical and electronic equipment and systems, materials, reinforcing
steel, fabricated items, and piping and conduit details. The Contractor shall furnish all
drawings, specifications, descriptive data, certificates, samples, tests, methods,
schedules, and manufacturer's installation and other instructions as specifically required
in the Project Manual to demonstrate fully that the materials and equipment to be
furnished and the methods of work comply with the provisions and intent of the contract
documents.
2.01 CONTRACTOR'S RESPONSIBILITIES:
The Contractor shall be responsible for the accuracy and completeness of the
information contained in each submittal and shall assure that the material, equipment or
method of work shall be as described in the submittal. The Contractor shall certify that all
features of all products conform to the specified requirements. Submittal documents
shall be clearly edited to indicate only those items, models, or series of equipment, which
are being submitted for review. All extraneous materials shall be crossed out or
otherwise obliterated. The Contractor shall ensure that there is no conflict in each case
where his submittal may affect the work of another contractor or the Owner. The
Contractor shall coordinate submittals among his subcontractors and suppliers.
The Contractor shall coordinate submittals with the work so that work will not be delayed.
He shall coordinate and schedule different categories of submittals, so that one will not
be delayed for lack of coordination with another. No extension of time will be allowed
because of failure to properly schedule submittals. The Contractor shall not proceed with
work related to a submittal unit the submittal process is complete. This requires that
submittals for review and comment shall be returned to the Contractor stamped
No Exceptions Taken or Make Corrections Noted.
The Contractor shall certify on each submittal document that he has reviewed the
submittal, verified field conditions, and complied with the contract documents.
The Contractor may authorize in writing a material or equipment supplier to deal directly
with the Engineer or with the Owner with regard to a submittal. These dealings shall be
limited to contract interpretations to clarify and expedite the work.
3.01 CATEGORIES OF SUBMITTALS:
A. GENERAL:
SUBMITTALS
01800-1
.
" .
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Submittals fall into two general categories, submittals for review and comment, and
submittals which are primarily for information only. Submittals which are for
information only are generally specified as PRODUCT DATA in Part 2 of applicable
specification sections.
B. SUBMITTALS FOR REVIEW AND COMMENT:
All submittals except where specified to be submitted as product data for information
only shall be submitted by the Contractor to the Engineer for review and comment.
C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY:
Where specified, the Contractor shall furnish submittals (product data) to the
Engineer for information only.
4.01 TRANSMITTAL PROCEDURE:
A. GENERAL:
Unless otherwise specified, submittals regarding material and equipment shall be
accompanied by Transmittal Form 01800-A following this section. Submittals for
operation and maintenance manuals, information and data shall be accompanied by
Transmittal Form01800-B following this section. A separate form shall be used for
each specific item, class of material, equipment, and items specified in separate,
discrete sections, for which the submittal is required. Submittal documents common
to more than one piece of equipment shall be identified with all the appropriate
equipment numbers. Submittals for various items shall be made with a single form
when the items taken together constitute a manufacturer's package or are so
functionally related that expediency indicates checking or review of the group or
package as a whole.
A unique number, sequentially assigned, shall be noted on the transmittal form
accompanying each item submitted. Original submittal numbers shall have the
following format "XXX"; where "XXX" is the sequential number assigned by the
Contractor. Resubmittals shall have the following format: "XXX-Y"; where "XXX" is
the originally assigned submittal number and "y" is a sequential letter assigned for
resubmittals, Le., A, G, or C being the first, second, and third resubmittals,
respectively. Submittal 25B, for example, is the second resubmittal of submittal 25.
B. DEVIATION FROM CONTRACT:
If the Contractor proposed to provide material, equipment, or method of work which
deviates from the project manual, he shall indicate so under "deviations" on the
transmittal form accompanying the submittal copies.
C. SUBMITTAL COMPLETENESS:
SUB MITT ALS
01800-2
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Submittals which do not have all the information required to be submitted, including
deviations, are not acceptable and will be returned without review.
5.01 REVIEW PROCEDURE:
A. GENERAL:
Submittals are specified for those features and characteristics of materials,
equipment, and methods of operation which can be selected based on the
Contractor's judgment of their conformance to the specified requirements. Other
features and characteristics are specified in a manner which enables the Contractor to
determine acceptable options without submittals. The review procedure is based on
the Contractor's guarantee that all features and characteristics not requiring
submittals conform as specified. Review shall not extend to means, methods,
techniques, sequences or procedures of construction, or to verifying quantities,
dimensions, weights or gages, or fabrication processes (except where specifically
indicated or required by the project manual) or to safety precautions or programs
incident thereto. Review of a separate item, as such, will not indicate approval of the
assembly in which the item functions.
When the contract documents require a submittal, the Contractor shall submit the
specified information as follows:
1. Six copies of all submitted information shall be transmitted with submittals for
review and comment.
2. Unless otherwise specified, five copies of all submitted information shall be
transmitted with submittals (product data) for information only.
B. SUBMITTALS FOR REVIEW AND COMMENT:
Unless otherwise specified, within thirty (30) calendar days after receipt of a submittal
for review and comment, the Engineer shall review the submittal and return two
copies to the Contractor. The returned submittal shall indicate one of the following
actions:
1. If the review indicates that the material, equipment or work method complies with
the project manual, submittal copies will be marked No Exception Taken. In this
event, the Contractor may begin to implement the work method or incorporate the
material or equipment covered by the submittal.
2. If the review indicates limited corrections are required, copies will be marked Make
Corrections Noted. The Contractor may begin implementing the work method or
incorporating the material and equipment covered by the submittal in accordance
SUBMITTALS
01800-3
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
with the noted corrections. Where submittal information will be incorporated in
O&M data, a corrected copy shall be provided.
3. If the review reveals that the submittal is insufficient or contains incorrect data,
copies will be marked Revise and Resubmit. Except at his own risk, the
Contractor shall not undertake work covered by this submittal until it has been
revised, resubmitted and returned marked either No Exception Taken or Make
Corrections Noted.
4. If the review indicates that the material, equipment, or work method does not
comply with the project manual, copies of the submittal will be marked Rejected.
Submittals with deviations which have not been identified clearly may be rejected.
Except at his own risk, the Contractor shall not undertake the work covered by
such submittals until a new submittal is made and returned marked either No
Exception Taken or Make Corrections Noted~
C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY:
Such information is not subject to submittal review procedures and shall be provided
as part of the work under this contract and its acceptability determined under normal
inspection procedures.
6.01 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS:
Review of contract drawings, methods of work, or information regarding materials or
equipment the Contractor proposed to provide, shall not relieve the Contractor of his
responsibility for errors therein and shall not be regarded as an assumption of risks or
liability by the Engineer or the Owner, or by any officer or employee thereof, and the
Contractor shall have no claim under the contract on account of the failure, or partial
failure, of the method of work, material, or equipment so reviewed. A mark of No
Exception Taken or Make Corrections Noted shall mean that the Owner has no objection
to the Contractor, upon his own responsibility, using the plan or method of work
proposed, or providing the materials or equipment proposed.
END OF SECTION 01800
SUBMITTALS
01800-4
01800-A SUBMITTAL TRANSMITTAL FORM ~
SUBMITTAL NO.:
CONTRACT NO.:
SPEC. SECTION:
FROM:
DATE:
. TO:
.
.
ATTENTION:
NO.
COPIES
THE FOLLOWING MATERIAL IS TRANSMITTED FOR SUBMITTAL REVIEW
DESCRIPTION/EQUIPMENT NO.
DATE
WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE
SPECIFICA liONS
_ with no exceptions
_ except for the following deviations
NO.
o NO EXCEPTION 0 MAKE CORRECTIONS
TAKEN NOTED
o REJECTED 0 REVISE AND RESUBMIT
Checking is only for general conformance with the design
concept of the project and general compliance with the
information given in the contract documents. Any action
shown is subject to the requirements of the plans and
specifications. Contractor is responsible for: Dimensions
which shall be confirmed and correlated at the job site:
fabrication processes and techniques of construction:
coordination of his work with that of any other trades and the
satisfactory performance of his work.
STEVENSON & PALMER ENGINEERING, INC.
Date:
By:
DEVIATION
CONTRACTOR'S SIGNATURE
.
.
.
01800-8 PRODUCT DATA TRANSMITTAL FORM
DATE:
TO:
PRODUCT DATA NO.:
CONTRACT NO.:
SPEC. SECTION:
FROM:
ATTENTION:
THE FOLLOWING MATERIAL IS TRANSMITTED AS PRODUCT DATA
NO. DATE COPIES DESCRIPTION/EQUIPMENT NO.
WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE SPECIFICATIONS
CONTRACTOR:
SIGNATURE
TITLE
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 02110 - SITE CLEARING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
. 1.02 DESCRIPTION OF WORK:
A. Extent of site clearing is shown on drawings.
B. Site clearina work includes, but is not limited to:
. Protection of existing trees.
. Removal of trees and other vegetation.
. Topsoil stripping.
. Clearing and grubbing.
1.03 JOB CONDITIONS:
A. Traffic:
Conduct site clearing operations to ensure minimum interference with roads, streets,
walks, and other adjacent occupied or used facilities. Do not close or obstruct streets,
walks or other occupied or used facilities without permission from authorities having
jurisdiction.
B. Protection of Existina Improvements:
Provide protections necessary to prevent damage to existing improvements indicated to
remain in place.
Protect improvements on adjoining properties and on Owner's property.
Restore damaged improvements to their original condition, as acceptable to parties
having jurisdiction.
C. Protection of Existina Reference Points:
Maintain and protect all benchmarks, monuments, and other reference points. Any
reference point damaged or destroyed as a result of the Contractor's operations or
negligence shall be repaired or replaced at no cost to the Owner.
SITE CLEARING
02110-1
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
D. Protection of Existina Trees and Veaetation:
.
Protect existing trees and other vegetation indicated to remain in place, against
unnecessary cutting, breaking or skinning of roots, skinning and bruising of bark,
smothering of trees by stockpiling construction materials or excavated materials within
drip line, excess foot or vehicular traffic, or parking of vehicles within drip line. Provide
temporary guards to protect trees and vegetation to be left standing.
Water trees and other vegetation to remain within limits of contract work as required to
maintain their health during course of construction operations.
Provide protection for roots over 1-1/2" diameter cut during construction operations.
Coat cut faces with an emulsified asphalt, or other acceptable coating, formulated for
use on damaged plant tissues. Temporarily cover exposed roots with wet burlap to
prevent roots from drying out; cover with earth as soon as possible.
PART 2 - PRODUCTS
Not applicable to work of this section.
PART 3 - EXECUTION.
3.01 SITE CLEARING:
. A. General:
Remove trees, shrubs, grass and other vegetation, improvements, or obstructions
interfering with installation of new construction. Remove such items elsewhere on site
or premises as specifically indicated. Removal includes digging out stumps and roots.
Carefully and cleanly cut roots and branches of trees indicated to be left standing,
where such roots and branches obstruct new construction.
B. Topsoil:
Topsoil is defined as friable clay loam surface soil found in a depth of not less than 4".
Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones, and other object
over 2" in diameter, and without weeds, roots, and other objectionable material.
C. Strip Topsoil:
Strip topsoil to whatever depths encountered in a manner to prevent intermingling with
underlying subsoil or other objectionable material.
Remove heavy growths of grass from areas before stripping.
.
SITE CLEARING
02110-2
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
D. Stockpile Topsoil: .
Stockpile topsoil in storage piles where directed. Construct storage piles to freely drain
surface water. Cover storage piles if required to prevent wind-blown dust.
F. Clearina and Grubbina:
Clear site of trees, shrubs and other vegetation, except for those indicated to be left
standing.
Completely remove stumps, roots, and other debris protruding through ground surface.
Use only hand methods for grubbing inside drip line of trees indicated to be left
standing.
Fill depressions caused by clearing and grubbing operations with satisfactory soil
material, unless further excavation or earthwork is indicated.
Place fill material in horizontal layers not exceeding 6" loose depth, and thoroughly
compact to a density equal to adjacent original ground. I
3.02 DISPOSAL OF WASTE MATERIALS:
A. Burnina on Owner's Property:
Burning will be permitted only at designated areas and times directed by Owner.
Burning permits must be secured by the Contractor prior to commencing burning
operations. Attend burning materials until fires have burned out or have been
extinguished.
B. Removal from Owner's Property:
Remove all cut trees, stumps, waste materials and unsuitable and excess topsoil from
Owner's property and dispose of off site in legal manner.
END OF SECTION 02110
SITE CLEARING
02110-3
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Effingham County - Board of Commissioners
SECTION 02210 - EROSION CONTROL
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including General and Special Conditions,
and Division-1 Specification Sections apply to work of this section.
1.02 DESCRIPTION OF WORK:
Under this section shall be included all measures both temporary and. permanent to control
erosion and sedimentation, and protect all surface waters and property both on and off site.
This shall include all labor, materials and equipment necessary to meet the requirements of
this Section. .
1.03 EROSION AND SEDIMENTATION ACT - DEFINED:
It is the intent of this Specification that the Project and the Contractor comply with all
applicable requirements of the Erosion and Sedimentation Act of 1975 and Augusta's Soil
Erosion and Sediment Control Ordinance.
The Manual for Erosion and Sediment Control in Georgia further defines practices and
requirements. The Contractor is responsible for maintaining all sediment and erosion
control measures on the project site during construction. The Contractor is responsible for
any damage caused due to failure to implement these requirements. A Soil Erosion and
Sedimentation Control Permit has been obtained by the Owner so that periodic inspections
may be made by the County. The Contractor is to cooperate with the person performing
these inspections.
1.04 COORDINATION WITH CONTRACT PLANS:
A Soil Erosion and Sedimentation Control Plan is included in the Contract Documents and
is to be implemented as a part of the procedures necessary to implement requirements of
the Act and Ordinance.
PART 2 - PRODUCTS
Not applicable to this specification section.
PART 3 - EXECUTION
3.01 IMPLEMENTATION:
Implementation of the requirements of the Act is based on the following principles:
EROSION CONTROL
02210-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Effingham County - Board of Commissioners
The disturbed area and the duration of exposure to erosion elements should be minimized.
Stabilize disturbed areas immediately.
Retain or accumulate runoff.
Retain sediment.
Do not encroach upon watercourses.
3.02 SYMBOLS:
The Soil Erosion and Sedimentation Control Plan contains standard symbols for the
different types of measures for implementing the Act. These symbols are defined for
conditions, design criteria and construction specifications in Sections II and III of the
Manual.
3.03 SPECIFIC REQUIREMENTS:
All disturbed areas shall be grassed by sodding or seeding, fertilizing, mulching and
watering to obtain a ground cover which prevents soil erosion.
A temporary construction egress pad shall be installed and maintained at any point where
construction vehicles enter a public right-of-way, street or parking area. The pad shall be
used to eliminate mud from the construction area onto public rights-of-way. The pad shall
be constructed as shown in the Manual for Erosion and Sediment Control. .
All measures installed for sediment control shall be checked at the beginning and end of
each day when construction is occurring to ascertain that the measures are in place and
functioning properly.
END OF SECTION 02210
EROSION CONTROL
0221 0-2
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 02221 - EXCAVATION, TRENCHING AND BACKFILL FOR UTILITY SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Work Includes:
The excavation, trenching and backfilling required for all underground utility systems.
Utility systems include sanitary sewers, storm sewers, water piping and force mains.
B. Definition:
"Excavation" consists of removal of material encountered to subgrade elevations
indicated and subsequent disposal of materials removed.
1.03 QUALITY ASSURANCE:
A. Codes and Standards:
Perform excavation work in compliance with applicable requirements of governing
authorities having jurisdiction.
B. Testinoand Inspection:
Owner shall provide testing services. Testing will be performed as directed by the
project inspector.
If any compaction test reveals that fill or backfill is not compacted as specified, the
Contractor shall scarify and recompact as required to achieve the specified density.
Additional compaction tests shall be made to verify proper compaction. The soils
technician is to advise the Engineer and the Contractor's Superintendent immediately of
any compaction tests failing to meet the specified minimum requirements. No additional
lift is to be placed on a lift with any portion failing.
1.04 JOB CONDITIONS:
A. Site Information:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Data on indicated subsurface conditions are not intended as representations or
warranties of accuracy or continuity between soil bearings. It is expressly understood
that Owner will not be responsible for interpretations or conclusions drawn therefrom by
Contractor. Data are made available for convenience of Contractor.
Additional test borings and other exploratory operations may be made by Contractor at
no cost to Owner.
B. Existina Utilities:
The Contractor shall acquaint himself with the location of all utilities and structures both
present and proposed, also all existing surface structures which may be affected by
work under the Contract. The location of any underground structures furnished, shown
on the Plans or given on the site are based upon the available records but are not
guaranteed to be complete or correct, and are given only to assist the Contractor in
making a determination of the existence of underground structures.
Underground piping and utility systems which are to be installed in trenches whose
lowest point of excavation is below the existing ground level and are unaffected by an
excavation for structures, may be installed at any time during the course of the work.
Piping and systems to be installed in or over fill, backfill or new embankments shall not
be installed until all earthwork has been completed to rough grade, nor until settlement
of the fill or embankment has taken place.
Braced and sheeted trenches and open trenches shall comply with all federal and state
laws and regulations, and local ordinances relating to safety, life, health and property.
Also this shall conform to applicable Federal Regulations. All protective systems for
trenches shall conform to Section 1926.652, 29 CFR Part 1926, Final Rule, printed in
the October 31, 1989 issue of the Federal Register.
The sides and bottoms of the trenches shall be protected against any instability which
may interfere with the proper laying of the pipe and as necessary for the safety of the
workmen and others and as may be necessary to protect adjacent structures. Refer to
safety requirements of the General Conditions and Special Conditions.
Overhead utilities, poles, etc., shall be protected against damage by the Contractor, and
if damaged by the Contractor, shall be replaced by him. The Contractor shall notify
those who maintain utilities sufficiently in advance of the proposed construction so that
they may locate, uncover and disclose such work. If trench excavation will come within
five feet of any power poles, the Contractor is to contact Mark Mills with Georgia Power
at (706) 667-5633 at least one week prior to the work. If the progress of construction
necessitates the removal or relocation of poles, overhead utilities and obstructions, the
Contractor shall make all arrangements and assume all costs of the work involved.
The Contractor shall provide for the continuance of the flow of any sewers, drains, water
pipes, and water courses, and the like. Where such facilities, water courses, or electric
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-2
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
overhead wires or conduits are interfered with by the work of the Contractor, the
interruption shall be a minimum and shall be scheduled in advance with the Engineer
and the utility owner.
The Contractor shall restore all facilities interfered with to their original condition or
acceptable equivalent. The cost of such restoration or damage caused directly by his
work shall be paid for by the Contractor and shall be included in the prices bid for the
items to which it pertains.
Should uncharted, or incorrectly charted, piping or other utilities be encountered during
excavation, consult utility owner immediately for directions. Cooperate with Owner and
utility companies in keeping respective services and facilities in operation. Repair
damaged utilities to satisfaction of utility owner.
Do not interrupt.existing utilities serving facilities occupied and used by Owner or others,
during occupied hours, except when permitted in writing by Engineer and then only after
acceptable temporary utility services have been provided.
Provide minimum of 48-hour notice to Engineer, and receive written notice to proceed
before interrupting any utility.
C. Use of Explosives:
The use of explosives is not permitted.
