Loading...
HomeMy WebLinkAboutHillwood Circle/Whitehead Drive Augusta Richmond GA DOCUMENT NAME: D\ \ \ l}2)oc::O.~ '(. (u-.JD \ \-e.hd::O ax. . DOCUMENT-TYPE: QD\lT( QC--+ YEAR: f:\l BOX NUMBER: () ~ FILE NUMBER: \~\Lo%' NUMBER OF PAGES: 8C1 '1 c>t~ # IsJ 3 ;J/ - - - ;;.........~ , I -I AUGUSTA - RICHMOND .---. , -I UTILITIES DEPARTMENT '1 1997 WATER SYSTEM INTERCONNECTIONS I' ,I CONTRACT DocuMENTS I I I I, I~ I I i January 1997 Project 9620 I' ;1 PREPARED BY EEL 435 TELFAIR ST. AUGUSTA. GEORGIA PHONE (706)724-5627 ENGINEERS 'J ZIMMERMAN, EVANS AND LEOPOLD, INC. J , , y,t 1 I I I I -I .1 m I I .1 I" I I I I I I I .1 AUGUSTA'- RICHlVIOND UTILITIES DEPARTlVIENT 1997 WA.TER SYSTEM INTERCONNECTIONS CONTRACT DOCUlVIENTS Jamiary 1997 Project 9620 PREPARED BY 2:El. 435 TELFAIR ST. . AUGUSTA. GEORGIA E N GIN E E R S PHONE (706)724-5627 ZIMMERMAN, EVANS AND LEOPOLD, INC. I I I INDEX I ADDENDUM #1, ADDENDUM #2 ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS BID BID BOND NOTICE OF AWARD AGREEMENT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF OWNER'S ATTORNEY NOTICE TO PROCEED CONTRACT CRN~GE ORDER GENERAL CONDITIONS SPECIAL CONDITIONS I I I I TECHNICAL SPECIFICATIONS: SECTION TITLE PAGE NO. I T-1 T-2 T-3 T-4 T-S T-6 T-7 SITE WORK EXCAVATION, FILLING AND BACKFILLING CONCRETE WATER LINES VALVES AND HYDRANTS UNDERGROUND CROSSINGS OF HIGHWAYS GRASSING T1-1 THRU T1-S T2-1 THRU T2-S T3-1 THRU T3-2 T4-1 THRU T4-7 TS-1 THRU TS-3 T6-1 THRU T6-2 T7-1 THRU T7-3 I I I I I I I I I 9620 INDEX I I I ADDENDUM NO. 1 9620 I TO CONTRACT DOCUMENTS FOR 1997 WATER SYSTEM INTERCONNECTIONS I AUGUSTA-RICHMOND UTILITIES DEPARTMENT, AUGUSTA, GEORGIA I . ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS ---- Feb. 7, 1997 SPECIFICATIONS: I Section T5: Page T5-1: Change the type of cushioned check valve from 2730D to 250D. I DRAWINGS: I Drawing No. 1: 9620 Sketch-1 is attached to show a modification of the Bore and Jack Crossing Profile; Section Al reflects elevations based on an assumed benchmark elevation of 100.00 and shows. a distinction from the USGA Map Elevations included as contours. I Drawing No. 3: the Gordon Highway Bore and Jack Crossing note should be changed to 150 1. f. of casing pipe and 160 1. f. of carrier pipe instead of the 140 l.f. of casing pipe and 150 l.f. of carrier pipe. I Drawing No. 4: I a. On the demolition plan, the note at the valve box should read: Existing 12" valve, check valve, and sleeve are to be removed and turned over the owner. b. For the new valve pit, change the 12" check valve number to: GA Industries #250D. I I I I EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 BY ATTACHING THIS COpy TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING RECEIPT OF SAME ON PAGE B-1 OF THE BID. I END OF ADDENDUM NO. 1 ZEL PROJECT #9620 I I I -' -.- - .~ ~,~ , , II r-III I , I :tJ ..-.~ --- _)(_x- '.r>f..:-::;;-;- x- / ......:.... PLAN .38(} MA.DRI.D ROA.D R/JY VARIES (C.R. 1263 24' [1.3M] ASPH.) ~ 4' Mi. (TYP. E 90 5' [1.5M] /" I I" I~ I I II :r--..., I' I . Lij \ I ! \1 ~ 6':t; 4' [1.2M) 80 I I I NEW 20" [508MM] _-4 1[' ...RfP- - - - __.J- WA TER LINE -- 0" TEE 70 180' [54.9M] BORE it J. CK CROSSING WITH 36" [914.4MM] CA ING PIPE AND 60 90' [51.9M] OF 20" [508 M] CARRIER PIPE 16+00 15+00 I [ 487.7MJ [457.2MJ BORE & JACK PROFILE 25, 78) S.R. 10 NEAR MILLEDGEVILLE ROAD SECTION A1 NOTE: FOR PROFILE ONL>; ASSUMED BENCHMARK EL. 100.00 SCALE: 1"='60' HORZ. IS TOP OF THE MONUMENT LDCA TED IN THE SOUTH '''=10' VERT. R/W OF MADRID ROAD 300':1: EAST OF THE f OF THE [1:720 & 1:120] SOUTH BEND OF MADRID ROAD.> (US 20' [6.1[ GORDON HWY 17+00 [5'8.2MJ 9620SKETCH- 90 80 70 60 I I I I I I I I I I I I I I I I I I I ADDEI-lDUH NO. 2 9620 TO CONTRJI.CT DOCUHENTS fOR 1997 WATER SYSTEM INTERCONNECTIONS p.UGUSTA-RICHMOND UTILITIES DEPARTHENT, AUGUSTA, GEOP.GIA ZIHMERl".1>.N, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS ---- Feb. 12, 1997 SPECIFICATIONS: Section T4, Page T4-2, Underground Pipe: Add: Mechanical joint fittings may be standard conforming to AWWA C110 or compact ductile iron conforming to AWVIA C153. Page 4-7: IviodiIy as follows: 2aiment for ductile iron fitt.:.ngs shall be on the basis of published weights of compact MJ ductile iron fittings less accessories. Section T5, Page T5-1, Gate Valves: Add the requirement-- Valves 16" and larger shall be horizontal type with rollers and scraper and with a totally enclosed beveled gear case. EACH BIDDER IS REQUESTED TO AOG.10loJLE:DGE RECEI PT Of ADDENDUM NO. 2 BY ATTACHING THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DCCUHENTS AND NOTING RECEIPT OF SAME ON PAGE B-1 OF THE BID. END OF ADDENDUH NO. 2 ZEL PROJECT #9620 I I ADVERTISEMENT FOR BIDS I SEALED BIDS for the construction of 1825 LF of 20", 1280 L.F. OF 16",2130 L.F. OF 12", Water Lines, FIRE HYDRANTS, VALVES, BORE AND JACKS, AND OTHER APPURTENANT ITEMS. IN .Zl.DDITION TO THE WATER LINES, THERE ~'HLL BE REMOVAL AND REPLACEMENT OF A CONCRETE PIT, VALVE, PIPING .Zl..ND ASSOCIATED PAVEMENT REPLACEMENT, hereinafter referred to by project name as: I Bid Item 97-108: 1997 WATER SYSTEM INTERCONNECTIONS will be received by: B Augusta-Richmond County hereinafter referred to as the OWNER at the offices of: I I Ms. Geri A. Sams Purchasing Department Room 605 Municipal Building Greene Street Augusta, Georgia 30911 I until 11:00 A.M. EST on the 20th day of February, 1997 at which time all bids will be publicly opened and read in the presence of those interested. I The CONTRACT DOCUMENTS may be examined during regular business hours at the office of Zimmerman, Evans and Leopold, Inc., Consulting Engineers; at the F. W. Dodge Plan Rooms, Augusta and Atlanta; or at the Augusta Builders Exchange. I Copies of the CONTRACT DOCUMENTS may be obtained at the office of Zimmerman, Evans and Leopold, Inc., 435 Telfair Street, Augusta, Georgia 30901, upon payment of $ 75.00 for each set. General Contractors submitting a bona fide bid and upon returning the CONTRACT DOCUMENTS in good condi tion wi thin ten (10) days of the Bid opening will be refunded full payment for the first set and one-half for additional sets. General Contractors not submitting a Bid, material suppliers and subcontractors will be refunded one-half upon return of the CONTRACT DOCUMENTS in good condition within ten (10) days of the Bid opening. I I A 10% bid bond is required; a 100% performance bond and 100% payment bond will be required. I The OWNER reserves the right to waive any informalities and to reject any or all bids. I January 16, 1997 Date Ms. Geri A. Sams Purchasing Director I I I I I 9620 ADVERTISEMENT FOR BIDS I I INFORMATION FOR BIDDERS I Bids will be received by the Augusta-Richmond County Commission (herein called the "OWNER"), at the office of the Purchasing Supervisor, Room 605, Municipal Building, Augusta, Georgia 30911, until on and then at said office publicly opened and read aloud for I PROJECT: 1997 WATER SYSTEM INTERCONNECTIONS I Each BID must be submitted in a sealed envelope, addressed to Augusta- Richmond County Commission, c/o Purchasing Supervisor, Room 605 Municipal Building, Augusta, Georgia, 30911. Each sealed envelope containing a BID must be plainly marked on the outside as BID for (name of Project as indicated above) and the envelope should bear on the outside the name of the BIDDER, his address, and his license number if applicable. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to Augusta-Richmond County Commission, c/o Purchasing Supervisor, 207 Municipal Building, Augusta, Georgia 30911. I I I All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. I The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days. after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. I I I BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the Bid Schedule by examination of the site and a review of the drawings and specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. I The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the contract. I Each BID must be accompanied by a BID Bond payable to the mlJNER for ten percent (10'~) of the total amount of the BID. As soon as. the BID prices have_ been compared, the OWNER will return the bonds of all except the three lowest responsible BIDDERS. When the Agreement is executed the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID Bond of the success ful BIDDER will be retained until the Payment Bond and Performance Bond have been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID Bond. I I A performance bond and a payment bond, each in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the contract. I I I 9620 INFORMATION FOR BIDDERS Page 1 I I Attorneys-in-fact who sign BID bonds or payment bonds and performance bonds must file with each bond a certified and effective dated copy of their power of attorney. I The party to whom the contract is awarded will be required to execute the Agreement and obtain the performance bond and payment bond within ten calendar days from the date when NOTICE OF AWARD is delivered to the bidder. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and bond forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may at his option consider the BIDDER in default, in which case the BID bond accompanying the proposal shall become the property of the OWNER. I I The OWNER within 10 days of receipt of acceptable performance bond, payment bond and Agreement signed by the party to whom the Agreement was awarded shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the OWNER not execute the Agreement wi thin such period, the BIDDER may by written notice withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER. I I The NOTICE TO PROCEED shall be issued within 10 ,days of the execution of the Agreement by the OWNER. Should there be reasons why the NOTICE TO PROCEED cannot be issued wi thin such period, the time may be extended by mutual agreement between the OWNER and CONTRACTOR. If the NOTICE TO PROCEED has not been issued wi thin the 10 day period or wi thin the period mutually agreed upon, the CONTRACTOR may terminate the Agreement without further liability on the part of either party. I I The OWNER may make such investigations as he deems necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the O\VNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. I I A conditional or qualified BID will not be accepted. Award will be made as a whole to one BIDDER. I All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. I Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to his BID. I The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when requested to do so by the OWNER. I The ENGINEER is ZIMMERMAN, EVANS AND LEOPOLD, INC. 435 Telfair Street, Augusta; Georgia 30901. I I I I 9620 INFORMATION FOR BIDDERS . Page 2 I BID I PROPOSAL OF Wyatt Construction Co.. Inc. (hereinafter) called "BIDDER", organized and existing under the laws of the state of I South Carolina , doing business as Wyatt Construction Co.. Inc. , I TO: Augusta-Richmond County Commission Municipal Building Augusta,' Georgia 30911 (here~.nafter called "OWNER"). SUBJECT: 1997 WATER SYSTEM INTERCONNECTIONS AUGUSTA-RICHMOND UTILITIES DEPARTMENT I Gentlemen: I .The BIDDER, in compliance with your Invitation for Bids for the construction of the subject project, having examined the plans and specifications with .related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. I I These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. I BIDDER hereby agrees to commence work under this Contract on or before a date to be specified in written NOTICE TO PROCEED of the OWNER and to fully complete the PROJECT within 120 consecutive calendar days thereafter as stipulated in the specifications. BIDDER further agrees to pay as liquidated damages, the sum of $300 for each consecutive calendar day thereafter as hereinafter provided in Article 15 of the General Conditions, and paragraph 3.2 of the Agreement. BIDDER acknowledges receipt of the following ADDENDUM (A) : I I Addendum 1 & 2 I BIDDER agrees to perform all the work described in the Base Bid of the CONTRACT DOCUNENTS for the total sum of: I Three Hundred Sixty-Five Thousand Two Hundred Sixty Do 11 a r s ($ 3 6 5 , 2 6 0 . 0 0 . subject to reductions or additions resulting from measured quantities for unit price items, all in accordance with the following Schedule of Payment Items. v/ I ---------------------------------------------------------------------------- i AMOUNTS ARE TO BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE Of DISCREPANCY, THE AMOUNT SHOWN IN WORDS SHALL GOVERN. ---------------------------------------------------------------------------- 'Insert "a corporation", "a partnership", or "an individual", as applicable. I I 9620 BID Page 1 I SCHEDULE OF PRICES Contract Estimated Description of Work Unit Price Total Item No. Quantity Prices - Words Figures Figures I 1. 1,742 Furnish and Install 20" dia. Pressure Class 350, Ductile Iron Water Line, complete, in place. Thirty Four Dollars No/lOO Cents $ 34.00 S 59,228.00 L. F. Per Lineal Foot Per Lin. Ft. 2. 1,284 Furnish and Install 16" dia. Pressure Class 350, Ductile Iron Water Line, complete, in place. Twenty Seven Dollars No /I 00 Cents $27.00 $ 34,668.00 L. F. Per Lineal Foot Per Lin. Ft. .., 2,073 Furnish and Install 12" dia. Pressure J. Class 350, Ductile Iron Water Line, complete, in place. Seventeen Dollars No/IOO Cents $ 17.00 $ 35,241.00 L. F.' Per Lineal Foot Per Lin. Ft. 4. 20 Furnish and Install 8" dia. Pressure Class 350, Ductile Iron Water Line, complete, in place. Ten Dollars 50/100 Cents S 10.50 $ 210.00 L. F. Per Lineal Foot Per Lin. Ft. 5. 1 Gordon Hwy. Bore and Jack Crossing (near Olive Road): 150 I.f 24" dia. Casing Pipe, .375 " thick and 160 I.f 16" dia. Ductile Iron Carrier Pipe, complete, in place. Twenty-One Thousand Dollars No/100** Cents $21.000.00 $ 21,00n no L.S. Lump Sum Lump Sum 9620RSOP.XLS BID Page 2 I I I I I I I I I I I I I I ,I I I I Contract Estimated Item No. Quantity 6. L.S. 7. 1 L.S. 8. 1 L.S. 9. 1 L.S. 10. 2 EA. 9620RSOP.XLS . SCHEDULE OF PRICES Description of Work Prices - Words Gordon Hwy. Bore and Jack Crossing: (@ Milledgeville Road) 180 I.f. 36" dia. Casing Pipe, .375" thick and 190 I.f. 20" dia. Ductile Iron Carrier Pipe, complete, in place. ,'., Seventy-Two Thousand Dollars Cents No/lOa Lump Sum Milledgeville Road Bore & Jack Crossing: 73 I.f. of36" dia. Casing Pipe, .375" thick and 83 I.f. of20" dia. Ductile Iron Carner Pipe, complete, in place. Twenty Seven Thousand Five Hundred Dollars Cents No ./1 0 0 Lump Sum Tubman Road Bore & Jack Crossing: 481.[ of20" Casing Pipe, .312" thick and 58 1.[ of 12" dia. Ductile Iron Pipe, complete, in place. Eight Thousand Eight Hundred Dollars Cents 'No/IOO Lump Sum Furnish & Install new Concrete Check Valve Pit, piping, and all necessary construction to rework existing piping in the Norton Blvd. area, complete, in place. Twenty-Five Thousand Five Hundred Three Dollars Cents No/IOO Lump Sum Furnish and Install 20" dia. Gate Valve and Valve Box, complete, in place. Sixty-Eight Hundred No/lOa Each Dollars Cents BID U nit Price Figures Total Figures $ 72,000.00 Lump Sum $72,000.00 S 27,500.00 Lump Sum S27,500.00 S8,800.00 Lump Sum S 8. , 8 0 0 . 0 0 ~,503.00 Lump Sum $25,503.00 $6.800.00 Each Sfi,ROO 00 Page 3 ----- ~I -- ----- I ===== . --I -. --. ------. -. -. ----- -. -. --. 11 Contract Estimated Item No. Quantity 11. 3 I 12. . . 13. . . . 14. 15. 16. 9620RSOP.XLS EA. 2 EA. EA. 1 EA. EA. 1 EA. SCHEDULE OF PRICES Description of Work Prices - Words Furnish and Install 16" dia. Gate Valve and Valve Box. complete, in place. Thi r t y- E ig h t Hundred Dollars No /100 'Cents Each Furnish and Install 8" dia. Gate Valve and Valve Box, complete, in place. Eight Hundred No/IOO Each Furnish and Install 16" dia. Tapping Sleeve & 16" Gate Valve, complete, in place. Dollars Cents Seventy-eight Hundred Dollars No /100 Cents Each Furnish and Install 12" dia. Tapping Sleeve & 12" Gate Valve, complete, in place. Forty-Six Hundred Fifty Dollars No / 1 0 0 Cents Each Furnish and Install 10" dia. Tapping Sleeve & 10" Gate Valve with 10"x12" increaser, complete, in place. Twenty Eight Hundred Dollars Cents tJrt/lnn Each Furnish and Install 8" dia. Tapping Sleeve & 8" Gate Valve, complete, in place. Twenty Eight Hundred No/lOa Each Dollars Cents BID Unit Price Figures $ 3,800.00 Each $800.00 Each $7,800.00 Each $ 4,650.00 Each $ 2800.00 Each $2,800.00 Each Total Figures $3,800.00 $ 1,600.00 57,800.00 $4,650.00 $ 2800.00 $ 2,800.00 Page 4 Contract Estimated Item No. Quantity 17. 3 ~ I .. I ,.,;, . .. I . 18. ... . . .. . . 19. . - . .. . 20. . . . . . . . .. EA. LS. LS. L. S. 21. EA. 9620RSOP.XLS . 2 SCHEDULE OF PRICES Descriptlon of Work Prices - Words Furnish and Install Fire Hydrant with 6" Auxiliary Valve, Valve Box, pipe, restraint and appurtenant items, complete, in place. .' . ~ '" Unit Price Figures Dollars . Cents $ 1')00. on Each Fifteen Hundred No/lOa Each Connect to existing 18" line; furnish and install 18"x18" tee, 18" Gate Valve, solid sleeve, 18 ":<20" increaser, and 20" Gate Valve, complete, in place. Thirteen Thousand Five Hundred Dollars Cents NollOO Lump Sum Connect existing 2" water line to 20" water line along Milledgeville Road: Furnish and install 2" Tapping Saddle, 2" valve, 2" tee, and 2" pipe, complete, in place. Seven Hundred Fifty Dollars Cents No/lOO Lump Sum Connect 12" dia. pipe to existing 10" dia. pipe (@ Old Savannah Road near Fire Station): furnish and install 12"x 1 0" reducer complete, in place. Twenty-Five Hundred Dollars Cents No/lOa Lump Sum Tap 20" dia. Water Line for new 3/4" dia. Service Line: furnish & install Tapping Saddle, Corp. Stop, 10 1.f. of 3/4" service line, meter box, and back- flow preventer, complete, in place. . Six H-1,1-ndred Ten No/lOa Each Dollars Cents BID $ 13,500.00 Lump Sum $ 750.00 Lump Sum $ 2,500.00 Lump Sum $610.00 Each Total Figures $4'500.00 $13,500.00 $750.00 $2,500.00 $1,220.00 Page 5 ~ 9620RSOP.XLS BID Page 6 I SCHEDULE OF PRICES Contract Estimated Description of Work Unit Price Total I Item No. Quantity Prices - Words Figures Figures 28. 14 Furnish and Install Concrete for I Encasements, Collars, Reaction Blocking, complete, in place. One Hundred Seven-Fiven 11 I c. ars No/lOO Cents $ 175.00 $2450.00 C.Y. Per Cubic Yard Per C. Y. I 29. 60 Asphalt pavement replacement over trench, complete, in place. I Ninety Dollars No/lOO Cents $ 90.00 S5400.00 I S.Y. Per Square Yard Per S. Y. 30. 10 Gravel Drive Replacement over trench, complete, in place. I Twenty Three Dollars I No/lOO Cents $ 23.00 $230.00 S.Y. Per Square Yard Per S. Y. 31. 10 Concrete pavement replacement over I trench, complete, in place. Seventy Dollars I No/lOO Cents $ 70.00 $ 700.00 S.Y. Per Square Yard Per S.Y. I 32. 60 Curb and Gutter replacement, complete, in place. I Twelve Dollars No/IOO Cents $ 12.00 $720.00 L.F. Per Lineal Foot Per Lin. Fe. I '1 I I I 9620RSOP.XLS BID Page 7 I I I I I I I I I I I I I I I I I I I I SCHEDULE OF PRlCES .... .J.J . 100 Description of Work Prices - Words 1 112" Asphalt resurfacing overlay over trench replacement and / or existing pavement, complete, in place. Unit Price FigUres Total Figures Contract Estimated Item No. Quantity S.Y. Twenty-Five No/100 Per Square Yard Dollars Cents $ 25.00 Per S. Y. $2500.00 TOTAL S 365,260.00 TOTAL BASE BID FOR ITEMS 1 THRU33: 'three Hundred" Sixty-Five Thousand Two Hundred Sixty and No/lOa DOLLARS(S 365.260.00 )/ .....-.--.......-......---.....................-.............--.-.-.------...-...--....-.......-...--.............................--........................----........---.......--.............................. A1\10UNTS ARE TO BE SHOWN IN BOTH WORDS AL'ID FIGURES. IN CASE OF OrSCREP Ai~CY, THE M10UNT SHO\VN IN \VORDS SHALL GOVER.1'l. 9620RSOP.XLS BID Page 8 I . -------~ I . . . ~ <.;a -- --- '~ -,., -- -- -- - EROSION CONTROL AND SEDIMENT CONTAINMENT ALLOWANCE LIMIT: This erosion control and sediment containment (E&S) allowance limit is included in this bid as a supplementary bid price. Where installed quantities of acceptable E&S measures result in an overrun of the E&S allowance limit an upward adjustment of the contract will be made on the basis of the total amount resulting from installed quantities and unit prices of E&S bid items. Because this contract considers the E&S work to be a subsidiary obligation of the base bid'.,items, no downward adjustment of the base bid will be made where more efficient E&S means result in adequate erosion control and containment of silt. SCHEDULE OF PRICES 20 Furnish and install hay bale checkdams, complete, in place. Each Ten No/lOO Each Dollars $ 10.00 $ 200.00 Each Cents -/ TOTAL FOR SUPPLEMENTARY BID ALLOWANCE ITEMS E&S 1 AND E&S 2: Seven Thousand Seven Hundred & 00/100 $ 7700.00 This is an allowance limit which is considered to be a subsidiary obligation in the contract and should not be construed to be additional or reduced monies, only when the actual total for E&S work, as determined by extension of the E&S bid items and quantities, exceeds the bid allowance an upward adjustment of the contract will be" made. ---------------------------------------------------------------------------- AMOUNTS ARE TO BE'SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS SHALL GOVERN. ---------------------------------------------------------------------------- BIDDER understands that the OWNER reserves the right to reject any or all Bids and to waive any informalities in the Bidding. The BIDDER agrees that this Bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving Bids. 9620 BID Page 9 I I I I . . I I . . . . ;;Ii . .. - . - - . - The BIDDER agrees that this Bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving Bids. Upon receipt of written Notice of Acceptance of this Bid, BIDDER will ex.ecute the formal Contract attached within 10 days and deliver a Surety Bond or Bonds as required by Article 22 of the General Conditions. The bid security attached in the sum of Thirty-Six Thousand Five Hnnnrpn Twenty-Six and No/lOa Dollars ($ 36,526.00 ). is to become the property of the OWNER in the event the Contract and Bond are not executed within the time above set forth as liquidated damages for the delay and additional expense to the OWNER caused thereby. Respectfully submitted: By14P~fxe -. I'~ - -- -:J' -~ '.~... Title Name lJ)rtf~~ Addres:Ja.JlJX cQ %1 ~~~f!d/!$~9 Paul D. Wyatt Sr. Firm -~ ; /President; 4' ;" (SEAL - if Bid is by a corporation) {9620 Page 10 BID I a::o BONO KNOW AL~ ~~ BY THESE PRES~lTS, that we, the undersigned, I mAT! COOSTRucrION CO., INC., PO B.ox..287, Graniteville,. SC 29829 p.d.nc1pal, and WASHINGTCN INTERNATIONAL INSURANCE COMPANY as as I Surety~ are hereby held and fiClly bou.c.d unto Augu3ta-Richt:1or.d County, Georgia (by and th:ough its eolXlltUssion) a.s Owner, in the penal sum of An Amount Equal to 10% of Pr;nr.;~l I~ R;n----------------------- for the paycent of which, well acd t.:uly co be mace, w~'hereby jolnt:.ly and 5everally bind ourselves, successors ~~d assigns. I I signed, this 20th day 0: Februarv , 19.