Loading...
HomeMy WebLinkAboutMEADOWBROOK AREA UTILITY IMPROVEMENTS BLAIR CONSTRUCTION CONTRACT DOCUMENTS & SPECIFICATIONS for AUGUSTA UTiliTIES DEPARTMENT MEADOWBROOK AREA UTiliTY IIMPROVEMENTS PROJECT NO.: 50134 Augusta, Georgia September 24, 2007 Prepared by 4210 Columbia Road Suite 16-A Martinez, GA 30907 A ~n~~R~r.q~ Tel: (706) 863-8010 Fax: (706) 863-8011 mail@onesourcedev.com "We bring the pieces together... " Land Planning - Environmental Services - Surveying - consulting Engineering - Stormwater Management (08-06012) CONTRACT DOCUMENTS & SPECIFICATIONS for AUGUSTA UTILITIES DEPARTMENT MEADOWBROOK AREA UTILITY IIMPROVEMENTS PROJECT #50134 Augusta, Georgia AUGUSTA-RICHMOND COUNTY COMMISSION The Honorable Deke S. Copenhaver Mayor Betty Beard Marion F. Williams Joe Bowles Calvin Holland, Sr. Andy Cheek Jerry Brigham Jimmy Smith J. R. Hatney Don A. Grantham Bernard E. Harper Frederick L. Russell Administrator Max Hicks, Director Augusta Utilities Department OneSource Development, LLC Martinez, Georgia Land Planning - Environmental Services - surveying Consulting Engineering - Storm water Management September 24, 2007 (08-06012) AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 MEADOWBROOK AREA UTILITY IIMPROVEMENTS Augusta, Georgia TABLE OF CONTENTS SECTION TITLE PAGE NO. CONTRACT DOCUMENTS Agreement........ ......................................... .......................... ...... A-1 thru 3 Bid Form & Addenda..................... ....... ...... ................... ........... P-1 thru 19 Addendum No.1................... .......... .......................... ...... ....... .,. 1 page Addendum No. 2. ..................................................................46 pages Performance Bond..................... ....... ........................... ......... ... PB-1 thru 3 Payment Bond....................................................................... PTB-1 thru 3 Certificate of Owner's Attorney.. ......... .......................... ...... .... ......... COA-1 General Conditions........ ....... ............................ ....... ............. .GC-1 thru 52 Supplemental General Conditions............. ........... ................ ...... ..... SGC-1 Notice of Award............................ ........ ......................... ............... ...... NA-1 Notice to Proceed................. .................................. ........................... NP-1 Construction Change Order............................................................ CCO-1 Certificate of Substantial Completion ................................... CSC-1 thru 2 Waiver of Lien... ............................ ........ ............................. ........ ..... ... WL-1 Application for Payment ...........................................................AP-1 thru 2 TECHNICAL SPECIFICATIONS TS-1 TS-2 TS-3 TS-4 TS-5 TS-6 TS-7 TS-8 TS-9 TS-10 TS-11 TS-12 TS-13 TS-14 Clearing and Grubbing........... ..................................... ........... TS1-1 thru 2 Excavation and Backfilling.. ........................... ........ ................ TS2-1 thru 4 Graded Aggregate Base .. .............................. .................................. TS3-1 Graded Aggregate Surface Course............ .......... ............................ TS4-1 Bituminous Paving..................................... ..... ..... .............. .... TS5-1 thru 3 Concrete Construction ........................................................... TS6-1 thru 2 Grassing Bermuda ................................................................. TS7-1 thru 3 Erosion, Sedimentation & Pollution Control Measures ........... TS8-1 thru 7 Flowable Fill.......... ........... ........................... ........................... TS9-1 thru 2 Curbs and Gutters, Concrete................ ........................... .... TS1 0-1 thru 5 Concrete Pavement ............................................................. TS11-1 thru 3 Sanitary Sewer System ..... ............................... ....... ........... TS12-1 thru 12 Water Distribution System ................................................. TS13-1 thru 16 Measurement and Payment ................................................. TS14-1 thru 6 Incl. Sanitary Sewer, Water, Pavement Structures, Miscellaneous & Lump Sum Construction AUD STANDARD DET AILS..................................................................................... Pages 1 thru 30 TABLE OF CONTENTS 4/11/2007 TC-I (06012) AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION A AGREEMENT THIS AGREEMENT, made on the _ day of . 2007, by and between AUGUST A, GEORGIA, BY AND THROUGH THE AUGUST A-RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and BLAIR CONSTRUCTION, INC, party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: AUGUST A UTILITIES DEPARTMENT - PROJECf #50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETIONILIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice to proceed by the OWNER to the CONTRACTOR and that he will complete the work Designated as "Part 1", within One Hundred eighty days (180) calendar days after such notice, and will complete all work within Five hundred forty (540) calendar days with all such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. CONTRACTOR agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the CONTRACTOR and the OWNER, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality . IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the consideration for the awarding of this contract, to pay the OWNER the sum of two hundred and fifty and no/l00s ($250.00) Dollars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, AGREEMENT 9/24/2007 A-I AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence for each and every portion of this Contract, and the specifications wherein a definite portion and certain length of time is fixed, if additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE III - PAYMENT (A) The Contract Sum The OWNER shall pay to the CONTRACTOR for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the OWNER's Engineer (hereinafter called, the PROFESSIONAL) an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/ or the Professional. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the OWNER shall after deducting previous payments made, pay to the CONTRACTOR 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the OWNER until the final completion and acceptance of all work under the Contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Professional shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a fina1 certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the CONTRACTOR, including the retained percentage, shall be paid to the CONTRACTOR by the OWNER within 15 days after the date of said final certificate. (B) Before final payment is due, the CONTRACTOR shall submit evidence satisfactory to the Professional that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still unsettled. AGREEMENT 9/24/2007 A-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the Professional, so certifies, the OWNER shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. o Witness "'\l~~\'tl:.';' . Di'r (SEAL) (SEAl;)<', . .f tIT OWNEIC Augu"a, G'o<g;a ~BY (J~ 1- CONTRACTOR: '3/e...,-"... Lo_f...r;,-vc.hc..