Do not bring explosives onto site or use in work without prior written permission from
authorities having jurisdiction. Contractor is solely responsible for handling, storage,
and use of explosive materials when their use is permitted.
D. Protection of Persons and Property:
Barricade open excavations occurring as part of this work and post with warning lights.
Operate warning lights as recommended by authorities having jurisdiction.
Protect structures, utilities, sidewalks, pavements, and other facilities from damage
caused by settlement, lateral movement, undermining, washout and other hazards
created by earthwork operations.
Perform excavation within drip-line of large trees to remain by hand, and protect the root
system from damage or dry out to the greatest extent possible. Maintain moist
condition for root system and cover exposed roots with burlap. Paint root cuts of 1"
diameter and larger with emulsified asphalttree paint.
E. Protection of Water Supplv Pipes:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-3
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Horizontal Separation. Sewers and force mains shall be laid at least 10 feet horizontally
from any existing or proposed water main. The distance shall be measured edge to
edge. In cases where it is not practical to maintain a 10 foot separation, such deviation
may allow installation of the sewer or force main closer to a water main, provided that
the water main is in a separate trench or on an undisturbed earth shelf located on the
side of the sewer or force main and at an elevation so the bottom of the water main is at
least 18 inches above the top of the sewer or force main.
F. Crossinos:
Sewers and force mains crossing water mains shall be laid to provide a minimum
vertical distance of 18 inches between the outside of the water main and the outside of
the sewer or force main. This shall be the case where the water main is either above or
below the sewer or force main. The crossing shall be arranged so that the sewer or
force main joints will be equidistant and as far as possible from the water main joints.
Where a water main crosses under a sewer or force main, adequate structural support
shall be provided for the sewer or force main to prevent damage to the water main.
G. Special Conditions:
When it is impossible to obtain proper horizontal and vertical separation as stipulated
above, the sewer or force main shall be designed and constructed equal to water pipe,
and shall be pressure tested to assure watertightness prior to backfilling.
H. Protectino Trees. Shrubbery and Lawns:
Trees and shrubbery along trench lines shall not be disturbed unless absolutely
necessary. Trees and shrubbery necessary to be removed shall be properly heeled-in
and re-planted. Heeling-in and re-planting shall be done under the direction of an
experienced nurseryman.
Where utility trenches cross established lawns, sod shall be cut, removed, stacked and
maintained in suitable condition until replaced. Topsoil underlying lawn areas shall
likewise be removed and kept separate from general excavated materials. Removal
and replacement of sod shall be done under the direction of an experienced
nurseryman.
PART 2 - PRODUCTS .
2.01 SOIL MATERIALS:
A. Definitions:
1. Satisfactory soil materials are defined as those complying with ASTM 02487 soil
classification groups GW, GP, GM, SM, SW and SP.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-4
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
2. Unsatisfactory soil materials are defined as those complying with ASTM 02487 soil
classification groups MH, CH, OL, OH and PT. Excavated soils that are too wet to
compact shall not be classified unsuitable due to hiah moisture content alone.
B. Coarse Granular Beddina:
Crushed stone or pea gravel, clean and graded, 95 to 100 percent of which shall pass a
3/4 inch sieve with 95 to 100 percent retained on a NO.4 sieve.
C. Embedment Materials for Flexible Pipina Systems:
These materials are grouped into categories according to their suitability for this
application:
1. Class I. Angular 6 to 40 mm (1/4 to 1-1/2 inches), grad'ed stone including a number
of fill materials that have regional significance such as coral, slag, cinders, crushed
stone, and crushed shells.
2. Class II. Coarse sands and gravel with maximum particle size of 40 mm (1-1/2
inches), including variously graded sands and gravel containing small percentages
of fines, generally granular and non-cohesive, either wet or dry. Soil types GW, SP,
SW and SP are included in this class.
3. Class III. Fine sand and clayey gravel, including fine sands, sand-clay mixtures, and
gravel-clay mixtures. Soil types GM, GC, SM and SC are included in this class.
4. Class IV. Silt, silty clays and clays including inorganic clays and silts of medium to
high plasticity and liquid limits. Soil types MH, ML, CH and CL are included in this
class. These materials are not to be used for bedding, haunching or initial backfill.
5. Class V. This class includes the organic soils OL, OH and PT as well as soils
containing frozen earth, debris, rocks larger than 40 mm (1-1/2 inches) in diameter,
and other foreign materials. These materials shall not be used for bedding,
haunching and initial backfill.
D. Backfill and Fill Materials:
Satisfactory soil materials free of clay, rock or gravel larger than 2" in any dimension,
debris, waste, frozen materials, vegetable and other deleterious matter.
PART 3 - EXECUTION
3.01 EXCAVATION AND TRENCHING:
A. Excavation is Unclassified:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-5
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Excavation is unclassified and includes excavation to subgrade elevations indicated,
regardless of character of materials and obstructions encountered.
B. Unauthorized excavation consists of removal of materials beyond indicated subgrade
elevations or dimensions without specific direction of Engineer. Unauthorized
excavation, as well as remedial work directed by Engineer, shall be at Contractor's
expense.
Excavation in excess of the depth required for manholes and other structures shall be
corrected by placing a subfoundation of 1500 psi concrete, at no additional expense to
the Owner.
Elsewhere, backfill and compact unauthorized excavations as specified for authorized
excavations of same classification, unless otherwise directed by Engineer.
C. Removal of Unsuitable Materials:
When excavation has reached required sub-grade elevations, notify Engineer who will
make an inspection of conditions.
Should overdepth excavation be necessary to remove unsuitable material and to
replace with satisfactory material, the Contractor will be paid for this work as select
backfill in accordance with Section 01200 for removal and replacement of unsuitable
material, based on the following requirements:
When the trench is excavated to the plan depth or as required by these Specifications,
and soft or other material not suitable for bedding purposes is encountered in the
trench, the Contractor shall immediately notify the Engineer for inspection and
measurement of the unsuitable material to be removed.
. No overdepth excavation or backfilling of the overdepth excavated trench shall start until
proper measurements of the trench have been taken by the Engineer for determination
of the quantity in cubic yards of unsuitable material excavated.
No payment will be made for any overdepth excavation of soft unstable material due to
the failure of the Contractor to provide adequate means to keep the trench dry.
No payment will be made for any overdepth excavation of the unsuitable material and
replacement not inspected and measured by the Engineer prior to excavation.
D. Caution in Excavation:
Proceed with caution in the excavation and preparation of the trench so that the exact
location of underground structures in the trench zone may be determined before being
damaged. He shall be held responsible for the repair or replacement of such structures
when broken or otherwise damaged because of his operations.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-6
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
. E. Subsurface Explorations:
Make explorations and excavations at no additional charge to the Owner to determine
the location of existing underground structures.
F. Depth of Trench:
Utilities and other piping shall be laid in open trenches as shown and specified.
Trenches shall be excavated to the designated lines and grades, beginning at the outlet
end and progressing toward the upper end in each case. Trenches for pipe shall be
shaped to the lower 1/3 of the pipe and provide uniform and continuous bearing. Bell
holes shall be dug to allow ample room for working fully around each joint.
G. Width of Trench:
Trenches shall be of minimum width to provide ample working space for making joints
and tamping backfill. Width on each side of barrel of pipe shall be not less than 8
inches or more than 12 inches.
.
Sides of trenches shall be closely vertical to top of pipe and shall be sheet piled and
braced where soil is of unstable nature. Above the top of the pipe, trenches may be
sloped. The width ofthe trench above this level may be wider for sheeting and bracing
and the performance of the work.
H. Limit to Length of Open Trench:
The routine of operation shall be so organized to keep the length of open trench to a
practicable minimum.
I. Piling Excavated Materials:
All excavated material shall be piled in a manner that will not endanger the work and
that will avoid obstructing roadways.
J. Alignment and Grade:
Trenches shall be excavated on the alignments shown on the Plans, and to the depth
and grade necessary to accommodate the pipes at the elevations shown. Where
elevations of the invert or center-line of a pipe are shown at the ends of a pipe, the pipe
. shall be installed at a continuous grade between the two elevations.
K. Over Excavation:
.
Excavation in excess of the depth required for proper shaping shall be corrected by
bringing to grade the invert of the ditch with compacted coarse, granular material at no
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-7
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
additional expense to the Owner. Bell holes shall be excavated to relieve bells of all
load but small enough to insure that support is provided throughout the length of the
pipe barrel. All protective systems for trenches shall conform to Section 1926.652, 29
CFR Part 1926, Final Rule, printed in the October 31, 1989 issue of the Federal
Register.
If trenches are excavated to widths in excess of those specified, or if the trench walls
collapse, the pipe shall be laid in accordance with the next better class of bedding at the
expense of the Contractor.
Trenches shall be maintained in a safe condition to prevent hazardous conditions to
persons working in or around the trench. Trenches 5 feet in depth or greater shall be
protected in accordance with OSHA, 29 CFR Part 1926 pp 45895-45991.
The top portion of the trench may be excavated with sloping or vertical sides to any
width which will not cause damage to adjoining structures, roadways, utilities, etc. The
bottom of the trenches shall be graded to provide uniform bearing and support each
section of the pipe on undisturbed soil at every point along its entire length, except for
the portions of the pipe sections excavated for bell holes and for the sealing of pipe
joints. Bell holes and depressions for joints shall be dug after the trench bottom has
been graded and in order that the pipe rests upon the trench bottom for its full length
and shall be only of such length, depth and width for making the particular tYpe of joints.
The bottom of the trench shall be rounded so that at least the bottom one-third of the
pipe shall rest on undisturbed earth for the full length of the barrel, as jointing operations
will permit. This part of the excavation shall be done manually only a few feet in
advance of the pipe laying by workmen skilled in this type of work.
Maintain sides and slopes of excavations in safe condition until completion of backfilling.
L. Shorina and Bracina:
Provide materials for shoring and bracing, such as sheet piling, uprights, stringers and
cross-braces, in good serviceable condition. Protective systems for trenches shall
conform to Section 1926.652,29 CFR Part 1926, Final Rule, printed in the October 31,
1989 issue of the Federal Register.
Establish requirements for trench shoring and bracing to comply with local codes and
authorities having jurisdiction.
Maintain shoring and bracing in excavations regardless of time period excavations will
be open. Carry down shoring and bracing as excavation progresses.
M. Material Storaae:
Stockpile satisfactory excavated materials where directed, until required for backfill or
fill. Place, grade and shape stockpiles for proper drainage.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-8
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Locate and retain soil materials away from edge of excavations. Do not store within drip
line of trees indicated to remain.
Dispose of excess soil material and waste materials as herein specified.
3.02 DEWATERING AND PROTECTION AGAINST WATER:
The Contractor shall remove water from the site and shall lower the ground water level as
necessary to complete the excavations to the required depths and so that all required work
can be accomplished in the dry. The Contractor shall do such well construction, well
pointing, sheeting, ditching, and pumping, and shall construct necessary drains, channels
and sumps to keep his excavations and new structures clear of groundwater, storm water
or sewage and to keep his construction areas dry during the progress of the work.
Adequate measures and protection shall be provided by the Contractor to protect his work
from damage from uplift due to ground water, storm water, or flood water. Any damages
which may result shall be the Contractor's responsibility.
The Contractor shall accept all responsibility for damage to the work of this Contract
because of floods and water pressures and other water damages and shall accept all risks
of floods and other events which may occur.
All water discharged by pumping operations shall be discharged so as not to interfere with
work under this Contract or with existing structures and operations. Water from dewatering
operations shall be conveyed to the existing drainage features, using piping and pumping
facilities provided by the Contractor. Route of dewatering pipe shall be subject to the
Engineer's review. Discharge facilities and water quality shall comply with applicable
regulations of State and Federal agencies.
Dewatering operations shall be uninterrupted and continuous during the course of the work
so as not to endanger any construction in place or to present a hazard to workmen in and
around the site. The Contractor shall take all measures necessary including, but not limited
to, standby equipment and constant attendance to insure that the dewatering system
remains operational and effective throughout the period of time that it is required.
No water shall be allowed to run over any uncompleted portions of the work. No units of
the work shall be constructed under water. The cost of dewatering shall be included in the
price bid for the item of work for which it is required.
3.03 BEDDING:
A. Beddinq of Riqid Pipe:
Pipe shall be laid on foundations prepared in accordance with ASTM C12 as modified
herein, and in accordance with the various classes of bedding required by the trench
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-9
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
width and trench depth for the size of pipe to be laid. Bedding shall be included in the
appropriate unit price bid for rigid pipe. (clay, concrete, ductile iron or steel).
B. Class "A" Beddina:
Class "A" bedding shall be achieved by either of the following two construction methods:
1. Concrete Cradle: The pipe shall be bedded in a monolithic cradle of plain or
reinforced concrete having a minimum thickness under the pipe barrel of one-fourth
the inside diameter of the pipe but in no case less than 4 inches and extending up
the sides to a height of at least one-fourth of the pipe outside diameter. The cradle
shall have a width equal to the full width of the trench as excavated. The pipe shall
be laid to line and grade on concrete blocking after which the concrete shall be
placed to the limits described. Concrete shall be 3,000 psi concrete.
2. Concrete Arch: The pipe shall be bedded in crushed stone or rounded gravel
bedding material having a minimum thickness under the pipe barrel of one-fourth the
outside diameter of the pipe but in no case less than 4 inches and shall extend up
the sides of the pipe to the horizontal centerline. The top half of the pipe shall be
covered with a monolithic plain or reinforced concrete arch having a thickness of
one-fourth the inside diameter of the pipe but in no case less than 4 inches at the
crown of the pipe. The arch shall have a width equal to the full width of the trench as
excavated.
C. Class "B" Beddina:
Class "B" Bedding shall be achieved by either of two construction methods:
1. The bottom of the trench excavation shall be shaped to conform to a cylindrical
surface with a radius at least 2 inches greater than the radius of the outside of pipe
with a width sufficient to allow 6/10 of the width of the pipe barrel to be bedded in
fine granular fill placed in the shaped excavation. Carefully compacted backfill shall
be placed at the sides of the pipe to a thickness of at least 12 inches above the top
of the pipe.
2. The pipe may be bedded in compacted crushed stone, placed on a flat trench
bottom. The crushed stone bedding shall have minimum thickness of 1/4 the
outside pipe diameter sand shall extend halfway up the pipe barrel at the sides. The
remainder of the side fills and a minimum depth of 12 inches over the top of the pipe
shall be filled with carefully compacted material.
D. Class "C" Beddina:
Class "C" bedding shall be achieved by either of two construction methods:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-10
.
.
.
S&P Project No. G124-01-Q5
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
1. The pipe shall be bedded in an earth foundation formed in the trench bottom by a
shaped excavation which will fit the pipe barrel with reasonable closeness for a width
of at least 50 percent of the outside pipe diameter. The side fills and area over the
pipe to a minimum of 12 inches above the top of the pipe and shall be filled with
compacted fill.
2. The pipe shall be bedded in compacted granular material placed on a flat trench
bottom. The granular bedding shall have a minimum thickness of 4 inches under
the barrel and shall extend 1/6 of the outside diameter up the pipe barrel at the
sides. The remainder of the side fills and to a minimum depth of 12 inches over the
top of the pipe shall be filled with compacted backfill. Class "C" bedding shall be
used except where the use of Class "A" or Class "B" bedding is shown on the Plans.
E. Class "0" Beddino:
Class "0" bedding is achieved by shaping bell holes only on a flat trench and no care is
taken to secure compaction at the sides and immediately over the pipe. This type
bedding is not permitted.
F. Bell Holes:
Bell holes shall be provided in all classes of bedding to relieve pipe bells of all loads, but
small enough to insure that support is provided throughout the length of the pipe barrel.
G. Coarse Granular Beddino:
Coarse granular bedding material shall be placed on a flat bottom trench and thoroughly
compacted by tamping or slicing with a flat blade shovel. Compacted bedding material
shall be extended up the sides of the pipe to the heights shown for the various classes
of bedding.
H. Overwidth Excavation:
If trenches are excavated to widths in excess of those specified below, or if trench walls
collapse, pipe shall be laid in accordance with the requirement for at least the next
better class of bedding at the expense of the Contractor.
I. Borrow Backfill:
Borrow backfill will be required if there is not sufficient suitable material available from
other parts of the work to backfill the trenches. Borrow backfill from approved borrow
pits shall be used. Only those soils in the borrow pits that meet the specified
requirements for suitable material shall be used.
3.04 BEDDING OF FLEXIBLE PIPE:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-11
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Flexible pipe shall be bedded true to line and grade with uniform and continuous support
from a firm base in accordance with ASTM D2321 as modified herein. Blocking shall not
be used to bring the pipe to grade. Bedding material shall be included in the unit price for
plastic and FRP pipes.
Stone used for pipe bedding must be a minimum of 'X" and a maximum of %" with no
angular edges. (Rinker Materials - Aggregates Augusta Sand Plant or approved equal) If
the foundation in the trench is unsuitable after two feet of additional excavation, a base
reinforcement fabric (Woven Geotextile Mirafi HP 370 or equivalent) is required as directed
by the Inspector.
Compaction of foundation, bedding, haunching and initial backfill shall extend to the trench
wall.
Embedment material in the area around the pipe shall be installed with care. Care shall be
used to insure that sufficient material has been worked under the haunch of the pipe to
provide adequate side support. Precautions must be taken to prevent movement of the
pipe during placing of the material through the pipe haunch. Place initial backfill material in
three stages: First, to the center line of the pipe: second, to the top of the pipe: and third, to
a point 12 inches above the tope of the pipe. Compact each stage of haunching and initial
backfill by hand or mechanical tamping to a minimum of 90 percent Standard Proctor
Density. Where unstable trench walls exist because of migratory materials such as
water-bearing silts or fine sands, care shall be taken to prevent the loss of side support
through the migratory action.
Avoid contact between the pipe and compaction equipment. Compaction of haunching,
initial backfill and backfill material shall be done in such a way so that compaction
equipment will not have a damaging effect on the pipe.
Trench depths, using the various bedding classes, shall not exceed those shown below:
MAXIMUM TRENCH DEPTH
Pipe Size
Class III Bedding
Class I
Class II Bedding
Class IV Bedding
All Sizes
30'
Not to be Used
16'
Density (Standard Proctor) of 90 percent minimum in pipe zone.
3.05 BACKFILLING:
A. Backfillinq:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-12
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Backfilling consists of placing suitable materials removed during the excavation into the
excavated areas, placing embedment materials and compacting the same to a density
equal to or greater than what exists before excavation or as specified herein.
Under backfilling operations is also included removal of excess materials and debris
from the site, leveling all depressions caused by operation of equipment and
maintaining the backfilled areas until accepted by the Owner.
All backfill material shall be free of stones, concrete and clay lumps larger than 1/3
cubic foot. Roots, stumps and rubbish which will decompose will not be permitted in the
backfill. Backfill material shall have its moisture content corrected, as may be
necessary before being placed in the trench to bring the moisture content to .
approximately "optimum" for good compaction. Any rock, stone, concrete, clay lumps
larger than 1/3 cubic foot in volume, rubbish and debris shall be removed from the site
and disposed of by the Contractor in a lawful manner.
Backfilling operations in this work are referred to herein as Backfilling at the Pipe Zone,
Type "A" and Type "B".
Backfilling in the excavated areas below parts of proposed structures shall be referred
to hereinafter as Type "A" Backfilling.