-<U.. . ~he condition 0= the above obligation i5 such that whereas ~e Principal I has s~mitted t.o the Augusta-Richmond County Ccmmission, a certa.in Bid, attached hereto, and hereby made a part hereof to enter into a cont=ac~ I in writing, for the construction of: 1997 WATER S~STEM INT~~CONNECTIONS I NO"'tl' TRElU:FORE, I (a) If said Bid shall be reje~ed, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a cont-ract in the form of Contract attached hereto, (properly completed in accordance with said Bid), and shall furnish a bond for his faithful perfoD:1ance of said Contract, and for the payment of all pe:sons perfo~ng labor or furnishing ma~erials in connection ~herewith, ar~ shall, in all other respects, perform the. agre~ent crea~ed by the accepeance of said Bid, I I ~~en this obligacion shall be void, ocherwise the s~e shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all cla~ hereunder shall, in no event, exceed t-he penal ~~unt of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its Bond sha.1.1 be in no way i.z:::;::ai.red or affected by any extensicn of the ti~ within which the ~~er may accept such Bid; and said Surety does hereby waive notice of any such extensio~. .: . I I I I I I I 9620 aID BOND Page 1 I I IN WIT~ES'S W"rl:;R!:Or, the ?:incipal and the Su:ecy ~ave he=et.:n~o se:: their hands and ~eals, and ~uc:.b. of the:!. as. are corpo::~tions have ca,,"sed thei.:: co::porate .sea.ls co be hereto affixed and these p=e~ents to be .:l:.gned by the~r proper officers, t.he day and yea: :irs~ set forth above. WYATT CONSTRUcrICN CO., INC. By-;j;2(JJ1ft- Y ? incipal (L. S.) I I I .' . .. I WASHINGTON INTERNATIONAL INSURANCE COMPANY Surety I ~Ol~~A~~rn~ I J:Mt>QRT;ulT: Surety Coroyanies executing Bond.s Ctu:st a:;lpea: on t:he Trea:sury Oepa=~ent's most ~~rr~~t list (Circular 570 as acended) and be au~orized to eransact business in the state where the project: is located. I I I I I I I I I I I 9620 BID BOND Page 2 I I WASHINGTON INTERNA T10NAL INSURANCE COMPANY PO WER OF ATTORNEY -,=.:..:_;_ SY THESE PRESENTS: That the Washington International Insurance Company, a corporation o:ga"i~ed and existing under tt'.e ..-'Om the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois does here:y constitute and appoint --' I DERELLe E. BIGBY, DELLA B. CASE, WESLeY V. DASHER, JR., FRANK W. HAFNER, JR.. A. T. JOHNSON ROBERT J. LA VISKY, JANE MCCOY AND CAROL YN D. OWENS EACH IN THEIR SEPARA TE CAPACITY true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, an'{ and all bonds and undertakings. :,~=:;;;"ce5, contracts of indemnity and other writings obligatory in the nature thereof. which are or may be allowed, required, or permitted :_, statute, rule, regulation, contract or otherwise, and the execution of such instrument(sl in pursuance of these presents. shall be as _"j~ up;:.n the said Washington International Insurance Company as fully and amply. to all intents and purposes, as if the same has been ,Iy executed and acknowledged by its President and its principal oiiice. .:.._.-.:.:;-~ of Attorney shall be limited in amount to $2.500.000.00 for any single obligation. . . ': Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, , 978, ,1_ , 980 and October 2', , 986 which read, in part, as follows: .1' The Chairman of the Board, President. Vice President, Assistant Secretary, Treasurer and Secretar'{ may designate A ttorneys-in- Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds. and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. and to appoint Special Attorneys-in-Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section andlor any of the By-Laws of the Company, and to remove, at any time. any such Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority given him. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Aaorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the Company. I \\\\\lI\II!lrl~I' c _~T:;._.;QNY WHERE~~~~r~~?gt~Q, International Insurance Company has caused this instrument to be signed and its corporate seal o be affixed by its a~-11$~,~'affice~::~~t~~.6th day of July, 1996. ~ ~.. '.':).1 -'. ~ ($ .. ~Cc"::> '. .~.' ~ "": r.:fJ. It" \,,;.; l..~' ~ ". ~-.-.W :: ~: _._ .r~, :. ~.:.. ~~: 0~::i t :~~ - v_. 0" .-~ l' _ . '- .. I ~ ~". ~nC4 ,: L.~ f -:;:'7 ". ....~... -:... .. ,., .-.;. .... .... ';-' $' ~/. -4 ........ " ST.t.,TE OF ILLINOIS) //I'IIIII~/ZON~ \\\\\"" CIIJNTY OF COOK) /1111111\1\\\\ ca.his , 6th day of July, , 996, before me came the individual who executed the preceding instrument, to me personally known. and, being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the 511 affixed to said instrument is the Corporate Seal of said comyany; I ESTIMONY WHEREOF, I have hereunto set my hand and affIxed the day and year first above written. ~....---~........... - /; .-' -- \.~ ;>"-"1IfI"..,...., "._.......;~~~.....,...., . I . I\,\ "GFr'[Cr r\L S,. ..' / . /. ~~ M'CH=' : = '. 0 :~ helle I,; rton, Not~'r'{ ublic ~\ I ---'- ~ 't'/c.r'..T(,,~ t'E' , b 7 ".. N .__ - . ,. Iv'.,.-.,:.um sIan xplres S ptem er ,'999 CERTlFICA TE ,,~ o\~'l r':J!JIIC. Stele cI Hfinc:s ~ I ~J::1miSsiO('l C1.;;i::5 09;07/99 J ATE OF ILLINOIS I ~~~~-x.~ COUNTY OF COOK) I .. I I ERNATtONAL INSURANCE COMPANY Ie undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HERESY CERTIFY t the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked. and furthermore that Article Ill, ction 5 of the By-Laws of the Corporation, and the Resolution of the Soard of Directors, set forth in tr.e Power of Attorney, are now.in torce. I"d ,nd ",I,d in th, Coun,y 01 Cook. ~ 20thl,y.o' F~. 19 .'rL. ~... :Jj ) Lewis M. Moeller, Secretary I I BB&T/EOYLE-VAUGHAN P. O. BOX 8628 COLUMBIA. SC 29202 INSURANCE ISSUE DATE (MM/DDIYY) . 4/ 11 /97 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. At.ttlllt. CERTIFICATE OF INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE ~~~~~NY A Penn National INSURED COMPANY B LETTER Penn National Wyatt Construction, Inc. P. O. Box 287 Graniteville SC 29829 COMPANY C LETTER Penn National COMPANY D LETTER Penn Nat i ona 1 COMPANY E LETTER COVERAGES THIS is TO CERTIFY THAT THE POLICIES OF iNSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDiTIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. --_._------~----------------,---~~----.---~._-------~--_..~~-----_.-._-.__._._--~.~-----_.._.._----_._--- . - ". CO' LTR; TYPE OF INSURANCE POLICY NUMBER i POLICY EFFECTIVE j POLICY EXPIRATION' , DATE (MM/DDIYY) . DATE (MM/DDIYY) LIMITS _ GENERAL LIABILITY i--X'lcOMMERCIAL GENERAL LIABILITY r-:--:-'L lCLA'MS MADE rX-1 OCCUR. f___jOWNER'S & CONTRACTOR'S PROTo '_.___l [9._~~.r:~~_~~~~~~A T~. --_.-t,~"- 00 j PRODUCTS-COM PlOP AGG. : $---S"ooocf<::f :';~-;;~~;~~-;:"~~~~;~~~'~-;'--:-$""" -'---soot)"ob r-E~C~-OCC~-;;;E~-;;-~.----~$ - -----SOOOOcr- ~~~~E-~~~_;?_~. \~~~~~~eY~~):::=:$ --- .----50000. , MED. EXPENSE (Anyone personj-----.-S'C)O-O o COMBINED SINGLE LIMIT , AUTOMOBILE LIABILITY i-XlANY AUTO [--jALL OWNED AUTOS :--jSCHEDULED AUTOS 1--X-1HIRED AUTOS t--xINON.oWNED AUTOS LJGARAGE LIABILITY ! I 1 EXCESS LIABILITY !--XlUMBRELLA FORM ~.--l , (OTHER THAN UMBRELLA FORM . BODILY INJURY - (Per person) 1$ BODILY INJURY , (Per accident) '$ WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY :$ , STATUTORY LIMITS ----rooo'OOO' -- 1'00000 DISEASE-POLICY LIMIT $ ----500000- DISEASE-EAC~~';P~;~EE- r$--- 1'OUO-OO' : OTHER , i DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIALITEMS PROJECT: 1997 WATER SYSTEM INTERCONNECTIONS AUGUSTA-RICHMOND UTILITIES DEPARTMENT CERTIFICATE HOLDER CANCEL LA TION AUGUSTA-RICHMOND COUNTY COMMIS. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRAT1>CJ DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRiTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. c.- AUTHORIZED REPRESENT~ ACORD 25-5 7/90 r ~.. -.... , \ "i ."'~~ ,. .-"'~ 2 E-~35 Telfair Street Ted W. Ellis. P.E.. Chm. of Board. Emeritus ~ - Augusta. Georgia 3090\.2494 J. J. Tankersley. P.E.. President E N GIN E E R S J. R. Armstrong. P.E.. Vice.President Jorge E. Jimenez. P.E.. Secretary J. T. Eubanks. P.E.. Treasurer C. D. Drown. P.E. ZIMMERMAN, EVANS AND LEOPOLD, INC. (706) 724-5627 NOTICE OF AWARD TO: Wyatt Construction Co., Inc. 100 Woodward Lake Road Graniteville, SC 29829 PROJECT: 1997 WATER SYSTEM INTERCONNECTIONS AUGUSTA-RICHMOND UTILITIES DEPARTMENT The OWNER, Augusta-Richmond County submitted on February 20, 1997 by response to its Advertisement for Information for Bidders. Cormnission you for the Bids dated has considered the BID above described WORK in January 16, 1997, and You are hereby notified that your BID has been accepted in the amount of: Three Hundred Sixty Five Thousand Two Hundred Sixty Dollars ($365,260.00). You are required by the Information for Bidders to execute the Agreement and furnish the required Contractor's Performance Bond and Payment Bond within ten calendar days from the date of this Notice to you. You are also required to show proof of insurance coverage as required by the General Conditions. Six sets are enclosed for execution. If you fail to execute said Agreement and to furnish said Bonds within ten days from the date of the Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other rights as may be granted by law. In the Agreement and Bonds, please note that the date of agreement is to remain blank on line 1 of the Agreement, in the second paragraph and last line of both bonds and in the last line of the Power of Attorney. After execution of all copies, please return all copies to this office for coordinating the execution by the Owner. Executed copies will then be returned for you and your Surety along with the Notice to Proceed. Submittal of your Insurance Certificate at an early date will permit work on the project to begin when the Notice to Proceed is issued. A Preconstruction Conference will be scheduled after contracts are executed. Please return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 31 day of March, 1997. FOR: AUGUSTA-RICH~ND COUNTY COMMISSION 7US~A~G70~GIA //,~ (LJ /L/ / / . '.~. /< /A=;. . 1\ ' I ~~~~-? (/BY J. R. ~~st;ong, P. . Title Vice President ZEL En ineers ACCEPTANCE: . ' ,-.. ~- -' . - :.- ;R~~eipt of the above NOTICE OF AWARD is hereby acknowledged by T~ f. da~;:;.l ~0n:;;7 t9~ ~ Ti tle :ft,; l./g~ ,1997 9620 NOTICE OF AWARD ~ - ~- . . , .~ ~ - . ~ I I Z E 1i35 Telfair Street Ted W. Ellis. P.E.. Chm. of Board. Emeritus ~ Augusta. Georgia 30901.2494 J. J. Tankersley, P.E.. Pr~sident. E N GIN E E R S J. R. Armstrong, P.E.. Vlce.Presldent Jorge E. Jimenez, P.E.. Secretary J. T. Eubanks, P.E.. Treasurer C. D. Drown, P.E. I ZIMMERMAN, EVANS AND LEOPOLD, INC. (706) 724-5627 I NOTICE OF AWARD I TO: Wyatt Construction Co., Inc. 100 Woodward Lake Road Granitevi~le, SC 29829 PROJECT: 1997 WATER SYSTEM INTERCONNECTIONS AUGUSTA-RICHMOND UTILITIES DEPARTMENT I The OWNER, Augusta-Richmond County submitted on February 20, 1997 by response to its Advertisement for Information for Bidders. Commission you for the Bids dated has considered the BID above described WORK in January 16, 1997, and I You are hereby notified that your BID has been accepted in the amount of: Three Hundred Sixty Five Thousand Two Hundred Sixty Dollars ($365,260.00). I You are required by the Information for Bidders to execute and furnish the required Contractor's Performance Bond and within ten calendar days from the date of this Notice to you. required to show proof of insurance coverage as required by Conditions. Six sets are enclosed for execution. the Agreement Payment Bond You are also the General I If you fail to execute said Agreement and to furnish said Bonds within ten days from the date of the Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other rights as may be granted by law. I I In the Agreement and Bonds, please note that the date of agreement is to remain blank on line 1 of the Agreement, in the second paragraph and last line of both bonds and in the last line of the Power of Attorney. After execution of all copies, please return all copies to this office for coordina ting the execution by the Owner. Executed copies will then be returned for you and your Surety along with the Notice to Proceed. Submittal of your Insurance Certificate at an early date will permit work on the project to begin when the Notice to Proceed is issued. A Preconstruction Conference will be scheduled after contracts are executed. I I Please return an acknowledged copy of this NOTICE OF AWARD. to the OWNER. I 21 day of March, 1997. Dated this FOR: AUGUSTA-RICHMOND COUNTY COMMISSION AUGUSTA, GEORGIA I ACCEPTANCE: I By J. R. Armstrong, P.E. Title Vice President ZEL Engineers Receipt of the above NOTICE OF AWARD is hereby acknowledged by I This the day of ,1997 By I Title .1 9620 NOTICE OF AWARD I AGREEMENT I THIS AGREEMENT made this J~I-f., day of B.on'1 , 1997 by and , (By and through its Commission) between AUGUSTA-RICHMOND COUNTY, GEORGIA, I hereinafter called Owner, and Wyatt Construction Co., Inc. doing business as a corporation, hereinafter called CONTRACTOR. I WITNESSETH: That fOF and in consideration of the payments and agreements hereinafter mentioned: I 1. The CONTRACTOR will commence and complete the construction of 1997 WATER SYSTEM INTERCONNECTIONS I 2. The CONTRACTOR will furnish all of the materials, equipment, labor and other services necessary for the completion of the project described herein. supplies, tools, construction and I 3.1 The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 10 calendar days after the date of the NOTICE TO PROCEED and will complete the same within 120 calendar days unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. I 3.2 LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 13 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER and CONTRACTOR if the work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Three hundred Dollars($ 300.00 ) for each day that expires after the time specified in paragraph 3.1 for Completion. I I I 3.3 THE CONTRACTOR has given the ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the CONTRACT DOCUMENTS and the written resolution thereof by the ENGINEER is acceptable to the CONTRACTOR. I 4. The CONTRACTOR agrees to perform all of the work described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of: I Three hundred sixty five thousand, two hundred sixty and 00/100 Dollars $ 365,260.00 . I 5. The term "CONTRACT DOCUMENTS" means and includes the following: (A) Advertisement For Bids (B) Information for Bidders (C) Bid (D) Bid Bond (E) Agreement (F) General Conditions (G) Payment Bond (H) Performance Bond (I) Certificate of Owner's Attorney (J) Notice of Award (K) Notice To Proceed (L) Change Order (M) Special Conditions I I I I I 9620 AGREEMENT Page 1 I (N) Drawings prepared by Zimmerman, Evans and Leopold, Inc. Consulting Engineers, 435 Telfair Street, Augusta, Ga. 30901, numbered 1 through 6, and dated January 1997. (0) Technical Specifications prepared by Zimmerman, Evans and Leopold, Inc. dated January 1997. (P) ADDENDA: No. 1 dated February 7,1997. No. 2 dated February 12, 1997. No. dated , 1997. I I I 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. I. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. I IN IHTNESS v1HEREOF, the parties executed by their duly authorized of Copies) each of which shall be written. I This Agreement will be effective ~_-q~~'1II.'~ __-:'\U-CHMO.'\'~~\l #' .,~ 0"""0000" CO' ~~A .':l "" r. "l Ye ~:t v.. ~~ ~:::.. '(~ ';;. .... ~ .. I I I I ( S EA.L ) ATTEST: I I I I I I I I 9620 hereto have executed, or caused to be officials, this Agreement in ( 6 ) (Number deemed an original on t~.daJce first above IS ocument approved as to legal sufficiency and form ,1997. . on me/~ /5 . BY: ~ , ..... ~ /. , .' J- CONTRACTOR: Wyatt Construction Co., Inc. Graniteville, South Carolina .' "'. ~. ~..: , . BY' ~.1S. ~tL'ff-~' N@ /)cJf)~~ TI . AGREEMENT Page 2 . .... .. . APR-11-1997 11:40 WYATT CONSTRUCTION 603 003 5113 P.02 PA'iME:l'JT SOND r:::-;-~ ry';'~'n'irIt'T - .. \.0 ..:e: KNOW ALL MEN BY THESE PRESENTS: ~hat l - .(/ . ',I .IJ \..!..i ':-.1 ~ lJ \..+J ~ ~ Wya~t Construction Co., Inc. (Name ot Coocractor) 100 Woodward Lake Road, Graniceville, SC 29829 (Address of con~ractor) a corporation , hereinafcer called Principal, (Corpora~ion, parenership or Individual) and Washington International Insurance Company (Name of surety) 1930 Thoreau Drive, Schaumburg, IL 60173 (Address of surecy hereinafter called sure~y, are held and firmly bound unto Augusta-Richmond County, Georgia, (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called OWN~R, in the penal sum of Three Hundred Sixty-Five Thousand Two Hundred Sixty Dollars($ 365,260.00) in lawful money of the Uni~ed States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, join~ly and severally, firmly by these presents. OF THIS 08LIGATION is certain contract with , 1997, a copy of which construction of: such that whereas, the Pr~ncipal the OWNER, dated the I:::> t-A..:day is hereto attached and made a part 1997 WATER SYSTEM INTERCONNECTIONS NOW, THEREfORE, if the p~incipal shall prompely make payment to all persons, firms, subcontractors, and corpora~ions furnishing materials tor or performing labor in the prosecution of the work provided for in such contract, and any authol:ized extension or modification thereof, including all amounts due fo:: materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in c=cnnection ~ith the construction of such work, and all insurance pl:emiums on said work, and for all labor, performed in such work whether by 5ubcont.:::actor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, fURTHER, that the said Surety, for value ~eceived hereby scipulates and agrees that no change, extension of time, alteration or addi tion to the ~e'ms of the contract or Co che work to be performed thereunde.::: or che specifications accompanying the same shall - in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the eet~ of the contract or co ~he work. o.t to the specifications. ~ROV!DED fURTHER, that no final settlement. between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. \ 96,0 PAYMENT BOND I:'age 1 ~ .- '~ I I PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that I Wyatt Construction Co., Inc. (Name of Contractor) I 100 Woodward Lake Road, Graniteville, SC 29829 (Address of Contractor) I a (Corporation, corporation Partnership or Individual) , hereinafter called Principal, and (Name of Surety) I (Address of Surety I hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County, Georgia, (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called OWNER, in the penal sum of Three Hundred Sixty-Five Thousand Two Hundred Sixty I Dollars($ 365,260.00) I in lawful money of the United States, truly to be made, we bind ourselves, severally, firmly by these presents. for the payment of which sum well and successors, and assigns, jointly and I THE CONDITIONS entered into a of hereof for the OF THIS OBLIGATION is such that whereas, the Principal certain contract with the OWNER, dated the day , 1997, a copy of which is hereto attached and made a part construction of: I 1997 WATER SYSTEM INTERCONNECTIONS I NOW, THEREFORE, if the principal shall promptly make payment to all persons, firms, subcontractors, and corpora tions furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. I I PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addi tion to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same -shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. I I PROVIDED FURTHER, that no final s~ttlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. I I I 9620 PAYMENT BOND Page 1 APR-11-1997 11:41 ~ ...~ WYATT CONSTRUCTION ~ ~ 803 663 6113 ~ <. .'l P.03 ~- f\~ f". rl") l' ~':"" L: ~_- .. _.. ~ iJ ~ IN wITNESS WREReOc, chis instrument is executed in 6 , " "1 (number of cOp~'g!Sj)~J .....,Jll \.oJ I!L countetpa~ts. each t tj f{, day of one which shall be deemed an l1yvu:t- ., 19iZ. original. this the ATTEST: ~41 ~{.~<eta<Y Construction co., Inc. erincipal (5) -- - - ~.. ~~ ~~~'i~I..-~. ' . ~.-..--- W~tness Graniteville, SC 29829 to prinCipal (Aadress) Washington International Insurance Company surety ~~ WITNESS: ~ r:,,0GWs? (su~ety)xj~~a~iX~ -4~A,If'J ~ ~ Actofrey-i ; Dere e E. ~ Y P. O. Box 8628 (Address) ~ -rn~? . Witness to uret~ P. O. Box 8628 (Addres s ) Columbia, S. C. 29202 (suu. 1 Columbia, S. C. 29202 bond. NOTE: Dace of Bond must not be prior to If contractor is Partnership, all IMPORTANT: surety companies executing bonds must appear on the Treasury Department's most current lis~ (Circular 570 as amended) and be authorized to transact business in the State where the project is located. 9620 ~AYMENT BOND Page 2 .. .. -~;. ... <<- .J'.... ,. Durt~CATE lhi~~~J~:V\L ;; ....~-!""at ~ASHl~GTOW I~TER~~TION~L l~~CE COKPANY POVER OF ~TTORWEY =~~~ ~LL ~E~ BY THESE PRESE~TS: That the ~SHl~GTOH lWTER~~TIOH~L lWSU~CE COMPANY,-a corporation or;ani:ed-and existing under. laws of the State or Arizona, and having its principal office in the Village of Schaurburg~ Illinois does hereby ccnstitute ~.--~ appoint ... Oerelle Eo Bigby, Oella B. Case, Fran\: I,J. Harner, Jr., A.T. Johnson'~" ... Robert J. Lavisky, Jane McCoy, Carolyn D. Owens .~ '" its true ~nd lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety any and all bonds and ~~erta\:ings, recognizances, contractS of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrunent(s) in pursuance of these presents, shall be as binding upon the said '>IASHl~GTON I~TERlIATl()l{}.L IIlSlJRA)lCE ~IJlY as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President and its principal office. This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. This power of Attorney is issued pursuant to ~uthority granted by the resolutions of the Board of Directors adopted Harch 22, i978, July 3, i980and October 2i, i986 which read, in part, as follows: i. The President may designate Attorneys-in-Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and underta\:ings, recognizances, contracts of indemnity and other writings obligatory in.the nature thereof, and to appoint Special Attorneys-in-Fact, who are hereby authorized to certify copies of any power-of- Attorney issued in pursuant to this section and/or any of the By-Laws of the company, and to remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revo\:e the authority given him. 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such power of Attorney, certificate bond or undertaking bearing stich facsimile signature of facsimile seal affixed in the ordinary ~ourse of business shall be valid and binding upon the Company. III TESTIlo4OHY 'w'liEREOF, the \lASHl~GTON I11TERltATlOllAL I~SURA)lCE CCMP,lJIl' has caused this ins-;:runent to be signed aOO its corporate seal to~~~~.~4ed by its authorized officer, this Oist day of December, 1993. ~~: J I r.. ~J ....'l:l.'t.. ....._ ,~"",\'....n;:!l ;~~~ '.IAS;;ii1WaOH IIlTERllA ~OIlAL~I11stJKAllCE C()IPNlY ~'<.;c..~ "'" .0." ~C.f'..,. I~J./ ~.. ~ ff ,f:.....'. ..." ..6 u.;,.,~ '.~ ;' ~ " " -:~ 1 ~ -.. "COP?O~ATr:..t.'? .~ ~<:::: .. i\~ .[;~ ::~}i '.IilliamO. Sterrett, Chairman of the Board ~ ~~, S Et\ L : g ~ ry.s.r~Te,OF'PTLtll?,tS)" ::--- ,/ ;,-;:'........I\r.LLJkO' .. ...<"%.s. \. . / . . ~..J ~: c.o\."+li"t- ooJi .iOCl(J'\"';' .:- ':~ ,.:::;_, ...\"l.I),.... ~.... './ -:-4: l...~ .., an th"i~~s.~~~Decerrber, i993, before me came the individual who executed the preceding instrutlent, to me personally k.now, and, being-by me duly sworn, said that he is the therein described and authorized officer of -;:he '.IASHI~GTOH 'I~TEiUlATlOWAL I~SURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said company; 1/1 TESTIHOWY VlIEREOF, t have hereunto set r:ry hand and affixed my official Seal, the day and year first above written. , ;O-;ACI;:L~I;---\G\j,{.{J...~b..i'...{ 4.Lcb\d' \ CHRISTINE ZAREISKY \ Christine Zaretsky;, Hotary ?