-,/~, By{'L~.~ As its : \t'~e -;z;>/'6'u'c/e......,L- ATTEST: ~ m0dib/ Address: ~ o. /J c::-)c. '/? c:> \ ~~ <G ---=O~ 63V->J G~ ;Jc:;>!3e>'7 / Witness .f ::., , ; - : --::: ,. '." AGREEMENT 9/24/2007 A-3 'I I 'I I, .1 ,I .1 ,I ,I .. II II 11 II fl II I I I I- I I At ;UsrA uTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA 1lT1UTY IMPROVEMENTS p SECTION P PROPOSAL DATE: :;;;,'1 e // 2-c>e> ") / " Gentlemen: '/ _ In compliance with you invitation for bids, the undersigned hereby proposes to furnish all labor, eq~pment and materials, and perform all work for the project referred to herein as: AUGUST A UTILmES DEPARTMENT - PROJECT #50134 MEADO~ROOKAREAUTILITYIMPROVEMENTS In strict accordance with the Contract Documents and in consideration of the amounts shqwn on the bid schedule attached hereto and totaling: ~u ~i,/,-;..",? h've //~./..y.el71?;....f'7 ~e-ye"'t ~vre:..--?d' ~r'e. //~/-.ec/ Fo<-<-:r I , If 2" =:-3)" 3o~ !!- I / and ;.he/., c.we /100 dollars ( I ' The undersigned hereby agrees that, upon written acceptance of this bid, he Will within 10 days of receipt of such notice exeCute a formal contract agreement with the Owner, and that he will provide the bond or guarantees requ3red by the contract documents. ) The undersigned hereby agrees that, if awarded !::he contract, he will commence the work within Ten (10) calendar days after the date of written notice to proceed, and that he will complete the work Designated as "Part 1", within One Hundred eighty days (180) calendar days after such notice,-and will complete all work within Five hundred forty (540) calendar days after the date of same notice. The undersigned acknowledges receipt of the following addenda: Addendum No. / Addendum Date ~--y ]0 /2-&>07 I ,. ~c:..-y .10 " :!!-OO/ / " 2 Enclosed.is a~bid.("'llara.Iitee:COiiSiStin-g.or -- e::i.-b;d-=/so~""2I ~O... %-/>-/-7-- -/. amount of Yo O=-Pr-- ~~_~_"'7""'" in the Respectfully Submitted, '3/"""'1":'- . C::::;-"7$-/-/"vc---h-c-?, . ~ ~ " firm ?o. ~?)D &a-?f" G.4 3o~ Address / BY: U~(l.~~:. TITLE \,/r"ce ?~J rcle"?-I- . . :' . \;:,....~~- PROPOSAL 4/11/2007 P-l .$", ~" AUGUSTA UTILITIES DEPARTMENT ~ BOND PROJECT #50134 o " "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE p:!:~:~:~:f~ No Entry Required ::~:;;~;::::: m Unit Price Required 8" diameter pve sanitary sewer pipe SDR 35, Depth 0' to 6', including Type /I (No, 67 stone) bedding material S-18 10" diameterPVe sanitary sewer pipe SDR 35, Depth 0' to 6', including Type /I (No, 67 stone) bedding material 5-1 e 12" diameter pve sanitary sewerpipe SDR 35, Depth 0' to 6', including Type II (No 67 stone) bedding material S-1D 1~" diameter pve sanitary sewer pipe SDR 35, Depth 0' to 6', including Type II (No. 67 stone) bedding material S-1 E 18" diameter pve sanitary sewer pipe SDR 26, Depth O' to 6', including Type II (No, 67 stone) bedding material S-1 F 21" diameter pve sanitary sewer pipe SDR 26, Depth 0' to 6', including Type II (No. 67 stone) bedding material 5-1 G 24" diameterPVe sanitary sewer pipe SDR 26, Depth 0' to 6', including Type /I (No, 67 stone) bedding material 5-1H 27" diameter pve sanitary sewer pipe SDR 26, Depth 0' to 6', including Type II (No. 67 stone) bedding material S-11 30. diameter pve sanitary sewer pipe SDR 26, Depth 0' to 6', including Type II (No, 67 stone) bedding material S-2A a" diameter pve sanitary sewer pipe SDR 35, Depth 6' to 8', including Type II (No, 67 stone) bedding material S-28 10" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to a', including Type II (No 67 stone) bedding material 5-2C 12. diameter pve sanitary sewer pipe SDR 35, Depth 6' to S', including Type /I (No 67 stone) bedding material S-2D 15" diameterPVe sanitary sewer pipe SDR 35, Depth 6' to 8', including Type II (No 67 st~lne) bedding material S-2E 18" diameter pve sanitary sewer pipe SDR 26, Depth 6'.to 8', including Type II (No. 67 stone) bedding material S-2F 21" diameter PVesanltary sewer pipe SDR 26, Depth 6' to B', including Type II (No. 67 stone) bedding material S-2G 24" diameter pve sanitary sewer pipe SDR 26, Depth 6' to 8', including Type II (No. 67 stone) bedding material S-2H 27" diameter pve sanitary sewer pipe SDR 26, Depth 6' to 8', including Type II (~o 67 stone) bedding material S-2f 30u diameter pve sanitary sewer pipe SDR 26, Depth 6' to 8', including Type II (No 67 stone) bedding material S-3A 8" diameter pve sanitary sewer pipe SDR 35, Depth 8' to 10', including Type II (No. 67 stone) bedding material S-38 10" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to 10', including Type II (No, 67 stone) bedding material PROPOSAL 4/11/2007 05-06012-5anitary and Water Bid Schedule 5-29-2007 xis 400 111!111111111111111111111111111 244 Illil!/!lililll!III!I!/liljll!1 111!/I!III!/!!IIII/III//ll!!!II 111111!1/lilllllllllllllll!IIII 11/1/11111111111111111111111111 /IIII!I/I/IIIIIIIIIIIIIIIIIIIII 1111111/llllilllllllll!l!I!II!1 5,237 546 1,565 . illlll!lillllllllllllllllllll!1 :Ii~l~li!ili!;[~i 1lllllllllllllilllllllllllllll! IIIIIIIIIIIII[IIIII!/IIIIIIIJII IIII!IIIIIIIII/IIIIIIIIIIII!III 7,228 1,204 LF 23~ 9~,~ LF ~lilll'III'illiilllllll!II' '1IIIi!'I!llil!!illll!lllllllllllllillllli~ LF ZB~ ?o/S- ~ LF :1111111111111111111111111:/11111111111111111111111111Ilill~IIIII/II;. ~:JJiri1~~il~lljt~: ~~l~l~/I:li~iji~j~i~~ ~: :~~f:!;~iiiUII~I~ii~1!i!~~iltli~ LF illlll!lllllllllllll!llll: 111'lllil!I!JliIIIJi!!illlllll!lllllllllll~ LF 23 ~ /Z36"Y7:!!!: LF 2.tO e /f/-S-Jt!> ~ LF 2g ~ #'773 ~ : .!:l!Jli~!!~l~ 111Ililit~~~j~1~:iil~ LF ,111111/111/1!111111!/)IIIIIIIIIIIIII!IIIIIIIIII:/I/11I/illlllllllllll LF 111111111!1!1!1111111!111; 11111111!1!11/llll!ll!/lll!/llll!!II'/!/111 LF 1IIIIIIIIIflllllll]llllll: 11/IIIIII/lllllllllliIIIIIIIIIII11l!1111111 LF ,i/!/llilll:!I!!III!iliill.IIIIIIII!lillllllllllllllll11111i/JIIIIIIII LF 23 ~ /70 ?2..S;- ~ LF ZG?~ 32-/~cP e P-2 PROJECT #50134 .. @)U7:' AUGUSTA UTILITIES DEPARTMENT -;:;;-- . BOND PROJECT #50134 RG "MEADOWBROOK AREA UTILITY IMPROVEMENTS" S-4C S-4D S-4E S-4F S-4G S-4H S-41 $-5A S-58 S-sc S-5D 12" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to 10', including Type II (No 67 stone) bedding material 15" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to 10', inWH!H~!ffHiW11 including Type II (No, 67 stone) bedding material 1m1IjI1~~~m~mmj11mm ~~~~~n~e~;:~~~:~~~~~~~e~~~~n~~~~~:ePth 8' to 10', Illlilllll!!I!lllI!Illlllllllll 2.1" diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 10', n!!H1iH:H~~j!mHHHHm including Type" (No, 67 stone) bedding material mmmimWWmi1~Hm~ :::::::: :::~: .:. :.:.