Where trenches cross or extend under structures or into present roadways, future
roadways or parking areas as shown on the Plans, the backfilling shall be referred to
hereinafter as Type "A" Backfilling.
Backfilling in all other areas shall be referred to hereinafter as Type "B" Backfilling.
B. Backfillino at the Pipe Zone:
Throughout the entire construction, backfilling at the pipe zone shall include bedding
and shall be as follows: Backfill material shall be placed below, around each side, and
over the top of the pipe, in approximately horizontal layers to a height of 12 inches over
the top of the pipe. Layers shall be of such thickness to facilitate the required
compaction. This backfill shall be well compacted by using mechanical tamping
equipment in such manner as not to damage the pipe, pipe joints or shift the pipe
alignment. Work men shall not be permitted to walk over the pipe until at least 12
inches of compacted fill has been placed over the pipe. The Contractor shall not use
water to obtain compaction except for adding water to the backfill material before
placing in the trench to bring the moisture content to approximately "optimum" for good
compaction.
C. Tvpe "A" Backfillino:
Consists of placing sand and gravel or other suitable materials excavated from the
trench in the trench in 6 inch thick layers from a point 12 inches above the top of the
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-13
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
pipe and mechanically tamped or compacted by rolling until the backfill density after
compaction is equal. to 98 percent of the maximum density obtainable at optimum
moisture content as determined by the Standard Proctor Test (ASTM D698). No water
shall be used to secure compaction except for adding water to the backfill material
before placing in the trench to bring moisture content to approximately "optimum" for
good compaction. Each 6 inch thick layer shall be mechanically tamped before
additional backfill material is placed in the excavated area.
D. Type "B" Backfillina:
Consists of placing sand and gravel or other suitable material excavated from the trench
in the trench in 12 inch thick compacted layers from a point 12 inches above the top of
the pipe. Each 12 inch thick layer shall be compacted before additional backfill material
is placed in the excavation. Only mechanical tamping, use of roller or small tractor will
be allowed. The density of the backfilled material after compaction shall be equal to 95
percent of the maximum density obtainable at optimum moisture content as determined
by the Standard Proctor Test (ASTM D698). Except in the upper 12 inches, water shall
be added to backfill material only before being placed in the trench in order to bring the
moisture content to approximately "optimum" for good compaction.
3.06 UTILITY CONSTRUCTION IN OTHER EXCAVATION:
Where utilities are required to be constructed in areas also requiring excavation and backfill
for other work, coordinate the work so that the parts come together properly and the
construction of the various parts can be done without damage to other parts. Place
bedding which will form bearing for pipes, using suitable material and shaping to the lower
1/3 of the pipe to provide uniform and continuous bearing. Compaction of backfill material
which will form bearing shall be equal to that specified hereinbefore under Type "A"
Backfilling. After the pipe or other utility is placed, backfilling shall proceed as specified
hereinbefore following the requirements specified under "Backfilling at the Pipe Zone",
"Type "A" Backfilling", and "Type "B" Backfilling" as applicable.
3.07 CONSTRUCTION ALONG HIGHWAYS. STREETS AND ROADWAYS:
A. Excavation. Trenchina and Backfillina Operations:
Excavation, trenching and backfilling along highways, streets and roadways shall be in
accordance with the applicable regulations of the State Highway Department with
reference to construction operations, safety, traffic control, road maintenance and
repair.
B. Protection of Traffic:
Provide suitable signs, barricades and lights for protection of traffic, in locations where
traffic may be endangered by construction operations. All signs removed by reason of
construction shall be replaced as soon as condition which necessitated such removal
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-14
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
has been cleared. No highway, street or roadway shall be closed without first obtaining
permission from the proper authorities.
C. Construction Operations:
The Contractor shall construct all work along highways, streets and roadways using the
following sequence of construction operations, so as to least interfere with traffic:
1. Strippina. Where the pipe line is laid along road shoulders, sod, topsoil and other
material suitable for shoulder restoration shall be stripped and stockpiled for
replacement.
2. Trenchina, Lavina and Backfillina. Excavate trenches, install pipe line and backfill.
The trench shall not be opened any further ahead of pipe laying operations than is
necessary for proper laying operations. Trenches shall be progressively backfilled
and consolidated and excess material removed immediately.
3. Shapina. Immediately after completing backfilling operation, re-shape any damage
to cut and fill slopes, side ditch lines, and shall replace top soil, sod and nay other
materials removed from shoulders.
D. Excavated Material:
Excavated material shall not be placed along highways, streets, and roadways in such
manner as to obstruct traffic. Roadways and pavement will be maintained free of earth
material and debris.
E. Drainaae Structures:
All side ditch culverts, cross drains and other drainage structures shall be kept clear of
excavated material and be free to drain at all times.
F. Maintainina Hiahwavs. Streets. Roadwavs and Drivewavs:
The Contractor shall furnish a road grader which shall be available for use at all times
for maintaining highways, streets and roadways. All such streets, highways and
roadways shall be maintained in suitable condition until completion and final acceptance
of the work.
Repair all driveways that are cut or damaged. Maintain them in suitable condition until
completion and final acceptance of the work.
3.08 REMOVING AND RESETTING FENCES:
Where existing fences must be removed to permit construction, the Contractor shall
remove such fences. As construction progresses, reset the fences in their original location
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-15
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
and to their original condition. All costs of removing and resetting fences and such
temporary works as may be required shall be included in the prices for the utility line.
3.09 REMOVE AND REPLACE PAVEMENT:
Pavement and base course which must be removed for constructing utilities and
appurtenances in streets shall be replaced as specified in Section 02513.
The top 18 inches of subgrade material immediately under the paving base and also road
shoulder shall be carefully removed and kept separate form the rest of the excavated
material. This material shall be placed in the top 18 inches of the backfill. Further
compaction shall be accomplished by leaving the backfilled trench open to traffic while
maintaining the surface with crushed stone or gravel. Settlement in trenches shall be
refilled with crushed stone or gravel, and such maintenance shall continue until
replacement of pavement.
Where utility lines are constructed on unpaved streets, roads or easements, the top 18
inches of soil shall be stripped and windrowed separate from the excavation from trenches.
After the line has been installed and the backfill completed within 18 inches of the original
grade, the salvaged surfacing shall be replaced. This work shall be considered as general
clean up along with the removal of surplus excavated materials from the site and the
restoring of the surface outside trench limits to the original condition, the cost of which shall
be included in the price bid for the utility line.
3.10 WALKS. DRIVES. CONCRETE CURB AND GUTTER:
Walks and drives removed or damaged during the course of construction shall be replaced
with Class "A" Concrete at the same thickness as removed. They will be cut to a neat edge
with a masonry saw after backfilling and compacting trench in 6 inch layers to a density not
less than 98 percent at :t 2 percent of optimum moisture content as determined by the
Standard Proctor Test.
Concrete curb and gutter sections removed or damaged during the course of construction
shall be replaced in full sections with concrete having a compressive strength of at least
3,000 psi.
3.11 GRADING:
A. General:
Uniformly grade areas within limits of work under this section, including adjacent
transition areas. Smooth finished surface within specified tolerances, compact with
uniform levels or slopes between points where elevations are indicated, or between
such points and existing grades.
B. Lawn or Unpaved Areas:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-16
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Finish areas to receive topsoil to within not more than 0.10' above or below required
subgrade elevations.
C. Walks:
Shape surface of areas under walks to line, grade and cross-section, with finish surface
not more than 0.10' above or below required subgrade elevation.
D. Pavements:
Shape surface of areas under pavement to line, grade and cross-section, with finish
surface not more than 1/2" above or below required subgrade elevation.
E. Compaction:
After grading, compact subgrade surfaces to the depth and indicated percentage of
maximum or relative density for each area classification.
3.12 MAINTENANCE:
A. Protection of Graded Areas:
Protect newly graded areas from traffic and erosion. Keep free of trash and debris.
Repair and reestablish grades in settled, eroded, and rutted areas to specified
tolerances.
B. Reconditionino Compacted Areas:
Where completed compacted areas are disturbed by subsequent construction
operations or adverse weather, scarify surface, re-shape, and compact to required
density prior to further construction.
C. Settlino:
Where settling is measurable or observable at excavated areas during general project
warranty period, remove surface (pavement, lawn or other finish), add backfill material,
compact, and replace surface treatment. Restore appearance, quality, and condition of
surface or finish to match adjacent work, and eliminate evidence of restoration to
greatest extent possible.
3.13 DISPOSAL OF EXCESS AND WASTE MATERIALS:
A. Removal from Owner's Property:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-17
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
Remove waste materials including unacceptable material, trash and debris, and dispose
of it off owner's property.
3.14 MEASUREMENT AND PAYMENT:
The work specified in this Section will not be measured for direct payment except those
items specifically stated in this Section and for which bid prices are requested in the Bid
Proposal. Payment for all other will be included in the price for the item of work for which it
is required. The bid prices in the proposal will be paid for those specific items stated in this
Section 02221.
END OF SECTION 02221
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
02221-18
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 02315 - HORIZONTAL DIRECTIONAL DRILLING (HDD) HDPE PIPE
PART 1 - GENERAL
It is the intent of this specification to define the acceptable methods and materials for installing
sanitary sewer and water mains by the horizontal directional drilling method and the
requirements for high density polyethylene (HDPE) pipe installed by directional drilling or in open
cut trenches.
1.01 INSTALLATION PLAN:
1. At least 7 days prior to mobilizing equipment, Contractor shall submit his detailed
installation plan to the Engineer. The plan shall include a detailed plan and profile of the
bores and be plotted at a scale no smaller than 1 inch equals 20 feet horizontal and
vertical.
2. The plan shall also include a listing of major equipment and supervisory personnel and
a description of the methods to be used.
1.02 VARIATIONS IN PLAN OR PROFILE:
The Contractor may request changes to the proposed vertical and horizontal alignment of
the installation and the location of the entry and exit points. Proposed changes shall be
submitted in writing to the Engineer and receive approval of the Engineer prior to
construction.
1.03 ALIGNMENT:
The proposed plan and profile installation locations are based on alignments to
accommodate acquired easements, to avoid obstructions, and to properly maintain
operation flow velocities.
1.04 QUALIFICATIONS:
A. Manufacturer's Qualifications:
Firms regularly engaged in manufacture of HDPE piping products of types, materials,
and sizes required, whose products have been in satisfactory use in similar service for
not less than 5 years.
B. Contractor's Qualifications:
Directional drilling and pipe installation shall be done only by an experienced Contractor
specializing in directional drilling and whose key personnel have at least five (5) years
experience in this work. Furthermore, the Contractor shall have installed directionally
drilled pipe at least as large as 20 inches in diameter, have performed crossings at least
2,000 feet in length, and successfully installed at least 100,000 feet in length.
HORIZONTAL DIRECTIONAL DRILLING (HDD)
02315-1
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
. C. Permits:
1. County Hiqhwav Crossinq Permit:
Comply with the installation and traffic control requirements of the attached permits
for individual highway crossings for County highways.
2. Environmental Compliance:
Comply with applicable portions of local Environmental Agency regulations
pertaining to utility installation and erosion control.
1.05 SUBMITTALS:
Submit manufacturer's affidavit that all materials delivered comply with this specification
and the cited standard specifications. Complete product data and engineering data,
including shop drawings, shall be submitted to the Engineer in accordance with the
requirements of Section 01800 of the Contract Documents.
PART 2 - PRODUCTS
2.01 MATERIALS:
.
A. General:
High density polyethylene pipe in accordance with Section 02531 of these specifications
shall be used in HOD installations. All piping system components shall be the products
of one manufacturer and shall conform to the latest edition of ASTM 01248, ASTM
03350, and ASTM F714.
B. Pipinq and Bends:
Piping and Bends shall be extruded from a polyethylene compound and shall conform
to the following requirements:
1. The polyethylene resin shall meet or exceed the requirements of ASTM 03350 with
a minimum cell classification of PE345464C, or better.
2. The polyethylene compound shall be suitably protected against degradation by
ultraviolet light by means of carbon black, well dispersed by precompounding in a
concentration of not less than 2 percent.
3. The maximum allowable hoop stress shall be 800 psi at 73.4 degrees F.
4. The pipe manufacturer shall be listed with the Plastic Pipe Institute as meeting the
recipe and mixing requirements of the resin manufacturer for the resin used to
manufacture the pipe in this project.
.
HORIZONTAL DIRECTIONAL DRILLING (HOD)
0231 5-2
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
5. The pipe and bends shall have a minimum standard dimension ratio (SDR) wall
thickness as specified by the Engineer.
6. Joining shall be performed by thermal butt-fusion in accordance with the
manufacturer's recommendations.
7. Sanitary sewer pipe exterior shall be green in color or contain green striping.
Sanitary sewer pipe interior shall be light in color for internal video inspection.
8. Water pipe exterior shall be blue in color or contain blue striping.
C. Procedures:
1. General:
All polyethylene pipe shall be cut, fabricated, and installed in strict conformance with
the pipe manufacturer's recommendations. Joining, laying, and pulling of
polyethylene pipe shall be accomplished by personnel experienced in working with
polyethylene pipe. The pipe supplier shall certify in writing that the Contractor is
qualified to join, lay, and pull the pipe or representative of the pipe manufacturer
shall be on site to oversee the pipe joining. Expense for the representative shall be
paid for by the Contractor.
2. Transportation:
Care shall be taken during transportation of the pipe to ensure that it is not cut,
kinked, or otherwise damaged.
3. Storaae:
Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects
which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a
height that will not cause excessive deformation of the bottom layers of pipes under
anticipated temperature conditions. Where necessary due to ground conditions, the
. pipe shall be stored on wooden sleepers, spaced suitably and of such widths as not
to allow deformation of the pipe at the point of contact with the sleeper or between
supports.
4. Handlina Pipes:
The handling of the joined pipeline shall be in such a manner that the pipe is not
damaged by dragging it over sharp and cutting objects. Ropes, fabric, or rubber-
protected slings and straps shall be used when handling pipes. Chains, cables, or
hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be
used for lifting each length of pipe. Pipe or fittings shall not be dropped onto rocky or
unprepared ground. Slings for handling the pipeline shall not be positioned at butt-
fused joints. Sections of the pipes with cuts and gouges exceeding 10 percent of the
pipe wall thickness or kinked sections shall be removed and the ends rejoined.
HORIZONTAL DIRECTIONAL DRILLING (HDD)
0231 5-3
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
The open ends of all sections of joined and/or installed pipe (not in service) shall be
plugged at night to prevent animals or foreign material from entering the pipeline or
pipe section.
Waterproof nightcaps of approved design may be used but they shall also be so
constructed that they will prevent the entrance of any type of natural precipitation
into the pipe and will be fastened to the pipe in such a manner that the wind cannot
blow them loose. The practice of stuffing cloth or paper in the open ends of the pipe
will be considered unacceptable.
Where possible, the pipe shall be raised and supported at a suitable distance back
from the open end such that the open end will be below the level of the pipe at the
point of support.
PART 3 - EXECUTION
3.01 INSTALLATION:
A. General:
1. The Contractor shall install the pipelines by means of horizontal directional drilling.
The Contractor shall assemble, support, and pretest the pipeline prior to installation
in the directional drill tunnel.
2. Horizontal directional drilling shall consist of the drilling of a small diameter pilot hole
from one end of the alignment to the other, followed by enlarging the hole diameter
for the pipeline insertion. The exact method and techniques for completing the
directionally drilled installation will be determined by the Contractor, subject to the
requirements of these Specifications.
3. The Contractor shall prepare and submit a plan to the Engineer for approval for
insertion of the HOPE pipe into the opened bore hole. This plan shall include
pullback procedure, ballasting, use of rollers, side booms and side rollers, coating
protection, internal cleaning, internal gauging, hydrostatic tests, dewatering, and
purging.
4. The required piping shall be assembled in a manner that does not obstruct adjacent
roadways or public activities. The Contractor shall erect temporary fencing around
the entry and exit pipe staging areas.
5. Allow a minimum separation of two feet between the bottom of the creek and the top
of the pipe.
B. Joininq Pipe Sections:
1. Each length of pipe shall be inspected and cleaned as necessary to be free of debris
immediately prior to joining.
2. Pipes shall be joined to one another by means of thermal butt-fusion. Polyethylene
pipe lengths to be joined by thermal butt-fusion shall be of the same type, grade,
HORIZONTAL DIRECTIONAL DRILLING (HOD)
02315-4
.
.
.
S&P Project No. G124-01-D5
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
and class of polyethylene compound and supplied from the same raw material
supplier.
3. Mechanical connections of the polyethylene pipe to auxiliary equipment shall be
through flanged connections which shall consist of the following:
a. A polyethylene "sub end" shall be thermally butt-fused to the ends of the pipe.
b. Provide ASTM A240, Type 304 stainless steel backing flange, 125-pound, ANSI
B 16.1 standard, and gaskets as required by the manufacturer.
c. Stainless steel bolts and nuts of sufficient length to show a minimum of three
complete threads when the joint it made and tightened to the manufacturer's
standard. Retorque the nuts after 4 hours.
d. Butt-Fusion Joining: Butt-fusion of pipes shall be performed in accordance with
the manufacturer's recommendations as to equipment and technique. Butt-fusion
joining shall be 100% efficient offering a joint weld strength equal to or greater
than the tensile strength of the pipe.
C. Testina:
1. The pipe shall be hydrostatically tested after joining into continuous lengths prior to
installation and again after installation. Pressure and temperature shall be monitored
with certified instruments during the test. After this test, the water will be removed
with pigs. Erosion prevention procedures will be used during removal and discharge
of the water.
2. Hydrostatic testing shall be performed in accordance with Section 02531,
Subsection entitled "Hydrostatic Testing" of these specifications. All costs associated
with acquiring water for testing shall be included in the established contract unit bid
prices.
D. Tolerances:
1. Pipe installed by the directional drilled method must be located in plan as shown on
the Drawings, and must be no shallower than shown on the Drawings unless
otherwise approved. The Contractor shall plot the actual horizontal and vertical
alignment of the pilot bore at intervals not exceeding 30 feet. This "as built" plan and
profile shall be updated as the pilot bore is advanced. The Contractor shall at all
times provide and maintain instrumentation that will accurately locate the pilot hole
and measure drilling fluid flow and pressure. The Contractor shall grant the Engineer
access to all data and readout pertaining to the position of the bore head and the
fluid pressures and flows. When requested, the Contractor shall provide
explanations of this position monitoring and steering equipment. The Contractor
shall employ experienced personnel to operate the directional drilling equipment
and, in particular, the position monitoring and steering equipment. No information
pertaining to the position of inclination of the pilot bores shall be withheld from the
Engineer.
HORIZONTAL DIRECTIONAL DRILLING (HDD)
02315-5
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
2. Each exit point shall be located as shown with an over-length tolerance of 10 feet of
directional drills of 1,000 linear feet or less and 40 feet for directional drills of greater
than 1,000 linear feet and an alignment tolerance of 5 feet left/right with due
consideration of the position of the other exit points and the required permanent
easement. The alignment of each pilot bore must be approved by the Engineer
before pipe can be pulled. If the pilot bore fails to conform to the above tolerances,
the Engineer may, at his option, require a new pilot boring to be made.