~lic Y' Notary Public. Slate of lllinois \ . comnission Expi'res october 7, 1996 _~~~~!:;~~~2:~J. lJ STATE OF tLLl1l0tS) ~ COUHTYOF COOK) I, the undersigned, Secretary of \lASHINGTOM llHERlIATlOWAL INSURAHCE ~AllY, an AAIZOHA Corporation, 00 HEREBY CERTIFY that the foregoing and attached PO\.IER OF ~Ti~NEY remains in full force and has not been revoked, and fur-;:hermore that Article t II, Section 5 of. the By-Laws of the Corporation, and the Resolution of the .oard of Directors, set forth in the power of Attorney, are now in force. Signed and sealed in the County of Cook. O':::;;'I'~ d.y of . ~~ f!/ tJJ ill Lewis H. Hoeller, Secretary Jl /'/'1/.- , 191J. --- I .- . -~ .. ./. l. I IN WITNESS WHEREOF, this instrument is executed in 6 (number of copies) counterparts, each one which shall be deemed an original, this the I da y 0 f , 19 ATTEST: I Wyatt Construction Co., Inc. Principal (Principal) Secretary By (s) I (Address) (SEAL) I Witness to Principal I (Address) Surety I ATTEST: Attorney-in-Fact I (Surety) Secretary (Address) I Witness to Surety I (SEAL) (Address) I NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. I IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. I I I I I I 9620 PAYMENT BOND Page 2 APR-11-1997 11:41 ~~ ,II WYATT CONSTRUCTION , 803 663 6113 P.04 '- 'r" r ~ ~. r -'" ," ~J. rc j' .. \ 1,- "_ I '- t. . ,.......... 11 \.\ lb:. t'EIU'ORMA."-lCE BOND o ~\~ 01J ~ ~J"l~ KNOW ALL MEN BY THESE PRESENTS: that wyatt Conseruction Co., Inc. (Name of concracto.l 100 Woodward Lake Road, Graniteville, SC 29829 (Address of Contractor) a corporation hereinafter called Principal, and (Corporation, Partnership, or Individual) Washington International Insurance Com an (Name of Suretyl 1930 Thoreau Drive. Schaumburg, IL 60173 (Address of Surety) hereinafter called Surecy, are held and firmly bound unto Augusea-Richmond Couney, Georgia (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called Owner, in the penal sum ot Three Hundred Sixty-Five ~housand T~o Hundred Sixty Dollars ($ 365,260.00 ) in lawful money of the United states, for the payment of which sum well and . truly to be made, we bind ourselves, successors, and assigns, joincly and severally, . firmly by these presents. THE CONDITION of THIS OBLIGATION is such that whereas, the PrinciPal entered into a .certain contract with ehe Owner, dated the I.J day of ~, 1997, a copy of which is hereto aetached and made a part hereof for the consttuction of: 1997 WATER SYSTEM INT~RCONNECTIONS NOW, THEREfORE, if ehe Principal shall well, truly, and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said contract. during the original cerro thereof, and any extensions thereof which may be granted by the Owner, with or wiehout notice to the Surety and during the one year guaranty pe.dod, and if he shall satisfy all claims and demands incurred under such contract and shall fully indemnify and save hal:rn~ess the Owner from all costs and damages which it, may suffer by reason of failure to do so, and shall reimburse and repay t;he Owner all outlay and e~pense which the Owner may incur in making good any default, then this obligation. shall be void; otherwise to remain in full force and effect. ~ROVIDED, FURTHER, thae the said surety, for value received hereby sti.pulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to work to be pertormed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of eime, aleeration or addition eo the terms of the contract or to the work or to the specifi~ations. PROVIDED, FURTHER, that no final settlement between the Owner and the Contl:8ctor shall abridge the righe of any beneficiary hereunder, whose claim may be unsatisfied. 9620 PERfORMANCE BOND Page 1 I .-.::- ,",-- ij.V - '" ,., I PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that I Wyatt Construction Co., Inc. (Name of Contractor) I 100 Woodward Lake Road, Graniteville, SC 29829 (Address of Contractor) I a corporation and (Corporation, Partnership, or , Individual) hereinafter called Principal, (Name of Surety) I (Address of Surety) I hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County, Georgia (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called Owner, in the penal sum of I Three Hundred Sixty-Five Thousand Two Hundred Sixty I in lawful money of the United States, truly to be made, we bind ourselves, severally, firmly by these presents. Dollars ($ for the payment of which successors, and assigns, 365,260.00 ) sum well and jointly and I THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of , 1997, a copy of which is hereto attached and made a part hereof for the construction of: I 1997 WATER SYSTEM INTERCONNECTIONS I NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said contract during the original term thereof, and any extension~ thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. I I PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to work to be.performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specif~cations. I I PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. I I 9620 PERFORMANCE BOND Page 1 I ~, RPR-ll-'l"'f 1~ 42 . ,~ WYATT ~ONStCT lGN $1i:J:.il ~ oJiJ..~ r-.~:> \ IN WITNESS counterparts, Of~ ATTEST: ~-~. . C (Princip 1 S~cr~t:ary tVHEREOF, each one , ~1 this. irtstrument:. is executed in . 6 (Number:) which shall be deemed an original, this the J~~ay Construction Co., Inc. (P rincipa i r.-c" ~'.f~ r r~, :" T \I~~ (,: J ;..i , j; '.../ u . -~..', - ~\ ,. ~.:::::l Ur.. '. , I '. . " I"). \I... ) l, \." ,-,,, I. \.) "'. .~ (s) Lake Road (Address) Graniteville, SC 29829 to ?ri~cipal ."-.- ... ~- (Add.ressi Washington Inter'national Insurance Company Su.re~y ~~ITN~~ (Surety) y< By 4.../(. . L ~ Atto.tJley, n act Derelle ,; gby P. D.. Box 8628 (Address) Columbia, S. C. 29202 ~ -m'~ . .' (Witnessi Surety P. D. Box 8628 (Addressi Columbia, S. C. 29202 Huffines By: NOTE: Dat:e of 9o~d must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds mus t appear on the Treasury Department's most: current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. 96-20 PERFORMANCE BOND Page 2 TOTI=lL P. 0S I ~ ,- ,~ --.... --.,. ;, i... WHEREOF, this instrument is executed in 6 each one which shall be deemed an original, this ~ , 1995. (Number l day I IN WITNESS counterparts, of ATTEST: I Wyatt Construction Co., Inc. (Principal) (Principal) Secretary I By (s) (SEAL) (Address) I (Witness) to Principal I (Address) Surety ATTEST: I (Surety) Secretary By Attorney-in-Fact I (Witness) to Surety (Address) I (Address) I (SEAL) I NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. I IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. I I I I I I 9620 PERFORMANCE BOND Page 2 I I I I I- I I I I 'I I I '- I I I I I I I CERTIFICATE OF OWNER'S ATTORNEY the I, the undersigned dNJI representative of , do hereby certify as follows: I have examined the foregoing contract and the manner of execution thereof by Augusta-Richmond County. I am of the opinion that said contract has been duly executed by Augusta-Richmond County acting through its duly authorized representatives, and that said representatives have full power and authority to execute said contract on behalf of Augusta-Richmond County. Date Y)if!97 9620 CERTIFICATE OF OWNER'S ATTORNEY I I I I I I I I I -I 'I -I I I I I I I I NOTICE TO PROCEED Date s-/L-f~ TO: PROJECT: 1997 WATER SYSTEM INTERCONNECTIONS AUGUSTA-RICHMOND UTILITIES DEPARTMENT The Contract for the above work: is being signed today by Augusta- Richmond County. Two signed copies will be mailed to you promptly. You are hereby notified that the commencement date of work in accordance with the Agreement dated '-I-I/{'- 91- is S-Z-Z-9f.-, and you are to complete the WORK within 120 consecutive calendar days thereafter. The date of completion of all WORK is therefore 9- q , 1997. By Ti tle ACCEPTANCE OF NOTICE of the above NOTICE TO PROCEED acknowledged by the ~ ay of ~ -q'1. BY~ D. LVc.r a...it '> 1'-. TitleY'\:;Q-S; J~-r- 9620 NOTICE TO PROCEED IAf) I I I I I I I I I I I I I I I I I I I CHANGE ORDER Order No. Date Agreement Date PROJECT: 1997 WATER SYSTEM INTERCONNECTIONS OWNER: AUGUSTA-RICHMOND COUNTY, GEORGIA CONTRACTOR: The following changes are hereby made to the CONTRACT DOCUMENTS: JUSTI FICATION: CHANGE TO CONTRACT' PRICE: Original CONTRACT PRICE $ Current CONTRACT PRICE adjusted by previous CHANGE ORDERS $ The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $ New CONTRACT PRICE including this CHANGE ORDER $ CHANGE TO CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by calendar days. The date fox completion of all work will be (Date) . Requested by Recommended by Ordered by Accepted by 9620 CHANGE ORDER I I GENERAL CONDITIONS I 1. Definitions 2. Additional Instructions and Detail Drawings 3. Schedules, Reports & Records 4. Drawings and Specifications 5. Shop Drawings 6. Materials, Services & Facilities 7. Inspection and Testing 8. Substitutions 9. 'Patents 10. Surveys, Permits, Regulations 11. Protection of Work, Property, Persons 12. Supervision by Contractor 13. Changes in the Work 14. Changes in Contract Price 15. Time for Completion and Liquidated Damages 16. Correction of Work I I I I I 1. DEFINITIONS 17. Subsurface Conditions 18. Suspension of Work, Termination and Delay 19. Payments to Contractor 20. Acceptance of Final Payment as Release 21. Insurance 22. Contract Security 23. Assignments 24. Indemnification 25. Separate Contracts 26. Subcontracting 27. Engineer's Authority 28. Land and Rights-of-Way 29. Guaranty 30_. Disputes 31. Taxes I 1.1 Wherever used in the CONTRACT DOCUMENTS, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof: I 1.2 ADDENDA - Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the CONTRACT DOCUMENTS. DRAWINGS and SPECIFICATIONS, by additions, deletions, clarifications or corrections. I 1.3 BID - The offer or proposal of the BIDDER submitted on the prescribed form setting forth the prices for the WORK to be performed. 1.4 BIDDER - Any person, firm or corporation submitting a BID for the WORK. B 1.5 BONDS - Bid, Performance, and Payment Bonds and other instruments of security, furnished by the CONTRACTOR and his surety in accordance with the CONTRACT DOCUMENTS. I 1.6 CHANGE ORDER A written order to the CONTRACTOR authorizing an addition, deletion or revisi'on in the WORK within the general scope of the CONTRACT DOCUMENTS, or authorizing an adjustment in the CONTRACT PRICE or CONTRACT TIME. I 1.7 CONTRACT DOCUMENTS - The contract, including Advertisement For Bids, Information For Bidders, BID, Bid Bond, Agreement, Payment Bond, Performance Bond, NOTICE OF AWARD, NOTICE TO PROCEED, CHANGE ORDER, DRAWINGS, SPECIFICATIONS, and ADDENDA. .1 1.8 CONTRACT PRICE - The total monies payable to the CONTRACTOR under the terms and conditions of the CONTRACT DOCUMENTS. I 1.9 CONTRACT TIME - - The number of calendar days stated in the CONTRACT DOCUMENTS for the completion of the WORK. I 1.10 CONTRACTOR - The person, firm or corporation with whom the OWNER has executed the Agreement. I I 9620 GENERAL CONDITIONS Page 1 I I 1.11 DRAWINGS The part of the CONTRACT DOCUMENTS which show the characteristics and scope of the WORK to be performed and which have been prepared or approved by the ENGINEER. I 1.12 ENGINEER - The person, firm or corporation named as such in the CONTRACT DOCUMENTS. I 1.13 FIELD ORDER - A written order effecting a change in the WORK not involving an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, issued by the ENGINEER to the CONTRACTOR during construction. 1.14 NOTICE OF AWARD - The written notice of the acceptance of the BID from the OWNER to the successful BIDDER. I I 1.15 NOTICE TO PROCEED - Written communication issued by the OWNER to the CONTRACTOR authorizing him to proceed with the WORK and establishing the date of commencement of the WORK. I 1.16 OWNER - A public or quasi-public body or authority, corporation, association, partnership, or individual for whom the WORK is to be performed. 1.17 PROJECT - The undertaking to be performed as provided in the CONTRACT DOCUMENTS. I 1.18 RESIDENT PROJECT REPRESENTATIVE - The authorized representative of the OWNER who is assigned to the PROJECT site or any part thereof. I 1.19 SHOP DRAWINGS -All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the CONTRACTOR, a SUBCONTRACTOR, manufacturer, SUPPLIER or distributor, which illustrate how specific portions of the WORK shall be fabricated or installed. I 1.20 SPECIFICATIONS - A part of the CONTRACT DOCUMENTS consisting of written descriptions of a technical nature of materials, equipment, construction systems, standards and workmanship. I 1.21 SUBCONTRACTOR - An individual, firm or corporation having a direct contract with the. CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the WORK at the site. I I 1.22 SUBSTANTIAL COMPLETION - That date as certified by the ENGINEER when the construction of the PROJECT or a specified part thereof is sufficiently completed, in accordance with the CONTRACT DOCUMENTS, so that the PROJECT or specified part can be utilized for the purposes for which it is intended. I 1.23 SUPPLEMENTAL GENERAL CONDITIONS - Modifications to General Conditions required by a Federal agency for participation in the PROJECT and approved by the agency in writing prior to inclusion in the CONTRACT DOCUMENTS, or such requirements that may be imposed by applicable state laws. I 1.24 SUPPLIER - Any person or organization who supplies materials or equipment for the WORK, including that fabricated to a special design, but who does not perform labor at the site. I 1.25 WORK - All labor necessary to produce the construction required by the CONTRACT DOCUMENTS, and all materials and equipment incorporated or to be incorporated in the PROJE~T. 1.26 WRITTEN NOTICE - Any notice to any party of the Agreement relative to any part of this Agreement in .writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address, or delivered in person to said party or his authorized representative on the WORK. I I I 9620 GENERAL CONDITIONS Page 2 I I 2. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS I. 2.1 The CONTRACTOR may be furnished additional instructions and detail drawings, by the ENGINEER, as necessary to carry out the WORK required by the CONTRACT DOCUMENTS. I 2.2 The additional drawings and instruction thus supplied will become a part of the CONTRACT DOCUMENTS. The CONTRACTOR shall carry out the WORK in accordance with the additional detail drawings and instructions. 3. SCHEDULES, REPORTS AND RECORDS I 3.1 The CONTRACTOR shall submit to the OWNER such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data where applicable as are required by the CONTRACT DOCUMENTS for the WORK to be performed. I I 3.2 Prior to the first partial payment estimate the CONTRACTOR shall submit construction progress schedules showing the order in which he proposes to carryon the WORK, including dates at which he will start the various parts of the WORK, estimated date of completion of each part and, as applicable: 3.2.1 The dates at which special detail drawings will be required; and I 3.2.2 Respective dates for submission of SHOP DRAWINGS, the beginning of manufacture, the testing and the installation of materials, supplies and equipment. - I 3.3 The CONTRACTOR shall also submit a schedule of payments that he anticipates he will earn during the course of the WORK. I 3.4 The CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive Changes, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to the ENGINEER for the OWNER. I I 4. DRAWINGS AND SPECIFICATIONS I 4.1 The intent of the DRAWINGS and SPECIFICATIONS is that the CONTRACTOR shall furnish all labor, materials, tools, equipment, and transportation necessary for the proper execution of the WORK in accordance with the CONTRACT DOCUMENTS and all incidental work necessary to complete the PROJECT in an acceptable manner, ready for use, occupancy or operation by the OWNER. I 4.2 In case of conflict between the DRAWINGS and SPECIFICATIONS, the SPECIFICATIONS shall goyern. Figure dimensions on DRAWINGS shall govern over scale dimensions, and detailed DRAWINGS shall govern over general DRAWINGS. I I 4.3 Any discrepancies found between the DRAWINGS and SPECIFICATIONS and site conditions or any inconsistencies or ambiguities in the DRAWINGS or SPECIFICATIONS shall be inunediately reported to the ENGINEER, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. WORK done by the CONTRACTOR after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the CONTRACTOR'S risk. I I I 9620 GENERAL CONDITIONS Page 3 I I 5. SHOP DRAWINGS I 5.1 The CONTRACTOR shall provide SHOP DRAWINGS as may be necessary for the prosecution of the WORK as required by the CONTRACT DOCUMENTS. The ENGINEER shall promptly review all SHOP DRAWINGS. The ENGINEER'S approval of any SHOP DRAWINGS shall not release the CONTRACTOR from responsibility for . deviations from the CONTRACT DOCUMENTS. The approval of any SHOP DRAWING which substantially deviates from the requirement of the CONTRACT DOCUMENTS shall be evidenced by a CHANGE ORDER. I 5.2 When submitted for the ENGINEER'S review, SHOP DRAWINGS shall bear the CONTRACTOR I S certification that he has reviewed, checked and approved the SHOP DRAWINGS and that they are in conformance with the requirements of the CONTRACT DOCUMENTS. I I 5.3 Portions of the WORK requ~r~ng a SHOP DRAWING or sample submission shall not begin until the SHOP DRAWING or submission has been approved by the ENGINEER. A copy of each approved SHOP DRAWING and each approved sample shall be kept in good' order by the CONTRACTOR at the site and shall be available to the, ENGINEER. I 6. MATERIALS, SERVICES AND FACILITIES I 6.1 It is understood that, except as otherwise specifically stated in the CONTRACT DOCUMENTS, the CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the WORK within the specified time. I I 6.2 Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the WORK. Stored materials and equipment to be incorporated in the WORK shall be located so as to facilitate prompt inspection. I 6.3 Manufactured articles, installed, connected, erected, the manufacturer. materials and equipment shall be applied, used, cleaned and conditioned as directed by I 6.4 Materials, supplies and equipment shall be in accordance with samples submitted by the CONTRACTOR and approved by the ENGINEER. I 6.5 Materials, supplies or equipment to be incorporated into the WORK shall not be purchased by the CONTRACTOR or the SUBCONTRACTOR subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. 7. INSPECTION AND TESTING I 7. 1 All shall be generally DOCUMENTS. materials and equipment used in the construction of the PROJECT subject to adequate inspection and testing in accordance with accepted standards, as required and defined in the CONTRACT I 7.2 The OWNER shall provide all. inspection and te?ting services not required by the CONTRACT DOCUMENTS. I 7.3 The CONTRACTOR shall provide at his expense the testing and inspection services required by the CONTRACT DOCUMENTS. I 7.4 If the CONTRACT DOCUMENTS, laws., ordinances, rules, regulations or orders of any public authority having jurisdiction require any WORK to specifically be inspected, tested, or approved by someone other than the CONTRACTOR, the CONTRACTOR will give the ENGINEER timely notice of I I 9620 GENERAL CONDITIONS Page 4 I I readiness. The CONTRACTOR will then furnish the ENGINEER the required certificates of inspection, testing or approval. I 7.5 Inspections, tests or approvals by the ENGINEER or others shall relieve the CONTRACTOR from his obligations to perform the WORK accordance with the requirements of the CONTRACT DOCUMENTS. not in I 7.6 The ENGINEER and his representatives will at all times have access to the WORK. In addition, authorized representatives and agents of any participating Federal or state agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. The CONTRACTOR will provide proper facilities for such access and observation of the WORK and also for any inspection, or testing thereof. I I 7.7 If any WORK is covered contrary to the written instructions of the ENGINEER it must, if requested by the ENGINEER, be uncovered for his observation and replaced at the CONTRACTOR'S expense. I 7.8 If the ENGINEER considers it necessary or advisable that covered WORK be inspected or tested by others, the CONTRACTOR, at the ENGINEER'S request, will uncover, expose or otherwise make available for observation inspection or testing as the ENGINEER may require, that portion of the WORK in question, furnishing all necessary labor, materials, tools, and equipment. If it is found that such WORK is defective, the CONTRACTOR will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such WORK is not found to be defective, the CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate CHANGE ORDER shall be issued. I I I 8. SUBSTITUTIONS I 8.1 Whenever a material, article or piece of equipment is identified on the DRAWINGS or SPECIFICATIONS by reference to brand name or catalogue number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the CONTRACT DOCUMENTS by reference to brand name or catalogue number, and if, in the opinion of the ENGINEER, such material, article, or piece of equipment is of equal substance and function to that specified, the ENGINEER may approve its substitution and use by the CONTRACTOR. Any cost differential shall be deductible from the CONTRACT PRICE and the CONTRACT DOCUMENTS shall be appropriately modified by CHANGE ORDER. The CONTRACTOR warrants that if. substitutes are approved, no major changes in the function or general design of the PROJECT will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the CONTRACT PRICE or CONTRACT TIME. I I I I 9. PATENTS I 9.1 The CONTRACTOR shall pay all applicable royalties and license fees.' He shall defend all suits or claims for infringement of any patent rights and save the OWNER harmless from loss on account thereof, except that the OWNER shall be responsible for any such loss when a particular prOCess, design, or the product of a particular manufacturer or manufacturers is specified, however, if the CONTRACTOR has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the ENGINEER. I I I 9620 GENERAL CONDITIONS Page 5 I I 10. SURVEYS, PERMITS, REGULATIONS I 10.1 The OWNER shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the WORK together with a suitable number of bench marks adjacent to the WORK as shown in the CONTRACT DOCUMENTS. From the information provided by the OWNER, unless otherwise specified in the CONTRACT DOCUMENTS, the CONTRACTOR shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. I I 10.2 The CONTRACTOR shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. I 10.3 Permits and licenses of a temporary nature necessary for the prosecution of the WORK s"hall be secured and paid for by the CONTRACTOR unless otherwise stated in the SUPPLEMENTAL GENERAL CONDITIONS. -,Permits, licenses and easements for permanent structures or permanent changes 'in existing facilities shall be secured and paid for by the OWNER, unless otherwise specified. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the WORK as drawn and specified. If the CONTRACTOR observes that the CONTRACT DOCUMENTS are at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary changes shall be adjusted as provided in Section 13, CHANGES IN THE WORK. I I I 11. PROTECTION OF WORK, PROPERTY AND PERSONS I 11.1 The CONTRACTOR will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the WORK. He will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to all employees on the WORK and other persons who may be affected thereby, all the WORK and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utili ties not designated for removal, relocation or replacement in the course of construction. I I 11.2 The CONTRACTOR will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the WORK, all necessary safeguards for safety and protection. He will notify owners of adjacent utilities when prosecution of the WORK may affect them. The CONTRACTOR will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the CONTRACTOR, and SUBCONTRACTOR or anyone directly or indirec~ly employed by any of them or anyone for whose acts any of them be liable, except damage or loss attributable to the fault of the CONTRACT DOCUMENTS or to the acts or omissions of the OWNER or the ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the CONTRACTOR. I I I I 11.3 In emergencies affecting the safety of persons or the WORK or property at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the ENGINEER or OWNER, shall act to prevent threatened damage, injury or loss. He will give the ENGINEER prompt WRITTEN NOTICE of any significant changes in the WORK or deviations from the CONTRACT DOCUMENTS caused thereby, and a CHANGE ORDER shall thereupon be issued covering the changes and deviations involved. I I I 9620 GENERAL CONDITIONS Page 6 I I 12. SUPERVISION BY CONTRACTOR I 12.1 The CONTRACTOR will supervise and direct the WORK. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR will employ and maintain on the WORK a qualified supervisor or superintendent who shall have been designated in writing by the CONTRACTOR as the CONTRACTOR'S representative at the site. The supervisor shall have full authority to act on behalf of the CONTRACTOR and all communications given to the supervisor shall be as binding as if given to the CONTRACTOR. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the WORK. I I 13. CHANGES IN THE WORK I 13.1 The OWNER may at any time, as the need arises, order changes within .the scope of the WORK without invalidating the Agreement. If such changes increase or decrease the amount due under the CONTRACT DOCUMENTS, or in the time required for performance of the WORK, an equitable adjustment shall be authorized by -CHANGE ORDER. I 13.2 The ENGINEER, also, may at any time, by issuing a FIELD ORDER, make changes in the details of the WORK. The CONTRACTOR shall .proceed ,with the performance of any changes in the WORK so ordered by the ENGINEER unless the CONTRACTOR believes that such FIELD ORDER entitles him to a change in CONTRACT PRICE or TIME, or both, in which event he shall give the ENGINEER WRITTEN NOTICE thereof within seven (7) days after the receipt of the ordered change. Thereafter the CONTRACTOR shall document the basis for the change in CONTRACT PRICE or TIME within thirty (30), days. The CONTRACTOR shall not execute such changes pending the receipt of an executed CfLllliGE ORDER or further instruction from the OWNER. I .1 I 14. CHANGES IN CONTRACT PRICE I 14.1 The CONTRACT PRICE may be changed only by a CHANGE ORDER. The value of any WORK covered by a CHANGE ORDER or of any claim for increase or decrease in the CONTRACT PRICE shall be determined by one or more of the following methods in the order of precedence listed below: I (a) Unit prices previously approved. (b) An agreed lump sum. (c) The actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the WORK to cover the .cost of general overhead and profit. I 15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES I 15.1 The date of beginning and the time for completion of the WORK are essential conditions of the CONTRACT DOCUMENTS and the WORK embraced shall be commenced on a date specified in the NOTICE TO PROCEED. I I 15.2 The CONTRACTOR will proceed with the WORK at such rate of progress to insure full completion within the CONTRACT TIME. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the CONTRACT TIME for the completion 'of the WORK described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the WORK. I 15.3 If the CONTRACTOR shall fail to complete the WORK within the CONTRACT TIME, or extension of time granted by the OWNER, then the CONTRACTOR will pay to the OWNER the amount for liquidated damages as specified in the BID for each calendar day that the CONTRACTOR shall be in default after the time I I 9620 GENERAL CONDITIONS Page 7 I I stipulated in the CONTRACT DOCUMENTS. I 15.4 The CONTRACTOR shall not be charged with liquidated damages or any excess cost when the delay in completion of the WORK is due to the following, and the CONTRACTOR has promptly given WRITTEN NOTICE of such delay to the OWNER or ENGINEER. I 15.4.1 To any preference, priority or allocation order duly issued by the OWNER. I 15.4.2 To unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, including but not restricted to, acts of God, or of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a -contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather; and I 15.4.3 To any delays of SUBCONTRACTORS occasioned by any of the causes specified in paragraphs 15.4.1 and 15.4.2 of this article. I 15.5 No added cost from delay: occasioned by the causes set out in be required to pay any additional extension of time to the CONTRACTOR In the event of a delay in completion 15.4.1 thru 15.4.3, the OWNER shall not costs resulting from such delay. The shall be the exclusive remedy. ,I H 15.6 Non-excusable delay: The factors, with the exception of "Labor Disputes", set out in paragraph 15.4.1 thru 15.4.3 which specify causes for excusable delay in completion of construction shall not constitute a defense for delay in completion caused by the acts or omissions of the CONTRACTOR, its agents or employees. I 15.7 Change in Contract Time: The CONTACT TIME may only be changed by a CHANGE ORDER, or a WRITTEN AMENDMENT. Any claim for an extension or shortening of the CONTRACT TIME shall be based on WRITTEN NOTICE delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEERS allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the CONTRACT TIME shall be determined by ENGINEER in accordance with paragraph 27.1 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the CONTRACT TIME will be valid if not submitted in accordance with the requirements of this paragraph 15.7. I I I I 16. CORRECTION OF WORK I 16.1 The CONTRACTOR shall promptly remove from the premises all WORK rejected by the ENGINEER .for -failure to comply with the CONTRACT DOCUMENTS, whether incorporated in the construction or not, and the CONTRACTOR shall promptly replace and re-execute the WORK in accordance with the CONTRACT DOCUMENTS and without expense to the OWNER and shall bear the expense of making good all WORK of other CONTRACTORS destroyed or damaged by such removal or replacement. I I 16.2 All removal and replacement WORK shall be done at the CONTRACTOR'S expense. If the CONTRACTOR does not take action to remove such rejected WORK within ten (10) days after receipt of WRITTEN NOTICE,' _ the OWNER may remove such WORK and store the materials at the expense of the CONTRACTOR. I I 9620 GENERAL CONDITIONS Page 8 I I 17. SUBSURFACE CONDITIONS I 17.1 The CONTRACTOR shall promptly, and before such conditions are disturbed, except in the event of an emergency, notify the OWNER by WRITTEN NOTICE of: 17.1.1 Subsurface or latent physical conditions of the site differing materially from those indicated in the CONTRACT DOCUMENTS: or I 17.1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in WORK of the character provided for in the CONTRACT DOCUMENTS. I 17.2 The OWNER shall promptly investigate the conditions, and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the WORK, an equitable adjustment shall be made and the CONTRACT DOCUMENTS shall be modified by a CHANGE ORDER. Any claim of the CONTRACTOR for adjustment hereunder shall not be allowed unless he has given the required WRITTEN NOTICE; provided that the OWNER may, if he determines the facts so justify, consider and adjust any such claims asserted before' the date of final payment. I I ',1 18. SUSPENSION OF WORK, TERMINATION AND DELAY I 18.1 The OWNER may suspend the WORK or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the CONTRACTOR, by WRITTEN NOTICE to the CONTRACTOR and the ENGINEER which notice shall fix the date on which WORK shall be resumed. The CONTRACTOR will resume that WORK on the date so fixed. The CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to any suspension. I 18.2 If the CONTRACTOR is adjudged a bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the CONTRACTOR or for any of his property, or if he files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to SUBCONTRACTORS or for labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the WORK or .if he disregards the authority of the ENGINEER, or if he otherwise violates any provision of the CONTRACT DOCUMENTS, then the OWNER may, without prejudice to any other right or remedy and after giving the CONTRACTOR and his surety a minimum of ten (10) days from delivery of a WRITTEN NOTICE' terminate the services of the CONTRACTOR and take possession of the PROJECT and of all materials, equipment, tools, construction equipment and machinery thereon owned by the CONTRACTOR, and finish the WORK by whatever method he may deem expedient. . In such case the CONTRACTOR shall not be entitled to receive any further payment until the WORK is finished. If the unpaid balance of the CONTRACT PRICE exceeds the direct and indirect costs of completing the PROJECT, including compensation for additional professional services, such excess SHALL BE PAID TO THE CONTRACTOR. If such costs exceed such unpaid balance, the CONTRACTOR will pay the difference to the OWNER. Such .costs incurred by the OWNER will be determined by the ENGINEER and incorporated in a CHANGE ORDER. I I I I I I I 18.3 Where the CONTRACTOR'S services have been so. terminated by the OWNER, said termination shall not affect. any right of the OWNER against the CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of monies by the OWNER due the CONTRACTOR will not release the CONrRACTOR from compliance with the CONTRACT DOCUMENTS. I I 9620 GENERAL CONDITIONS Page 9 I I 18.4 After ten (10) days from delivery of a WRITTEN NOTICE to the CONTRACTOR and the ENGINEER, the OWNER may, without cause and without prejudice to any other r-ight or remedy, elect to abandon the PROJECT and terminate the CONTRACT. In such case, the CONTRACTOR shall be paid for all WORK executed and any expense sustained plus reasonable profit. I I 18.5 If, through no act or fault of the CONTRACTOR, the WORK is suspended for a period of more than ninety (90) days by the OWNER or under an order of court or other public authority, or the ENGINEER fails to act on any request for payment within thirty (30) days after it is submitted, or the OWNER fails to pay the CONTRACTOR substantially the sum approved by the ENGINEER or awarded by alternate process within thirty (30) days of its approval and presentation, then the CONTRACTOR may, after ten (10) days from delivery of a WRITTEN NOTICE to the OWNER and the ENGINEER, terminate the CONTRACT and recover from the OWNER payment for all WORK executed and all expenses sustained. In addition and in lieu of terminating the CONTRACT, if the ENGINEER has failed to act on a request for payment or if the OWNER has failed to make any payment as aforesaid, the CONTRACTOR may upon ten (10) days WRITTEN NOTICE to the OWNER and the ENGINEER stop the WORK until he has . been paid all amounts then due, in which event and upon resumption of the WORK, CHANGE ORDERS shall be issued for adjusting the CONTRACT PRICE or extending the CONTRACT TIME or both to compensate for the costs and delays attributable to the stoppage of the WORK. I I I I 18.6 If the performance of all or any portion of the WORK is suspended, delayed, or interrupted as a result of a failure of the OWNER or ENGINEER to act withit:""the time specified in the CONTRACT DOCUMENTS, or if no time is specified, 'within a reasonable time, an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, shall be made by CHANGE ORDER to compensate the CONTRACTOR for the costs and delays necessarily caused by the failure of the OWNER or ENGINEER. I I 19. PAYMENTS TO CONTRACTOR I 19.1 At least ten (10) days before each progress payment falls due (but not more often than once a month), the CONTRACTOR will submit to .the ENGINEER a partial payment estimate filled out and signed by the CONTRACTOR covering the WORK performed during the period covered by the partial payment estimate and supported by such data as the ENGINEER may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the WORK 'but delivered and suitably stored at or near the site, the _partial payment estimate shall also be accompanied by such supporting data, satisfactory to the OWNER, as will establish the . OWNER 's title to the material and equipment and protect his interest therein, including applicable insurance. The ENGINEER will, within ten (10) days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate to the OWNER, or return the partial payment estimate to the CONTRACTOR indicating in writing his reasons for refusing to approve payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the partial paymen~ estimate. The OWNER will, within ten (10) days of presentation to him of an approved partial payment estimate, pay the CONTRACTOR a progress payment on the basis of the approved' partial payment estimate. The OWNER shall retain ten (10) percent of' the. amount of each payment until final completion and acceptance of all work covered by the CONTRACT DOCUMENTS. The OWNER at any time, however, after fifty (50) percent of the WORK has been completed, if he finds that satisfactory progress is being made, shall reduce retainage to five (5%) percent of the contract amount. When the WORK is substantially complete (operational or beneficial occupancy), the retained amount may be further reduced below five (5) percent to only that amount necessary to assure completion. On completion and acceptance of a part of the WORK on which the price is stated separately in the CONTRACT I I I I I I , I 9620 GENERAL CONDITIONS Page 10 I, I DOCUMENTS, payment may be made in full, including retained percentages, less authorized deductions. I ..I 19.2 The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. 19.3 Prior to SUBSTANTIAL COMPLETION, the OWNER, with the approval of the ENGINEER and with the concurrence of the CONTRACTOR, may use any completed or substantially completed portions of the WORK. Such use shall not constitute an acceptance of such portions of the WORK. I' 19.4 The OWNER shall have the right to enter the premises for the purpose of doing work not covered by the CONTRACT DOCUMENTS. This provision shall not be construed as relieving the CONTRACTOR of the sole responsibility for the care and protection of the WORK, or the restoration of any damaged WORK except such as may be caused by agents or employees of the OWNER. I, I 19.5 Upon completion and acceptance of the WORK, the ENGINEER shall issue a certificate attached to the final payment request that the WORK' has been accepted by him under the conditions of the CONTRACT DOCUMENTS. The entire balance found to be due the CONTRACTOR, including the retained percentages, but except such sums as may be lawfully retained by the OWNER, shall be paid to the CONTRACTOR within thirty (30) days of completion and acceptance of the WORK. I 19.6 The CONTRACTOR will indemnify and save the OWNER or the OWNER'S agents harmless from all claims growing out of the lawful demands of SUBCONTRACTORS, laborers, workmen, mechanics, materialmen, and furnishers of machinel~ and parts thereof, equipment, tools, and all supplies, incurred in the furtherance, of the performance of the WORK. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the CONTRACTOR fails to, do so the OWNER may, after having notified the CONTRACTOR, either pay unpaid bills or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of the CONTRACT DOCUMENTS, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR, his Surety, or any third party. In paying any unpaid bills of the CONTRACTOR, any payment so made by the OWNER shall be considered as a payment made under the CONTRACT DOCUMENTS by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. ,I 'I I I ,I' Ii I, 19.7 If the OWNER fails to make payment thirty (30) days after approval by the ENGINEER, in addition to other remedies available to the CONTRACTOR, there shall be added to each such payment interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the CONTRACTOR. 20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE I: 20.1 The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the CONTRACTOR other than cl-aims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection wi th this WORK and for every act and neglect of the OWNER and others relating to or arising out of this WORK. Any payment, however, final or otherwise, shall not release the CONTRACTOR or his sureties from any obligations under the CONTRACT DOCUMENTS or the Performance BOND and Payment BONDS. I I I 9620 GENERAL CONDITIONS Page 11 .1 I: 21. INSURANCE I' ii, 21.1 The CONTRACTOR shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S 'execution of the WORK,. whether such execution be by himself or by any SUBCONTRACTOR or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 21.1.1 Claims under workmen's compensation, disability benefit and Other similar employee benefit acts; I ,I' 21.1.2 Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees: 21. 1. 3 Claims for damages because of bodily inj ury, sickness or disease, or death of any person other than his employees: I 21.1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the CONTRACTOR, or (2) by any other person; and 21.1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. I" ,I 21.2 Certificates of Insurance acceptable to the OWNER shall be filed with the OWNER prior to corrunencement of the WORK. These Certificates shall contain a provision that coverages afforded under the policies will not be canceled unless at lease fifteen (15) d~ys prior WRITTEN NOTICE has been given to the OWNER. il\ 21.3 The CONTRACTOR shall procure and maintain, at his own expense, during the CONTRACT TIME, liability insurance as hereinafter specified; ,I 21.3.1 CONTRACTOR'S General Public Liability and Property Damage Insurance including vehicle coverage issued to the CONTRACTOR and protecting him from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the CONTRACT DOCUMENTS, whether such operations be by himself or by any SUBCONTRACTOR under him, or anyone directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR under him. Insurance shall be written with a limit of liability of not .less than $500,000 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by anyone person in anyone accident; and a limit of liability of not less than $500,000 aggregate for any such damages sustained by two or more persons in anyone accident. Insurance shall be written with a limit of liability of not less than $200,000 for all property damage sustained by anyone person in anyone accident; and a limit of liability of not less than $200,000 - aggregate for any such damage sustained. by two or more persons in anyone accident. I Ii I: .1 I I 21.3.2 The CONTRACTOR shall acquire and maintain, if applicable, Fire and Extended Coverage insurance upon the PROJECT to the full insurable value thereof for the benefit of the OWNER, the CONTRACTOR, and SUBCONTRACTOR as their interest may appear. This provision shall in no way release the CONTRACTOR or CONTRACTOR'S surety from obligations under the CONTRACT DOCUMENTS to fully complete the PROJECT.- 21.4 The CONTRACTOR shall procure and maintain, at his own expense, during the CONTRACT TIME, in accordance with the provisions of the law of the state in which the work is performed. Workmen's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the PROJECT and in case any work is sublet, the CONTRACTOR shall require such SUBCONTRACTOR similarly to provide Workmen's Compensation Insurance, I II 9620 GENERAL CONDITIONS Page 12 I ,I including occupational disease provisions for all the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. In case any class of employees engaged in hazardous work under this contract at the site of' the PROJECT is not protected under Workmen's Compensation statute, the -CONTRACTOR shall provide and shall cause each SUBCONTRACTOR to provide, adequate and suitable insurance for the protection of his employees not otherwise protected. I :1. I 21.5 The CONTRACTOR shall secure, if applicable, "All Risk" type Builder's Risk Insurance for WORK to be performed. Unless specifically authorized by the OWNER, the amount of such insurance shall not be less than the CONTRACT PRICE totaled in the' BID. The policy shall cover not less than the losses due .to fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse, riot, aircraft, and smoke during the CONTRACT TIME, and until the WORK. is "accept~dby the OWNER. The policy shall name as the insured the CONTRACTOR, the ENGINEER, and the OWNER. .1' 22. CONTRACT SECURITY I 22.1 The CONTRACTOR shall within ten (10) days after the receipt of the NOTICE OF AWARD furnish.the: OWNER with a Performance Bond and Payment Bond in penal sums equal to the amount of the CONTRACT PRICE, conditioned upon the performance by the CONTRACTOR of all undertakings, covenants, terms, conditions and agreements of the CONTRACT DOCUMENTS, and upon the prompt payment by the CONTRACTOR to all persons supplying labor and materials in the prosecution of the WORK provided by the CONTRACT DQCUMENTS. Such BONDS shall be executed by the CONTRACTOR and a corporate bonding company licensed to transact such business in the state in which the WORK is to be performed .and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these BONDS shall be borne by the CONTRACTOR. If at any time a surety on any such BOND is declared a bankrupt or loses its right to do business in the state in which the WORK is to be performed or is removed from the list of Surety Companies accepted on Federal BONDS, CONTRACTOR shall within ten (10) days after notice from the OWNER to do so, substitute an acceptable BOND (or BONDS) in such form and sum and signed by such other surety or sureties as may be satisfactory to the OWNER. The premiums on such BOND shall be paid by the CONTRACTOR. No further payment::: shall be deemed due nor shall be .made until the new surety or sureties shall have furnished an acceptable BOND to the OWNER. ,I, I, '11 I 'I 23. ASSIGNMENTS I 23.1 Neither the CONTRACTOR nor the OWNER shall sell, transfer, assign or otherwise dispose of the CONTRACT or any portion thereof, or of his right, title or interest therein, or his obligations thereunder, without written consent of the other party. I \1 I I 24. INDEMNIFICATION 24.1 The CONTRACTOR will indemnify and hold harmless the OWNER and the ENGINEER and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resul ting from the performance of - the WORK, provided that .any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom: and is caused in whole or in part by any negligent or willful act or omission of the CONTRACTOR, -and SUBCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 24.2 In any and all claims against the OWNER or the ENGINEER, or any of their agents or employees, by any employee of the CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or I' I 9620 GENERAL CONDITIONS Page 13 I ,I anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts or other employee benefits acts. 24.3 The obligation'of th~ CONTRACTOR under this paragraph shall not extend to the liability of the ENGINEER, his agents or employees arising out of the preparation or approval of maps, DRAWINGS, opinions, reports, surveys, CHANGE ORDERS, designs or SPECIFICATIONS. 