~.:~:. :..:.~ 24. diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 10', Wim:m~Uii!Wi!Hi;iW including Type II (No, 67 stone) bedding material J Uij~1iWHgmiiWmmi1 . .. ::~:~;~:~:~;:!~!~!~!~!~!~r~i~!~ ~~. dl~meter PVC sanitary !3ewer PIP~ SDR 26: Depth 8' to 10', ~UjmijiWHWiH1im11H Includmg Type" (No. 67 stone) beddmg matenal ~~!;imi;ijl)~!!mm~ml 30. diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 10', ii~iiiiiji~1iiii~i~iWi~iiim including Type II (No. 67 stone) bedding material !mmWmmmmmwm 8" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to 12', including Type II (No 67 stone) bedding material 10' diameter PVC sanitary sewer pipe SDR 35, Depth 10' to 12', including Type II (No, 67 stone) bedding material 12" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to 12', including Type II (No. 67 stone) bedding material 15" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to 12', including Type II (No. 67 stone) bedding material 18" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', including Type II (No 67 stone) bedding material 21" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to. 12', including Type II (No, 67 stone) bedding material ~~:', ~~~:~~ ~~~e s~~~~:6~e:~~~;P:e~~~2~'a~e~: 10' to Illllilfllll!IIII/!IIII!IIIIIII 27" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', including Type II (No. 67 stone) bedding material 30' diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', including Type II (No 67 stone) bedding' material 8" diameter PVC sanitary sewer pipe SDR 35, Depth 12' to 14', including Type II (No 67 stone) bedding material 10' diameter PVC sanitary sewer pipe SDR 35, Depth 12' to 14', including Type II (No, 67 stone) bedding material 12. diameter PVC sanitary sewer pipe SDR 35, Depth 12' to 14', including Type II (No. 67 stone) bedding material 15" diameter PVC sanitary sewer pipe SDR 35, Depth 12' to 14', including Type II (No. 67 stone) bedding material SANITARY SEWER BID SCHEDULE 8-3D S-3E 8-3F S-3G S-3H 8-31 S-4A S-48 PROPOSAL 4/11/2007 05-06012-Sanitary and Water Bid SChedule 5-29-2007 Jds 644 991 1IIIIIIIill!I!!lllllllll!111111 77 i~lljiiliJI~I!lilj 1111111111111111111111111111111 II/lI1111/111/1/!III'1111111111 III111/111/1!11!111111111111111 1,469 111!jlll/llllill!ll)/I!/II/II/1 Il!II!/II/1111111111111111!/111 il!llil~III!I!I!11111111111111 -;::"':'<:::';:' . "~'.';:;.::';" No Entry ReqUired SE-:::-::.:.:'::'~. ~ Unit Price Required LF ZB ?=- 00 /85'"/S- - LF :/1/1111111111111111111111'111111111111111111111111111Illll/ll!llllll! LF .IIIIIIIIIIIIIIII!IIIIIIII!!IIIIIIIIIIIIIIIII!II!IIII!1/1/111111111111 LF :IIIIIIIIIIIIIIIIIIII!IIII:/IIII!IIIIIIIIIIIIIII/IIIII1111111/lllillll LF 111!iillll!III!/I/!/!III!ll!II!!II!illllll/llllli!1111III!/II!/I/!II! LF /III/IIII/!!/IIIIIIIIIII/:II/I!III!IIIIIIIIIIIIIIIII/IIlllllllll/llI: LF illlll/ljlllllllllllllllll'III/I!IIIIII!IIIII/I/I!!II'!/Jil/IIIIIIIIII LF 23 ~ 234-D'/ ~ LF ill!ill!I/III/II!IIII!II!I'lli!!!!!!/II!I!I/III!I!I!,11I111II11I1II111 LF 20 /~ 0- 2V3 ~ LF 11!lllllllj111/llOOIIII: 1111111111111111111!IIIIIIIIIIIIJIIIIIIIIII 111!1!!IIIIIII!IIIIIIII!I.IIIII/lllllljill!llllllllllll!1llllillll!ll iillii~i!:li!I!!~~ i~i~ljil!li:II~ll~\~l! LF LF LF LF LF LF LF LF LF P-3 PRO JECT #50134 " AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE ~ Unit Price Required S-SD S-6E S-SF S-6G S-6H S-7A 8-78 S-7C S-7D S-7E S-7F S-SE 18" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type" (No 67 stone) bedding material 21" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type II (No 67 stone) bedding material 24" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type II (No. 67 stone) bedding material 27" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type II (No. 67 stone) bedding material 30" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type II (No 67 stone) bedding material 8" diameter PCV sanitary sewer pipe SDR 35, Depth 14' to 16', including Type II (No. 67 stone) bedding material 10. diameter PCV sanitary sewer.pipe SDR 35, Depth 14' to 16', including Type II (No. 67 stone) bedding material 12" diameter PCV sanitary sewer pipe SDR 35, Depth 14' to 16', including Type II (No, 67 stone) b.edding material 15' diameter PCV sanitary sewer pipe SDR 35, Depth 14' to 16', including Type II (No 67 stone) bedding material 18' diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 16', including Type II (No. 67 stone) bedding material 21" diameter PCV sanitary sewer pipe SDR26, Depth 14' to, 16', including Type II (No. 67 stone) bedding material 24' diameter PCV sanitary sewer pipe SDR 2S, Depth 14' to 16', including Type II (No. 67 stone) bedding material ' 27. diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 1"6', including Type II (No. 67 stone) bedding material 30' diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 16', including Type II (No, 67 stone) bedding material 8" diameter PVC sanitary sewer.pipe SDR 35, Depth 16' to 18', including Type 1\ (No. 67 stone) bedding material 10' diameter PVC sanitary sewer pipe SDR 35, Depth 16' to 18', including Type II (No, 67 stone) bedding material 12" diameter PVCsanitary sewer pipe SDR 3S, Depth 16' to 18', including Type II (No, 67 stone) bedding material 15" diameter PVC sanitary sewer pipe SDR 35, Depth 16' to 18', including Type II (No 67 stone) bedding material 18" diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 18', including Type II (No. 67 stone) bedding material 21" diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 18', including Type /I (No. 67 stone) bedding material S-SF S-5G S-SH S-51 5-6A 8-S8 S-SC S-61 PROPOSAL 4/1112007 05-06012-Sanitary and Water Bid Schedule 5-29-2007 .xIs lilllil/!!I!III/llllltlll//I/11 ~!!;l~~~!i!!li!i~!i!i! HWmmmmmm~mm~ ~~H;~;~~H~!~H~1~1Hm~!~!F 11/llllllllllllllllll/!11111111 .'!Iilll!IIIIIIII11IIIIIII!II/I/ 435 1IIIlIIII/IIIIIIll!II!lllllllll 384 IIIJI',!;lljll~ lilllllll!i!IIIII!:llilll!I!I/l. IF !lllllljllllllll!I:!lllll!ll!11 IF Illllllll11JIIII!11111111111111 IF 548 . IF :::::::::;:i:i:::::;:::;:f::::: lillll/lillllil~!ill!ll!I!11111 LF 166 LF 1!1/llll!!IIIII!III/:I!I!!!I!!/ IF 1111:!I!!lllll!!lll!lll:lllll/! LF JI!III:!!I!I!!ll!!!llll!llllll! LF IF .!IIIII/!lllllllil/IIIIII!!I!IIIilllllilllillilillill!illllllllllllll! ,1!,II,llIillliillli!I!II;i;!1l IIII/I[!IIIIIIIIIIIIIII!I] '1!11111!!illll!'llii!IIIIIIIIIIII!lllllli~ LF IF LF LF LF 23~ /02-") r,t- z=?- LF :11111111111111111111111!/:llllll111111111111111111111111I1II11I LF 2-8 7S- oC:> //o~o - IF I'l:j~i~!!~iiiii, i;ii!~]ill~~!i~!i!iI~~;i,~1~I' l[~~~!~~~iilil i!~!I~~lll~i~il~li;liiiii~ ;:t~!