3. After the pipe is in place, cleaning pigs shall be used to remove residual water and
debris. After the cleaning operation, the Contractor shall provide and run a sizing pig
to check for anomalies in the form of buckles, dents, excessive out-of-roundness,
and any other deformations. The sizing pig run shall be considered acceptable if the
survey results indicate that there are no sharp anomalies (e.g., dens, buckles,
gouges, and internal obstructions) greater than 2 percent of the nominal pipe
diameter, or excessive ovality greater than 5 percent of the nominal pipe diameter.
For gauging purposes, dent locations are those defined about which occur within a
span of five feet or less. Pipe ovality shall be measured as a percent difference
between the maximum and minimum pipe diameters. For gauging purposes, ovality
locations are those defined above which exceed a span of five feet.
E. Ream and Pullback:
1. Reamina:
Reaming operations shall be conducted to enlarge the pilot after the acceptance of
the pilot bore. The number and size of such reaming operations shall be conducted
at the discretion of the Contractor.
2. Pullina Loads:
The maximum allowable pull exerted on the HOPE pipelines shall be measured
continuously and limited to the maximum allowed by the pipe manufacturer so that
the pipe or joints are not over stressed.
END OF SECTION 02315
HORIZONTAL DIRECTIONAL DRILLING (HDD)
02315-6
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 02480 - GRASSING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including General and Special Conditions,
and Division-1 Specification Sections apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of grassing includes all lawn areas disturbed by construction operations.
For roads under state jurisdiction, grassing on the right-of-way shall meet the requirements
of the Department of Transportation Standard Specifications.
1.03 SUBMITTALS:
A. Fertilizer:
When the amount of grassing exceeds one acre, samples shall be taken and analyzed
for pH, calcium, magnesium and soil fertility needs. The analyses shall be the basis for
determining the composition and application rate of the fertilizer and possible varieties
of grass. When these tests are taken the results shall be submitted to the Engineer.
B. Seed:
Manufacturer's data shall be submitted to the Engineer on grass seed and fertilizer
before the materials are delivered to the project site.
PART 2 -PRODUCTS
2.01 TOPSOIL:
Topsoil shall be natural soil of the region, free from lumps, clay, toxic substance, sticks,
debris, vegetation, stones over one-inch in maximum dimension, and suitable for growing
grass.
2.02 FERTILIZER:
A. Fertilizer shall be of such composition that when uniformly applied it will furnish not less
than the following quantities of available plant food per 1,000 square feet:
Nitrogen 0.8 pounds
Phosphoric Acid 0.8 pounds
Potash 0.8 pounds
GRASSING
02480-1
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
This is equivalent to a commercial 8-8-8 fertilizer. Commercial fertilizer blends which
will give fractions exceeding these will be accepted, provided that no faction exceeds
the required by more than two times. The fertilizer shall be delivered to the job in
original, unopened containers.
B. Agricultural limestone shall be a pulverized dolamitic limestone having a calcium
carbonate content of not less than 85 percent by weight. Agricultural limestone shall be
crushed so that at least 85 percent of the material will pass a No. 10 mesh screen and
50 percent will pass a No. 40 mesh screen.
2.03 SEED:
A. Seed shall be delivered in suitable sealed containers labeled in accordance with
applicable laws and regulations and including name and location of the producer. The
pure live grass seed mixture shall be as follows:
1. Mixtures for Sprina and Summer Plantina-March 1 to September 1: Seed with the
following minimum percentage by weight of pure live seed of each seed kind in the
mixture in each lot shall be furnished:
Seed Kind 1 % by Weight of Each % by Weight of Pure % by Weight of Pure
Seed Kind in Mixture Live Seed of each Live Seed in Mixture
2 Kind 3 4
Bermuda (Cynodon
dactylon 75 82 61.50
Lespedeza-Korean
(Lespedeza stipulacea 25 97 24.50
Total Pure Live Seed
In Mixture Weed Seed, 85.70
Not to Exceed 1 % by 1.00
Weight Other than 13.00
Weed & Pure Live
Seed, Max.
TOTAL 100.00
2. Mixtures for Fall and Winter Plantina-September 1 to March: Seed with the following
minimum percentage by weight of pure live seed of each seed kind in the mixture in
each lot shall be furnished:
GRASSING
02480-2
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
Seed Kind 1 % by Weight of Each % by Weight of Pure % by Weight of Pure
Seed Kind in Mixture Live Seed of each Live Seed in Mixture
2 Kind 3 4
Domestic Rye Grass
(Lolium Mulifflorum) 50 88 66.00
Bermuda(Unhulled)
(Cynodon dactylon) 25 82 11.50
Bermuda (Hulled)
Cynodon dactylon) 25 82 11.50
Total Pure Live Seed In
Mixture Weed Seed, 89.00
Not to Exceed 1 % by 1.00
Weight Other than 10.00
Weed & Pure Live
Seed, Max.
TOTAL 100.00
PART 3 - EXECUTION
3.01 TOPSOIL:
. Topsoil shall be placed four inches to six inches deep over all areas to be grassed, using
salvaged topsoil to the extent possible and topsoil from off-site borrow to supplement that
salvaged. Topsoil shall be spread over the areas to be grassed and shall be fine graded so
as to be suitable for sowing.
3.02 FERTILIZER:
All areas to be grassed shall have fertilizer applied as. specified or determined by the soil
analyses.
3.03 SEED:
A. Application:
Seeds are to be sown by a mechanical spreader either hand operated or machine
operated. Seeding equipment shall be such as will continuously mix the seeds to
prevent segregation.
Seed shall be applied at a minimum rate of 60/lbs/acre.
.
GRASSING
02480-3
('-.
.
.
.
S&P Project No. G124-01-05
Industrial (CN) Wastewater Force Main
Augusta Utilities Project No. 50230
B.
Soil Preparation:
Immediately before seeding, the soil shall have been properly prepared for seeding.
Immediately after the seed has been sown, the entire area shall be raked lightly and
rolled lightly to pack the soil firmly around the seed.
Seeded areas shall be moist when seeding and shall be kept moist by sprinkling until a
good stand of grass is obtained and until the work in accepted by the Owner.
Reseeding shall be done by the Contractor at this own expense as may be necessary to
obtain a satisfactory stand of grass.
The Contractor shall use mulch or other additive materials when conditions do not allow
an acceptable stand of grass to grow. Mulch and additive materials shall contain no
weed seeds.
3.04 LIMESTONE:
Agricultural limestone shall be provided where permanent seeding is implemented.
Agricultural limestone shall be thoroughly mixed into the soil at the rate of 45 Ibs per 1000
SF. The specified rate of application of limestone maybe reduced by the Engineer if pH
tests indicate this to be desirable. It is the responsibility of the contractor to obtain such
tests and submit the results to the Engineer for adjustment to rates.
3.05 MAINTENANCE AND RESEEDING:
All seeded areas shall be maintained without payment until acceptance of the Contract and
any regrading, refertilizing, or reseeding shall be done at his own expense. Any areas
which fail to show a "catch" or uniform stand, for any reason whatever, shall be reseeded
with the original mixture, and such reseeding shall be repeated until final acceptance. The
ContraCtor shall properly water, now, and otherwise maintain all seeded areas until final
acceptance.
Damage resulting from erosion, gulleys, washouts, or other causes shall be repaired by
filling with topsoil, tamping, refertilizing, and reseeding or by the Contractor at his own
expense if such damage occurs prior to acceptance of the Contract.
END OF SECTION 02480
GRASSING
02480-4
.
.
.
S&P Project No. G124 01 05
Industrial (CN) Wastewater Force Main
Augusta Utilities Department Project #50230
SECTION 02513 - ASPHALT CONCRETE PAVING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Special Conditions and
Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of asphalt concrete paving work is shown on drawings.
1.03 SUBMITTALS:
A. Material Certificates:
Provide copies of materials certificates signed by material producer and Contractor,
certifying that each material item complies with, or exceeds, specified requirements.
1.04 QUALITY ASSURANCE:
A. Codes and Standards:
Comply with state highway or transportation department standard specifications, latest
edition, and with local governing regulations if more stringent than herein specified.
1.05 SITE CONDITIONS:
A. Weather Limitations:
Apply prime and tack coats when ambient temperature is above 50 deg. F (10 deg. C),
and when temperature has not been below 35 deg. F (1 deg. C) for 12 hours
immediately prior to application. Do not apply when base is wet or contains an excess
of moisture.
Construct asphalt concrete surface course when atmospheric temperature is above 40
deg. F (4 deg. C), and when base is dry. Base course may be placed when air
temperature is above 30 deg. F (-1 deg. C) and rising.
B. Grade Control:
Establish and maintain required lines and elevations.
ASPHALT CONCRETE PAVING
02513-1
.
.
.
S&P Project No. G124 01 05
Industrial (CN) Wastewater Force Main
Augusta Utilities Department Project #50230
PART 2 - PRODUCTS
2.01 MATERIALS:
A. General:
Use locally available materials and gradations which exhibit a satisfactory record of
previous installations. All materials shall comply with the Department of Transportation
Standard Specification in the State where project is located.
B. Base Course Aaareaate:
Sound, angular crushed stone, crushed gravel, or crushed slag, sand, stone or slag
screenings.
C. Surface Course Aaareaate:
Crushed stone, crushed gravel, crushed slag, and sharp-edged natural sand.
D. Asphalt Cement:
Plant mix conforming to the requirements of Section 400 of the Georgia Standard
Specification.
E. Tack Coat:
Conforming to Section 413 of the Georgia Department of Transportation Standard
Specification.
F. Herbicide Treatment:
Commercial chemical for weed control, registered by Environmental Protection Agency.
Provide granular, liquid, or wettable powder form.
G. Lane Markina Paint:
Chlorinated rubber-alkyd type, AASHTO M 248 (FS TT-P-115), Type III.
I. Wheel Stops:
Precast of 3,500 psi air-entrained concrete, approximately 6" high, 9" wide, and 7'0"
long, with chamfered corners and drainage slots on underside.
ASPHALT CONCRETE PAVING
02513-2
.
.
.
S&P Project No. G124 0105
Industrial (CN) Wastewater Force Main
Augusta Utilities Department Project #50230
2.02 ASPHALT-AGGREGATE MIXTURE:
The job mix shall conform to the requirements of Type F,Section 828, Georgia Department
of Transportation Standard Specifications. Marshall Stability = 1250 Lbs. Voids = 4 - 5 %
PART 3 - EXECUTION
3.01 SURFACE PREPARATION:
A. Loose Material:
Remove loose material from compacted subbase surface immediately before applying
herbicide treatment or prime coat.
Proof roll prepared subbase surface to check for unstable areas and areas requiring
additional compaction.
Notify Contractor of unsatisfactory conditions. Do not begin paving work until deficient
subbase areas have been corrected and are ready to receive paving.
B. Herbicide Treatment:
Apply chemical weed control agent in strict compliance with manufacturer's
recommended dosages and application instructions. Apply to compacted, dry subbase
prior to application of prime coat.
C. Tack Coat:
Apply to contact surfaces of previously constructed asphalt or Portland cement concrete
and surfaces abutting or projecting into asphalt concrete pavement. Distribute at rate of
0.05 to 0.15 gal. per sq. yd. of surface.
Allow to dry until at proper condition to receive paving.
Exercise care in applying bituminous materials to avoid smearing of adjoining concrete
surfaces. Remove and clean damaged surfaces.
3.02 PLACING MIX:
A. General:
Place asphalt concrete mixture on prepared surface, spread and strike-off. Spread
mixture at minimum temperature of 225 deg. F (107 deg. C). Place inaccessible and
small areas by hand. Place each course to required grade, cross-section, and
compacted thickness.
ASPHALT CONCRETE PAVING
02513-3
.
.
.
S&P Project No. G124 01 05
Industrial (CN) Wastewater Force Main
Augusta Utilities Department Project #50230
B. Paver Placina:
Place in strips not less than 10' wide, unless otherwise acceptable to Engineer. After
first strip has been placed and rolled, place succeeding strips and extend rolling to
overlap previous strips. Complete base course for a section before placing surface
course.
C. Joints:
Make joints between old and new pavements, or between successive days' work, to
ensure continuous bond between adjoining work. Construct joints to have same
texture, density and smoothness as other sections of asphalt concrete course. Clean
contact surfaces and apply tack coat.
3.03 ROLLING:
Begin rolling when mixture will bear roller weight without excessive displacement.
Compact mixture with hot hand tampers or vibrating plate compactors in areas inaccessible
to rollers.
Accomplish breakdown or initial rolling immediately following rolling of joints and outside
edge. Check surface after breakdown rolling, and repair displaced areas by loosening and
filling, if required, with hot material.
Follow breakdown rolling as soon as possible, while mixture is hot. Continue second rolling
until mixture has been thoroughly compacted.
Perform finish rolling while mixture is still warm enough for removal of roller marks.
Continue rolling until roller marks are eliminated and course has attained maximum density.
Remove and replace paving areas mixed with foreign materials and defective areas.
Cut-out such areas and fill with fresh, hot asphalt concrete. Compact by rolling to
maximum surface density and smoothness.
After final rolling, do not permit vehicular traffic on pavement until it has cooled and
hardened.
Erect barricades to protect paving from traffic until mixture has cooled enough not to
become marked.
3.04 TRAFFIC AND LANE MARKINGS:
A. Cleanina:
Sweep and clean surface to eliminate loose material and dust.
ASPHALT CONCRETE PAVING
02513-4
S&P Project No. G124 0105
Industrial (CN) Wastewater Force Main
Augusta Utilities Department Project #50230
,,~.:..:\.
. B. Stripina:
Use chlorinated-rubber base traffic lane-marking paint, factory-mixed, quick-drying, and
non-bleeding. Color to be selected by Owner.
Do not apply traffic and lane marking paint until layout and placement has been verified
with Architect.
Apply paint with. mechanical equipment to produce uniform straight edges. Apply in 2
coats at manufacturer's recommended rates.
3.05 WHEEL STOPS:
Secure wheel stops to asphalt concrete surface with not less than two 3/4" diameter
galvanized steel dowels embedded in precast concrete at 1/3 points. Size length of dowel
to penetrate at least 6" into asphalt concrete. Drill placement holes oversize and embed
dowels in hot bituminous grout material.
3.06 FIELD QUALITY CONTROL:
A. General:
.
Test in-place asphalt concrete courses for compliance with requirements for thickness
and surface smoothness. Repair or remove and replace unacceptable paving as
directed by Engineer.
B. Thickness:
In-place compacted thickness will not be acceptable if exceeding following allowable
variation from required thickness:
1. Base Course: 1/2", plus or minus.
2. Surface Course: 1/4", plus or minus.
B. Surface Smoothness:
Test finished surface of each asphalt concrete course for smoothness, using 10'
straightedge applied parallel with, and at right angles to centerline of paved area.
Surfaces will not be acceptable if exceeding the following tolerances for smoothness.
1. Base Course Surface: 1/4".
2 Wearina Course Surface: 3/16".
.
ASPHALT CONCRETE PAVING
02513-5
.
.
.
S&P Project No. G124 01 05
Industrial (eN) Wastewater Force Main
Augusta Utilities Department Project #50230
3. Crowned Surfaces:
Test with crowned template centered and at right angle to crown. Maximum
allowable variance from template, 1/4".
Check surface areas at intervals as directed by Engineer.
END OF SECTION 02513
ASPHALT CONCRETE PAVING
02513-6
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 02531 - SANITARY SEWER FORCE MAIN
PART 1 - GENERAL
1.01 SCOPE
A. Furnish all labor , equipment, materials for the construction of all sanitary sewer force
main(s) shown on the drawings, including pipe, bends, connections, airrelease/and or
vacuum valves, and all other appurtenances specified and/or required.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
B. Section 02221 - Excavation, Trenching and Backfilling for Utility Systems
1.03 QUALITY ASSURANCE
A. INSTALLER'S QUALIFICATIONS:
Firm with at least 5 years of successful installation experience on projects with
HDPE pipe similar to that required for the project.
B.
PERSONNEL:
The contractor must have at least one person certified in HDPE installation on-site
during all handling and installation of the HDPE pipe.
1.04 SUBMITTALS
Submit manufacturer's affidavit that all materials delivered comply with this specification and
the cited standard specifications. Complete product data and engineering data, including shop
drawings, shall be submitted to the Engineer in accordance with the requirements of Section
01800 of the Contract Documents. Submittals shall include all pipe, valves, fittings and air-
release valves to be used during construction.
1.04 TRANSPORTATION AND HANDLING
A. Unloading: Furnish equipment and facilities for unloading, handling, distributing and
storing pipe, fittings and accessories. Make equipment available at all times for use in
unloading. Do not drop or dump materials. Any materials dropped or dumped will be
subject to rejection without additional justification. Pipe handled on skids shall not be
rolled or skidded against the pipe on the ground.
SEWER FORCE MAIN
02531-1
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
B.
Handling: Handle pipe, fittings, valves and accessories carefully to prevent shock or
damage. Handle pipe by rolling on skids, forklift, or front end loader. Do not use
material damaged in handling. Slings, hooks or pipe tongs shall be padded and used in
such a manner as to prevent damage to the exterior coatings or intemallining of the
pipe. Do not use chains in handling pipe, fittings and appurtenances.
1.05 STORAGE AND PROTECTION
A. Store all pipe which cannot be distributed along the route. Make arrangements for the
use of suitable storage areas.
B. Stored materials shall be kept safe from damage. The interior of all pipe, fittings and
other appurtenances shall be kept free from dirt or foreign matter at all times. Valves
shall be drained and stored in a manner that will protect them from damage by freezing.
C. Pipe shall not be stacked higher than the limits recommended by the manufacturer. The
bottom tier shall be kept off the ground on timbers, rails or concrete. Pipe in tiers shall
be alternated: bell, plain end; bell, plain end. At least two rows of timbers shall be
placed between tiers and chocks, affixed to each other in order to prevent movement.
The timbers shall be large enough to prevent contact between the pipe in adjacent tiers.
D.
Stored mechanical and push-on joint gaskets shall be placed in a cool location out of
direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets
shall be used on a first-in, first-out basis.
E. Mechanical-joint bolts shall be handled and stored in such a manner that will ensure
proper use with respect to types and sizes.
PART 2 - PRODUCTS
2.01 FORCE MAIN PIPE
A. POLYVINYL CHLORIDE, (C900 Class 200):
PVC material for pipe and fittings shall conform to ASTM D1784, Class 12454-B.
Pipe and fittings shall either be in accordance with ASTM D 1785 or shall conform to
ASTM D2241 for standard dimension ratios: 200 psi pipe -- SDR21. Pressure rating
for pipe shall be in excess of test pressure. Neoprene gaskets with push-on joints
shall conform to ASTM F477.
Fittings forgasketed pipe shall be steel push-on IPS-sized pressure fittings rated for
use with the specified class ofPVC pipe.
B.
HIGH DENSITY POLYETHYLENE PIPE (C906): Sanitary Sewer Force Mains:
High density polyethylene Sanitary Sewer Force Main pipe in sizes 4" and above
SEWER FORCE MAIN
02531-2
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
shall be joined by means of zero leak-rate heat-fusion, and approved mechanical
joints, meeting the specifications and requirements of American Water Works
Association Standard C906 and ASTM F714.
The polyethylene pipe and fittings shall be made from virgin resins exhibiting a cell
classification ofPE 345464C for black and a cell classification ofPE 345464E for
stripes per ASTM D3350; and shall be Listed in the name of the pipe and fitting
Manufacturer in PPI (Plastics Pipe Institute) TR-4, Recommended Hydrostatic
Strengths and Design Stresses for Thermoplastic Pipe and Fittings Compounds, with
a standard grade HDB rating of 1600 psi at 730F.