'I- I 25. SEPARATE CONTRACTS I I, 25.1 The OWNER reserves the right to let other contracts in connection with the PROJECT. The CONTRACTOR shall afford other CONTRACTORS reasonable opportunity for the introduction and storage of their materials and the execution of their 'WORK, and shall .properly connect and coordinate his WORK with theirs. If the proper execution or results of any part of the CONTRACTOR'S WORK depends upon the WORK of any other CONTRACTOR, t~e CONTRACTOR shall inspect and promptly report to the. ENGINEER any defects in such WORK that render it unsuitable for such proper execution and results. ,I: I, 25.2 The OWNER may perform additional WORK related to the PROJECT by himself, or he may let other contracts containing provisions similar to these. The CONTRACTOR will afford the other CONTRACTORS who are parties to such Contracts .(or the OWNER, if he is performing the additional WORK himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of WORK, and shall properly connect and coordinate his WORK with theirs. . .11 I' 25.3 If the performance of additional WORK by other CONTRACTORS or the OWNER is not noted in the CONTRACT DOCUMENTS prior to the execution of the CONTRACT, written notice thereof shall be gi vento the CONTRACTOR prior to starting any such additional WORK. If the CONTRACTOR believes that the performance of such additional WORK by the OWNER or others i~volves him in additional expense or entitles him to an extension of the CONTRACT TIME, he may make a claim therefor as provided in Sections 14 and 15. I 26. SUBCONTRACTING 'I ,II 26.1 The CONTRACTOR may utilize the services of specialty SUBCONTRACTORS on those parts of the WORK which, under normal. contracting practices, are performed by specialty SUBCONTRACTORS. 26.2 The CONTRACTOR shall .not award WORK to SUBCONTRACTOR(s), in excess of fifty(50%) percent of the CONTRACT PRICE, without prior written approval of the OWNER. I' .1 1\ 26.3 The CONTRACTOR shall be fully ~esponsible to the. OWNER for the acts and omissions of his SUBCONTRACTORS" and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. 26.4 The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative to the WORK to bind SUBCONTRACTORS to the CONTRACTOR by the terms of the CONTRACT DOCUMENTS insofar as applicable to the WORK of SUBCONTRACTORS and to give the CONTRACTOR the same power as regards terminating any subcontract that the OWNER may exercise over the CONTRACTOR under any provision of the CONTRACT DOCUMENTS. .1 26.5 Nothing contained in this CONTRACT shall create any contractual relation between any SUBCONTRACTOR and the OWNER. 1\ .1 9620 GENERAL CONDITIONS Page 14 I .1, 27. ENGINEER'S AUTHORITY I I 27.1 The ENGINEER shall act as the OWNER'S representative during the construction period. He shall decide questions which may arise as to quality and acceptability of materials furnished and WORK performed. He shall interpret the intent of the CONTRACT DOCUMENTS in a fair and unbiased manner. The ENGINEER will make vis~ts to the site ~nd determine if the WORK is proceeding in accordance with the CONTRACT DOCUMENTS. 27~ 2 The CONTRACTOR will ,be held strictly to the intent of the CONTRACT DOCUMENTS in regard to the quality of materials, workmanship and execution of the WORK. Inspections'may be made at the factory or fabrication plant of the source of ~aterial supply. I' 27.3 The ENGINEER will not be responsible for the construction means, controls, techniques~sequ~nces, procedures, or construction safeti.' II, 27.4 . The ENGINEER shall promptly make decisions relative to' interpretation of the CONTRACT DOCUMENTS. I, I. 28. LAND AND RIGHTS-OF-WAY 28.1 Prior to issuance of NOTICE TO PROCEED, the OWNER shall' obtain all land and rights-of-way necessary for carrying out and for the completion of the WORK to be performed pursuant to the CONTRACT DOCUMENTS, unless otherwise mutually agreed. 8, 28.2 The OWNER shall provide to the CONTRACTOR information which delineates and describes the lands owned and rights-of-way acquired. 28.3 The CONTRACTOR. shall provide at.' his own expense and without liability to the OWNER any additional land and access thereto that the CONTRACTOR may desire for temporary construction facilities, or for storage of materials. I 29. GUARANTY 'I 29.1 . The CONTRACTOR shall guarantee all materials and equipment furnished and WORK performed for a period of one (1) year from the date of SUBSTANTIAL COMPLETION. The CONTRACTOR warrants and guarantees for a period of one (1) year from the date of SUBSTANTIAL COMPLETION of the system that the completed system is . free from all defects due to .faulty materials or workmanship and the CONTRACTOR shall promptly make such corrections as may be necessary'by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The OWNER will gi ve notice of observed defects with reasonable promptness.. In the event that the CONTRACTOR should fail to make such repairs, adjustments, or other WORK that may be made necessary by such defects, the OWNER may do so and charge the CONTRACTOR the cost thereby incurred. The Performance BOND shall remain in full force and effect through the guarantee period. ,I I. I' i;~ 30. DISPUTES I, 30.1 All claims, disputes,.and other matters in question arising out of, or relating to, CONTRACT DOCUMENTS or breech thereof, except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 20.1 shall be decided in the Superior Court of Richmond County, Georgia, except where the parties agree on an alternate process-' for resolution of the question. " I, 30.2 No action in Superior Court of Richmond County shall-be filed for any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 27.1 thru 27.4 until the earlier of (a) the date on which ENGINEER has rendered a decision or (b) the fifteenth day after the parties have presented their evidence to ENGINEER if 1\ ,I 9620 GENERAL CONDITIONS Page 15 I I, I a written decision has not been rendered by ENGINEER before that date. 30.3 The CONTRACTOR will carryon the WORK schedule during any arbitration proceedings, agreed in writing. and maintain the unless otherwise progress mutually 31. TAXES ,I 31.1 The CONTRACTOR will pay all sales, consumer, -use and other similar taxes required by the law of the place where the WORK is performed. :1 ',1. I 1_'. . _...' I 'I I 'I I. I " I I I II .1 9620 GENERAL CONDITIONS Page 16 I I I I I I I I I I I I I I I I I I I SC - 1 CONTRACT DOCUMENTS AND DRAWINGS: The Contract Documents which form a part of this contract include Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Notice of Award, Agreement, Payment Bond, Performance Bond, Notice 'to Proceed, Change Order, General Conditions, Special Conditions, Technical Specifications, Drawings and Addenda. Specifications: The specifications consist of a written description of a general and technical nature of materials, equipment, construction systems, standards and workmanship, and include General Conditions, Supplemental General Conditions, Special Conditions and Technical Specifications indexed at the front of this bound volume of Contr'act Documents. Drawings: The Engineer will furnish to the Contractor, free of charge, all copies of the drawings and specifications reasonably necessary for the execution of the work. Location of all features of the work included in the contract are indicated on the contract drawings. The following drawings, dated January 1997, comprise the plans' for this contract. DRAWING NO. . TITLE COVER LEGEND, LOCATION MAP AND DRAWING LIST 1. REV. MILLEDGEVILLE ROAD WATER LINE BARTON CHAPEL - GORDON HWY. 2. REV. HWY. 25 WATER LINE TROUT STREET - DORIS ROAD 3. OLD SAVANNAH ROAD WATER LINE OLIVE ROAD - OLD SAVANNAH ROAD 4. NORTON BLVD. WATER LINE MODIFICATIONS 5. REV. STANDARD DETAILS 6. EROSION AND SEDIMENT CONTROL FOR UTILITY LINE CONSTRUCTION SC - 2 CONTRACTOR'S FIELD OFFICE: The Contractor shall maintain a field office on the site of the work which contains a telephone, the contract documents, and the contractor's records.. In addition, another off~ce shall be equipped with a tel.=phone, file cabinets for project records, a table for reference of construction plans " storage space for project plans and specifications and other furnishings as required for the exclusive use of the Owner's project representative who will be assigned to this project. SC - 3 TEMPORARY SANITARY FACILITIES: Upon commencing work, the Contractor shall provide temporary screened and shielded sanitary privies' in a manner meeting the approval of the Engineer. Facilities' shall be maintained in a sani ta'ry condition by the Contractor and in compliance with the requirements of authorities having jurisdiction. All temporary facilities shall be removed by the Contractor and the area returned to its original condition prior to acceptance of the completed project. 9620 SPECIAL CONDITIONS Page 2 .1 I I :1 I "1 I .1 I I I ,I I I I I I 'I I SC - 4 BOUNDARIES OF WORK: The Contractor shall not enter on or occupy with men, tools, equipment, or materials, any ground outside the limits of Owner I s property. or construction easements without written consent of the Owner of such property. SC - 5 EXISTING STRUCTURES AND UTILITIES: It is mandatory that the Contractor locate all previously placed underground installations and construction prior to his engaging in any work in areas where such improvements may exist. The-Contract drawings indicate general locations- of such existing improvements :.solely for the purpose of initial and geriera'i representation thereof. The Owner and Engineer have not verified locations of these improvements as a basis for,,19.cations displayed on' the drawings. All utili ties and improvements mus'e be'-located and flagged by' the Contractor prior to commencing work. Flags must be maintained and based upon actual field determinations. The Owner's p'roj ect inspector must be notified before any work begins in vicinity of existing tinderground improvements. . The Contractor shall be held responsible for any damage and maintenance and protection of existing construction and utilities. damaged construction, utilities or improvements shall be restored to original or better condition in which they were discovered. for All the SC - 6 TRAFFIC SAFETY: The Contractor will be held responsible for any damages caused by negligence on his part, 'or by. the improper placing of or failure to display danger signs and road, lanterns; all traffic lanes will be kept open and clear at all times and no excavated material or equipment will be placed on pavement during construction. SC - 7 UTILITIES: Th~ Contractor shall provide for temporary utilities for construction operations. Potable water is available from hydrants. The Contractor shall make provisions for telephone service with the phone company. Electric power for construction operations shall be provided by the Contractor by arrangement with Georgia Power Company. The Contractor shall make suitable arrangements to provide fuel for temporary heating and/or other construction operations as necessary. SC - 8 ESTIMATE OF QUANTITIES: Estimated quantities of 'work' to be done and materials to be ,furnished under this Contract if shown in-any of the documents including the BID, are given only to indicate approximately the scope of the Contract; variation of the quantities reasonably necessary to complete the work contemplated by this Contract shall, in no way, vitiate this Contract, nor shall any such variation give cause for claims or iiability for damages. SC - 9 SURVEYS: The Contractor shall make his own surveys and establish his own working lines and grades from the basic reference lines established by the Engineer. The Contractor shall maintain a benchmark on site. At each structure, a physical check of installed inverts and/or floor elevations shall be made and the elevations recorded and furnished to the Engineer. 9620 SPECIAL CONDITIONS Page 3 .1 I I I I. I I I I I I I I I I 'I I I I S~ - 10 DIMENSIONS: Dimension-s shown in figures. or which can be determined by computation from other figures shown, shall take precedence over dimensions scaled from the drawings. When the work of the Contractor is affected by finished dimensions, these shall be determined by the Contractor at the site and he shall assume the responsibility therefor. SC - 11 EROSION AND SEDIMENT CONTROL: The Contractor will be required to schedule his work and perform operations in such a _ .~anner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the _course of construction shall be restored to a condition equal or better than the original condition. Grassing of disturbed areas shall be the minimum acceptable restoration. Silt control devices such as stt~~ 'bale fences and/or silt fence weight filter fabric shall be installed to limit migration of silt to the water couI:,ses.. Erosion Control devices ~uch as__mats,grass, mulch, and crushed. stone shall be installed .to protect adjoining areas from _' soil..' contamination. Compliancew'i.th . the guidelines of the Manual for Erosion and Sedimentation Control in Georgia, pursuant to the Erosion and Sedimentation Act of 197~~ shall apply as though fully set forth herein. . - - - . The Contractor shall procure a Land Disturbing Permit from: Augusta- Richmond Planning Commission, 525 Telfair Street, Augusta, GA 30911. As a part of the permitting process, the Contractor shall provide his construction schedule of land disturbing work and shall include a plan of the temporary measures to be in place during construction. An employee of the prime Contractor shall be designated as the work site Erosion and Sediment Control Supervisor who is to be responsible for timely installation of erosion and sediment control measures and who shall provide early detection and correction of erosion, sediment, and flooding problems and who shall have full (24 hr) access to the personnel, equipment, materials, means and measures to ensure correction of routine and or special deficiencies. Permanent erosion control measures for this site include moderate slopes, pavement, and permanent grassing. The Contractor shall strive to expedite completion of the permanent measures and shall keep the temporary measures in place until a satisfactory grass cover is established. Sediment and erosion control materials shall be as specified in Section Tl, Site Work and Section T7,. Grassinq. An erosion control and sediment containment (E&S) allowance limit is included as a supplementary bid price. Where installed quanti ties of acceptable E&S measures result in an overrun of the E&S allowance limit an. upward adjustment of the contract will be made on the basis of the total amount resulting from installed quantities and unit prices of E&S bid items. Because this contract considers the E&S work to be a subsidiary obligation of the base bid items, no downward adjustment of the base bid will be made where 'more efficient E&S means result in adequate control of erosion control and containment of silt. SC - 12 SAFETY-AND HEALTH REGULATIONS: The Contractor shall comply with the Department ~of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of i970 (PL9l-596) and under Sec. 107 of the Contract Work Hours and Safety Standards Act (PL9l-54). 9620 SPECIAL CONDITIONS Page 4 I I I .1 I I I I I I I I I I I I, I I I SC - 13 SITE CONTAMINATION AND CHEMICALS: The CONTRACTOR shall prevent the construction site from being contaminated with any substance in quantities or under circumstances prohibited by environm~ntal pr~tection laws of the United States or the State of Georgia. The CONTRACTOR shall be responsible to the OWNER if, at any time, state or federal authorities make a claim or demand against the OWNER on account of contamination of the site caused or allowed by the CONTRACTOR or any of its forces or subcontractors. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must be registered for the purpose specified with USDA. . Use of all such' chemicals and disposal of residues .shall be in - strict conformance with instructions... . "~. SC - 14 STORAGE OF MATER'rALS: . ~,' Materials shall: be so stored as - to insure. the preservation of .their quality:and fitness for the 'work. When considered necessary, they shall be placed on. wooden platforms, or. other hard,. clean,. surfaces , and/or placed under cover. Stores of materials shall be so located as to facilitate prompt inspection. SC - 15 MANUFACTURER'S DIRECTIONS: Manufactured articles, materials and equipment shall be applied, installed, connected, erected~ used, cleaned and conditioned as directed by the manufacturer unless herein specified to the contrary. SC - 16 . CLEANING UP: The Contractor shall keep the premises free from the accumulation of waste material and rubbish, and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. On a daily basis, the work area shall be cleaned sufficiently to produce a neat appearance. SC - 17 PRIOR USE BY OWNER: Prior to completion of the work, the Owner (by agreement with the Contractor) may take over the operation and/or use of portions of the proj ect. Such use of facilities by the Owner shall not be deemed as acceptance of any work. or relieve the Contractor from any of the requirements of the Contract Documents. SC - 18 RESTORATION OF PROPERTY: The Contractor shall carefully. restore all property defaced by the operations or acts of any of his agents or employees. Such restoration shall include seeding, sodding, transplanting of lawns, hedges, or ornamental plantings, and the repair or replacement of streets, dri veways, walks, fences, or other - facili ties in such a manner as to meet the approval of the Engineer. No. structures, fences or trees shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. Restoration of property shall commence immediately' upon substantial completion of the proposed work in the various areas of the construction site. 9620 SPECIAL CONDITIONS Page 5 I" I I I I I .1 I I I I I I .1 I I I I I SC - 19 DEMOLITION: Pipe work planned for replacing the connecting piping at Norton Blvd. shall be installed in stages in order to provide for very lirni ted interruption of service. SC - 20 SUB-SURFACE INVESTIGATION: A soils investig~tion is not' available for this site. '.1 9620 SPECIAL CONDITIONS Page 6 I I SECTION T-1 - SITE WORK I. SCOPE: -I The work covered by this specification consists of furnishing all plant, labor, equipment, appliances, materials and supervision, and in performing all operations in connection with clearing,. grubbing, excavation, filling, backfilling, gradipg the site, field layout, staking, and grade setting in strict accordance with this section of the specifications, the applicable drawings and terms and conditions of the Contract. -I GENERAL: I Operations shall be conducted in a manner which will provide' for the safety of employees and others. Existing utility lines, walks, steps, paving, structures, or trees to remain shall be safeguarded and protected from damage, anc;i supported if necessary. Prior to any work the Contractor shall obtain necessary permits for work in the area or shall. ascertain that the permits have otherwise been obtained. See Special Conditions, Paragraph SC-10 for field layout, staking, and grade setting requirements. 'I I Classification of Excavation: All excavation in connection with site work will be considered unclassified common excavation. '1 CLEARING: '1 Clearing shall consist of the felling and cutting up or trimming of trees and the satisfactory disposal of the trees and other vegetation designated for removal together with the down timber, snags, brush and rubbish occurring within the project limits. Trees and other vegetation to be removed and all stumps, roots, and brush in areas to be cleared but not grubbed shall be cut off flush with or slightly below the original ground surface. Trees and stumps in areas to be covered" by embankments 3 feet or more in height shall be cut. off to 8 inches or less above the original ground surface. Trees and other vegetation in areas to be cleared and grubbed may be, removed by uprooting or any other method that the Contractor may propose that is satisfactory to the Engineer. Individual trees and gro'ups of trees designated to be left standing shall be trimmed of all live branches to such heights and in such manner as directed by the Engineer. All limbs and branches required to be trimmed shall be neatly cut close to the bole of the tree or to 'main branches, and the cuts more than 1-1/2 inches in diameter thus made shall be painted with an approved tree wound paint. I -I -I I GRUBBING: I Grubbing shall consist of the removal and disposal of all stumps, roots larger than 3 inches in diameter to the depth specified, and matted roots from the areas to be grubbed. In foundations areas, stumps, roots, logs or other timber 3. inches and over in diameter, matted roots, and other debris not suitable for foundation purposes, shall be excavated and removed to a depth not less than 18 inches below any subgrade, shoulder or slope; and to a depth of 12 inches below finish grade in areas to be grassed. . All depressions excavated below the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. Grubbing will not be required in areas other than those occupied by construction and graded and grassed areas. I I I 9620 SITE WORK T1-1 I I I DISPOSAL OF CLEARED AND GRUBBED MATERIAL: I Merchantable Timber: All merchantable timber (6" diameter at the base or larger) cut from the construction sites, or from the rights-of-way, shall remain the property of the landowner. The Contractor shall trim and cut such timber and stack it neatly within the easement. or right-of-way, as directed by the Engineer. -I I Burning or Removal From Site: All -Timber, except such timber which the Engineer considers merchantable, all logs, stumps, roots, brush, rotten wood and other refuse from the clearing and grubbing operations shall be burned, except that when permitted in writing by the Engineer, logs and large stumps may be otherwise disposed of as elected by the Contractor. Such permit will state the conditions covering the disposal of such logs and stumps without burning, including the areas in which they may be placed. Timber and other refuse to be disposed of by burning shall be burned at locations specified by the Engineer, in a manner that will avoid all hazards, such as damage to existing structures, construction in progress, trees and vegetation. The Contractor will be responsible for compliance with all Federal and State Laws and regulations relative to the building of fires. Disposal by burning shall be kept under constant attendance until the fires have burned out or have been extinguished. "I "I I MATERIALS: I Borrow Material shall be selected to meet the requirements and conditions of the particular installation for which it is to be used. The material shall consist of sand soils or sand-clay soils capable of being readily shaped and compacted to the required densities and shall be free of roots, trash and any other deleterious material. The material shall be obtained from off-site borrow pits approved by the Engineer. Borrow pits shall be cleared and grubbed as necessary, and . shall be opened, excavated, graded and maintained so that adequate and proper drainage and a neat appearance shall exist at all times. I I I Topsoil shall consist of a natural material that occurs in surface deposits of limited depth, and, in general, on elevated areas, it shall be composed of natural mixtures of clay and soil binder with sand. Topsoil shall contain not more than 25 percent of clay and shall be free of stones larger than 2 inches in diameter, roots, excessive