~~I1r/l~ji!~~ ii:1rI~~"J!ii1rli:'i:,I1r!I/i~::I:: IF IF 23 ~ IZ7~3 ~ 11111111111!llllilil~iill: li![!II!!II!llllllil~~~OOlll ililil/ill 28 ~ 4-")} 2-- :33?- P-4 PRO JECT #50134 "..,r- '. ."C $.. ). , - o AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE Immm~I~~ No Entry Required ~ Unit Price Required , S-8C 5-80 5-8E 5-8F s-BG S-8H S-9A * 5-9B * 'S-9C * S-9D S-9E 24~ diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 18', including Type II (No, 67 stone) bedding material 27~ diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 18', including Type II (No. 67 stone) bedding material 30. diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 18', including Type II (No, 67 stone) bedding material 8" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to 20', including Type II (No, 67 stone) bedding material 10" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to 20', including Type II (No. 67 stone) bedding material 12" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to 20', including Type II (No. 67 stone) bedding material 15" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to 20', including Type II (No 67 stone) bedding material 18" diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20', including Type II (No. 67 stone) bedding material 21" diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20', including Type II (No 67 stone) bedding material 24" diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20', including Type II (No 67 stone) bedding material 27" diameter PVCsanitary sewer pipe 8DR 26, Depth 18' to 20', including Type II (No, 67 stone) bedding material i~i~~;~u;ff;~~;:;~;~;~f~:;:'h ~'~llii~~ii~li'~~il~i 10" diameter ductile iron sanitary sewer pipe Class XXX, Depth 1mHmmm~mmmwm 0' to 6', including Type 11 (No, 67 stone) bedding material mmmmn!HHHUHHW ~~~d~~.~~;~~:~~~~ ~~: :,:::; ~~:d~~:~ Depfu ji;ii!~~,i~~\i!iili~il~ ~~~~~~~~~~:~~:~ ~:i': :roe:; ~d~~~:'~' Depfu i!!illl~l!!~!I~i!l~i~il 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth HWm[!!1mHW[1mH1!!~ O' to 6', including Type II (No 67 stone) bedding material 111!!!I!lllllllil!lllllllllllll S-7G S~7H 8-71 S-8A S-8B S-Bl llllil/I!!I/lIIIIIIIIIIIIIIIIII Illllllillllllil[IIIIIIII!/111 11111111111111/!1!/111111111111 348 1IIIIIIIIlllll/IIIIIIIIII!11111 lllll'!II/III!/lllll!/!I!!III!1 illlllll!I!llllllll!lllll!!!II! !llllllil!!lllllil!/IIIIIIIIII! ~'I~~illliil~~ii~i S-9F 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth WiHHHW\HHWnfn 0' to 6', including Type II (No 67 stone) bedding material ~mmm~imWmmm:m ~ ~~H~HH~~~~~ WH~~~~E~m:i PROPOSAL 4/1112007 05-06012-Sanilary and Water Bid Schedule 5-29-2007 xis LF ~!!IIIII!lil!II!I!llill!II.llilllllllllllllllilllillllI'Illlilllllllll LF .1!jlllllllll!IIIIIIIIII!I~!llllilllll!llllllill!111!1Ill!lill!IIIII!! LF :llllilillllll!llill/illl!li!lllllilllilllllllillil!1lillill!/IIIIII!/ LF 23 ~ 82/ 7' ~ ~l~I~~iit~lil~} iJ!!II~i~~[~~~~Ii~~li[~ 11!11111111111111111111111 Illllllllllllllllii!!llllllllilll!I!IIIIII~ ~: ]~lf!ii!~~!iil!~ !~iil~~l!~ljii~l~lll~ '!i],~\~~li~1111~ !1~1~~rl~~~l1i!i!ii!I!lilil ii::ii~~' ,'~ll~i~~i'I!~!~I:[lir:i~ :: 11'1111,'11'11111,1111 ,~~~i~!~iil!ii~iili! i~!~!jl~l!i~~lIlii!111~~I!~! LF LF LF LF LF LF LF LF LF LF : !'llirlllillllill'IIIII!lililii'illlllllll P-5 PROJECT #50134 AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SewER BID SCHEDULE m'...";'"':.;., ~~;~~E~:~:j: No Entry Required ~:;:!::~~::;::~ . o Unit Price R~quired S-9H 20" diameter ductile iron sanitary sewer pipe Class XXX, Depth immWimiHWHrm 0' to 6', including Type" (No. 67 stone) bedding material mm~i1i~m~mlmmmm HHHn~;mmm~mmHW ~:~~~~~~;;;~ ~~~~ ~~ ~:;:~:: 111!IIIIIIIIIIII S-91 S-10A 8' diameter ductile iron sanitary sewer pipe Class 350, Depth 6' 108', including Type II (No. 67 stone) bedding material 20 S-108 10" diameter ductile iron sanitary sewer pipe Class XXX, Depth mHWHiHiiHHHiiiHm 6' to 8', including Type Ii (No. 67 stone) bedding material mWmmmmW!mmm ;~HWfHmH ;W:~;f:;:i:;:i & 1 OC 12" diameter ductile iron sanitary sewer pipe Class XXX, Depth HHHH1WHHHHHH1W 6' to 8', incfuding Type" (No. 67 stone) bedding material iWmmmmmmmmm ;~:;:;;;1Hi:;:~:~:~:~:i1i:;;;: 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth :WjiWHmWWmmm~ 6' to 8', including Type II (No. 67 stone) bedding material HiiHmmmCmmmm ~~H~ ~~H1;~Hl~~j~1;~m~i~~H ~6~"B~~:~;~:~~~~ ~~;~ :::) ~~d~~X;;J Dep~ iilllilll~I!111Il~I!~i~ . &1 OF 18~ diameter ductile iron sanitary sewer pipe Class XXX, Depth iWW1iHi)iH~mmfli . . ..:: :::.:::~ :::::: :::::.: .:.: .:.: 6' to 8', Including Type" (No. 67 stone) beddmg material 1HiiiV1i1iHH1Hig1ili ~WHmHmmHH~~mHm &10D &10E & 1 OG 20~ diameter ductile iron sanitary sewer pipe Class XXX, Depth iHWHWiiH!ii11gWi; 6' to 8', including Type II (No. 67 stone) bedding material lil!!!!iill!ll!II!III!!!llll!11 S-10H S-101 ~~~ ~~~:~d~:::~~ ~~~;~ =:) ~~d~~~~ Depth ~liilll[\I!I!:j~~ 30' diameter ductile iron sanitary sewer pipe Class XXX, Depth mmn:H:~U:HW[fm 6' to 8', including Type II (No. 67 stone) bedding matenal 1!llllliill!!IIII!li!ll!li!!ill S-11A 8" diameter ductile iron sanitary sewer pipe Class 350, Depth 8' to 10', including Type II (No 67 stone) bedding material 20 S-118. 1 O' diam~ter d~ctile iron sanitary sewer pipe ~Iass XXX~ Depth ~!!!ll~~Iimmmmmmm 8' to 10', mcludmg Type II (No, 67 stone) bedding matenaJ :nmr~mWmHnmj~H H ;~~~;;;!:~ :~;~ ;;~;~;:;:~~~:~: . S-11 C 12" diameter ductile iron sanitary sewer pipe Class 350, Depth 8' to 10', including Type II (No, 67 sto~e) bedding material 60 PROPOSAL 4/1112007 OS-oS012-Sanitary and Water Bid Schedule 5-29-2007 xis LF ~]ijllliiililill!' lllli!I!~II~~!iiiii~ll 1IIIjili!III~lill ,1111111II!111111I11 LF LF LF 52- t!::::- /o-;?3 ~ LFlilljl!lilj~II~II!t 1!llll~11illi~III~I~lill~i LF LF LF LF LF LF LF LF 52- (!;;.. /ot!-3 ~ LF!ii!ilij!ii!:il~ii~ji lilll~~I~il:~lll!!lliilii~I!I! LF ?f?- ~ ~cj-7C/- ~ P-6 PRO JEer #50134 iil AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOKAREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE ~ Unit Price Required S-11 E S-11 F S-11 G S-11H S-111 14" diameter ductile iron sanitary sewer pipe Class XXX. Depth 1HH1H@i~@m1mjt~ 8' to 10', including Type II (No. 67 stone) bedding material 1IIIillllliillllllll!!lllllll!1 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth ~~:;i[iH[Wtj1j1i;11j1t 8' to 10', including Type /I (No, 67 stone) bedding material imHiiiIH!W1~!WHm 18" diameter ductile iron sanitary sewer pipe Class XXX, Deptl1 :llllilllllllllllllllllll;11111 8' to 10', induding Type II (No, 67 stone) bedding material 111111111!!I!!!lllllll!!IIIIIII. ;?~d~~~~~u~~:I~~: ,~~;=f~~~m~a~Ptl1 ~~~~~!!il~\il!iillll 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth mHi(HliHHHiH~i~i :~~Od;:~~:::I::: ':~:::7S::~P::I:' ::a~eptl1 Ij::!l~!!i!!!~jilliii!! 