The wall thickness shall follow the Dimension Ration (DR) system prescribed in
A WW A C906. Laying lengths are 40 ft standard. The pipe is to be joined by heat
fusion, flanges or other mechanical joint systems proven for HDPE pipes. HDPE
shall be the DR as shown on plans or Bid Form. The DIPS longitudinal color stripe
pattern shall have three equally spaced pairs of GREEN color stripes extruded into
the pipe OD for Sanitary Sewer Force mains. The pipe shall be DRISCOPLEX
4300 or approved equal.
2.02 JOINTS AND GASKETS
A. PUSH-ON JOINTS:
1.
PVC Push-on joints shall be an elastomeric gasketed joint. Insertion and
lubrication of the elastomeric gasket in the annular groove must be as
recommended by the manufacturer.
B. RESTRAINED JOINTS:
Restrained joints for DIP shall be obtained by the installation of "Field Lok", "TR
Flex", "Fast-Grip", "Flex-Ring", MEGALUG by EBAA Iron, Inc.or approved equal.
These restraint glands shall have a working pressure of at least 250 psi with a
minimum safety factor of2:1.
Tyton Joint Pipe with "Field Lok Gaskets", Fastite Pipe with "Fast-Grip Gaskets" or
DIP or PVC Pipe with EBAA Iron, Inc. pipe restraints or approved equal.
All underground creek crossings and jack and bores with steel casing shall use "Field
Lok" or "Fast-Grip" restrained joints.
C.
FLEXIBLE JOINTS:
Flexible joints shall be American Pipe "Flex Lok", Clow "Ball and Socket", U. S.
Pipe "Usiflex", EBAA Iron Inc. FLEX-900 or approved equal. Piping shall have a
minimum working pressure rating of 250 PSI and a minimum allowable joint
deflection of 150.
SEWER FORCE MAIN
02531-3
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
D.
MECHANICAL JOINTS:
Mechanical joints for DIP and PVC shall consist of a bolt joint of the stuffing box
type as detailed in A WW A C 11 0/ ANSI A21.1 0 (latest revision) and described in
A WW A C 111/ ANSI A21.11 (latest revision) - Rubber Gasket Joints shall be SBR
rubber and conform to A WW A C 111/ ANSI A21.11 (latest revision).
E. FLANGED JOINTS:
Flanged joints shall conform to A WW A C 11 0/ ANSI A21.10 (latest revision).
Gaskets shall be SBR rubber per ANSI! A WW A C 111 / A21.11. This rubber
compound is NSF 61 certified for contact with potable water or other approved
quality shall be used in all flanged joints. The bolts and nuts shall conform in
dimensions to the American Standard heavy series.
"KWIK" or Uni-Flange adaptors for plain and pipe shall be used only when
authorized by the Engineer. Set screws shall be self-torquing or be properly torqued
during installation with a torque wrench.
F. FUSION JOINTS:
1.
Sections of polyethylene pipe should be joined into continuous lengths on the
jobsite above ground. The joining method shall be the butt fusion method and
shall be performed in strict accordance with the pipe manufacturer's
recommendations. The butt fusion equipment used in the joining procedures
should be capable of meeting all conditions recommended by the pipe
manufacturer, including, but not limited to, temperature requirements of 400
degrees Fahrenheit, alignment, and an interfacial fusion pressure of75 PSI.
The butt fusion joining will produce ajoint weld strength equal to or greater
than the tensile strength of the pipe itself. All welds will be made using a
Data Logger to record temperature, fusion pressure, with a graphic
representation ofthe fusion cycle shall be part of the Quality Control records.
Sidewall fusions for connections to outlet piping shall be performed in
accordance with HDPE pipe and fitting manufacturer's specifications. The
heating irons used for sidewall fusion shall have an inside diameter equal to
the outside diameter of the HDPE pipe being fused. The size of the heating
iron shall be ~ inch larger than the size of the outlet branch being fused.
Mechanical joining will be used where the butt fusion method can not be
used. Mechanical joining will be accomplished by either using a HDPE
flange adapter with a Ductile Iron back-up ring or HDPE Mechanical Joint
adapter with a Ductile Iron back-up ring.
Socket fusion, hot gas fusion, threading, solvents, and epoxies will not be
used to join HDPE pipe.
2.
3.
4.
G.
Transition Couplings - Couplings shall be ductile iron conforming to ASTM A-536.
SEWER FORCE MAIN
02531-4
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Coupling shall be as manufactured by Ford, Dresser, and JCM or approved equal.
2.03 PIPE FITTINGS, SPECIALS AND MISC.
A. POLYVINYL CHLORIDE PIPE:
Fittings used on 4" thru 10" PVC Pipe transitions shall be mechanical or restrained
joints as manufactured by American Pipe, U.S. Pipe, Clow or EBAA Iron Inc.
B. POLYETHYLENE PIPE (HDPE):
1.
Butt Fusion Fittings - Fittings shall be PE3408 HDPE, Cell Classification of
345464C as determined by ASTM D3350. Butt Fusion Fittings shall have a
manufacturing standard of ASTM D3261. Molded & fabricated fittings shall
have a pressure rating equal to the pipe unless otherwise specified in the
plans. Fabricated fittings are to be manufactured using Data Loggers.
Temperature, fusion pressure and a graphic representation of the fusion cycle
shall be part of the quality control records. All fittings shall be suitable for
use as pressure conduits, and per A WW A C906, have nominal burst values of
three and one-half times the Working Pressure Rating (WPR) of the fitting.
Electrofusion Fittings - Fittings shall be PE3408 HDPE, Cell Classification of
345464C as determined by ASTM D3350. Electrofusion Fittings shall have a
manufacturing standard of ASTM Fl 055. Fittings shall have a pressure rating
equal to the pipe unless otherwise specified on the plans. All electro fusion
fittings shall be suitable for use as pressure conduits, and per A WW A C906,
have nominal burst values of three and one-halftimes the Working Pressure
Rating (WPR) of the fitting.
Flanged and Mechanical Joint Adapters - Flanged and Mechanical Joint
Adapters shall be PE 3408 HDPE, Cell Classification of 345464C as
determined by ASTM D3350. Flanged and Mechanical Joint Adapters shall
have a manufacturing standard of ASTM D3261. Fittings shall have a
pressure rating equal to the pipe unless otherwise specified on the plans.
Mechanical Restraint - Mechanical restraint for HDPE may be provided by
mechanical means separate from the mechanical joint gasket sealing gland.
The restrainer shall provide wide, supportive contact around the full
circumference of the pipe and be equal to the listed widths. Means of
restraint shall be machined serrations on the inside surface of the restrainer
equal to or greater than the listed serrations per inch and width. Loading the
restrainer shall be by a ductile iron follower that provides even
circumferential loading over the entire restrainer. Design shall be such that
restraint shall be increased with increases in line pressure.
2.
3.
4.
Serrated restrainer shall be ductile iron ASTM A536-80 with a ductile iron
follower; bolts and nuts shall be corrosive resistant, high strength alloy steel.
The restrainer shall have a pressure rating of, or equal to that of the pipe on
SEWER FORCE MAIN
02531-5
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
which it is used or 150 PSI whichever is lesser. Restrainers shall be JCM
Industries, Sur-Grip or pre-approved equal.
Nominal Size
4",6"
8",10" & 12"
Serrations per inch
8
8
Restraint Width
1-1/2"
1-3/4"
Pipe stiffeners shall be used in conjunction with restrainers. The pipe
stiffeners shall be designed to support the interior wall of the HDPE. The
stiffeners shall support the pipe's end and control the "necking down"
reaction to the pressure applied during normal installation. The pipe stiffeners
shall be formed of 304 or 316 stainless steel to the HDPE manufacturers
published average inside diameter of the specific size and DR ofthe HDPE.
Stiffeners shall be by JCM Industries or pre-approved equal.
PART 3 - EXECUTION
3.01 EXISTING UNDERGROUND UTILITIES AND OBSTRUCTIONS
A. The plans indicate utilities and obstructions that are known to exist according to the
best information available to the Owner.
B.
Existing Utility Location: The following steps shall be exercised to avoid interruption
of existing utility service.
1. Expose the facility, for a distance of at least 100 feet in advance of pipeline
construction, to verify its true location and grade. Repair, or have repaired, any
damage to utilities resulting from locating or exposing their true location.
2. Avoid utility damage and interruption by protection with means or methods
recommended by the utility owner.
C. Conflict with Existing Utilities
1.
Horizontal Conflict: Horizontal conflict shall be defined as when the actual
horizontal separation between a utility, main, or service and the proposed
piping does not permit safe installation of the piping by the use of sheeting,
shoring, tying-back, supporting, or temporarily suspending service of the
parallel or crossing facility. The Contractor may change the proposed
alignment of the piping to avoid horizontal conflicts if the new alignment
complies with regulatory agency requirements and after a written request to and
subsequent approval by the Engineer. Where such relocation of the piping is
denied by the Engineer, the Contractor shall arrange to have the utility, main, or
service relocated.
Vertical Conflict: Vertical conflict shall be defined as when the actual vertical
separation between a utility, main, or service and the proposed piping does not
permit the crossing without immediate or potential future damage to the utility,
2.
SEWER FORCE MAIN
02531-6
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
main, service, or the piping. The Contractor may change the proposed grade of
the piping to avoid vertical conflicts if the changed grade maintains adequate
cover and complies with regulatory agencies requirements after written request
to and subsequent approval by the Engineer.
D.
Electronic Locator: Have' available at all times an electronic pipe locator and a
magnetic locator, in good working order, to aid in locating existing pipe lines or other
obstructions.
E.
Sewer and Water Separation
1. Sewer force mains should maintain a minimum 10 foot edge-to-edge separation
from potable water lines. If the main cannot be installed providing the 10 foot
separation, the separation may be reduced, provided the bottom of the water
main is a minimum of 18-inches above the top of the sewer. Should neither of
these two separation criteria be possible, the potable water main shall be
installed below the sewer with a minimum vertical separation of 18-inches and
the water main shall be encased in concrete with a minimum depth of 6-inches.
2. Where water mains cross the sewer, the pipe joint adjacent to the pipe crossing
the sewer shall be cut to provide maximum separation of the pipe joints from
the sewer.
3.02
INSTALLATION IN TRENCH
A. Proper and suitable tools and appliances for safe and convenient handling and
installing of pipe and fittings shall be used. Great care shall be taken to prevent pipe
coatings from being damaged, particularly calcium aluminate cement linings on the
inside ofD.I.P. pipes and fittings. Any damage shall be remedied as directed. All
pipe and fittings shall be carefully examined by the Contractor for defects just before
installing and no pipe or fitting shall be installed which is defective.
B. If any defective pipe or fitting is discovered after having been installed, it shall be
removed and replaced in a satisfactory manner with a sound pipe or fitting by the
Contractor at his own expense. All pipes and fittings shall be cleaned before they are
installed and shall be kept clean until they are used in the completed work. Open
ends of pipe shall be kept plugged with a bulkhead during construction.
C. Force mains shall be installed on a 4" Class II or III select natural material bedding as
specified in Section 02221 Excavation, Trenching and Backfilling for Utility Systems
with O.D./2 haunching. The compaction for bedding and haunching shall be 90% of
Standard Proctor Density as determined by (ASTM D698). Pipe shall not be
installed within 6 inches of rock. In trench rock conditions, a minimum of 6 inches
of sand or approved suitable soil shall be placed on rock prior to pipe installation.
Trenches shall be kept free of water.
SEWER FORCE MAIN
02531-7
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
D.
Where bends and tees occur in pressure mains, the Contractor will pour a block of
concrete at the bend or tee as detailed on the Plans. The block shall consist of3000
psi concrete, and shall be of size and shape as shown on the plans or as directed by
the Engineer. The Contractor may use forms or either walls to mold the "thrust
block;" however, if earth walls are used they shall be cut true to shape with all excess
earth removed and the work shall be done in such a manner that no loose earth will
become mixed with the fresh concrete. The Engineer shall inspect all thrust blocks
prior to them being covered.
E. All force mains laid underground shall have a minimum of36 inches of cover above
the top of the pipe in non GA DOT RIW and a minimum of 48 inches of cover above
the top of the pipe in GA DOT RIW unless otherwise shown on the plans, or unless
otherwise directed by the Engineer.
G. All force mains laid under existing water mains, sewers, storm drains, culverts,
structures, etc., shall have a minimum clearance of 18 inches between the outside
wall of the force main pipe and the outside surface of the existing pipe or structure.
3.03 PIPE JOINTING
A.
MECHANICAL AND RESTRAINED JOINTS:
Clean spigot and bell of foreign material and apply soapy water containing chlorine
solution before slipping gasket and gland over spigot end of pipe. Small side of
gasket and lip of gland must face the socket. Paint gasket with soapy solution and
place spigot end of pipe securely home in socket. Push gasket evenly into position in
socket, slide gland into position and tighten bolts with fingers.
Tighten bolts to uniform tightness with ratchet wrench by tightening bottom bolt and
then top bolt. Thereafter, all bolts shall be tightened in sequence of 180 degrees apart
until all bolts are within the range of torque recommended by the manufacturer.
B. PUSH-ON JOINTS:
Jointing shall be made with rubber gaskets and lubricant furnished by the
manufacturer in strict accordance with the manufacturer's recommendations. Prepare
field cut pipe by filing 1/8 inch 30 degree bevel on pipe end to avoid injuring gasket.
C. THREADED FLANGE JOINT:
Insert recommended manufacturer's gasket and tighten bolts to uniform tightness
with ratchet wrench by tightening bottom bolt and then top bolt. Thereafter, all bolts
shall be tightened in sequence of 180 degrees apart until all bolts are within the range
of torque recommended by the manufacturer.
D.
POLYVINYL CHLORIDE. PIPE:
SEWER FORCE MAIN
02531-8
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Do not thread PVC pipe. When threads are necessary, adaptors will be used. Use
strap wrenches to couple threaded PVC pipe fittings and use lubricant recommended
by pipe manufacturer.
A void excessive torque and do not score pipe. Use couplings furnished with pipe for
fittings and install in strict accordance with the manufacturer's recommendations.
E. POLYETHYLENE PIPE (HDPE):
1. Butt Fusion:
Sections of polyethylene pipe should be joined into continuous lengths on the jobsite
above ground. The joining method shall be the butt fusion method and shall be
performed in strict accordance with the pipe manufacturer's recommendations. The
butt fusion equipment used in the joining procedures should be capable of meeting all
conditions recommended by the pipe manufacturer, including, but not limited to,
temperature requirements of 400 degrees Fahrenheit, alignment, and an interfacial
fusion pressure of75 PSI. The butt fusion joining will produce ajoint weld strength
equal to or greater than the tensile strength ofthe pipe itself. All welds will be made
using a Data Logger to record temperature, fusion pressure, with a graphic
representation of the fusion cycle shall be part of the Quality Control records.
2.
Sidewall Fusion:
Sidewall fusions for connections to outlet piping shall be performed in accordance
with HDPE pipe and fitting manufacturer's specifications. The heating irons used
for sidewall fusion shall have an inside diameter equal to the outside diameter of the
HDPE pipe being fused. The size of the heating iron shall be l;4 inch larger than the
size of the outlet branch being fused.
3. Mechanical:
Bolted joining may be used where the butt fusion method cannot be used. Flange
joining will be accomplished by using a HDPE flange adapter with a ductile iron
back-up ring. Mechanical joint joining will be accomplished using either a molded
mechanical joint adapter or the combination of a Sur-Grip Restrainer and Pipe
Stiffener as manufactured by JCM Industries, Inc. Either mechanical joint joining
method will have a ductile iron mechanical joint gland.
4. Other:
Socket fusion, hot gas fusion, threading, solvents, and epoxies may not be used to
join HDPE pipe.
3.04 PIPELINE DETECTION MARKING
SEWER FORCE MAIN
02531-9
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
A.
The force main shall have a 12-gauge insulated traceable wire made of solid copper
laid directly with the pipe. The wire shall be attached to the top of the pipe with
electrical tape.
B. All metallic force mains shall be protected by a 6" wide plastic marking tape placed a
minimum of 12 inches above the top of pipe for its full length. The tape shall be
equal to Reef Industries Terra Tape Extra Stretch™. It will have sufficient thickness;
tensile strength; elongation and resistance to alkalis, acids and other destructive
agents to remain a permanent marker of the line buried below. A message shall be
printed on the tape at least every 30 inches "CAUTION FORCE MAIN BURIED
BELOW".
C. All non-metallic force mains shall be protected by a 6" wide metalized foil tape
buried a minimum of 12 inches above the top of the pipe for its full length. The foil
shall be protected by plastic film laminated on each side. The lamination shall be
strong enough to prevent the separation of foil and plastic film. The tape should be
equal to Reef Industries Terra Tape Sentry Line@ Reinforced Detectable. It shall be
inductively locatable and conductively traceable using a standard pipe and cable-
locating device. A message shall be printed on the tape every 30 inches "CAUTION
FORCE MAIN BURIED BELOW".
3.05 INSTALLATION OF ACCESSORIES
A. 900 FITTINGS:
900 HDPE fittings are to be Five Segment DR 9 IPS Fittings.
3.06 CONNECTION TO EXISTING SANITARY SEWER SYSTEMS
Temporary plugs, brick, mortar, or other approved devices shall be installed on all sewer
projects at points of connection to existing facilities. The plugs shall remain in place until
completion of the testing as covered in Sub-section 3.08 of this specification. These plugs,
intended to prevent water and/or debris from entering the existing system, shall be installed
and removed in the presence of the Resident Project Representative. The system shall be
cleaned prior to plug removal.
All wastewater in existing lines must be plugged or collected and discharged during tie-ins.
Under no circumstances is the wastewater from existing lines allowed to be drained into the
ground or stormwater system.
A minimum of week notice to the affected industries is required before any sewer lines are
brought off-line. The maximum time any sewer line is allowed to be down is 12 hours.
3.07 QUALITY AND WORKMANSHIP
SEWER FORCE MAIN
02531-10
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
.
The pipe and/or fitting manufacturer's production facility shall be open for inspection by the
owner or his designated agents with a reasonable advance notice. During inspection, the
manufacturer shall demonstrate that it has facilities capable of manufacturing and testing the
pipe and/or fittings to the standards required by this specification.
3.08
PRESSURE TESTING
A. The pipeline shall be tested between air-release valves at the time that each section is
completed.
B. Hydrostatic testing shall be performed on lines after pipe has been laid and backfilled
between joints, all newly laid pipe, or any valved section thereof. The pipe shall be
subjected to a hydrostatic gauge pressure of at least 150 psi for two hours. Working
pressure is defined as maximum anticipated sustained operating pressure. In no case
shall the test pressure be allowed to exceed the design pressure for pipe,
appurtenances, or thrust restraints.
.
C.
.
1.
The Contractor shall have the responsibility to ensure that all outlets are
closed by valves or plugged and braced to prevent blowouts. Pressurizing
equipment shall be constantly monitored or include a regulator or relief valve
to avoid over pressurizing and damaging an otherwise acceptable line. No
one shall be allowed in manholes, wet wells, valve pits, etc. during testing.
To prepare the line for testing, the contractor shall backfill all pipe and
provide all reaction blocking before hydrostatic testing. The Engineer may
direct the Contractor to leave certain joints and connections uncovered until
testing has been completed. All pipe outlets shall be secured to resist the test
pressure. Clean out all debris in the pipe.