vegetation, rubbish or other deleterious matter. Topsoil shall be approved by the Engineer before being used on the work. Topsoil as described, shall be excavated from all areas to be disturbed, whether for' structures, piping, site grading, or paving, and if it cannot immediately be placed in its fi.nal location, it shall be stored for later use. Stockpiled topsoil shall be placed to afford good drainage. Topsoil work shall not be performed when the soil is so wet that the tilth of the soil will be destroyed. I I I Embankment: This item consists of placing in fills and embankments for roadways, and other site grading work, the materials removed from the various excavations and borrow pits, all as specified herein and in accordance with the appropriate lines, grades, sections, contours and dimensions. I Crushed stone surfacing material shall consist of a compacted subgrade, a 4" sand-clay base, and a' 2-1/2" crushed stone surface course. The surface course shall consist of dense graded crushed stone with 65 percent passing a No.4' U. S. Standard Sieve. I I 9620 SITE WORK Tl-2 I I I CONSTRUCTION METHODS: I General: During construction, embankments, fills and excavations shall be_ kept shaped and drained. Oi tches and drains along the subgrade shall be maintained in such manner as to drain effectively at all times. Grading shall be done so .that the surface of the ground will be properly sloped to prevent water from running into the excavations for structures or pipe lines; any water which accumulates in excavations shall be removed promptly. Excavated materials shall'not be stockpiled within a distance from the edge of any excavation less than 1-1/2 times the depth of the excavation. Suitable material removed from excavation shall be used, where feasible, in the formation of embankments, fills, subgrades, shoulders, backfills, and site grading; excess material from excavation, not required for such uses or materials not suitable for such uses, shall be wasted in locations directed by the Engineer. Any wetting, hauling, scarifying, mixing, shaping, rolling, tamping or other operation incidental.to the following requirements, which, in the judgment of the Engineer, are necessary to obtain the. specified results, shall be performed by the Contractor at no additional expense to the Owner. I -I I I Site Grading: Site grading shall consist of excavating and placing all necessary materials outside the limits of the various structures. Site grading shall be completed when all surfaces are aligned wi~h surrounding grades or are in conformity with the contours when shown, and are smooth, firm, containing the specified materials. Site grading shall include all excavation, filling and compacting required for construction' of all ditches,- roads, and all other areas disturbed by construction except as otherwise specified. Site grading'. also shall include excavation and backfill for walks and steps. Except as otherwise specified herein, all disturbed areas on the site shall be finished off.to a uniformly smooth surface, free from abrupt, irregular surface changes. The aegree of smoothness shall be that ordinarily obtainable from power grader operations. The finished surface shall not be more than 0.10 foot above or below the established grade. There shall be no roots, wasted building materials, trash or other unsightly matter projecting through or visible at the surface. I I 'I -I I After all. embankments and fills have been completed to grade, and after all structures and pipe lines requiring the use of heavy equipment have been completed, excavation necessary for the const.ruction of walkways and steps m~y be performed. Excavation shall be accurately cut to line ,and grade; sufficient width for the accurate. placement and, adequate support of the forms shall be allowed. After the forms are removed, the backfill shall be replaced and recompacted around structures, walks and steps. Care shall be taken to avoid damage to the walks and steps by the tampe.rs. Topsoil shall be evenly spread over the entire area to receive vegetation 1 cover. The compacted subgrade shall be scarified to a depth of 2 inches for the bonding of topsoil with the subsoil. Topsoil shall then be evenly spread, lightly compacted (not less than one pass of a cultipacker weighing 100.to 160#/ft. of roller) and graded to a uniform thickness of not less than 3 inches, and the surface shall conform to the requirements of site grading, ditches, embankments, or other features, as. applicable. 'I I I I Ditches shall be cut accurately to line, grade, and cross-section. Any excessive ditch excavation shall be backfilled to grade with material approved by the Engineer, consisting of suitable excavated soil, borrow, or stones or cobbles. The requirements of paragraph "Site Grading", above, shall apply to ditches except as follows: The degr'ee of smoothness shall be that usually obtainable with string line or hand I I 9620 SITE WORK Tl-3 I I I raking methods; the finished surface of ditch slopes shall not be more than 0.10 foot above or below the appropriate elevations. I Embankment: Sloping ground surface, steeper than one vertical to four horizontal, on which embankment or fill is to be placed, shall be plowed, stepped, or broken up in such manner that the embankment material will bond with .the existing surface. Approved .material, consisting of earth, sandy clay, sand and gravel, clay gravel, soft shale, or other granular material (not containing muck, trees, stumps, brush, matted roots or other clods of earth or stones) shall be placed in horizontal layers of loose material not more than 8 inches in depth. Each layer shall be spread uniformly and tamped and compacted to 95 percent of the density measured by Standard Proctor ASTM 0698. Tamping shall be accomplished by sheepsfoot rollers or mechanical hand tampers. Final compaction may be by an approved power roller weighing not less than 10 tons, except where insufficient cover may cause damage to pipe. I I I CRUSHED STONE SURFACING FOR UNPAVED DRIVEWAY REPLACEMENT: I The subgrade shall be scarified 6" deep and then recompacted to 100%. ASTM 0698. Over the compacted subgrade compact a 4" thick Class A sand clay base compacted to 100% of ASTM 0698 density. The 2-1/2" compacted crushed stone surface course shall be installed over the base. I INSPECTION ANO TESTS: I The Engineer, at his .discretion, may order.tests and inspections to be performed during the progress of the work, or at the completion of any individual unit of the work, or at the time of final inspection of the entire proj ect. Random spot checks of elevation and slopes shall be conducted by ordinary differential level and profile methods. Random spot checks of topsoil thickness shall be conducted by cutting through the surface with a spade or mattock, and measuring the thickness of topsoil exposed. Density of embankment, fill, backfill or subgrade may be measured according to the procedures of ASTM 0698. I .1 GRASSING: I Areas of road shoulders and other property disturbed by construction operations shall be grassed in accordance with the GRASSING section of the specifications. Areas to be grassed shall be planted, maintained, and shall utilize topsoil, lime, fertilizer, proper and approved grass and mulch sufficient to produce a cover suitable to eliminate significant erosion.' ~I MAINTENANCE: I Inspection of site work as it is completed, shall not constitute final acceptance of the item. The Contractor shall maintain all items in' such condition as to be ready' for final inspection from the time of completion until the final acceptance of the entire project. I PAYMENT: I Payment for clearing, grubbing, site grading, sediment containment, and erosion control shall be included in the unit price for water lines, lump sum price and other unit price or lump sum prices as appropriate. I Payment for borrow material shall include all costs of the material, hauling, placement, and compaction, complete, in place; payment. shall be based on quantities of materials in place determined by differential measurements made in the presence of the Engineer's Representative, before and after placement. I 9620 SITE WORK T1-4 I. I I I Payment for crushed stone surfacing of driveways will be paid for on the basis of the applicable unit price per square yard as set forth in the Bid and shall include all work associated with grading, compacting and placing of the crushed - stone and base. The quantity for payment shall be based on measurements in place as determined in the presence of the Engineer's Representative. I No other separate payment will be made for the work "covered by this section of the specifications and all costs in connection therewith shall be included in the appropriate lump sum or unit price in the Bid. I I I I I I I .1 I I I I .' I I 9620 SITE WORK Tl-S I I I SECTION T-2 - EXCAVATION, FILLING AND BACKFILLING I SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances, materials, layout staking and grade staking and supervision, and in performing all operations. in connection with the excavation, filling and backfilling for structures., and piping in strict accordance with this section of the specifications, the applicable drawings and terms and conditions of the Contract. I CLASSIFICATION OF EXCAVATION: All excavation shall be Unclassified. I EXCAVATION: I General: The excavation shall conform to dimensions and elevations appropriate for the pipe line or structure. Excavation shall not be carried below the elevation necessary for construction. I. Excavation for Walls and Footings shall extend a sufficient distance to allow for the placing and removal of forms, installation of services and for inspection, except where the concrete wall or footing may be authorized to be deposited directly against excavated surfaces. I Trench Excavation: Trenches shall be excavated true to line and grade. Trenches to receive pipe having a nominal diameter of 24 inches or less shall not be' less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, so that a clear space of not less than 6 inches nor more than 8 inches in width is provided on each side of the pipe. I The maximum width specified applies to the width at or below the level of the top of the pip~. The width of the trench above the pipe may be as wide as necessary to provide room for proper installation of the work. The Contractor shall comply with the safety requirements of OSHA. I I The bottoms of trenches for water lines shall be rounded so that the lower 90 degree quadrant of the pipe is in direct contact throughout its entire length with undisturbed earth or with suitable compacted _fill 'material. Bell holes and excavation for joints shall be dug by hand after the trench bottom has been shaped. These holes shall be so spaced and, sized as to permit first class workmanship on the joint and to insure that the maximum length of pipe possible will rest on the prepared bottom of the trench. I I Where rock is encountered in the trench bottom, the excavation shall be carried below the bottom of the pipe a distance of 6 inches or one-eighth the outside diameter of the pipe, whichever is greater. Where, in the opinion of the Engineer, the natural trench bottom is soil which is _incapable of satisfactorily supporting the pipe, such unsuitable soil shall be removed to the. depth required as determined at the site. The trench bottom shall then be refilled with selected refill material, placed in 8 inch layers and compacted at optimum moisture content. Each layer shall be thoroughly tamped. The refill shall be brought to the proper elevation for. the pipe. I I Dewatering and Drainage of Excavated Areas: Grading _in the vicinity of structures shall be controlled to prevent surface water from running into excavated areas. Dewatering by pumping or wellpointing from excavated areas shall be performed by the Contractor to provide a stable excavation and a firm pit or trench bottom. Dewatering shall incur no extra ,cost to the Owner. I I 9620 EXCAVATION, FILLING AND BACKFILLING T2-1 I I I I All dewatering methods shall be subject to the approval of the Engineer as to capacity and effectiveness. Water removed from the excavated areas shall be conveyed in a proper manner to a suitable point of discharge where it will neither cause injury to public health, public or private property, the surface or use of streets by the public or work completed or in progress. Protection Against Flotation: To guard against the danger of flotation of empty or partially empty pipe due to a high water table, all dewatering operations shall be continued without interruption until such time as sufficient backfill has been placed over the top of the pipe to overcome the buoyancy effect of a completely empty pipe which is entirely submerged. Shoring and Protection of Excavations: Shoring shall be provided by the Contractor as necessary to protect life or property. All existing structures, streets, pipes, and foundations which are not to be removed or relocated shall be adequately protected or replaced hy the Contractor wi thout cos t to the Owner. The Contractor shall adequately protect the wor~ under construction and the safety of his workmen in excavations by the use of suitable sheeting, shoring and bracing, or by sloping the banks in accordanc~ with the angle bf repose of the soil. 'I '1 'I I I The Contractor alone is responsible for any damage or .injury resulting from his failure either to provide adequate protection from the excavation or to comply with OSHA requirements. 'I Excess Material: Excess material to be used for backfill shall stockpiled as directed by the Engineer. Excavated material shall deposited a sufficient distance from the side of excavation walls prevent excessive surcharge on the wall. Excess excavated material suitable or required for backfill or filling shall be wasted within limits of the site as directed by the Engineer. be be to not the '-1 'I Blasting: Where blasting is necessary, it shall be done in accordance with local ordinances by skilled operators and precautions shall be taken to avoid damage. Sui t'able mats shall be provided to confine, wi thin the limits of the excavations, all materials lifted by blasting. I FILL: I Earth fill shall be placed in layers not ~o exceed 8 Each layer shall be compacted at optimum moisture approved by the Engineer. After compaction, the dry for each layer shall be at least 95% of the maximum per cubic foot, as determined by the ASTM 0 698. inches in thickness. content in a manner weight per cubic foot Laboratory Dry Weight I BACKFILLING: I The Engineer shall be notified before backfilling in. order that the work maybe inspected before it is covered. After completion of the foundation footings, walls, or pipe work, and prior to ~ackfilling, all forms shall be removed and the excavation shall be cleared of all trash and debris. Symmetrical backfill shall be placed in horizontal layers not in excess of 8 inch thickness, and shall have an optimum moisture content when compacted. After compaction, the dry weight per cubic foot for each layer shall be at least 95% of the maximum Laboratory Dry Weight per cubic foot, as determined by ASTM D 698. I I I 9620 EXCAVATION, FILLING AND BACKFILLING T2-2 I I I FILL AND BACKFILL MATERIAL: I Material for fill and backfilling if suitable, or borrow approved trash, lumber, or other debris, deleterious matter. shall consist of the excavated material, by the Engineer, and shall be free of roots and other organic, perishable or I BORROW MATERIAL FOR TRENCH BACKFILL: -I Borrow material for trench backfill shall sand~clay soils capable of being readily required densities and shall be free of deleterious material. consist of sand soils or shaped and- compacted to the roots, trash, and any other -I SELECTED REFILL MATERIAL: I When directed by the Engineer, selected refill material shall be used to refill the trench bottom where unsuitable soil is encountered; or, where rock excavation is required in trenches for water lines, selected refill material shall. be used to refill the trench bottom to a minimum depth of 6 inches. Such material shall be crushed stone or gravel of suitable gradation free from sod, sticks, roots and other organic, perishable or deleterious matter. The Contractor shall obtain prior approval from the Engineer of the material proposed for the above use. I PAVEMENT REMOVAL AND REPLACEMENT: '1. The Contractor shall replace or repair all pavement which has been removed or damaged in his trenching operation with pavement of equal quality but not less than 8" of 4,000 p. s. i. concrete, plus 2" hot plant mix over compacted fill. Sufficient pavement shall be replaced to allow for at least one foot outside of excavation limits or damaged portions. The existing pavement shall be neatly cut verticaliy and on a uniform horizontal alignment. The type of paving used in patching shall be the same as the original pavement and shall be tied into the adjacent pavement or slab as directed by the Engineer. Pavement subgrade and pavement under the cognizance of local and state highway departments shall be replaced in strict accordance with their standards or direction. The Owner will provide permits for the opening of the pavement. The Contractor shall meet all of the requirements of such permits for work which' 'is done wi thin the highway right-of-way. 'I ~I I "I EROSION AND SEDIMENT CONTROL: I Temporary Silt Fencing shall be installed to limit -the migration of silt from the construction area to waterways or proximate water courses. Filter fabrics free of defects or flaws shall be installed against a stable, post supported wire backing to intercept all runoff from the construction site. I Filter Fabrics Materials shall be .strong rot-proof synthetic fibers formed into a fabric of either .the woven or nonwoven type. Either type of fabric shall be free of any treatment or coating which might significantly alter its physical properties after installation. The fabric shall contain stabilizers and/or inhibitors to make the filaments resistant to deterioration resulting from exposure to sunlight or heat. The fabric shall be a pervious sheet of synthetic fibers oriented into a stable network so that the fibers retain their relative position with respect to each other under normal handling, ins talla tion, and' service condi tions . Edges of the fabric shall be finished to prevent the outer yarn from pulling away from the fabric. I I During all periods of shipment and storage, the fabric shall be wrapped in a heavy-duty protective covering which will protect the cloth from I 9620 EXCAVATION, FILLING AND BACKFILLING T2-3 I I I sunlight, mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater than 140 degrees F. I The fabric shall meet the following physical requirements: I Tensile Strength (Lbs. Min.) (ASTM 0-4632) Warp - 120 F.ill 100 Elongation (% Max.) (ASTM 0-4632) 40 -I AOS (Apparent Opening Size) (Max. Sieve Size) (ASTM 0-4751) #30 -I Flow Rate (Gal/Min/Sq.Ft.) (GOT-87) 25 I Ultraviolet Stability (2) (ASTM 0-4632 after 300 hours weathering in accordance with ASTM 0-4355) 80 I Bursting Strength (PSI Min.) (ASTM 0-3786 Diaphragm Bursting Strength Tester) 175 -I Minimum Fabric Width (Inches) 24 I Filter Fabric .Backing shall be woven wire and attached to the posts by wire, cord,_ staples, nails, or other acceptable means. The filter fabric shall be installed in such a manner that 6 to 8 inches of fabric is left at the bottom to be buried and a minimum overlap of 18 inches is provided at all splice joints. After the fabric is installed in a trench, the trench is then to be backfilled and compacted so that no flow can pass under the barrier. -I The Wire Support Fence shall be at least 24" high and shall have at least 6 horizontal wires 4x4 Wl.4xWl.4 or equal. -I I Posts shall be a minimum of 4 feet long and either wood or equivalent steel posts may be used. Soft wood posts shall be at least 3 inches in diameter or nominal 2"x4" and straight enough to provide a fence without noticeable misalignment. Maximum post spacing shall be 4 feet. I Wire Staples/Fasteners shall be #17 gauge minimum and shall have a crown at least 3/4 inch wide and legs at least 1/2 inch long. Nails for fasteners shall be #14 gauge minimum, 1 inch long with 3/4 inch button heads. Fasteners shall be evenly spaced with at least 4 per post. I Straw Bale additional installed. anchored to Ditch Checks: To control erosion in waterways and to provide restriction of silt migration, temporary ditch checks shall be Standard rectangular mechanically produced straw bales shall be 2x4x4'-0" posts..set 2.5' below grade. I Removal of Temporary Soil Erosion and Sediment Control Measures: After permanent erosion control features of the work site are complete and ample grass is established, the temporary fences, ditch checks, etc. shall be removed. Silt which has collected shall be removed, or when appropriate, regraded, stabilized, and planted. I I 9620 EXCAVATION, FILLING AND BACKFILLING T2-4 I I I RESTORATION OF PRIVATE PROPERTY: I The Contractor shall carefully restore ,all private property defaced by operations or acts of any of his agents or employees. Such restoration shall include seeding, sodding, and transplanting of lawns, hedges or ornamental plantings, and the repair or replacement of other private facilities in such manner as to meet the approval of the Engineer and at no addi tional cost to the Owner. .No structures or trees shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. I I PAYMENT: I Except as specifically stated in the items which follow, no separate payment shall be made for common excavation for structures and pipeline. trenches; backfill; pipe bedding; protection of utilities; maintenance of usable driving surfaces free from potholes; depressions and ruts, erosion control and sediment containment measures; and other work covered by this section of the specifications. Such work shall be considered as a subsidiary obligation of the Contractor in completing the work and all costs in connection therewith shall be included in the applicable lump sum or unit price items in the Bid. I I Selected Ref{ll Material: Refill material, installed at - the direction of the Engineer, to replace unsuitable material below the pipe or to refill the authorized overdepth excavation of rock in trenches for water 'lines will be paid 'for on the basis of the applicable unit price in the Bid. No payment will be made for crushed stone or sand used by the Contractor in the trench bottom in lieu of dewatering by use of well points. I I Borrow Material for Trench Backfill: Borrow material used to backfill the trench above' the pipe, where suitable material is not available from the excavation, will be paid for on the basis of the applicable unit price in the Bid. The quantity of borrow will be based on the computed volume in the trench wi thin the maximum permissible trench width for distances as authorized by the Engineer. ',' -I I Pavement replaced over trench excavations will be paid for on the basis of the applicable unit price per square yard as set forth in the Bid. The maximum permissible width to be used in computing the quantity of pavement allowed for payment will be 3'-4" plus the pipe 0.0. I Gravel driveways replaced over trench excavation will ge paid for on the basis of the applicable unit price per square yard as set forth in the Bid. The maximum permissible width to be used' in computing the quantity allowed for payment \.