8' to 10', including Type II (No. 67 stone) bedding material ~WmWWHHHHH!nj H;1~Hm:nm~m~m~~~~~~~ S-12A 8" diameter ductile iron sanitary sewer pipe Class 350, Depth 10' to 12'. including Type II (No 67 stone) bedding material 20 S-12B 10" diamet:=r dU~i1e iron sanitary sewer pipe CI~ss XXX, !=,epth [1iimmmmmi~11~~!~jm 10' to 12', Indudlng Type II (No. 67 stone) beddrng matenal ~HHWm!mmWnr HiH~~H1~~~~HHW ~~;1~~ ~;~~ S-12C 12" diame~er du~ile iron sanitary sewer pipe CI~ss XXX, !=,epth jWmm~mm:mm~:~im 10' to 12', Including Type II (No, 67 stone) beddIng matenal ~n;~i~:ii;;;i;;;i;j1i1;H!H mHmmmm~HWHi~m~ 14" diameter ductile iron sanitary sewer pipe .Class XXX, Depth iHiHWHHiiHUi:Hjjil 10' to 12', including Type II (No, 67 stone) bedding material Il!il!!l!!Illlilllllllllli!lli! ~~: I~~'~:~~~~~ ~~;::<:~6~-=~;P~~:: ~rl~~pth !jlll!~!I~I!;i~~!~!!1 S-12F 18" diamet.er du~i1e iron sanitary sewer pipe CI~ss XXX, !=,epth IU~1~lml1f1:!l:1i:mml1 10' to 12', Includrng Type II (No 67 stone) bedding matenal ;j:iHWHfHiWlfH: ;HmmHW~Wmmmm~ 5-120 S-12E S-12G S-12H S-121 ~~ ~~~~'i~cl~:~ ~;:1~~~~~6~":~~~~= ~~~pth iili~ii!!!lii;il~!!!ii! 24" diame~er du~tife iron sanitary sewer pipe CI~ss XXX, .Depth 1:jmmmmWm~mmm, 10' to 12', Including Type II (No. 67 stone) bedding matenal :um:mHj!nHmW~1 LF 30' diame~er du~tiIe iron sanitary sewer pipe CI~ss XXX, !='epth Il!1;11;llil~iiliilililliill;i 10' to 12', including Type II (No. 67 stone) bedding matena! mHnHnH@m(l~ ~ ~nww ~ ~;~~~ ;;~ H~~~~~n;!~ PROPOSAL 4/1112007 05-00012-8anitary and Water Bid Schedule 5-29-2007 xis :11"1::11111 ,1111~111:lljl!~!il~! ~:I'llljlllllllllllllllij11!illlllll~ :Illllljiillfl,l i,ltl~llilill!illlj::: . LF LF LF 52.!!::- ;?!-O /o~3 - LF!!I!lii~{~li~ii!!il iii!I~I~i~iil!li~lil~li~il1~' LFli!li~1!lIiiilllll!i Ij!ill'il!!llli!I~I!iiiilll~il ,lli!il;i~~i!il!I!II!!i 1!ilii!il!I!i;!i!iii!!i!ii~I!!l~l! ~: :llili;:I"lllillllllll~ll,I;,III~!i;III;!1111 LF LF LF p-? PRO JECT #50134 .cu .~' AUGUSTA UTILITIES DEPARTMENT ~ BOND PROJECT #50134 . ORe "MEADOWBROOKAREA UTILITY IMPROVEMENTS" . SANITARY SEWER BID SCHEDULE ;f) No Entry Required ~ Unit Price RequiTl!d 5-13A ~;~~~~~;':~:~i~;p~~~ ~':~~~~:gX;;=fu !!!tjli!lliilll!li!i~~~ S-138 10" diameter ductile iron sanitary sewer pipe Class XXX, Depth HH;Wm~;Hm;~nWm~ 12' to 14', including Type II (No, 67 stone) bedding material 111/!!!!!I!!I!!!!I!l!!!lli!I!!! S-13C 12" diameter ductile iron sanitary sewer pipe Class XXX, Depth iHHH!iWHHHHHf1iHml 12'to 14', including Type II (No. 67 stone) bedding material 1WmWmmmmmmm nW!~1~mmn~n~~;~~~;W~ S-13D 14" diame~er dU~le iron sanitary sewer pipe CI~ss XXX, ?epth mmmmmm:mmmm 12' to '14', including Type II (No 67 stone) bedding matenal HHWlHWHnnnHHHW :H;~H~~~~n~H;;m~~m~~m S-13E 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth W1i?H~;iHHHH!111;1; 12' to 14', including Type II (No. 67 stone) bedding material 1:1j:;~mWmwmmmm mmmm~mm~ifHHHH~ S-13F S-13G 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth UiHWmHmHtH1;1~1 12' to 14', including Type \I (No. 67 stone) bedding material m1m~j[lHHmHtHmH 20" diameter ductile iron sanitary sewer pipe Class XXX, Depth lili1illllllil;lll:llllllllllli 12' to 14', including Type II (No, 67 stone) bedding material 1HiH;WHEEEHmHnlm ;~HH~~Hm!~;H~Hmmm~ S-13H 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth mwmWm~mmmHt 12' to 14', including Type II (No, 67 stone) bedding material i:nmmm!~mmmmm , HUHm!mnWnmnnw S-131 S-14A $-148 30" diameter ductile iron sanitary sewer pipe Class XXX, Depth mHU1HH1HHmmmm 12' to 14', including Type II (No, 67 stone) bedding material w:jm:mmmm~mmm ~~~~~m~~ ~~H~~~ H~~ Hm~?~~~ ::::~~:~::::n:=~::~::.::~ :~:P: ~i!i!!!~~!i!!I~~!i!!11 14' to 16', including Type II (No, 67 stone) bedding material 11!!!ll!II!!I!I!!!I!I!!IIII!!11 S-14C 12" diameter ductile iron sanitary sewer pipe Class 350, Depth 14' to 16', including Type II (No. 67 stone) bedding material S-14D S-14E $-14F 60 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth 1%1iH1nH1Hm1%i!H 14' to 16', including Type II (No. 67 stone) bedding material :mmwm:m~wmmm: 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth l:illl::l:jl:iji~::::llml:l: 14' to 16', including Type II (No 67 stone) bedding material' mimmmmmmmmm ;~:;:~~ ~~~:~~i:i ;~:f };:~:~n~ 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth mn:nmmn~;mm~iHj 14' to 16', including TypelJ (No, 67 stone) bedding material WHm!~H~mWmm:~ 1~~1~;~n;m 1~~~!~ ;~!~m~;~;~ PROPOSAl 4/11/2007 05-06012-Sanilary and Water Bid Schedule 5-29-2007 xfs LF 111Iilli:I~lil'I;I~11!lllllji:lilllrllll ,1~'llillllll, i:':::;I,llII111111,,1 'i~ii!~lli:i!~lil~lli 1!liilll~iilliili~jil!llllli!~1 :1;11:llli!llliil"llllll~II!li'lii,11 !~lillill~!~lili!ili: il~~~lill!i~iI1il~~iiljllll~ i~~111jl~I~III!i!: illilil~llllli]li!llii!llljl!fI 1!11'lllllillllfl~!llli[li;liill'I!11 LF LF LF LF LF LF LF LF LF LF LF ?rI- ~ {I-fI- "} t;L-- ~ LF LF LF P-B PROJECT #50134 ~ AUGUSTA UTILITIES DEPARTMENT . --m;-- BOND PROJECT #50134 !: R "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE 1~&~rH~~:~:Il\TO Entry Required r:~!~':::::: .Ill ~ Unit Price Required 5-14G 20" diameter ductile iron sanitary sewer pipe Class XXX, Depth mmmmmm~mmm~H 14' to 16", including Type II (No, 67 stone) bedding material lilll!lllilil!l!!lli!jll!!I~i! S-14H 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth ;~;~mt~~i1mHm~1~1~1i1 14' to 16', including Type II (No, 67 stone) bedding material wmmmmmmmm~m ~~ ~~; j ~ ~;~~;; ;~~ i~~; ~;~ ~ ~ ~~ 1~ fi S-141 3D" diameter ductile iron sanitary sewer pipe Class XXX, Depth HmimWm~mHWmW 14' to 16', including Type II (No, 67 stone) bedding material lill/lilt:':'!!II!!!!!II!!!11 S-15A 8" diameter ductile iron sanitary sewer pipe Class XXX, Depth 16' to 18', including Type II (No, 67 stone) bedding material ~~~II~i~i~I~I~I~ S-156 10" diameter ductile iron sanitary sewer pipe Class XXX, Depth HHnHHil~;1ii1~Ji~mH , 16' to 18', including Type II (No 67 stone) bedding material iWmmfmm~W1mw ~ 1~~ ~~~ i~ ~ ~~f~~ ~ i~~~ ~ ~~~~~ ~~~~~ $-15C ;~ ~~~~:~~~~ ~;e 7,{:ry6~-=~;P~~~: :~~;pth !!II!!lt.~jlilll~ill~ S-15D 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth w~lm~m~HHf!~~~~~mf 16' to 18', including Type II (No 67 stone) bedding material HmimHm~ii;~HmHm nmmmmmmmmmn S-15E S-15F S-15G S-15H S-151 S-16A S-166 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth mmmm~m~mH~%ii1 16' to 18', including Type II (No. 67 stone) bedding material ~m~mmmmHmmmm 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth ll::1111111111Iillllilll1111111 16' to 18', including Type 1/ (No. 67 stone) bedding material IlI!ll!I!!II!!II!!'llllll!!l!l! 20" diameter ductile iron sanitary sewer pipe Class XXX, Depth ;~~mHmmmHEHmj~(H 16' to 18', inclucflng Type II (No 67 stone) bedding material 1!111111!!ill~jl!!I!tl!ll!ili 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth Hji1iH1iHHg1~1iElji1il 16' to 18', including Type II (No, 67 stone) bedding material mmwmmwmmm~m 30. diameter ductile iron sanitary sewer pipe Class XXX, Depth l!llll!lili;lllll:llil~ill;l:ll 16' to 18', including Type 1\ (No. 67 stone) bedding material 1mHmmnH~tHmm ;~i~lHn !nm ~~!