The section of pipe under test shall be slowly filled with water and all air
shall be expelled from the pipe. Ifblow-offs are not available at high places,
taps at points of highest elevation shall be made before the test and plugged
during and after test.
Procedure; the specified test pressure, based on the elevation of the lowest
point of the line or lowest point of the section under test and corrected to the
elevation ofthe test gauge, shall be applied by means of a gasoline driven test
pump connected to the pipe in a manner satisfactory to the Engineer. The
Contractor shall meter the amount of water used during the test. The duration
of the test shall be at least two consecutive hours.
The Contractor shall locate and repair any and all leaks that may develop. All
exposed pipe, fittings, valves, hydrants, and joints will be carefully examined
during the test. Any cracked or defective pipe, fittings or valves discovered
as a result of this test shall be removed and replaced with sound material, and
the test shall be repeated until satisfactory to the Engineer.
2.
3.
Allowable leakage. The contractor shall furnish the gauges and measuring device
for the leakage test, pump, pipe, connections, and all other necessary apparatus,
unless otherwise specified, and shall furnish the necessary assistance to conduct
SEWER FORCE MAIN
02531-11
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
the test. The duration of each leakage test shall be 2 hours, unless otherwise
specified. During the test, the pipeline shall be subjected to the pressure stated
above. Leakage shall be defined as the quantity of water that must be supplied into
the pipe section being tested to maintain a pressure within 5 psi of the specified
leakage-test pressure after the pipe has been filled with water and the air in the
pipeline has been expelled. No installation will be accepted if the leakage is
greater than that determined by the formula per A WW A C600 (DIP) and A WW A
C605:
1) For DIP use:
L ::= SD ~P
133,200
Where:
L = allowable leakage, in gallons per hour
S = length of pipe tested, in feet
D = nominal diameter of the pipe, in inches
P = average test pressure during the leakage test, in pounds per square
inch (gauge)
This formula is based on an allowable leakage of 11.65 gpd/mi/in. of nominal
diameter at a pressure of 150 psi.
2) For PVC use:
L ::= ND ~P
7,400
Where:
L = allowable leakage, in gallons per hour
N = number of joints in the length of pipeline tested
D = nominal diameter of the pipe, in inches
P = average test pressure during the leakage test, in pounds per
square inch (gauge)
This formula is based on an allowable leakage of 10.50 gpd/mi/in. of nominal
diameter at a pressure of 150 psi.
3) Hydrostatic Leak Testing for HDPE:
This hydrostatic leak test procedure consists of filling, an initial expansion phase,
a test phase, and depressurizing in accordance with Chevron Phillips Chemical
Co. Publication - Technical Note 802 - Leak Testing.
a) Filling: Fill the restrained test section completely with a test liquid acceptable
to the Owner.
WARNING - Ensure that there is no air trapped in the test section. Failure
SEWER FORCE MAIN
02531-12
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
with entrapped air can result in explosive release and result in death or
serious bodily injury. Use equipment vents at high points to remove air.
b) Initial Expansion Phase:
Gradually pressurize the test section to test pressure, and maintain test pressure for
three (3) hours. During the initial expansion phase, polyethylene pipe will expand
slightly. Additional test liquid will be required to maintain pressure. It is not
necessary to monitor the amount of water added during the initial expansion
phase.
c) Test Phase:
This alternative is applicable when the test pressure is 150 psi. Immediately
following the initial expansion phase, monitor the amount of make-up water
required to maintain test pressure for one (1), or two (2), or three (3) hours. If the
amount of make-up water needed to maintain test pressure does not exceed the
amount in Table 2, no leakage is indicated.
Table 2 Test Phase - Make-Up Water Allowance:
Make-Up Water Allowance for Test Phase - (U.S. Gal/lOO ft of pipe)
Nominal Pipe size (in.) I-Hour Test 2-Hour Test 3-Hour Test
4 0.13 0.25 0.40
6 0.3 0.6 0.9
8 0.5 1.0 1.5
10 0.8 1.3 2.1
12 1.1 2.3 3.4
14 1.4 2.8 4.2
16 1.7 3.3 5.0
18 2.0 4.3 6.5
20 2.8 5.5 8.0
22 3.5 7.0 10.5
24 4.5 8.9 13.3
d) Depressurizing:
At the conclusion of the test, carefully depressurize the test section by the
controlled release of test liquid. The test liquid may need to be drained and its
disposal may be subject to regulations.
3.09
CLEANUP
Remove all surplus materials, tools, excess dirt, rubbish, and debris from the site as
installation progresses. Clean as directed by the Engineer. Obtain letter of approval from the
SEWER FORCE MAIN
02531-13
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
State Highway Department covering work installed in areas of State Highway jurisdiction.
Contractor shall maintain surface of ditches, unpaved streets, road shoulders, sod, grass, and
other disturbed surfaces for a period ofthirty (30) days thereafter.
3.10
FINAL VISUAL INSPECTION
A final visual inspection will be made by the Augusta Utilities Department to ensure that
there is no ground water intrusion into the sanitary sewer system. If ground water intrusion is
discovered by Augusta Utilities, corrective work shall be performed by the Contractor at his
expense.
3.11 MEASUREMENT AND PAYMENT
Payment will be made for sewer force mains and appurtenances as described in Section
01200.
END OF SECTION 02531
SEWER FORCE MAIN
02531-14
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 03310 - CONCRETE WORK
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contraet, ineluding General and Supplementary
Conditions and Division-1 Speeifieation seetions, apply to work of this seetion.
1.02 SUMMARY:
Extent of eonerete work is shown on drawings.
1.03 SUBMITTALS:
A. Produet Data:
Submit data for proprietary materials and items, including reinforeement and forming
aeeessories, admixtures, patehing eompounds, waterstops, joint systems, euring
eompounds, and others as requested by Engineer.
B. Shop DrawinQs: Reinforeement:
Submit original shop drawings for fabrieation, bending, and plaeement of eonerete
reinforeement. Comply with ACI 315 "Manual of Standard Praetiee for Detailing
Reinforeed Conerete Struetures" showing bar sehedules, stirrup spaeing, diagrams of
bent bars, arrangement of eonerete reinforeement. Inelude speeial reinforeement
required for openings through conerete struetures.
C. Laboratory Test Reports:
Submit laboratory test reports for eonerete materials and mix design test.
1.04 QUALITY ASSURANCE:
A. Codes and Standards:
Comply with provisions of following eodes, speeifieations, and standards, exeept where
more stringent requirements are shown or speeified:
ACI 301 "Speeifications for Struetural Conerete for Buildings".
ACI 305 "Hot Weather Conereting-ACI 305R (Rev. 1982)."
ACI 315 "Details and Detailing of Conerete Rei nfo reement. "
CONCRETE WORK
03310-1
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
ACI318 "Building Code Requirements for Reinforeed Conerete".
ACt 347 "Reeommended Praetiee for Conerete Formwork (ACI 347-78)."
ACI 350 "Conerete Sanitary Engineering Struetures ACI 350R-77."
Conerete Reinforeing Steel Institute (CRSI), "Manual of Standard Practiee".
C. Materials and Installed Work:
Materials and installed work may require testing and retesting at anytime during
progress of work. Tests, including retesting of rejeeted materials for installed work, shall
. be done at Contraetor's expense.
1.05 PROJECT CONDITIONS:
A. Proteetion of Footinas Aaainst Freezina:
Cover eompleted work at footing level with suffieient temporary or permanent eover as
required to proteet footings and adjaeent subgrade against possibility of freezing;
maintain eover for time period as neeessary.
B. Proteetion of Finish Materials:
Proteet adjaeent finish materials against spatter during eonerete plaeement.
PART 2 - PRODUCTS
2.01 FORM MATERIALS:
A. Forms for Exposed Finish Conerete:
Plywood, metal, metal-framed plywood faeed, or other aeeeptable panel-type materials,
to provide eontinuous, straight, smooth, exposed surfaees. Furnish in largest
praetieable sizes to minimize number of joints and to eonform to joint system shown on
drawings.
B. Plvwood:
Use plywood eomplying with U.S. Produet Standard PS-1 "B-B (Conerete Form)
Plywood", Class I, Exterior Grade or better, mill-oiled and edge-sealed, with eaeh pieee
bearing legible inspeetion trademark.
C. Forms for Unexposed Finish Conerete:
CONCRETE WORK
0331 0-2
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Plywood, lumber, metal, or other aeeeptable material. Provide lumber dressed on at
least 2 edges and one side for tight fit.
D. Forms for Cvlindrieal Columns and Supports:
Metal, fiberglass reinforeed plastie, or paper or fiber tubes. Construetpaper or fiber
tubes of laminated plies using water-resistant adhesive with wax-impregnated exterior
for weather and moisture proteetion. Provide units with suffieient wall thiekness to resist
loads imposed by wet eonerete without deformation.
E. Form Coati nos:
Provide eommereial formulation form-eoating eompounds that will not bond with, stain,
nor adversely affeet eonerete surfaees, and will not impair subsequent treatments of
eonerete surfaees.
F. Form Ties:
Faetory-fabrieated, adjustable-length, removable or snap off metal form ties, designed
to prevent form defleetion and to prevent spalling eonerete upon removal. Provide units
whieh will leave no metal closer than 1-1/2" to surfaee. Provide ties whieh, when
removed, will leave holes not larger than 1" diameter in eonerete surfaee.
2.02 REINFORCING MATERIALS:
A. Reinforeino Bars:
ASTM A615, Grade 60, deformed.
B. Welded Wire Fabrie:
ASTM A 185, welded steel wire fabrie.
C. Supports for Reinforeement:
Bolsters, ehairs, spaeers, and other deviees for spaeing, supporting, and fastening
reinforeing bars and welded wire fabrie in plaee. Use wire bar type supports eomplying
with CRSI speeifieations.
1. For slabs-on-orade, use supports with sand plates or horizontal runners where base
material will not support ehair legs.
2. For exposed-to-view eonerete surfaees, where legs of supports are in eontaet with
forms, provide supports with legs whieh are plastie proteeted (CRSI, Class 1) or
stainless steel proteeted (CRSI, Class 2).
CONCRETE WORK
0331 0-3
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
2.03 CONCRETE MATERIALS:
A. Portland Cement:
ASTM C150, Type II.
Use one brand of eement throughout project, unless otherwise aeeeptable to Engineer.
B. Fly Ash:
ASTM C618, Type C or Type F.
C. Normal Weioht Aooreoates:
ASTM C33, and as herein speeified. Provide aggregates from a single souree for
exposed eonerete.
For exterior exposed surfaees, do not use fine or eoarse aggregates containing
spalling-eausing deleterious substanees.
D. Water:
Potable and free of substanees that may be deleterious to eonerete or steel.
E. Air-Entrainino Admixture:
ASTM C260, eertified by manufaeturer to be eompatible with other required admixtures.
1. Available Produets: Subjeet to eomplianee with requirements, produets whieh may
be ineorporated in the work include, but are not limited to, the following:
"Air-Mix"; Euelid Chemieal Co.
"Sika Aer"; Sika Corp.
"MB-VR or MB-AE"; Master Builders.
"Darex AEA" or "Daravair"; W.R. Graee.
"Edoeo 2001 or 2002"; Edoeo Teehnieal Produets.
"Air-Tite"; Gifford-HiII/Ameriean Admixtures.
F. Water-Reducino Admixture:
ASTM C494, Type A, and eontaining not more than 0.1 pereent ehloride ions.
1. Available Produets: Subjeet to eomplianee with requirements, produets whieh may
be ineorporated in the work include, but are not limited to, the following:
CONCRETE WORK
0331 0-4
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
"WRDA Hyeol"; W.R. Graee.
"PSI N"; Gifford-Hill/Ameriean Admixtures
"Eueon WR-75"; Euclid Chemieal Co.
"Polyheed 907"; Master Builders.
"Plastoerete 160"; Sika Chemieal Corp.
"Chemtard"; Chem-Masters Corp.
"Pro-Kete-N"; Protex Industries, Ine.
G. Prohibited Admixtures:
Caleium ehloride thyoeyanates or admixtures eontaining more than 0.1 pereent ehloride
ions are not permitted.
H. Fibrous Reinforeement:
Collated, fibrillated, polypropylene fibers for seeondary reinforeement of eonerete slabs.
. 1. Available Produets: Subjeet to eomplianee with requirements, produets whieh may
be ineorporated in the work inelude, but are not limited to, the following:
"Forta CR"; Forta Corp.
"Fibermesh"; Fibermesh, Ine.
2.04 RELATED MATERIALS:
A. Waterstops:
Provide waterstops where shown. Also provide waterstops in all expansion joints and in
eonstruetion joints as required to make struetures watertight.
Provide 6-ineh high polyvinyl ehloride waterstops. Polyvinyl ehloride waterstops of
expansion joints shall be eenter bulb type equal to No. 7C by W.R. Graee and
Company, No. 9380LB by Sonnebom-Conteeh, RCB-6316 by BoMetals, Ine. or equal
and as speeified. Polyvinyl ehloride waterstops for eonstruetion joints shall be No.3 by
W.R. Graee and Company, No. 4316 by Sonnebom-Conteeh, FR-6316 by BoMetals,
Ine., or equal, and as speeified herein. Polyvinyl ehloride waterstops have the following
properties:
Tensile Strength (ASTM D412) 2000 psi min.
Ultimate Elongation (ASTM D412) 350 Pereent min.
Low Temperature Brittleness (ASTM D746) -35 Degrees F.
B. Granular Base:
Evenly graded mixture of fine and eoarse aggregates to provide, when eompaeted, a
smooth and even surfaee below slabs on grade, where shown.
CONCRETE WORK
03310-5
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
. C. Vapor Retarder:
Provide vapor retarder eover over prepared base material where indieated below slabs
on grade. Use only materials whieh are resistant to deeay when tested in aeeordanee
with ASTM E154, as follows:
1. Polvethvlene Sheet:
Polyethylene sheet not less than 6 mils thiek.
2. Water Resistant Barrier Paper:
Water resistant barrier paper eonsisting of heavy Kraft papers laminated together
with glass fiber reinforeement and over-eoated with blaek polyethylene on eaeh side.
D. Non-Shrink Grout:
CRD-C621, faetory pre-mixed grout.
1. Available Produets: Subjeet to eomplianee with requirements, produets whieh may
be ineorporated in the work inelude, but are not limited to, the following:
.
a. Metallie
"Vibrofoil"; A.C. Hom, Ine.
"Metallie Spee. Grout"; The Burke Co.
"Embeeo 636"; Master Builders.
"Ferrolith GDS"; Sonneborn-Rexnord.
"Hi-Mod Grout"; Euclid Chemieal Co.
"Kemox G"; Sika Chemieal Co.
"Ferrogrout"; L & M Const. Chemieal Co.
"Supreme Plus"; Gifford-Hill/Ameriean Admixtures.
b. Non-metallie
"Set Grout"; Master Builders.
"Sonogrout"; Sonneborn-Rexnord.
"Eueo-NS"; Euelid Chemieal Co.
"Supreme"; Gifford-Hill/Ameriean Admixtures.
"Crystex"; L & M Const. Chemieal Co.
"Sure-Grip Grout"; Dayton Superior Corp.
"Horngrout"; A.C. Horn, Ine.
"Five Star Grout"; U.S. Grout Corp.
.
E. liquid Membrane-Formina Curina Compound:
CONCRETE WORK
0331 0-6
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Liquid type membrane-forming euring eompound eomplying with ASTM C309, Type I,
Class A Moisture loss not more than 0.055 gr./sq. em. when applied at 200 sq ft./gal.
1. Available Produets: Subjeet to eomplianee with requirements, produets whieh may
be incorporated in the work include, but are not limited to, the following:
"Masterseal"; Master Builders.
"Clear Seal"; AC. Horn, Ine.
"Sealeo 309"; Gifford-Hill/Ameriean Admixtures.
"J-20 Aerylie Cure"; Dayton Superior.
"Sealkure"; Toeh Div. - Carboline.
"Kure-N-Seal"; Sonneborn-Rexnord.
"Klearseal"; Seteon Industries.
"LR-152"; Protex Industries.
"Hardtop"; Gifford-Hill.
F. Bondinq Compound:
Polyvinyl aeetate or aerylie base.
1. Available Produets: Subjeet to eomplianee with requirements, produets whieh may
be ineorporated in the work inelude, but are not limited to, the following:
2. Polwinvl Aeetate (Interior Only):
"Eueo Weld"; Euelid Chemieal Co.
"Welderete"; Larsen Produets Corp.
3. Aervlie or Styrene Butadiene:
"J-40 Bonding Agent"; Dayton Superior Corp.
"Everbond"; L & M Construetion Chemieals.
"Hornweld"; AC. Horn, Ine.
"Sonoerete"; Sonnebom-Rexnord.
"Aerylie Bonderete";The Burke Co.
"SBR Latex"; Euclid Chemieal Co.
"Daraweld C"; W.R. Grace
G. Epoxy Adhesive:
ASTM C881, two eomponent material suitable for use on dry or damp surfaees.
Provide material "Type", "Grade", and "Class" to suit projeet requirements.
1. Available Produets: Subjeet to eomplianee with requirements, produets whieh may
be ineorporated in the work include, but are not limited to, the following:
CONCRETE WORK
03310-7
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
"Thiopoxy"; W.R. Graee.
"Epoxtite"; A.C. Horn, Inc.
"Edoeo 2118 Epoxy Adhesive"; Edoeo Teehnieal Prod.
"Sikadur Hi-Mod"; Sika Chemieal Corp.
"Eueo Epoxy 452 or 620"; Euelid Chemieal Co.
"Pateh and Bond Epoxy"; The Burke Co.
"Coneresive 1 001"; Adhesive Engineering Co.
2.05 PROPORTIONING AND DESIGN OF MIXES:
A. Desian Mixes:
Prepare design mixes for eaeh type and strength of eonerete by either laboratory trial
bateh or field experienee methods as speeified in ACI 301. If trial bateh method used,
use an independent testing faeility aeeeptable to Engineer for preparing and reporting
proposed mix designs. The testing faeility shall not be the same as used for field quality
eontrol testing.
Limit use of fly ash to not exeeed 25 pereent of eement eontent by weight.
B. Written Reports:
Submit written reports to Engineer of eaeh proposed mix for eaeh elass of eonerete at
least 15 days prior to start of work. Do not begin eonerete produetion until mixes have
been reviewed by Engineer
C. Desian Mixes:
Design mixes to provide normal weight eonerete with the following properties, as
indieated on drawings and sehedules:
4000 psi 28-day eompressive strength; W/C ratio, 0.52 maximum.
F. Admixtures:
1. Use water-redueina admixture or high range water-redueing (super plasticizer) in
eonerete as required for plaeement and workability.
2. Use non-ehloride aeeeleratina admixture in eonerete slabs placed at ambient
temperatures below 50 deg F (10 deg C).
3. Use hiah-ranae water-redueina admixture in pumped eonerete, eonerete for
industrial slabs, arehiteetural eonerete, parking strueture slabs, eonerete required to
be watertight, and eonerete with water/eement ratios below 0.50.
CONCRETE WORK
0331 0-8
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
4. Use air-entrainina admixture in exterior exposed eonerete; unless otherwise
indieated. Add air-entraining admixture at manufaeturer's preseribed rate to result in
eoncrete at point of plaeement having total air eontent with a toleranee of
plus-or-minus1-1/2 pereent within following limits:
5.0 pereent (moderate exposure); 6.0 pereent (severe exposure) 3/4" max.
aggregate.