-.!ill be 4'-8" plus the pipe 0.0. I Resurfacing: For roadway sections which must be resurfaced, payment will be made per square yard for the resurfacing applied over the pavement replacement over trench excavations as well as the adjoining area within the resurfacing limits. I I I I 9620 EXCAVATION, FILLING AND BACKFILLING .T2-5 I I I SECTION T~3 - CONCRETE I SCOPE: I The work covered by this specification. consists of furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of concrete work, complete, in strict accordance with this specification and the applicable drawings, and subject to the terms and conditions of the Contract. I APPLICABLE SPECIFICATIONS: The current edition of the following specifications form a part of this specification: I American Society for Testing Materials Designation: I C 33 C 150 A 615 C 94 C 31 Concrete Aggregates Portland Cement Reinforcing Steel Ready-Mix Concrete Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field I American Concrete Institute Publications: I ACI 318 ACI 315 Building Code Requirement for Reinforced Concrete Manual of Standard Practice for Detailing Reinforced Concrete Structures I CONCRETE: Materials: I Cement: Portland Cement shall be Type I or Type III conforming to ASTM C 150. Only o'ne brand of cement shall be used for exposed conc.rete in any individual structure. I Fine Aggregate shall consist ,of natural sand, manufactured sand or a combination thereof, conforming to the requirement of ASTM C 33, Concrete Aggregate. I Coarse Aggregate shall consist of crushed stone, gravel, or air cooled blast-furnace slag, or a combination thereof, conforming to the requirement of ASTM C 33, Concrete Aggregates. I Water shall be clean and free from oil~, acids, ~alts, or other injurious substances. I Admixtures shall be used to provide entrained air. Other be used only with written approval 'of the Engineer. admixtures shall conform to ASTM C 260. Other admixtures ASTM C 494. Calcium chloride will not be permitted. admixtures shall Air entraining shall conform to' I Curing Materials shall be approved by the Engineer before use. Reinforcing steel for concrete 'shall conform to ASTM A 615, Grade 40 or Grade 60 except as otherwise. noted on the drawings. Shop drawings are required. I I 9620 CONCRETE T3-1 I I I Storage of Materials: Cement and aggregates shall be stored in such a manner as to prevent deterioration or intrusion of foreign matter. Steel reinforcing shall be stored in such a manner' as to be protected from rusting, oil, grease, and distortion. I I Mix: All concrete shall have a minimum 28-day compressive strength of 4,000 pounds per square inch and a slump of 4 inches, unless otherwise indicated. All concrete shall be mixed in a power operated batch mixer. The contents of the mixer shall be completely discharged before each new batch is loaded. Ready mix concrete shall conform to ASTM C 94. The use of retempered concrete will not be permitted. I Concrete for pipe encasement, blocking, and collars shall have. a minimum strength of 3,000 psi. I Forms: . Walls, beams, elevated slabs, footings, piers, cradles, collars, encasement, blocking, floors and other members shall be formed, where necessary, to accurately conform to the appropriate shape, lines and dimensions. Wood forms shall be made from lumber of No.2 Common Grade or better. They shall be properly braced and tied so as to maintain their position and shape, and shall be sufficiently tight to prevent leakage of grout. I I Finish: Floor shall be wood float finished except those normally exposed to view shall be troweled. Walls shall be smooth, free from holes, pockets or honeycomb; fins shall be cut off; depressions, holes, and rough spots shall be carefully pointed. Wall surfaces normally exposed to view shall be rubbed. I Cylinders: Two cylinders per 50 yards of concrete and not less than two for each day's pour shall be tested for 28-day strength. I PAYMENT: I Except as specifically stated in the following items, no separate payment will be made for work covered by this section of the sp~cifications and all costs in connection therewith shall be included in the applicable lump sum or unit price items in the Bid. I Concrete for Encasement, Collars, and Reaction Blocking: Payment for concrete encasement, collars, and reaction blocking will be paid for on the computed volume of concrete actually placed in accordance with the applicable sections of the specifications~ I I Curb and, Gutter: Payment will be made at the applicable contract unit price for the satisfactory construction of curb and gutter along the parking lots and roadway. The' payment item shall include all materials, labor, equipment and all other items necessary for the installation. Measurement will be made along the top of the curb and gutter. I Payment for the concrete and reinforcing associated with the valve pit in Norton Blvd. will be made under the lump sum payment clause for the pipe work and associated work. I I I 9620 CONCRETE T3-2 I I I SECTION T-4 ~WATER LINES I SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, supervision, equipment and' materials, and performing all operations in connection with the installation and testing of the water line and appurtenances, complete, in strict accordance with this section of the specifications and the applicable plans, and subject to the terms and conditions of the Contract. I . GENERAL: I All piping and accessories furnished by the Contractor for incorporation in the work shall be new, unused, and of the type specified herein, and listed in the Bid. All material and construction must be in accordance with the AWWA Standards and any PVC material or plastic service line used must bear the National Sanitation Foundation (NSF) seal of approval for potable water use. All pipe, solder and flux used during installation of the water lines must be "lead-free" with not more than 8% lead in pipes and fittings, and not more than 0.2% lead in solder and flux. I I In installation, no blocking of pipe barrel above the trench bottom will be permitted. Any pipe which has its alignment, grade, or joints disturbed after laying shall be taken up and relaid. The interior of the pipe shall be thoroughly cleaned of all foreign matter before laying in the trench and .shall be kept clean during laying operations by means of plugs or other approved methods. The pipe shall not be laid in water or when trench or weather conditions are unsuitable for work, and water shall be kept out of trenches until the pipe joints have been completed. t'Jhen work is not in progress, open ends of _pipe and fittings shall be securely plugged so that trench water, earth or other foreign substance cannot enter the line. 'I I EXCAVATION, TRENCHING AND BACKFILLING: I Excavation, trenching and backfilling shall be in accordance with the requirements of Section T-2. Excavation required for construction of the water lines shall be either common excavation or rock excavation. I SERVICE PIPING SCHEDULE: I Unless otherwise indicated, pipe and fittings shall be constructed of the materials shown in the following schedule for the service indicated. Cast iron pipe or ductile iron pipe and fittings shall be used for all piping except as may be otherwise indicated in the following schedule: I Servi:ce Pipe Material Fitting Material Water Line Piping D.I.P. (Thickness Class 53) Underground (Pressure Class 350) FIg. above ground; push-on, or M'. J. below ground. '1 DUCTILE IRON PIPE.: I General: Before work is begun the Contractor will furnish to the Engineer layout drawings showing all details for all horiiontal and vertical curves, restrained joints, and all other specials and speci~l joints. I All pipe and fittings may be inspected at the place of manufacture by representatives of the Owner and/or by a testing laboratory of the Owner's selection. Such inspection shall. not in any way' relieve the Contractor from the responsibility for the compliance of all materials installed as I 9620 WATER LINES T4-1 I I I I ,I ,I I I I I "'l I '-1 , I I I I I I I I specified, nor shall such inspection in any way relieve the manufacturer from his responsibility for materials he furnished to be as specified. Underground: Underground pipe shall be ductile iron, Pressure Class 350, in accordance with ANSI Specification A2l.50 and A2l.5l, using 60/42/10 grade of iron. Fittings shall be ductile iron, mechanical joint, 250 P.S.I. rating, in accordance with ANSI A21.l0. Pipe and fittings shall be coated on the outside with a bituminous coating, and lined with cement lining in accordance with ANSI A2l.4. Joints and Jointing Materials:. Joints in underground ductile iron pipe shall be mechanical joint or push-on joint, with restrained mechanical joints where indicated. All joints and jointing materials shall conform to .the requirements of ANSI A21.l1. Mechanical Joints shall conform to ANSI A2l.l0 and A2l.ll, and shall have gaskets smooth and free from any porosity or imperfections; gaskets shall .be made of vulcanized natural or vulcanized synthetic rubber. Bolts for mechanical joints shall be standard, high-strength, heat-treated cast iron tee-head bolts with hexagon nuts meeting the requirements of ANSI A21. 11. Push-on Joints shall have gaskets made of vulcanized natural or synthetic rubber compound conforming to ANSI A2l.l1 and smooth and free from all ,imperfections and porosity. Lubricant for push-on joints shall be non-toxic, shall not support bacteria" growth and shall have no deteriorating effect on the gasket material. Restrained Joints: Concrete blocking for restraint may be used where it clearly will not interfere with other piping or structures and where firm support is available by' concrete bearing agains t the trench wall; otherwise, piping shall utilize restrained joints. Restrained Joints shall be American CIP "Fast Grip", U. S. Pipe "Field Lok" or comparable product which utilizes a positive restraining gasket. Installation techniques shall comply with the joint manufacturer's recommendations. See also "Assembly Instructions" on page T4-3 and "Reaction Support" on page T4-4. Installation: Handling: Pipe and accessories shall be handled in such a manner as to insure delivery on the site and installation in the trench in a sound, undamaged condition. Particular care should be taken not to inj ure the coating. Cutting of pipe shall be done in a neat and workmanlike manner without damage to the pipe or its coating. Cutting shall be done by means of an approved type of mechanical cutter. After cutting, all burrs and other roughness shall be removed and the exterio~ of the spigot end suitably beveled to facilitate assembly. If cutting is not possible, short lengths of pipe shall be furnished as necessary. Placing and Laying: Pipe and' accessories shall be examined for defects and tapped with a light hammer to detect cracks while suspended in the sling before installing. All damaged, defective or unsound items will be rejected and removed immediately from the site of the work. Deflection from a straight line and grade as required by vertical or horizontal curves or offsets shall not exceed the values presented in the following schedule. 9620 T4-2 WATER LINES I I SCHEDULE FOR MAXIMUM DEFLECTION I, Pipe Size (Inches) 6 8 10 12 16 18 .20 Max. Deflection Push-on Joint 21 21 21 21 21 21 21 (Inches per 18 ft. length) Mechanical Joint 30 22 22 22 15 12 12 I I I If alignment requires deflections in excess of the above limitations, the Contractor shall provide special bends or a sufficient number of shorter lengths of pipe to provide angular deflections within the limits set forth. Pipe shall be placed in the trench and bedded as required ~n Section T-2. Except where necessary in making connections with other lines, or as authorized, pipe shall be laid with the bells facing in the direction of laying. 'I Jointing: I Push-on Joints shall be assembled by pre-positioning a continuous, . molded rubber ring gasket in an' annular recess in the pipe socket and forcing the spigot end of the entering pipe into the socket, thereby compressing the gasket radially to the pipe to form a positive seal. The design and shape ~f the gasket and the annular recess shall be such that the gasket is locked in place against displacement as the joint is assembled. Details of. the joint design shall be in accordance with the manufacturer I s standard practice. The size and shape of the 'gasket shall be such as to provide adequate compressive force between the spigot and the socket after assembly to .effect a positive seal under all combinations of the joints and gasket tolerances. Contractor shall furnish both the Owner and the Engineer with one copy of the pipe manufacturer's joint assembly instructions. The Contractor shall adhere strictly to the pipe manufacturer "s j oint assembly instructions. I I 'I I Mechanical Joints: The last 8 inches of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned and then painted with a soap solution made by dissolving one-half cup of granulated soap in one gallon of water. The cast iron gland shall then be slipped on the spigot end of the pipe. The rubber gasket shall be painted with the soap solution and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed 'forward to seat the spigot end in the bell. The gasket shall then be pressed into place wi thin the bell, being careful to have the gasket evenly positioned around the entire joint. The cast-iron gland shall be moved into position for bolting, all bolts inserted, and the nuts screwed up tightly with the fingers. Nuts spaced 180 degrees apart shall be tightened alternately to produce an equal pressure on all parts of the gland. A suitable torque-limiting wrench shall be used with maximum torque as recommended by the manufacturer. 'I I I Restraining Gasket Assembly Instructions: For cold weather assemblies, keep the temperature of the Gaskets above 400 F. I I For cut pipe, select pipe with diameters or circumferences at the cut location which conform to,the table given below. For cut pipe, assure that' a tapered bevel similar to the one furnished with the pipe is ground onto the end of the pipe. I 9620 WATER LINES T4-3 I I I Measure the socket depth and make a mark on the pipe spigot that distance from the end of the pipe. This mark will indicate when the joint is fully "home". I Keep the joint in straight alignment during assembly, especially when handling fittings. Do not fully "home" the joint if joint deflection is required. Set the j oint deflection after the assembly is ,made. Approximately twice as much assembly fo'rce may be required to assemble a Restraining Gasket into a joint than is re~uired for a conventional push-on joint Gasket. I I I Check for correct positioning of the restraining Gasket by inserting a feeler gauge in the space between the bell and the pipe aD in several locations around the socket to assure that the gasket is in proper position in the socket in accordance with the manufacturer's instructions. I , Cleaning: A pipe swab shall be kept in the pipe at all times to prevent debris from entering the newly laid pipe. Whenever pipe laying operations are ceased, a watertight, inflatable plug shall be installed in the open end of the pipe to prevent ground water from entering the newly laid pipe. I Incidental Items: I Reaction Support: All plugs, caps, tees, wyes, and at bends deflecting 11-1/4v or more on pipe lines 6 inches in diameter, or larger, shall be given reaction support as hereinafter specified. Reaction support shall be of' 3,000 lb. concrete bearing directly against undisturbed earth of the trench wall. Sufficient thrust block bearing area shall be installed to distribute the thrust into undisturbed earth at a rate not exceeding the allowable soil bearing value. Where conditions are such that the bearing value of the trench wall will not provide satisfactory support or where the angles or direction of pipe line deflections will not permit adequate thrust block restraint, the Contractor will be required to furnish and install restrained joints, American CIP "Fast Grip", U. S. Pipe "Field Lok", or equal, on each restrained mechanical joint of ductile iron pipe. Joint restraint gaskets may be used for restraint of underground push-on joints. Where restrained joints are used in lieu of thrust block restraint, at least three lengths of pipe in each direction from the turn shall be fitted with restrained joints also. After ins~allation, any tie, rod assemblies shall be fully field coated with coal tar bitumastic to prevent corrosion. I 'I I I I Above ground pipe shall be ductile iron, thickness Class 53 for Flanged Pipe ~n accordance with ANSI Specification A21.50 and A21.51,' using 60/42/10 gLade of iron. Flanged pipe shall have threaded on ductile ,iron flanges. Pipe shall be manufactured in accordance with AWWA Specification Cl15/2l.l.5. Pipe shall be coated on the outside with a bituminous coating, and lined with cement lining in accordance with ANSI A21. 4. I Flanged' Fittihgs shall be ductile iron in accordance with the requirements of AWWA Specification ClIO, coated and lined same as pipe. Flanges shall be faced and drilled to match ,AWWA Cl15 threaded-on flanges. I WALL SLEEVES AND WALL PIPES: I, The penetration of pipes passing through concrete walls shall be made watertight. Pipes 6" and larger shall have cast iron or ductile iron wall pipes or wall sleeves with mechanical seals. Wall pipes shall have a dam inside the wall and shall have the proper joint to connect with the pipe on each side of the wall. Wall sleeves shall have a dam inside the wall and shall be sealed with a Thunderline Link Seal or caulked between the pipe I 9620 .WATER LINES T4-4 I I I and sleeve with oakum and lead, unless otherwise shown on the plans. When fully installed, the seals shall provide an absolutely watertight closure between the wall sleeve and carrier pipe. Before casting concrete, wall pipes and sleeves shall be accurately positioned and secured. I Concrete: All concrete for encasement and reaction blocking shall have a minimum'28-day compressive strength of 3,000 psi. I CONCRETE COLLARS, CRADLES, SADDLES, AND ENCASEMENT: I Collars, cradles, saddles, or encasement shall be constructed of concrete with a minimum 28-day strength of 3,000 psi. CONNECTIONS TO EXISTING MAINS: I The Contractor shall furnish and install all fittings and appurtenances nec'essary to make connections to the existing distribution system. The Contractor shall coordinate his activities with the superintendent of the water system so that the work can be accomplished in a manner and at such time that a minimum interruption of service will occur. I The tapping sleeves and valves shall conform to the requirements bf Section T-5. The Contractor shall verify the material and size of the pipe line to be tapped or connected to. I PROVISIONS FOR FUTURE CONNECTIONS: I Where a pipe end is for a future connection, it shall consist of a valve, a blocking collar and a restrained joint extension and cap. HOUSE SERVICES: I Service Saddles for ductile iron pipe shall be Mueller Single Strap Style H10493, or equal for 12" pipe, tapped 3/4 inch AWWA taper. 'Corporation Stops shall be bronze with 3/4 inch AWWA taper thread inlet and pack joint outlet for 3/4 inch copper tube size, Ford Meter Box Co. Catalog No. 3/4" F1000, Mueller H15000, or equal. I -I Meter Box shall be cast iron shallow type stretch yoke meter box, ~" x ~" with backflow' preventer, Ford Meter Box Co. Catalog No. LYLB 222-24l-G, lockless type, or comparable approved product. I Service Line shall be 3/4 inch copper tube size Type K (0.875" 00).' SAMPLE TAPS: I Sample taps shall be provided at 3,000 foot intervals and at the end of the line. Sample taps shall consist of a corporation stop, a riser, and a hose bibb 12 inches above grade. Hose bibb shall be capable of being sterilized by an open flame. After water samples have been tested and approved the hose bibb and riser shall be removed and the outlet of the corporation stop plugged. I TESTING: I General: After accorqance with shall provide, devices, power, of all testing specifications. completion of the piping, it shall be tested for leaks in AWWA 600-82 and proved tight at 150 psig. The Contractor at his expense, all labor, supervision, pumps, measuring miscellaneous equipment and water necessary for performance on all piping in accordance with the requirements of these I I 9620 WATER LINES T4-5 I I I Hydrostatic Tests: Pressure Test: After pipe has been laid and partially backfilled, all newly laid pressure pipe or any valved section thereof shall be subjected to the, appropriate hydrostatic pressure based on the elevation of the lowest point in the line or section under test and corrected to the elevation of the test gage. The duration of each pressure test shall be at -least one hour. Before applying the specified test pressure, all air must be expelled from the line. The Contractor will make the necessary taps and insert plugs after the test is completed. All exposed pipe, 'fittings, val ves, and joints shall be carefully examined before backfilling. All defective joints shall be repaired or replaced to the satisfaction of the Engineer. Any cracked or defective pipe, joints, fittings, valves or hydrants discovered in consequence of this pressure test shall be removed and replaced with sound material and the test shall be repeated until satisfactory to the Engineer. I I ~I I I Leakage Test: The duration of the leakage test shall be two hours, and during the test the main or section of the main under test shall be subjected to the above noted pressure based on the lowest point in the line or section under test and correct,ed to the elevation of the test gage. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof, neces~ary to maintain the specified leakage test pressure after the air has been expelled' and the pipe has been filled with water at the test pressure. No pipe installation will be accepted until leakage is less than the,nurnber of gallons per hour as determined by the formula DJP L=- 133 I 'I I L Allowable leakage in gallons per ho.ur/1000 feet D The nominal diameter of the pipe in inches/1000 feet P The average test pressure during the leakage test in pounds per square inch gage 'I STERILIZATION: I All piping complete with fi'ttings and appurtenances shall be flushed until clean, and sterilized as specified in AWWA Specification C 651-92, "Disinfecting Water Mains". Disposal of heavily chlorinated water (following disinfection) must be accomplished in accordance with AWWA Standard C651 (latest revision). The requirements of this paragraph apply equally to new pipe and fittings, and to existing pipe lines into which connections have been made, Dr which may have been otherwise disturbed to the extent that contamination may have occurred. -I I CLEAN-UP: I Upon completion of the installation of the water lines and appurtenances, all equipment and debris remaining as a result of the Contractor's operations shall be removed from the site of the work. PAYMENT: I Payment for water lines and fittings will be made on the basis of the applicable unit prices as set forth in the Bid. Measurement to determine the length of water line for payment shall be along the centerline of the various sizes furnished and installed, from center to center of fittings, with no deductions for the space occupied by valves or fittings. I I The payment shall cover all costs of every kind required for clearing and grubbing, excavation, pavement removal, maintenan<::e of driving surfaces, 9620 WATER LINES T4-6 I I I backfill, protection of utilities, cleaning up, restoration grassing, erosion control, sediment containment, furnishing the materials, installation, disinfection, testing and completing the installation. I Carrier pipe involved in underground crossings will be paid for under the applicable lump sum price for each crossing and will not be included in the measurement for payment under this section of the specifications. Except as specifically set forth in the Payment paragraph of Section T-2 of these specifications, all excavation, trenching, backfilling/and other related work necessary for ~he completion of the work will be considered a subsidiary responsibility of the Contractor and no separate payment will be made therefor. ~I -I -I Payment for ductile published weights of less accessories. iron cast fittings will iron or ductile be made on the iron mechanical basis joint of the fittings I Payment for connections to existing lines shall cover all costs associated with increasers, reducers, installation and connection to the existing lines. No separate payment will be made for removal of existing plugs or blocking incidental in connecting new line to existing water line. I Payment for tapping sleeves and valves shall include the tapping sleeve, valve and concrete blocking behind the Tee, complete in place. I Payment for Tee connections cut into existing lines shall cover all costs associated with the Tee, increasers, reducers, restrained joints, solid sleeves, valves installation, and blocking behind the Tee connection to the existing lines. 