~~~!w;nm :::::~::::::~::~=~::e~::: :~h '~,I,i!'i'~ij!j!ll~!f~! 18' to 20', inducflng Type II (No 67 stone) bedding material ni}~mlHHHfH~m~;i' LF E~1~H~~~~WmW~~HU~!~m S-16C 12" diameter ductile iron sanitary sewer pipe Class XXX, Depth 1~~Wmnj~1Wi~~~iWH~j 18' to 20', including Type II (No. 67 stone) bedding material WHiHHWmWHiUmm' LF m~1~~~~~~nmm;1~lmnm PROPOSAL 4/1112007 O!Hl6012-5anilary and Water Bid Schedule 5-29-2007 xis ii"r~ji~~I~~i~ii i!lilii~~~li~!1ij(~l!ifJ~~ il~~lili:!!!!~I!! i!liil~!i~i/;ii~!~lj!I!!~~ill! LF . ,i!ii!lil!I!!i!~11 ~lli!llj!~~I!lilllil1illili 'iil!~1iilll~1i!!lilll i1ililil~ll~liil~ii!lil~ll~r~ iil!ji!ll!ii~llliil!li! 11~\!!~I!lmlliiililli!!i!I!~ji ,!!~ilili~lilll!il !11!!r.~!i~]ijilii~ii!!!III~1 LF LF LF LF LF LF LF LF LF LF LF LF :'I!IIIIIII'I,II',II i'lIi~[lill~IIIIIII,~1 P-9 PROJECT #50134 ~ ~ AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 '"MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SewER BID SCHEDULE ~i No Entry Required ~ Unit Price Required 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth mmm~mmmmmmm 18' to 20', including Type II (No. 67 stone) bedding maten~1 Illlllillllllll!!!!ll!!ll!!I!11 16" diame~er du~le iron sanitary sewer pipe CI~ss XXX, ~epth mm~mmmmmmmm 18' to 20', Includmg Type II (No, 67 stone) beddmg matenal ;H;j~1HnHWr!mmm ~;!~; ~~~ i~~ ~~;~ ~ ~~~ ;;~ ;~~~ ~ ~~ i J ;~: ~~~~~~~ ~;:1~(~6~e:~~;~~~~~: ~n~pIh !1!~~!~~JII!~l]~~I~1 ~~: ~~~~;~~~~~ ~ ~~~ =~~!~~:: ~ri~pIh ~llll'II~~li!l!~iil~!ll 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth {mmm~Wf~HWH 18' to 20', including Type II (No 67 slone) bedding material im~mmm~m~mmmm l~;~~~;~~~i~~~~~~m ~mmw ~ 3D" diameter ductile iron sanitary sewer pipe Class XXX, Depth fWmmmHiHjiH;in 18' to 20', including Type II (No 67 stone) bedding material 1IIIi/lllll!!II!l!!!l"II!lllll S-17 Jack and 80re 24" steel casing, 0,25 in, min. thickness; include 100 LF, 12- 0.1 sanitary sewer carrier pipe, Class 350, restrained joint, end seals complete S-16E S-16F S-16G S-16H S-161 S-18 Select baclcfjll, GA DOT Type I, Class I & II (Sand/Clay)- Measured by in-place volume S-19 Miscellaneous pipe fittings and connections S-2DA Pre...casl sanitary manhole, GA DOT STD 1 011A, Type 1, Depth 0' to 6' (46" Diameter) S-208 Pre...cast sanitary manhole, GA DOT STD 1 011A, Type 1, Depth 0' to 6' (60" Diameter) , S-20C Pre...casl sanitary manhole, GA DOT STO 1 011A, Type 1, Depth 0' to 6' (72" Diameter) S-20D Pre-cast sanitary manhole, GA DOT STD 1011A, Type 1, Depth 0' to 6' (84" Diameter) S-20E Pre-cast sanitary manhole, GA DOT sm 1 011A, Type 1, Depth 0' to 6' (96" Diameter) S-20F Pre-cast sanitary manhole, GA DOT sm 1 011A, Type 1, Depth 0' to 6' (120" Diameter) S-21A Additional sanitary manhole depth, Type 1, Depth Class 1 (48" Dia.) 8-218 Additional sanitary manhole depth, Type 1, Depth Class 1 (60" Dia.) PROPOSAL 4/11/2007 05-06012-5anilary and Water Bid Schedule 5-29-2007 .xIs .100 500 80 94 1IIIIii!I/II!!II!III!I!I!I!/II! l!il~!i[~ji!'~i:il~'~!i lllllllllllllllllli!III!!llilll 111'111!1!11111!1~IIIIIII!ill!1 126 1111!111!lllll:11!!11111/111111 LF i!ll!l!!li!~lili~!ii 1!li!!ill!!~~!ll!l!l~l!iiil!!gl Ji!!:lli!l!ll!i!l!!! 1!!II~I~lllrll!lilil!!l!lill ."!il~~!i!!!illll~i i[~lll!ililill~il!ll~lli!i:l~l~! LF LF LF LF LF LF 310 ~ 00 3Iotf-~ - CY 9~ ~'775 ~ LBS 2- :0 /b8 ~ EA ~24-!!.- 2.37 z.B? 02- EA EA EA EA EA ,!jil!III!I!!!!lll!l!jllll:I!!III!;llilllllll!I!~IIII/1IIIi!!ill!ll! VF 78 ~ 7''709, 90 VF '11/:1111111:11111lr!!/III:lllllliliIIIIIIIIIIIJ/!II/!/11!lllllll!llli P-10 PROJECT #50134 AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE IHf~H~~il No Entry Required .01'.:1:.:.:_._-: ~ Unit Price Required 8-21C Additional sanitary manhole depth, Typ~ 1, Depth Class 1 (72" Dia) 8-210 Additional sanitary manhole depth, Type 1, Depth Class 1 (84" Dia,) S-21 E Additional sanitary manhole depth, Type 1, Depth Class 1 (96" Dia,) S-21F A~ditional sanitary manhole depth, Type 1, Depth Class 1 (120" ~1!~11!1!!;;ym;iwmml Dla) . ~Wm~i:;: ;n:mm~~ 8-22A Additi9nal sanitary manhole depth, Type 1, Depth Class 2 (48" Dia,) 8-228 Additional sanitary manhole depth, Type 1, Depth Class 2 (60. Dia) S-22C Additional sanitary manhole depth, Type 1, Depth Class 2 (12" , Dia) 8-220 Additional sanitary manhole depth, Type 1, Depth Class 2 (84" Dia) 8-22E Additional sanitary manhole depth, Type 1, Depth Class 2 (96" Dia,) S-22F Additional sanitary manhole depth, Type 1, Depth Class 2 (120" HHWHHm:WHHHW~Hl Dia,) mm!mmmmmmm~jl S-23 Pre-cast sanitary manhole, GA DOT SID 1 011A, Type 2, Depth 0' to 6' (96" Diameter) 8-24 Additional sanitary manhole depth, Type 2, Depth Class 1 (96" Dia,) 8..25 Additional sanitary manhole depth, Type 2, Depth Class 2 (96" Dia,) 8-26A 48" Diameter sanitary manhole exterior joint wrap 8-268 60" Diameter sanitary manhole exterior joint wrap S-26C 72" Diameter sanitary manhole exterior joint wrap 8-260 84" Diameter sanitary manhole exterior joint wrap S,,26E 96" Diameter sanitary manhole exterior joint wrap S-26F .120" Diameter sanitary manhole exterior joint wrap S-27 A 48" Diameter sanitary manhole interior protective coating PROPOSAL 4/11/2007 05-06012-Sanitary and Wales' Bid Schedule 5-29-2007 .xls 167 1IIIIIIll!IIII!I!llllllllllllll 111111111111!111!11111111!1!111 Illl!I!lllill/III!I!/III!!11111 111!III!i!IIII!!!I!II!I!ll!!!11 lllllll!llll!illll!!lll!lllllll IlIllll!I!IIII!IIIII!!l!!llllll 94 -llillll/II!II/I!!lllilll!l!1111 11!!l!lll/!!I!I!!!l!II!I!!lllll 1111111111:11111111111!llllllli 11!11111!!~IIIIII!!liillll!lll~ Illl!illl!'IIII/II!I!lllil!!/!i , 30 : :~l~~l!ii~'li~!!l' lii:lllli1~~t~ii~I[~iil:lil~ :ill~~1Iilllliiil; :il~il,!iil!~~!I~I!!~iil~~ VF 78~ /3/3~~ VF ,ill!lll!ll!lil!11111111Il:ll!III!!lllllll!l!l!llllllIIIIIIIIII!!III!I VF ,IIIIIIIIIIIIIIIIIIIIIII/!!IIIIIIIIIIIIIIIIIIIIIIIIIIIlillllilllllllll VF .lillllll!III!/IIIIIIII!lllll!llll!l!llll!ll!!!!I!1111lillllllllllllll VF VF EA VF VF :lllljlllllli~!IIIIIIIIIII:lillll!IIII!II!llllill!II!11111!IIIIIIIIIII EA /00 c::- rh::> '7'fi-07' - :~~i~~ii',i;~!i~i!~ iljl~ii~I~!lj!