5. Use admixtures for water-redueing and set-eontrol in striet eomplianee with
manufaeturer's direetions.
G. Slump Limits:
Proportion and design mixe.s to result in eonerete slump at point of plaeement as
follows:
Ramps, slabs, and sloping surfaees:
Reinforeed foundation systems:
Other eonerete:
Not more than 3".
Not less than 1" and not more than 3".
Not less than 1" nor more than 4".
2.06 CONCRETE MIXING:
A. Readv-Mix Conerete:
Comply with requirements of ASTM C 94, and as herein speeified.
During hot weather, or under eonditions eontributing to rapid setting of eonerete, a
shorter mixing time than speeifiedin ASTM C 94 may be required.
PART 3 - EXECUTION
3.01 GENERAL:
Coordinate the installation of joint materials and vapor retarders with plaeement of forms
and reinforeing steel.
3.02 FORMS:
A. Maintenanee:
Design, ereet, support, braee, and maintain formwork to support vertieal and lateral,
statie, and dynamie loads that might be applied until sueh loads ean be supported by
eonerete strueture. Construet formwork so eonerete members and struetures are of
eorreet size, shape, alignment, elevation, and position. Maintain formwork construetion
toleranees eomplying with ACI 347.
CONCRETE WORK
0331 0-9
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
B. Desiqn:
Design formwork to be readily removable without impaet, shoek, or damage to
east-in-plaee eonerete surfaees and adjaeent materials.
C. Construet:
Construet forms to sizes, shapes, lines, and dimensions shown, and to obtain aeeurate
alignment, loeation, grades, level and plumb work in finished struetures. Provide for
openings, offsets, sinkages, keyways, reeesses, moldings, rustieations, reg lets,
ehamfers, bloeking, sereeds, bulkheads, anehorages and inserts, and other features
required in work. Use seleeted materials to obtain required finishes. Solidly butt joints
and provide baek-up at joints to prevent leakage of eement paste.
D. Fabrieate:
Fabrieate forms for easy removal without hammering or prying against eonerete
surfaees. Provide erush plates or wreeking plates where stripping may damage east
eonerete surfaees. Provide top forms for inclined surfaees where slope is too steep to
plaee eonerete with bottom forms only. Kerf wood inserts for forming keyways, reglets,
reeesses, and the like, to prevent swelling and for easy removal.
E. Temporary Openinqs:
Provide temporary openings where interior area of formwork is inaeeessible for
c1eanout, for inspeetion before eonerete plaeement, and for plaeement of eonerete.
Seeurely braee temporary openings and set tightly to forms to prevent loss of eonerete
mortar. Loeate temporary openings on forms at ineonspieuous loeations.
F. Exposed Corners and Edqes:
Chamfer exposed eorners and edges as indieated, using wood, metal, PVC, or rubber
ehamfer strips fabrieated to produee uniform smooth lines and tight edge joints.
G. Provisions for Other Trades:
Provide openings in eonerete formwork to aeeommodate work of other trades.
Determine size and loeation of openings, reeesses, and ehases from trades providing
sueh items. Aeeurately plaee and seeurely support items built into forms.
H. Cleaninq and Tiqhteninq:
Thoroughly clean forms and adjaeent surfaees to reeeive eonerete. Remove ehips,
wood, sawdust, dirt, or other debris just before eonerete is plaeed. Retightening forms
and braeing after eonerete plaeement is required to eliminate mortar leaks and maintain
proper alignment.
CONCRETE WORK
03310-10
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
3.03 VAPOR RETARDER INSTALLATION:
A. Following leveling and tamping of granular base for slabs on grade, plaee vapor retarder
sheeting with longest dimension parallel with direetion of pour.
B. Lap joints 6" and seal with appropriate tape.
C. After plaeement of moisture barrier, eover with granular material and eompact to depth
as shown on drawings.
3.04 PLACING REINFORCEMENT:
A. Complv with Conerete Reinforcing Steel Institute's reeommended praetiee for "Plaeing
Reinforeing Bars", for details and methods of reinforeement plaeement and supports,
and as herein speeified.
Avoiding eutting or puneturing vapor retarder during reinforeement plaeement and
eonereting operations.
B. Clean reinforeement of loose rust and mill seale, earth, iee, and other materials whieh
reduee or destroy bond with conerete.
C. Aeeuratelv position, support, and seeure reinforeement against displaeement by
formwork, eonstruetion, or eonerete plaeement operations. Loeate and support reinfore-
ing by metal ehairs, runners, bolsters, spacers, and hangers, as required.
D. Plaee reinforeement to obtain at least minimum eoverages for eonerete proteetion.
Arrange, spaee, and seeurely tie bars and bar supports to hold reinforeement in position
during eonerete plaeement operations. Set wire ties so ends are direeted into eonerete,
not toward exposed eonerete surfaees.
E. Install welded wire fabrie in as long lengths as praetieable. Lap adjoining pieees at least
one full mesh and laee spliees with wire. Offset end laps in adjaeent widths to prevent
eontinuous laps in either direetion.
3.05 JOINTS:
A. Construetion Joints:
Loeate and install eonstruetion joints as indieated or, if not indieated, loeate so as not to
impair strength and appearanee of the strueture, as aeeeptable to Engineer.
CONCRETE WORK
03310-11
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
B. Kevwavs:
Provide keyways at least 1-1/2" deep in eonstruetion joints in walls, slabs, and between
walls and footings; aeeepted bulkheads designed for this purpose may be used for
slabs.
C. Construetion Joints:
Plaee eonstruetion joints perpendieular to main reinforeement. Continue reinforeement
aeross eonstruetion joints, exeept as otherwise indieated.
D. Waterstops:
Provide waterstops in eonstruetion joints and expansion joints as indieated. All joints in
liquid holding eonerete tanks, ehannels or troughs shall reeeive waterstop. Install
waterstops to form eontinuous diaphragm in eaeh joint. Make provisions to support and
proteet exposed waterstops during progress of work. Fabrieate field joints in waterstops
in aeeordanee with manufacturer's printed instruetions.
E. Isolation Joints in Slabs-on-Ground:
Construet isolation joints in slabs-on-ground at points of eontaet between
slabs-on-ground and vertieal surfaees, sueh as eolumn pedestals, foundation walls,
grade beams, and elsewhere as indieated.
F. Joint Filler and Sealant:
Joint filler and sealant materials are specified in Division-7 seetions of these
speeifieations.
G. Contraetion (Control) Joints in Slabs-on-Ground:
Construet eontraetion joints in slabs-on-ground to form panels of pattems as shown.
Use saweuts 1/8" x 1/4 slab depth or inserts 1/4" wide x 1/4 of slab depth, unless
otherwise indieated.
H. Contraetion Joints:
Form eontraetion joints by inserting premolded plastie, hardboard or fiberboard strip into
fresh eonerete until top surfaee of strip is flush with slab surfaee. Tool slab edges round
on eaeh side of insert. After eonerete has eured, remove inserts and clean groove of
loose debris.
Contraetion joints in unexposed floor slabs maybe formed by saw euts as soon as
possible after slab finishing as may be safely done without dislodging aggregate.
CONCRETE WORK
03310-12
.
.
.
s&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
If joint pattern not shown, provide joints not exeeeding 15' in either direetion and loeated
to eonform to bay spaeing wherever possible (at eolumn eenterlines, half bays,
third-bays ).
I. Joint Sealant Material:
Joint sealant material is speeified in Division-7 seetions of these speeifieations.
3.06 PREPARATION OF FORM SURFACES:
Clean re-used forms of eonerete matrix residue, repair and pateh as required to return
forms to aeeeptable surfaee eondition.
Coat eontact surfaees of forms with a form-eoating eompound before reinforeement is
plaeed. I
Thin form-eoating eompounds only with thinning agent of type, amount, and under
eonditions of form-eoating eompound manufaeturer's direetions. Do not allow exeess
form-eoating material toaeeumulate in forms or to eome into eontaet with in-plaee eonerete
surfaees against whieh fresh eonerete will be plaeed. Apply in eomplianee with
manufaeturer's instruetions. :
Coat steel forms with a non-staining, rust-preventative form oil or otherwise proteet against
rusting. Rust-stained steel formwork is not aeeeptable.
3.07 CONCRETE PLACEMENT:
A. Pre-plaeement Inspeetion:
,
Before plaeing eonerete, inspeet and eomplete formwork installation, reinforeing steel,
and items to be embedded or east-in. Notify other erafts to permit installation of their
work; eooperate with other trades in setting sueh work. Moisten ,wood forms
immediately before plaeing eonerete where form eoatings are not used.
I
I
Apply temporary proteetive eovering to lower 2' of finished walls adjaeent to poured floor
slabs and similar eonditions, and guard against spattering during plaeement.
B. General:
I
I
Comply with ACI 304 "Reeommended Praetiee for Measuring, Mixing, Transporting, and
PlaeingConerete", and as herein speeified. I
I
Deposit eonerete eontinuously or in layers of sueh thiekness that no eonerete will be
plaeed on eonerete whieh has hardened sufficiently to eause the formation of seams or
planes of weakness. If a seetion eannot be plaeed eontinuously, provide eonstruetion
CONCRETE WORK
03310-13
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
joints as herein speeified. Deposit eonerete as nearly as praetieable to its finalloeation
to avoid segregation.
C. Plaeinq Conerete in Forms:
Deposit eonerete in forms in horizontal layers not deeper than 24" and in a manner to
avoid inclined eonstruetion joints. Where plaeement eonsists of several layers, plaee
eaeh layer while preeeding layer is still plastie to avoid eold joints.
D. Plaeed Conerete:
Consolidate plaeed eonerete by meehanical vibrating equipment supplemented by
hand-spading, rodding, or tamping. Use equipment and proeedures for eonsolidation of
eonerete in aeeordanee with ACI 309.
E. Vibrators:
Do not use vibrators to transport eonerete inside forms. Insert and withdraw vibrators
vertieally at uniformly spaeed loeations not farther than visible effeetiveness of maehine.
Plaee vibrators to rapidly penetrate plaeed layer and at least 6" into preeeding layer.
Do not insert vibrators into lower layers of conerete that have begun to set. At eaeh
insertion limit duration of vibration to time neeessary to eonsolidate eonerete and
eomplete embedment of reinforeement and other embedded items without eausing
segregation of mix.
F. Placinq Conerete Slabs:
Deposit and eonsolidate eonerete slabs in a eontinuous operation, within limits of
eonstruetion joints, until the plaeing of a panel or seetion is eompleted.
G. Conerete:
Consolidate eonerete during plaeing operations so that eonerete is thoroughly worked
around reinforeement and other embedded items and into eomers.
H. Slab Surfaces:
Bring slab surfaees to eorreet level with straightedge and strike off. Use bull floats or
darbies to smooth surfaee, free of humps or hollows. Do not disturb slab surfaees prior
to beginning finishing operations.
I. Reinforeinq:
Maintain reinforeing in proper position during eonerete plaeement operations.
J. Cold Weather Plaeinq:
CONCRETE WORK
03310-14
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Proteet eonerete work from physieal damage or redueed strength whieh eould be
caused by frost, freezing aetions, or low temperatures, in eomplianee with ACI 306 and
as herein specified.
1. When air temperature has fallen to or is expeeted to fall below 40 deg F (4 deg C),
uniformly heat water and aggregates before mixing to obtain a eonerete mixture
temperature of not less than 50 deg F (10 deg C), and not more than 80 deg F (27
deg C) at point of plaeement.
2. Do not use frozen materials or materials eontaining iee or snow. Do not place
eonerete on frozen subgrade or on subgrade eontaining frozen materials.
3. Do not use ealeium ehloride, salt, and other materials eontaining antifreeze agents
or ehemieal aeeelerators, unless otherwise aeeepted in mix designs.
K. Hot Weather Plaeina:
When hot weather eonditions exist that would seriously impair quality and strength of
eonerete, plaee eonerete in eomplianee with ACI 305 and as herein specified.
1. Cool ingredients before mixing to maintain eonerete temperature at time of
plaeement below 90 deg F (32 deg C). Mixing water may be ehilled, or ehopped iee
may be used to eontrol temperature provided water equivalent of iee is ealeulated to
total amount of mixing water. Use of liquid nitrogen to eool eonerete is Contraetor's
option.
2. Cover reinforeing steel with water-soaked burlap if it beeomes too hot, so that steel
temperature will not exeeed the ambient air temperature immediately before
embedment in eonerete.
3. Fog spray forms, reinforeing steel, and subgrade just before eonerete is plaeed.
4. Use water-reducing retarding admixture (Type D) when required by high
temperatures, low humidity, or other adverse plaeing eonditions.
3.08 FINISH OF FORMED SURFACES:
A. Rouah Form Finish:
For formed eonerete surfaees not exposed-to-view in the finish work or by other
eonstruetion, unless otherwise indieated. This is the eonerete surfaee having texture
imparted by form faeing material used, with tie holes and defective areas repaired and
patehed and fins and other projeetions exceeding 1/4" in height rubbed down or ehipped
off.
CONCRETE WORK
03310-15
.
.
.
s&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
B. Smooth Form Finish:
For formedeonerete surfaces exposed-to-view, or that are to be eovered with a eoating
material.applied direetly to conerete, or a eovering material applied direetly to conerete,
sueh as waterproofing, dampproofing, veneer plaster, painting, or other similar system.
This is as-east eonerete surfaee obtained with seleeted form faeing material, arranged
orderly and symmetrically with a minimum of seams. Repair and pateh defeetive areas
with fins or other projeetions eompletely removed and smoothed.
C. Grout Cleaned Finish:
Provide grout cleaned finish to seheduled eonerete surfaees whieh have reeeived
smooth form finish treatment.
Combine one part Portland eement to 1-1/2 parts fine sand by volume, and mix with
water to eonsisteney of thiek paint. Blend standard Portland eement and white Portland
eement, amounts determined by trial patehes, so that final eolor of dry grout will mateh
adjaeent surfaees.
Thoroughly wet eonerete surfaees and apply grout to eoat surfaees and fill small holes.
Remove exeess grout by seraping and rubbing with clean burlap. Keep damp by fog
spray for at least 36 hours after rubbing.
D. Related Unformed Surfaees:
At tops of walls, horizontal offsets, and similar unformed surfaees oeeurring adjaeent to
formed surfaees, strike-off smooth and finish with a texture matehing adjaeent formed
surfaees. Continue final surfaee treatment of formed surfaees uniformly aeross
adjaeent unformed surfaees, unless otherwise indieated.
3.09 MONOLITHIC SLAB FINISHES:
A. Float Finish:
Apply float finish to monolithie slab surfaees to reeeive trowel finish and other finishes
as hereinafter speeified, and slab surfaees whieh are to be eovered with membrane or
elastie waterproofing, membrane or elastie roofing, or sand-bed terrazzo, and as other-
wise indieated.
After sereeding, eonsolidating, and leveling eonerete slabs, do not work surfaee until
ready for floating. Begin floating when surfaee water has disappeared or when eonerete
has stiffened sufficiently to permit operation of power-driven floats, or both, Consolidate
surfaee with power-driven floats, or by hand-floating if area is small or inaeeessible to
power units. Cheek and level surfaee plane to toleranees of F 18 - F 15. Cut down high
spots and fill low spots. Uniformly slope surfaees to drains. Immediately after leveling,
refloat surfaee to a uniform, smooth, granular texture.
CONCRETE WORK
03310-16
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
B. Trowel Finish:
Apply trowel finish to monolithie slab surfaces to be exposed-to-view, and slab surfaees
to be eovered with resilient flooring, earpet, eeramie or quarry tile, paint, or other thin film
finish eoating system.
C. Trowelinq:
After floating, begin first trowel finish operation using a power-driven trowel. Begin final
troweling when surfaee produees a ringing sound as trowel is moved over surfaee.
Consolidate eonerete surfaee by final hand-troweling operation, free of trowel marks,
uniform in texture and appearanee, and with surfaee leveled to toleranees of F 20 - F
17. Grind smooth surfaee defeets whieh would telegraph through applied floor eovering
system.
D. Non-Slip Broom Finish:
Apply non-slip broom finish to exterior eonerete platforms, steps, and ramps, and else-
where as indieated.
Immediately after float finishing, slightly roughen eonerete surfaee by brooming with
fiber bristle broom perpendieular to main traffie route. Coordinate required final finish
with Engineer before applieation.
3.10 CONCRETE CURING AND PROTECTION:
A. General:
Proteet freshly plaeed eonerete from premature drying and exeessive eold or hot
temperatures.
Start initial euring as soon as free water has disappeared from eonerete surfaee after
plaeing and finishing. Weather permitting, keep eontinuously moist for not less than 7
days.
Begin final euring proeedures immediately following initial euring and before eonerete
has dried. Continue final euring for at least 7 days in aeeordanee with ACI 301
proeedures. Avoid rapid drying at end of final euring period.
B. Curinq Methods:
Perform euring of eonerete by euring and sealing eompound, by moist euring, by
moisture-retaining eover euring, and by eombinations thereof, as herein speeified.
1. Provide moisture eurinq by following methods:
CONCRETE WORK
03310-17
.
.
.
s&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
. Keep eonerete surfaee eontinuously wet by eovering with water.
. Continuous water-fog spray.
. Covering eonerete surfaee with specified absorptive eover, thoroughly saturating
eover with water and keeping eontinuously wet. Plaee absorptive eover to
provide eoverage of eonerete surfaees and edges, with 4" lap over adjaeent
absorptive eovers.
2. Provide moisture-eover eurina as follows:
Cover eonerete surfaees with moisture-retaining eover for euring eonerete, plaeed in
widest praetieable width with sides and ends lapped at least 3" and sealed by
waterproof tape or adhesive. Immediately repair any holes or tears during euring
period using eover material and waterproof tape.
3. Provide eurina and sealina eompound to exposed interior slabs and to exterior slabs,
walks, and eurbs, as follows:
Apply speeified euring and sealing eompound to eonerete slabs as soon as final
finishing operations are eomplete (within 2 hours). Apply uniformly in eontinuous
operation by power-spray or roller in aeeordanee with manufaeturer's direetions.
Reeoat areas subjeeted to heavy rainfall within 3 hours after initial applieation.
Maintain eontinuity of eoating and repair damage during euring period.
Do not use membrane euring eompounds on surtaees whieh are to be eovered with
eoating material applied direetly to eonerete, liquid floor hardener, waterproofing,
dampproofing, membrane roofing, flooring (sueh as eeramie or quarry tile, glue-down.
earpet), painting, and other eoatings and finish materials, unless otherwise
aeeeptable to Engineer.
C. Curina Formed Surfaees:
Cure formed eonerete surfaces, including undersides of beams, supported slabs, and
other similar surfaees by moist euring with forms in plaee for full euring period or until
forms are removed. If forms are removed, eontinue euring by methods speeified above,
as applieable.
D. Curina Unformed Surfaees:
Cure unformed surfaees, sueh as slabs, floor topping, and other flat surfaees by
applieation of appropriate euring method.
Final eure eonerete surfaees to reeeive liquid floor hardener or finish flooring by use of
moisture-retaining eover, unless otherwise direeted.
E. Sealer and Dustproofer:
CONCRETE WORK
03310-18
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Apply a seeond eoat of speeified euring and sealing eompound only to surfaees given a
first eoat.