'I Payment for the existing 2" water line connection into the 20" water line shall include all costs of the Ilne, fittings, tapping, saddles, and valve, complete, in place. 'I' Payment for house service reconnection shall be for 'relocation of the house se'rvice and shall include: the tap, corporation and curb stops; payment shall include all costs of the taps, valves, connection, disconnections, plugging abandoned lines, and necessary fittings, complete, and in place. ~B Payment for water taps shall include the tapping, saddle, corporation stop, and curb stop/ complete, in place. 'I Payment for House Service lines shall be made on the basis of the measured length of installed service line and shall include all costs of the line, complete, in place. I Payment for concrete fol:' encasement, cradles and reaction blocking and restraining collars will be, paid for on the computed volume of concrete actually placed in accordance with the requirements of these specifications. Payment will be made as a lump sum for the Norton Blvd. water line' reconstruction and will include payment for demolition of existing work and addition of the new pipe work, fittings, valves, valve pit, pavement removal and replacement. I I All costs associated with the sample taps shall be included as a 'subsidiary obligation of the unit price per L.F. of the water line.' I No other separate payment will be made for work included in this section of the specifications and all costs associated therewith shall be included in the appropriate lump sum or unit price item in the Bid. I 9620 WATER LINES T4-7 I I I SECTION T-5 - VALVES AND HYORANTS I SCOPE: I The work covered by this section of. the specifications consists of furnishing all plant, labor, supervision, equipment and materials, and performing all operations in connection with the installation of the valves, valve markers, hydrants and appurtenances, complete, in strict accordance with this section of the specifications and, the applicable plans; and subject to the terms and conditions of the Contract. ' ,I GENERAL: 1\ All valves, valve markers, hydrants and accessories furnished by the Contractor for incorporation into the work shall be new, unused, and of the type specified herein. Valves for buried service shall be furnished with mechanical joint connections. Hydrants and the associated valves shall have restrained MJ connections. Each valve shall have the identifying mark of the manufacturer, year of manufacture and pressure rating cast on the body. All valves shall be gate valves, shall be opened by turning counter- clockwise and shall have an arrow cast into the metal of the operating nut or- on the handle or wheel to indicate direction of opening. ALL valves shall be furnished by a single manufacturer. -I I GATE VALVES: I Gate valves shall be of the double disc. type ,designed for a minimum working pressure of 200 psi. Underground valves shall have mechanical joint ends to match the piping in, which they are installed. Exposed valves shall be flanged. Gate valves shall have a clear waterway equal to the full normal diameter of the pipe. Prior to shipment from the factory, each valve shall be tested by hydraulic pressure equal to twice the specified working pressure. All valves shall use O-ring seals. Gate valves 2 inches and larger shall be iron body, brass mounted and shall conform to the specifications for,Gate Valves for Ordinary Water Works Service, C500-80, by the AWWA. Valves shall be installed in valve boxes and shall be non- rising stem type with 2-inch square operating nut. -I -I ~I VALVE BOXES: I Underground valves shall be installed with cast iron valve boxes having a suitable base and shaft extension sections to cover and protect the valve and permit easy access and operation. Box assemblies shall be Mueller No. H-I0357, or equal. The word WATER shall be cast on covers. An 18-inch square by 6-inch thick concrete slab shall, be cast around the top of the valve box with the top of the box slab being flush with pavement in paved areas or 2 inches above finished grade in unpaved areas. ~I VMVE MARKERS: I Valve markers shall be constructed of reinforced concrete with the letters "W" and "V" cast in post. CHECK VALVES: I Each check valve shall be a hydraulic double cushioned type cons tructed with a cast iron body, a non-corrosive interior, GA Industries Fig. 2730 D or equal. The cushioned check valve shall be of the globe type with flanged ends faced and drilled conforming to ANSI standard. I I 9620 VALVES AND HYDRANTS T5-l I I I, TAPPING VALVES: I The Contractor shall furnish and install tapping sleeves with valves all other fittings and appurtenances necessary to make connections to existing water distribution system. The Contractor shall verify material and size of the pipe ;ine to be tapped or connected into. and the the I Tapping valves' shall conform to the requirements of gate valves specified ,above and fitted with mechanical joint ends. Valves shall be Mueller No. H667, 'Clow No. F-5093, or an approved equal. 'I FIRE HYDRANTS: I The Contractor shall furnish and install fire hydrants inbonformance with the follo~ing requirements: Materials: Fire hydrants shall be cast iron, fully bronze mounted designed for 150 psi working pressure, and shall conform to the requirements of AWWA CS02. Hydrants shall be suitable for connection to pipe having 42 inch cover. Stem and barrel extensions shall be installed where necessary to bring the hydrants to an approved mounting height. Hydrants shall have a minimum valve opening of 5-1/4 ~nches, and shall be equipped with two 2-1/2 inch hose nozzles and one 4-1/2 inch pumper nozzle, with National Standard Hose Thread, and shall be Mueller Improved Type No. A-423 with oil reservoir, or approved equal. Each hydrant shall have the standard red enamel paint finish. 'I I I Installation: Hydrants shall be set plumb' and at such elevation. that the connecting pipe shall have at least 42 inch cover over the pipe. Earth fill suitable for backfill as previously defined, shall be carefully placed in 6 inch layers and to 3 feet on all sides, or to the undisturbed face of the trench if nearer, and carefully tamped. Not less than 7 cubic feet of crushed or broken stone shall be placed around the base of the hydrant to insu~e drainage. The interior of the hydrant shall be thoroughly cleaned of all foreign matter prior to ins~allation, and after installation, each hydrant shall be operated to assure proper operation. The 6 inch auxiliary valve shall be independently secured to the hydrant and mainline tee with fully restrained joints or tie rod harn~ss. Tie rod harness shall consist of Star Fig. 7 tie bolts with threaded rods and nuts. Entire assembly shall be coated with coal tar bitumastic after installation. Concrete blocking wi'll not be permitted. 'I I 'I I CORPORATION STOPS: I Corporation ~tops shall be solid brass. Sample taps shall have ~" Mueller No. H-10045 Corporation, Stops; house service connections shall have ~" H15000 Corporation Stops and Mueller No. H15209 Service Line Valves (Curb Stops) or angle type if located at the meter box. After removal of the' sample tap riser, the stop shall be tightly sealed with a brass plug. I PAINTING AND PROOF REQUIREMENTS: I Painting and Testing: All iron surfaces' of the valves shall be painted; surfaces shall be clean, dry, and free from grease before painting. The valve surfaces, except for seating, shall be evenly coated ~ith a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V-5lC or 512. Hydrostatic and leakage tests shall be conducted in strict accordance with AWWA C500. I Affidavit of Compliance: The Vendor of the valves shall, upon completion of manufacture, provide to the Owner an "Affidavit of Compliance" in accordance with AWWA C500. I 9620 VALVES AND HYDRANTS T5-2 I I I Proof-of-Design Test: Vendor shall include with his submittal certified copies of Proof-of-Design Tests in accordance with AWWA C500. I 'I INSTALLATION OF VALVES AND VALVE BOXES: I Valves and valve boxes shall be installed where indicated or as directed by the Engineer. Valves and valve boxes shall be plumb and valve boxes shall be centered directly over the valves. Earth fill shall be carefully tamped around valve boxes to 3 feet on all sides or to the undisturbed face of the trench if less than that distance. Valves shall have the interiors cleaned of all foreign ~atter before installation. Stuffing boxes shall be tightened and the valve shall be inspected in both opened and closed positions to ,see that all parts are in working condition. All piping and valves shall be properly and adequately ,supported to prevent movement or undue strain on the piping and equipment, and shall have cast concrete collars at grade. I I INSTALLATION OF VALVE MARKERS: I A Valve Marker shall be installed as described at each new line valve (except wher~valve is adjacent to a fire hydrant) just inside R/W edge. 'I TESTING, CLEAN-UP, AND STERILIZATION: I Testing and clean-up s~all be performed in accordance with the provisions of Section T-4 of these specifications. All valves shall be in place when lines are tested. Any cracked or defective valves discovered in consequence of the testing shall be removed and replaced with sound material and the test shall be repeated until a satisfactory test is achieved. I PAYMENT: I 'Payment for gate valves shall cover all costs of the installed valve, valve marker, valve box, extension and concrete slab, complete' and in place. I Payment for tapping sleeve and valve shall cover all costs associated with the sleeve, valve, blocking, installation, and connection to the existing lines. I Payment for fire hydrants shall be for the complete installation and shall include vertical extensions, the auxiliary valve and valve box, the 6 inch pipe, joint connections and restraint, crushed stone drain, and other appurtenant items, complete and in place. B The cost of , corporation stops and curb stops for house services shall bi included in the applicable unit price in the bid. Costs associated with corporation stops of the sample taps are considered a subsidiary in the ,unit price per linear foot of the water line. I No other separate payment will be made for the work covered under this section of the specifications. All costs in connection therewith shall be included in the lump sum or unit price items in the Bid. I I I 9620 VALVES AND HYDRANTS T5-3 I I I I I' I I I I I I I I I I I I I I I SECTION' T-6 - UNDERGROUND CROSSINGS OF HIGHWAYS SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, supervision, equipment and materials and in performing all operations in connection with the installation of dry bored and jacked underground crossings of highways for water lines, complete, in strict accordance with the specifications and the applicable plans, and subject to the terms and conditions of the contract. GENERAL: Work on highway right-of-way shall be under the supervision of the Chief Engineer of the agency, or his authorized representative who shall be notified at least 15 days before actual work on the installation is started. UNDERGROUND CROSSINGS: Water Lines:, Underground crossings for water lines shall consist of a carrier pipe installed in a casing pipe. The casing pipe shall be installed under the roadbed by dry boring and jacking. The carrier pipe shall be pushed through the casing pipe on skids or blocks fastened to the carrier pipe. CASING: Casing pipe shall be smooth steel pipe with a minimum yield strength of 35,000 psi. The joints shall be butt welded. A 1/16" corrosion allowance of wall thickness has been included in the tabulated pipe data in lieu of any coating and wrapping requirement. CARRIER PIPE: Water Line: The carrier pipe for water lines shall be push-on joint ductile iron pipe conforming to the requirements of the WATER LINES section of the Specifications. Gaskets shall be restrained joint type. Installation: Carrier pipe installed in steel casings shall be pushed through the casing pipe on skids, blocks, or spiders securely fastened to the carrier pipe. The jacking operation shall utilize soap or drilling mud as a lubricant and shall utilize timber cushioning on the end subjected to the forces from the jacking device. Any damaged pipe shall be cut off and removed from the site. After the carrier pipe has been checked and tested, the casing pipe shall be filled with sand and the ends sealed with brick and mortar. ABORTED BORES: Unsuccessful bore and jack installations which must be abandoned because of failure to meet alignment and/or grade requirements, bore and jack attempts frustrated by obstructions, or otherwise unusable bore and jack installa tions shall be completely filled with concrete. The steel casing may be left in place or withdrawn simultaneously with the. filling' of the hole with concrete. Relocation for additional bore and jack attempts shall be made after consultation with the Engineer. 9620 UNDERGROUND CROSSINGS OF HIGHWAYS T6-1 I I I I I I I I I I I I, I I I I I I I SKIDS AND BLOCKING: Skids and blocking shall be approved spiders or shall be treated No. 2 Southern Yellow Pine; pressure treatment shall be appropriate for foundation use. Straps, nuts, and bolts for attaching skids and blocking shall be heavily ~oated with Bituminous paint. PAYMENT: Payment for water lines under highways within the payment limits shall be made on the basis of the applicable lump sum prices for the crossings listed in the Bid, complete, including carrier pipe, concrete collars, casing pipe, and all other incidental items of work involved. Payment for Aborted Bores shall be made on the basis of the unit price in the Bid for the measured length of the aborted bore filled with concrete, complete in place. To qualify for payment, the aborted bore shall have resulted from obstructions encountered through no fault of the Contractor. 9620 UNDERGROUND CROSSINGS OF HIGHWAYS T6-2 I I SECTION T-7 - GRASSING I SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment and materials and performing all operations required to establish a satisfactory cover of grass within all unpaved areas disturbed by .this construction. All work shall be performed in strict accordance with this section of the specifications and the applicable drawings and subject to the terms and conditions of the Contract. 'I GENERAL: I The grassing operations shall consist of preparation of the soil, including tillage, liming and fertilizing, seeding, mulching, and watering, and mainte'nance and repair of planted areas until a satisfactory grass cover is obtained and the work is finally accepted. I MATERIALS: I Seed: All seed shall be Hulled Bermuda grass seed tested and approved by the Georgia Department of Agriculture not more than 6 months prior to the date of sowing and packaged and labeled in accordance with the Georgia Seed Laws and Rules and Regulations in effect on the date of the Invitation for Bids. Seed which has become wet or moldy or otherwise, damaged prior to the 'time of sowing will be rejected. D Agricultural Lime shall be a pulverized limestone having the following certified chemical and physical properties: I Total Carbonates, not less than 85% Passing 10-mesh screen, at least 100% Passing 100-mesh screen, at least 25%, I Fertilizer: ~ll fertilizer shall be a dry,. free-flowing commercial 10-10-10 fertilizer suitable for application by a fertilizer distributor, grain drill, planting machine or similar standard equipment. The fertilizer shall be certified to meet the requirements of Fertilizer Laws of the State of Georgia in effect on the date of the Invitation for Bids. Any fertilizer which becomes caked or otherwise damaged prior to the time of use will be- rej ected. I I I Mulch: Any of the mulch materials, consisting of forest litter, hay, straw, hulls of cottonballs or peanuts, ground corncobs, stalks of corn, cane, potato vines, tobacco or other stems, or peat, which are permitted under Standard Specificati,)ns of the State Highway Department of Georgia will be acceptable providing they are properly shredded or ground. Mulch materials which contain' seeds of species of weeds or plants which would germinate and be harmful to the proposed planting will not be accepted. Before collection of mulch material is begun or delivery is made, the Contractor shall submi t samples for approval. Only approved mulch from approved sources will be accepted~ I I Water for use in connection with the grassing operation may be purchased ,from Augusta-Richmond Utili ties Department, or obtained from any other approved source. Such ,l1ater shall be free of excess chlorine, or other chemicals or substances harmful to plant growth. I GROUND PREPARATION: I Prior to preparing the ground for grassing operations, all weeds, brush and other vegetation in the areas to be planted which has not been removed 9620 GRASSING T7-1 I I I during clearing and grubbing and grading operations shall be ,removed from the site. All irregularities in the surface shall be smoothed out and all roots, stone and other foreign material detrimental to tillage, planting and proper growth and maintenance of the grass shall be removed. In all areas where the topsoil has been removed during grading operations, the topsoil which has been stockpiled shall be returned and evenly distributed over these,areas. Objectionable foreign materials contained in the topsoil shall also be removed as the topsoil is distributed. I I LIMING AND FERTILIZING: I I After the areas to be seeded have been brought to finished grade, agricultural lime and fertilizer conforming to the requirements of this specification shall be uniformly distributed over the areas, lime at the rate of one ton per acre and fertilizer at the rate of 1000 pounds per acre. In areas where mechanical spreaders cannot be used, the lime and fertilizer may be applied by hand methods. The lime and fertilizer shall not be applied when the wind makes it difficult to obtain satisfactory distribution. I TILLAGE: I The lime and fertilizer shall be thoroughly and uniformly mixed with the soil to a depth of approximately 3" by plowing, discing and harrowing until the soil is friable and well pulverized. Hand tillage will be required in all areas where mechanical equipment cannot be operated. I SEEDING: I Hulled Bermuda grass seed conforming to the requirements of this specification shall be uniformly sown by approved mechanical power drawn' drills or seeders or, in small, areas, by mechanical hand seeders, at the rate of 40 pounds per acre. The seeds shall be covered and compacted to a depth of 1/8 to 1/2 inch by means of a cui tipacker and an empty traffic roller or another roller weighing less than 3 tons. Broadcast seeding shall not be done when the wind makes it difficult to get satisfactory distribution. The Bermuda grass seed shall not be planted prior to April 15 or after September 15. Seed shall not be sown unless the soil has the optimum moisture content or more through a depth of at least 3 inches. I I WATERING: I After the seeds have been sown, the' moisture content of the soil will be tested. If 'there is not enough moisture in the soil to insure germination and adequate plant growth, water shall be applied by sprinkling until an adequate moisture content has been reached. In the absence of adequate rainfall during the germination and early growtr. period, the Contractor will be required to maintain the required adequate moisture content of the soil by periodic sprinkling operations. I I MULCHING: I Mulching of seeded areas will not be required but may be employed at the option of the Contractor as an aid in reducing eroding and conserving soil moisture. If employed, the mulch shall conform to the requirements of this specification. The rate of application of the mulch depends on the texture of the mulch. The proper application will allow some sunlight to penetrate and air to circulate, at the same' tim!,! shading the ground. If desired, immediately after the mulch is'spread, the material may be anchored to the soil by a cultipacker, disc harrow, or other suitable equipment. I I 9620 GRASSING T7-2 I I I ESTABLISHMENT AND MAINTENANCE: I The Contractor is responsible for providing a satisfactory stand of living seeded grass in which gaps larger than 12 inches do not occur at the time of acceptance of the project. Any areas which fail to show a uniform stand for any reason whatsoever, shall be reseeded with Hulled Ber~uda seed, and such reseeding shall be repeated until acceptance by the Engineer. The Contractor shall properly water, mow and otherwise maintain all grassed areas and any damage resulting from erosion, washing or other causes, shall be repaired by fill topsoil, tamping, refertilizing and reseeding at no additional expense to the Owner, if such damage occurs prior to acceptance of the project. I I, GRASSING TO CONTROL EROSION: I In the event completion of grading operations of areas to be planted extends beyond ' the specified grassing periods, grassing must be postponed until the following spring season. The Contractor will be permitted to seed such areas with Rye grass at his own expense, or by mulching shall control erosion of the graded areas. All mowing and maintenance operations during ,the fall and winter seasons will be the obligation of the Contractor. Erosion must be contro'lled by acceptable methods to prevent damage to the Owner's property, to adjacent property owners, and to limit migration of silt to the streams. I I GRASSING TABLE I Permanent Cover: I Fertilizer: S-lO-lO; 1800 lbs: per acre Agricultural Lime: 2 tons per acre Mulch: 2-1/2 tons mulch hay per acre I Hulled Common Bermuda and Browntop 'Millet 10 Ibs./Ac. 10 Ibs./Ac. - 4/lS - 9/1S Temporary Cover: I Fertilizer~ 10-10-10; 500 Ibs. per acre Agricultural Lime: 1000 Ibs. per acre 'Mulch: As Needed I Sudangrass Rye Grass 60, Ibs. lAc. 15 lbs./Ac. 4/1 - 9/1 8/15 - 10/31 PAYMENT: I No separate payment will be made for the grassing and other work covered by this section of the specifications. All costs ln connection therewith shall be included in the applicable lump sum or unit- price item in the Bid for the completed work. I I I' I 9620 GRASSING T7-3 I