~liiii~i~ii~~'~i EA EA EA VF 23 ~ ?o/~ P-11 PRO.JECT #50134 ~ ~ AUGUSTA UTILITIES DEPARTMENT BOND. PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPR.oVEMENTS" SANITARY SEWER BID SCHEDULE 60" Diameter sanitary manhole interior protective coating $o27C 72" Diameter sanitary manhole interior protective coating $o27D &4" Diameter sanitary manhole interior protective coating S-27E 96" Diameter sanitary manhole interior protective coating S-27F 120' Diameter sanitary manhole interior protective coating 1IIIIIII!!!!lllllllll!!lllllll! $028 Outside Drop Piping - Complete 4 S-29 Doghouse/Connector Manhole, including base, cone, and ring and cover S-30 6" sanitary sewer service, complete 1 177 S-31 Cut and plug existing sanitary sewer, diameter varies ~~i~i~i!i:~ii1Ii~l!i 5-32 Cut and plug existing manhole, diameter and depth varies S-33 Tie new sanitary sewer to existing manholes, diameter varies 3 5-34 AC Water Main Crossing 1 S-35 Ductile Iron Pipe Polyethylene Encasement 20 $036 Concrete encasement of sanitary sewer (creek crossings, ete,) 10 1~~~j~Hfil~~1 No Entry Required [3 Unit Price Required VF VF VF VF VF 'lilll/II!llillll!llllllllll/!!!I!III!!II/!!IIIII!1111illlllllllllll! EA /ff~ zo 58/&> ~ EA //S"//~ //5// ~ EA 77'7' ~ /-1-1 rlS"8 ~ EA '!I!I!llllllllll!l!l!!IIII:II!lll!llll!II!II!!lilillllIllillll/lllllli EA '11111111!IIIIIII1111111111111111111111111111111111111liilll!llillll; 3~/S- ~ /77~ ~ EA /3v~ ~ EA /5'7'7 LF c7-?!: CY /~~ SANITARY SEWER TOTAL PROposAL 4/1112007 05-06012-Sanilary and Water BId Schedule 5-29-2007. xis 7'7 .~ /f?'7r 310_ 10/3 72.') ~ '/ / P-12 PRo.JECT #50134 AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" WATER SYSTEM BID SCHEDULE _.~:;;::,::::.: . ~r;:~~~;!:i:~i No Entry Required ........:>........ ~ Unit Prke Required , WATER MAIN W-1A 6" diameter PVC water transmission main C 900, Class 200 W-1 B 8" diameter PVC water transmission main C 900, Class 200 W-1C 10. diameter PVC water transmission main C 900, Class 200 W-1D 12" diameter PVC water transmission main C 900, Class ZOO W-1 E 14" diameter PVC water transmission main C 905, Class 200 W-1 F 16" diameter PVC water transmission main C 905, Class 200 W-1 G 18" diameter PVC water transmission main C 905, Class 200 W-1 H20" diameter PVC water transmission main C 905, Class 200 W-11 24" diameter PVC water transmission main C 905, Class 200 W-1 J 30" diameter PVC water transmission main C 905, Class 200 W-2A 6" diameter ductile iron water transmission main Class 350, standard joint W-28 8" diameter ductile iron water transmission main Class XXX, standard joint W-2C 10" diameter ductile iron water transmission main Class XXX, standard joint W-2D 1Z" diameter ductile iron water transmission main Class XXX, standard joint W-2E 14" diameter ductile iron water transmission main Class XXX, standard joint W-2F 16" diameter ductile iron water transmission main Class XXX, standard joint W-2G 18" diameter ductile iron water transmission main Class XXX, standard joint W-2H 20" diameter ductile iron water transmission main Class XXX, standard joint PROPOSAL 4/1 1/2007] OS'{)6012-SanitBry and Warer Bid Schedule 5-29-2001 xis lillilliiillll!!!I!I!llllll! 111/lilll!/III!III!II!llllll llllllilllllllil!IIIII/11111 1~::::::~:!ljllll!IIIIIII'11 l!lll/llllllfil!III!llllll!1 1111/lillllllllllll!II!IIIII 1111111/llil!II!!II!/!i!1111 lllll/II!!I/lllllllllll!/'11 Ill!!II/lllllllillllllll!!11 Ill!!!ill!illilillllllllilll 12. 120 Illilllll/I/lllllllllllll!l! 'II1illlilllll!IIIIIIIII!lll IlllIIIIIIIIIII!!llll!l!lll! Ili!il!!!I!III/I!llll!//!l/! 11!lil!/!!IIIIII!lllll!!l!11 lllllllllllllllllll!/IIIIIII 1IIIIIilli:III!I!!IIIIIIII!1 LF IlI!!li!!IIIIIII!!llilll!III!llllll!I/!!l!lllllll!!11111111111111/1: 1111/llllllll!IIIIIIIII!11 illllllllllll!lllil!IIIIIIIIIIIII!lllllil~ 1/11!1111111IIIIII!I!1111111111111111111111111111111!1llll~lllllll~ 1/lllilllllllllllllllllll!IIIII!IIIIIIIIIIIIIII/II!!11lil!llilll!ll: i!~i~~~~!II!ili 1~1~1~~li~!;!~i!il!~~~i~~i 1IIIrI1'lillllll!I~I!lllllll;II' 1IIIllllll!!II!l!"l!III!! 1!lllllilllllllll!llllll!ij~II!llllllilll~ LF LF LF LF LF LF LF LF LF LF 20 !2.- ~ 2/1-3 '7'7'5" LF !111!!llllillllllll!lllll;/!ll!lll!!II!IIIII/!II!!II!l!il!llllilllll LF LF LF LF LF LF P-13 PRO JEer #50134 AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 '"MEADOWBROOK AREA UTILITY IMPROVEMENTS" - WATER SYSTEM BID SCHEDULE ~~~\~J~m~~ No Ently Required ~ Unit.Price Required W-21 24" dialT!eter ductile iron water transmission main Class XXX, standard joint W-2J 30w diameter ductile iron water transmission main Class XXX, . standard joint W~A 6" diameter ductile iron water transmission main Class XXX, restrained joint W-3B 8" diameter ductile iron water transmission main Class XXX, restrained joint W-3C 10" diameter ductile iron water transmission main Class XXX. restrained joint W-3D 12" diameter ductile iron water transmission main Class XXX, restrained joint W-3E 14" diameter ductile iron water transmission main Class XXX, restrained joint W-3F 16" diameter ductile iron water transmission main Class XXX, restrained joint W-3G 1a" diameter ductile iron water transmission main Class XXX, restrained joint W-3H 20. diameter ductile iron water transmission main Class XXX, restrained joint, W-31 24" diameter ductile iron water transmission main Class XXX, restrained joint W-3J 30. diameter ductile iron water transmission main Class XXX, restrained joint ' W-4 Jack and Bore 24" diameter steel casing Minimum wall thickness 0,250 inch, with 12" diameter, restrained joint ductile iron carrier pipe, end seals, Class 350 included W-5 Select backfill, GA DOT Type I, Class I & II (Sand/Clay)- Measured by in-place volume W-6 Miscellaneous pipe fittings and connections W-7 8" X 6" Diameter Transition Couplings W-B Fire hydrant, installed complete with valve, lead pipe, joint restraint, and blocking (Hydrant supplied by AUD) W-9A 6" in-line val\(e, including valve box, installed, complete, open right/left W-9B a" in-line butterfly valve, including valve box, installed, complete, open right/left PROPOSAL 4/1112007) O~6012-SaniI8ly and Water Bid Schedule 5-29-2007 xis 111/111/IIII/II!I!II!!!III!1 /lllllllllllllllllllilllllll Illllllll/llllllllillj!lli!/ 1IIIIIillllll/IIIII!11111111 lillllllllli/llll!III!IIII!! 111111!lllllll!IIIIIIII!/111 IIIIlilllllllllllllllllllll/ ~~~II~"il~/Ji~i lilll!llllllilllllllllllllll illllllllllll!I!!i!!'!II!111 !111!!IIIII!!lll:IIIII!II!11 N/A 500 1,040 4 10 1!11111!!II!IIII!/lll!!I!111 .lilllll!lll!illlll!!l"l/!11 LF 11/lllllli!III!IIIIIIIIIIIIIIIIIIII1111/111/llllllllII11/111111!111; 11Il!lllIIII!!I!!!!"IIII!llllllllll/!I!III!!!lllllll/11111111!!llll Illljlll/!lllll!l!II!llll! ~!IIIIIII'I/!!II'llil!!lllilllllllllll!l! 1IIIlIIIIIIIII!I!lll/III!II!!II!!!IIII!!!lll!lllll/!l!Ill/llllllllil lllllllil!lljjlilllllllillIIIII11111/!!lilll!lliilllllIllli!!III!II~ Il!!IIIIIIIII'!II!!I!I!!II/!IIllll!lllll!i!li!I!I!!lllIIllllllll!II; ~~'il~!i!!~i'!!~11 !i!i~jill~~!I!!il~~~!i~~I,; lllllll!!/!!!I/lllll!!llll!!llllll!!I!II!ll!ll!!II/11111/1111111/11; ~l~!~~!~~iili !i!~,~li!!~lli[!ili]i~j~~ji! 111111!1!llli!ii!lllllll!i/!!I!!IIII!!lllil!lljlllill!111!ll!lllllll LF LF LF LF LF LF IF LF LF LF LF LF CY 9!! ~7''7S- c:::- 2/ J3fi? ~ LBS z(5:... EA 37h ~ /~B7 ~ /2~Z. "71 /2&2. 