3.11 REMOVAL OF FORMS:
A. Formwork not supportina weiaht of eonerete, sueh as sides of beams, walls, eolumns,
and similar parts of the work, may be removed after eumulatively euring at not less than
50 deg F (10 deg C) for 24 hours after plaeing eonerete, provided eonerete is sufficiently
hard to not be damaged by form removal operations, and provided euring and pro-
teetionoperations are maintained.
B. Formwork supportina weiaht of eonerete, sueh as beam soffits, joists, slabs, and other
struetural elements, may not be removed in less than 14 days and until eonerete has
attained design minimum eompressive strength at 28 days. Determine potential
eompressive strength of in-plaee eonerete by testing field-eured speeimens repre-
sentative of eonerete loeation or members.
C. Form facina material may be removed 4 days after plaeement, only if shores and other
vertieal supports have been arranged to permit removal of form faeing material without
loosening or disturbing shores and supports.
3.12 RE-USE OF FORMS:
Clean and repair surfaees of forms to be re-used in work. Split, frayed, delaminated, or
otherwise damaged form faeing material will not be aeeeptable for exposed surfaees.
Apply new form eoating eompound as specified for new formwork.
When forms are extended for sueeessive eonerete plaeement, thoroughly elean surfaees,
remove fins and laitanee, and tighten forms to close joints. Align and seeure joint to avoid
offsets. Do not use "patehed" forms for exposed eonerete surfaees, exeept as aeeeptable
to Engineer.
3.13 MISCELLANEOUS CONCRETE ITEMS:
A. Fillina-In:
Fill-in holes and openings left in eonerete struetures for passage of work by other trades,
unless otherwise shown or direeted, after work of other trades is in plaee. Mix, plaee,
and eure eonerete as herein speeified, to blend with in-plaee eonstruetion. Provide
other miseellaneous eonerete filling shown or required to eomplete work.
B. Curbs:
CONCRETE WORK
03310-19
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Provide monolithie finish to interior eurbs by stripping forms while eonerete is still green
and steel-troweling surfaees to a hard, dense finish with eorners, interseetions, and
terminations slightly rounded.
C. Equipment Bases and Foundations:
Provide maehine and equipment bases and foundations, as shown on drawings. Set
anehor bolts for maehines and equipmer,t to template at eorreet elevations, eomplying
with eertified diagrams or templates of manufacturer furnishing maehines and
equipment.
1. Grout base plates and foundations as indieated, using speeified non-shrink grout.
Use non-metallie grout for exposed eonditions, unless otherwise indieated.
3.14 CONCRETE SURFACE REPAIRS:
A. Patehina Defeetive Areas:
Repair and pateh defeetive areas with eement mortar immediately after removal of
forms, when aeeeptable to Engineer.
Cut out honeyeomb, roek poekets, voids over 1/4" in any dimension, and holes left by tie
rods and bolts, down to solid eonerete but, in no ease to a depth of less than 1". Make
edges of euts perpendieular to the eonerete surfaee. Thoroughly elean, dampen with
water, and brush-eoat the area to be patehed with speeified bonding agent. Plaee
patehing mortar after bonding eompound has dried.
1. For exposed-to-view surfaees, blend white Portland eement and standard Portland
eement so that, when dry, patehing mortar will mateh eolor surrounding. Provide test
areas at ineonspieuous loeation to verify mixture and eolor mateh before proeeeding
with patehing. Compaet mortar in plaee and strike-off slightly higher than
surrounding surfaee.
B. Repair of Formed Surfaees:
Remove and replaee eonerete having defeetive surfaees if defeets eannot be repaired to
satisfaetion of Engineer. Surfaee defeets, as such, inelude eolor and texture
irregularities, eraeks, spa lis, air bubbles, honeyeomb, roek poekets; fins and other
projeetions on surfaee; and stains and other diseolorations that eannot be removed by
eleaning. Flush out form tie holes, fill with dry paek mortar, or preeast eement eone
plugs seeured in plaee with bonding agent.
1. Repair eoneealed formed surfaees, where possible, that eontain defeets that affeet
the durability of eoncrete. If defeets eannot be repaired, remove and replaee
eonerete.
CONCRETE WORK
03310-20
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
C. Repair of Unformed Surfaees:
Test unformed surfaees, such as monolithic slabs, for smoothness and verify surfaee
plane to toleranees specified for eaeh surfaee and finish. Correet low and high areas as
herein speeified. Test unformed surfaees sloped to drain for trueness of slope, in
addition to smoothness using a template having required slope.
1. Repair finished unformed surfaees that contain defeets whieh affeet durability of
eonerete. Surfaee defeets, as sueh, inelude erazing, eraeks in exeess of 0.01" wide
or whieh penetrate to reinforeement or completely through non-reinforeed seetions
regardless of width, spalling, pop-outs, honeyeomb, roek poekets, and other
objeetionable eonditions.
2. Correet hiah areas in unformed surfaees by grinding, after eonerete has eured at
least 14 days.
3. Correet low areas in unformed surfaees during or immediately after eompletion of
surfaee finishing operations by eutting out low areas and replacing with fresh
eonerete. Finish repaired areas to blend into adjaeent eonerete. Proprietary
patehing eompounds may be used when aeeeptable to Engineer.
4. Repair defeetive areas, exeept random eraeks and single holes not exeeeding 1"
diameter, by eutting out and replaeing with fresh eonerete. Remove defeetive areas
to sound eonerete with clean, square euts and expose reinforeing steel with at least
3/4" c1earanee all around. Dampen eonerete surfaees in eontaet with patehing
eonerete and apply bonding eompound. Mix patehing eonerete of same materials to
provide eonerete of same type or class as original eonerete. Plaee, eompaet, and
finish to blend with adjaeent finished eonerete. Cure in same manner as adjaeent
eonerete.
3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION:
A. Testina:
The Owner will employ a testing laboratory to perform tests and to submit test reports.
Sampling and testing for quality eontrol during plaeement of eonerete may inelude the
following, as direeted by Engineer.
B. Samplina Fresh Conerete:
ASTM C 172, exeept modified for slump to eomply with ASTM C 94.
C. Slump:
ASTM C 143; one test at point of diseharge for eaeh day's pour of eaeh type of
eonerete; additional tests when eonerete eonsisteney seems to have ehanged.
CONCRETE WORK
03310-21
.
.
.
-
s&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
D. Air Content:
ASTM C 173, volumetrie method for lightweight or normal weight eonerete; ASTM C 231
pressure method for normal weight eonerete; one for eaeh day's pour of eaeh type of
air-entrained eonerete.
E. Conerete Temperature:
Test hourly when air temperature is 40 deg F (4 deg C) and below, and when 80 deg F
(27 deg C) and above; and eaeh time a set of eompression test speeimens made.
F. Compressive Strenoth Tests:
Standard 6-ineh diameter eompression test eylinders shall be made in the field and
tested in the laboratory in aeeordanee with ASTM C31, C39 and C172. Test eylinders
shall be made in forms provided by the testing laboratory.
1. Advanee tests of the eonerete shall be made. Six standard 6-ineh eompression
eylinders, 3 to be tested in 7 days and 3 at 28 days, shall be made with the propor-
tioning and materials proposed to be used for eaeh of the prineipal mixes required
for the work. The slump shall not be less than the greatest slump expeeted to be
used in the strueture for eaeh of the mixes. The tests made on the aggregates, as
required above, may be made a part of these tests, if suitably refereneed on the
reports, whieh shall be issued for 7 and 28 day tests. These tests shall be repeated,
if neeessary, beeause of ehanges in material or unsatisfaetory results. The advanee
testing may be waived at the request of the Contraetor and with the Engineer's
approval if the eonerete is being produeed by an established ready-mix plant with
suitable reeords of mixes and testing and if the plant eertifies that it will eontinue to
use the same materials involved in the reeorded testing.
2. During the progress of the work, and for eaeh different mix of eonerete, a set of
three standard 6-ineh eonerete eylinders shall be made and tested for eaeh and
every day's operation (or 8-hour shift) where more than 5 eubie yards of eonerete are
plaeed. Make an additional set of three eylinders for eaeh additional 50 eubie yards
of eonerete where more than 50 eubie yards are plaeed in one day (or 8-hour shift).
The Contraetor shall be responsible for seeing that these eylinders are made; east
the eylinders if testing laboratory personnel are not available. The eylinders of eaeh
set shall be molded from the same sample of eonerete and tested, one at 7 days.
and one at 28 days. If high-early strength eement is used, then the tests shall be
made at 3 and 7 days instead of at 7 and 28 days.
3. If any test eylinder shows a strength of less than that required at 28 days, then the
eonerete represented by sueh eylinder shall be further tested in aeeordanee with
Artiele 17.3 of ACI 301, exeept that Paragraph 17.3.2.3 shall not apply. If sueh
further tests show a eompressive strength less than required, then the eonerete shall
CONCRETE WORK
03310-22
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
be rejeeted and shall be replaeed with new work at the speeified strength by the
Contraetor at his own expense.
4. Test results will be reported in writing to Engineer, Struetural Engineer and
Contraetor within 24 hours after tests. Reports of eompressive strength tests shall
eontain the projeet identifieation name and number, date of eonerete plaeement,
name of eonerete testing serviee, eonerete type and elass, loeation of eonerete bateh
in strueture, design eompressive strength at 28 days, eonerete mix proportions and
materials; eompressive breaking strength and type of break for both 7 -day tests and
28-day tests.
G. Nondestruetive Testina:
Impaet hammer, sonoseope, or other nondestruetive deviee may be permitted but shall
not be used as the sole basis for aeeeptanee or rejeetion.
H. Additional Tests:
The testing serviee will make additional tests of in-plaee eonerete when test results
indieate speeified eonerete strengths and other eharaeteristies have not been attained in
the strueture, as direeted by Engineer. Testing serviee may eonduet tests to determine
adequaey of eonerete by eored eylinders eomplying with ASTM C 42, or by other
methods as direeted. Contraetor shall pay for sueh tests when unaeeeptable eonerete is
verified.
END OF SECTION 03310
\
CONCRETE WORK
03310-23
.
.
.
s&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
SECTION 15110 - VAL YES
PART 1 - GENERAL
1.01 SCOPE
A. Furnish all labor, materials, equipment and incidentals required to complete and
make ready for operation, all valves and appurtenances as shown on the Drawings
and as specified herein.
B. This Section does not include valves for combustible or flammable liquids or
gases.
C. The equipment shall include, but is not limited to, the following:
1. Plug Valves
2. Air Valves
3. Valve Operator Accessories
4. Pressure Gauges
1.02 SUBMITTALS
A.
Submit to the Engineer, within 30 days after execution of the Contract, a list of
materials to be furnished, the names of the suppliers, and the date of delivery of
materials to the site.
B. Complete shop drawings of all valves and appurtenances shall be submitted to the
Engineer for approval in accordance with Section 01800 of these Specifications.
Clearly indicate make, model, location, type, size and pressure rating.
C. Operating and maintenance data for all valves shallbe furnished for each valve.
1.03 STORAGE AND PROTECTION
Valves and all associated accessories shall be stored and protected in accordance with the
requirements of Section 02531 of these Specifications.
1.04 QUALITY ASSURANCE
The manufacturer shall provide written certification to the Engineer that all equipment
furnished complies withall applicable requirements of these Specifications.
PART 2 - PRODUCTS
GENERAL: Provide valves of same manufacturer throughout where possible. Provide valves
with manufacturer's name and pressure rating clearly marked on the outside of the valve body.
VALVES
1 511 0-1
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
All exposed bolts, nuts, and washers for buried or submerged valves shall be cadmium or zinc
plated in accordance with ASTM B 633, Type II unless specified otherwise.
SHOP PAINTING: All exterior ferrous metal surfaces of exposed or submerged valves and
appurtenances shall receive a coating of rust-inhibitive primer. The exterior of all buried valves
shall have a factory applied, two coat asphaltic varnish or fusion bonded epoxy coating system.
All plug valves shall have a factory applied enamel coating, but a coat of asphaltic varnish may
be added in the field. All interior ferrous metal surfaces of 4-inch and larger valves, except for
finished or bearing surfaces, and appurtenances shall be provided with one coat, interior epoxy
coating conforming to the requirements of A WW A C550 and NSF 61.
2.01 PLUG VALVES
A. Valves shall be 90 degree turn, non-lubricated, eccentric type with resilient faced
plugs. Design of the. valve shall provide that contact between the seat and the
plug shall only occur in the final degrees of plug movement. Valves shall be
suitable for minimal throttling service and service where valve operation is
infrequent.
B.
Valves shall be capable of providing drip-tight shut-off up to the full pressure
rating with pressure in flow direction. Pressure ratings shall be established by
hydrostatic tests conducted in accordance with ANSI B 16.1. Valves shall be rated
at a minimum of 150 psi.
C.
Valves shall have a port area equal to at least 80 percent of the full pipe area for
valves 24-inches and less. Valves 30-inches and greater shall have a port area
equal to at least 70 percent of the full pipe area.
D. Bodies shall be 316 Stainless Steel.
E. Valve ends shall be a mechanical joint type, except where flanged or restrained
joint ends are shown on the Drawings. Mechanical joint valves shall have bell
ends conforming to applicable requirements of AWWA Cl11/ANSI A21.11.
Flanged joints shall meet the requirements of ANSI BI6.1, Class 125. Flanged
valves with flange-to-MJ adapters shall not be acceptable in lieu of MJ valves.
An IPS Fittings MJ Adapter Kit (Mechanical Joint Adapter) DR 11 may be
required for valve connections to HDPE.
F. The plug and plug facing shall be 316 stainless steel. Facing material shall be
abrasion resistant and suitable for service in sewage and sludge applications.
G. Valves shall have solid PTFE to 4500F packing.
H.
Valves shall be furnished with replaceable, sleeve-type bearings in the upper and
lower journals. Bearings shall comply with applicable requirements of A WW A
C507. Bearing materials shall have a proven record of service of not less than
VALVES
15110-2
s&P projecl No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Uti'ities Project No. 50230
.
.
2.02
.
VALVES
I
five years.
I.
The valve body shall be fitted with a bolted bonnet incorporating a stuffing box
and pull-down packing gland. Packing shall be the split chevron type. Design of
exposed valves shall allow visible inspection of the shaft seal, adjustment of the
packing, and replacement of the packing, all witho;ut disturbing the bonnet or
valve operator. The shaft seal shall comply with the requirements of A WW A
C504.
J
Actuators
1. Actuators for buried service and valves 10iinches and larger, shall. be
equipped with manual operated geared actuators. Geared actuators shall
be totally enclosed, oil or grease lubricated, ;Worm and gear type. Shaft
seals shall be provided to prevent entry of dirt and water into the actuator.
All shaft bearings shall be permanently lhbricated bronze bushings.
Actuators shall clearly indicate valve positionl and an adjustable stop shall
be provided to set closing torque. Construction of actuator housing shall
be semi -steel.
2. Valves for buried service shall be equipped with a valve box and stem
extension required to bring the operation nut; within 6-inches of finished
grade. Valve boxes and extension stems shall be as specified in this
Section.
3. Valves and operators for buried service shall have seals on all shafts and
gaskets on valve operator covers to prevent the entry of water.
I
Plug valves shall be manufactured by SPX/DeZurik, Pratt, Clow, Val-maticor
approved equal.
K
AIR VALVES
I
Combination Air Valves:
1. The combination air valves shall be 3" RGX 1021, 150 psi Vent-O-Mat or
I
an approved equal made entirely of 316 Stainless Steel with Viton rubber
seals. The valve shall be attached onto a stainless steel flange through a 3"
nipple. The flange will connect the air-relea~e valve to the HDPE 18" x
18" tee through a IPS flange adapter as sho~ in the Air Release Valve
Assembly on the plans. Combination air valv6s shall combine the features
of an air release valve and an air/vacuum valVe. and shall be of one of the
following types: I
a. Combination air valves shall consist of an air/vacuum valve with
an air release valve tapped into its body. The valve shall be of
two-piece body design with an isolatibn gate valve separating the
two valves.
2.
The combination valve shall discharge large amounts of air as the pipeline
fills and allow air to enter the pipeline as it drains or in the event of
1511 0-3
.
.
.
s&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
~
vacuum conditions. The valve shall operate by means of a non-collapsible
stainless steel float which seals an orifice. As air enters the valve the float
shall drop from the orifice and allow the air to escape. As water rises in the
valve, the float will again seal the orifice. The valve will be of such design
that the float cannot blow shut at any air velocity. The valve shall be
equipped with the necessJry attachments, including valves, quick
disconnect couplings and ho~e, to permit back flushing after installation
without diverting the valve. jrhe valves shall be installed in accordance
with the manufacturer's instructions.
All air valves and accessories IShall be supplied by a single manufacturer.
Extension Stems: Extension stem shall be stainless steel and shall be furnished by
the manufacturer of the associated ~alve to bring the operating nut to within 6-
inches of finished grade. Extenkion stems shall be sized by the valve
manufacturer to withstand the maximhm valve operator output.
Valve Boxes: All valves below grold level shall be furnished with a valve box
and cover. Each shall be of the roadvlray extension type, or proper length and base
size with suitable detachable cover,] bituminous coated inside and out. Boxes
shall be 5 1/4 inch inside diameter, "Standard Telescopic Valve Box" as
manufactured by American Cast Iron Pipe Co. or approved equal.
Wrench Nuts: Wrench nuts shall coLPlY with Section 3.16 of A WW A C500. A
I
minimum of two operating keys, but no less than one key per every ten valves,
shall be provided for operation of the !wrench nut operated valves.
3.
2.03 VALVE OPERATOR ACCESSORIES
A.
B.
C.
2.04 PRESSURE GAUGES
A. For installation on pump discharge as shown on the plans shall be of Bourdon
tube' design with brass tube and polished steel case, equal to Ashcroft general
service gauge, Type 1009. The siz~ shall be 3'l1 inches. The range shall be
selected during shop drawing review j but the gauge will be sized to operate at its
midpoint.
B. For installation on process equipment, use Ashcroft: Model No. 35-1032S-20L.
The size shall be 3'l1 inches. The rkge shall be selected during shop drawing
review, but the gauge will be sized to bperate at its midpoint.
PART 3 - EXECUTION
3.01 INSTALLATION
A.
All valves and appurtenances shall be installed in the locations shown on the
. I
VALVES
1 511 0-4
.
.
.
S&P Project No. G124-01-05
Industrial (eN) Wastewater Force Main
Augusta Utilities Project No. 50230
Drawings, true to alignment and properly supported. Any damage to the above
items shall be repaired to the satisfaction of the Engineer before they are installed.
B.
Install all floor boxes, brackets, extension rods, guides, the various types of
operators and appurtenances as shown on the Drawings that are in masonry floors
or walls, and install concrete inserts for hangers and supports as soon as forms are
erected and before concrete is poured. Before setting these items, the Contractor
shall check all plans and figures which have a direct bearing on their location and
he shall be responsible for the proper location of these valves and appurtenances
during the construction of the structure.
3.02 INSPECTION AND TESTING
Following installation, operating tests will be performed to demonstrate to the Engineer
that all equipment and accessories will function in a satisfactory manner. The Contractor
shall make, at Contractor's own expense, all necessary changes, modifications and/or
adjustments required to ensure satisfactory operation.
END OF SECTION
VALVES
15110-5
1
'\
.
.
.