7' ~ EA EA l/l!lllllllill!iI1Jilil/III!llil!lillflllllli/!/llil11!!1~!1!/11111 1111!/lllillilllllll!IIII!lllliI1111!//i!IIIII\llllli/!1!!Iil/llllli EA P-14 PRO JECT #50134 '. .\lCS . " AUGUSTA UTILITIES DEPARTMENT --,;;- BOND PROJECT #5Q1~ . "" "MEADOWBROOK AREA UTILITY IMPROVEMENrS" WATER SYSTEM BID SCHEDULE ~. . lllillillilli No Entry Requut!d ~ Unit Price Required W.9C 10" in-line butterfly valve, including valve box, installed, complete, open rightJIeft W-9D 12. in-line butterfly valve, including valve box, installed, complete, open right/left W.9E 14" in-line butterfly valve, including valve box, installed, complete, open right/left W-9F 16" in-line butterfly valve, including valve box, installed, complete, open rightlleft W-9G 18" i~-line butterfly valve, including valve box, installed, complete, open right/left W-9H 20. in-line butterfly valve, including valve box, installed, complete. open right/left W-91 24" in-line butterfly valve, including valve box, installed, complete, open right/left W-9J 30" in-line butterfly valve, including valve box, installed, complete, open right/left W-10A 6" in-line gate valve, including valve box, installed, comp-Iete, open rightlleft W-108 8" in-line gate valve, including valve box, installed, complete, open rightlleft W-10C 10. in-line gate valve, including valve box, instafled, complete, open right/left W-10D 12" in-line gate valve, including valve box, installed, complete. open right/left . W-10E 14" in-line gate valve, including valve box, installed. complete, open right/left W-10F 16. in-line gate valve, including valve box, installed, complete, open rightlleft W-10G 18" in-line gate valve, including valve box, installed, complete, open rightlleft W-10H 20" in-line gate valve, including valve box, installed, complete, open rightlleft W-101 24" in-line gate valve, including valve box, installed, complete, open rightlleft W-10J 30" in-line gate valve, including valve box, installed, complete, open right/left W-11 X' air/vacuum valve including X" diameter precast concrete manhole, installed, complete PROPOSAL 4/1112001] 05-<)60 12-Sanitaty and Water Bid Schedule 5-29-2007 xis 1/lllllllllil/llllllllllllll EA Il!IIIIIIIIIIIIIIIII/IIII!ll EA 1!1!11111111!lllilllill!il!! EA 1IIIllllllil!ll!lll!!lllll!1 EA !11!ll!iIlilllllillll!lillll EA 11!/IIIIIII!!i/!lllllill!!ll EA 111111!lllllll!1111111111111 EA Illl!1111111Iilllll1!1!11111 EA 14 EA lllll'Illllllll!lll!lilillll EA illll!IIIIII!lll!II!!ll!!lll EA Ill!IIIII!!I1111111111111111 EA llllllllllllll!I!lilllllllll EA li'~iilliiii~~"ii!r~ . : 111111111111!!I!III!!:ll!111 EA .11111111111111l!llllllllllll EA 1111!lllllllll!l!llllllllill EA rllll!llllllllillll:llllllll ~ i!'!liilii~~~i~ii' l!i'il~~lli~]t~ilili~I]111 1~1[~i~i~~l~!ill! ~i~ii~!llii~~~ri!~1 jllll~i'll !11!1!11~111~ill!!~1111 11!IIIIIIIIIIlllll'!!llll!/II!lllllll!:!lllll!II!!ll!l1111Illllllll! 73o~ /OZ.32-~ 1IIIillilllll!!!I!I!!I!!I1/II!lllll!I!!lllllll!llli!11Illlllllill!11 1111!llli!IIIIIIIIII!II!lllil!ll!lll!l!lll!I!II!!II!llil!!lllllllili II/lilllllilllllil!llli!ljlllilllllllllil!li!lilllllll1IIIilllllll11 P-15 PROJECT #50134 . AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT #50134 . 0';" "MEADOWBROOK AREA UTILITY IMPROVEMENTS" WATER SYSTEM BID SCHEDULE X" air release valve, including X' diameter precast concrete manhole, installed, complete W~13 8" tapping sleeve, valve, valve box, complete 4 IH~jH;W~~ NQ Entry Required :;:::::::::i:.: o Unit Price Required EA lil/IIIIIIllillllllllllllllllllllll/111111111111111111illlllllll!lll EA W-14 Check valve and vault with X" bypass line '. , . . . , , , . . .... . EA:. :~:,:: ~:, 1::::. :~:,. :1,,~1::,:. ':.1[:::. .~::... :::::. ;;:;::,;, ~:::., '~::, ~:.:: :;::~:::,~:::::,!:;:":', :::!, ~::,',::::, ~.:::, 1::.'::.:: ;.,;:: ;:.:: ~:::~:;.i:.~:: :::,: 'f:, ~:,:::'~::: :::,~;,,:.[:::: ~:, ;:::,!:,:,:,1:,' ;::.~1::'. ~::,:: :1:;.:i::.~:: ~::,' ~::':: ~':,:, :',.::~:l::~::,:; :1~::.j:,:;. ;;:': :~:.:.':~: l;;; :;:, ~:,'. !;:,!;::. ~;:. :f:, iIIIIIIIIIII11!!IIIIII!IIIII' W-15 New 1. long side water service, installed, including re- connection, complete W-16 New 1" short side water service, installed, including re- connection, complete W-17 Polyethylene wrap of ductile iron water main * W-18 Tie-in to existing line r W-19 X. cut in gate valve, including valve box, instafled complete, * open rightlleft W-20 Cut and Plug Existing Water Une 79 EA 68 EA :111111111111111111111111111 LF 4 EA II!llllllllllll/III!I!l!I/!l EA 4 EA W-21 Miscellaneous Class A Concrete 50 CY z.') :3 3 "7'003 - ?/753- __ 00 7?"3 ~ 5"3 ~-;?-I - ~~IIIIIIIIIIIIII!IIIIIIIII!lllllllllilllljll" -. 00 ~}~ /B7o- 2#5~lllllllllljl!II!II!IIIIIII!!I!!I!lllllllli /4Z2- ~ 5&Bt5 ~ /~/~ 00 7370 - WATER SYSTEM TOTAL ttt.J7. 503 ~~ , / PROPOSAL 4/1 112007] 05-06012-Sanitary and Water Bid Schedule 5-29.2007 xis P~16 PRO JECT #50134 ~CUS ~,. AUGUSTA UTILITIES DEPARTMENT ~ BOND PROJECT #50134 :e RC "MEADOWBROOK AREA UTILITY IMPROVEMENTS" ~_:;::::::-:~s::. . ;0.::::i~<: No Entry Requzred ~:.\~.: .:-:..: . ~ Unit Prit:e Required PAVEMENT & MISCELLANEOUS BID SCHEDULE PAVEMENT STRUCTURES P-1 Asphalt overlay, Type F, 1 W thick, including tack, markings, Sy lo~ &>c? etc. (Meadowbrook Dr Open-cut trenches only) 800 BtRcrD - P-1A Asphalt pavement, Type F, 2" thick, min full width, complete 31 ,000 Sy . /b 2Z/~Ct:x:J ~ (Neighborhood roads) 7- P-2 Graded aggregate base (GAB), 1 0 ~ " thick, 7' wide and Type 12-~ zO B, asphalt patch 2 ~ . thick, including removal of 2 ~ " GAB .1l~ SY ~~ SS-8tb - and placemant of bituminous tack coat eadowbrook Dr. 0 en-cut trenches onl P-2A Graded aggregate base (GAB), 8" thick, including sub-base /3~ ~35:"~ eX> preparation, grading, compaction and bituminous prime coat, 32,200 SY com lete. P-3 Asphalt Pavement Leveling 10 Tons 75'" ~ 70 (as appropriate & necessary) /S-~ - P-4 Asphalt Milling, 0 - 1 ~", 9' wide, complete 550 ' Sy IZ~ 6?/s- ~ (Perimeter of areas receiving overlay on Meadowbrook Dr,) P-5 4w thick concrete sidewalk, 3000 psi mix SY 53~ /')(dp. ~ 33 P-6 6nthick concrete driveway remove and replace in kind, 3000 SY 58~ /Z/3') ~ psi mix 206 P-7 2" asphalt pavement driveway remove and replace 245 SY 2~ '!:!- ~/2-2- ~ P-8 18" Raised-edge asphalt curb LF 3~ . 00 12,000 3G:?ooo - P-9A 24" concrete curb and/or gutter removal and replacement (as 50 LF 2-!> ~ /2-8~~ appropriate and necessary) P-98 30' concrete curb and/or gutter removal and replacement (as LF 2(P e:: //898 ~ appropriate and necessary) 450 PAVEMENT TOTAL ?~5"32-~ / MISCELLANEOUS M-1 Flowable fill 50 Cy 9'3 s::;. ~?5" ~ M-2 Rock excavation * 111111Ill!I!!III!I!II!llllill! Cy t?o o~ 11111III/lllillllllllllIIII1111/111111111 M-3 Foundation backfill, GA DOT Type II, for additional unclassified excavation (Embankment) 200 ' Cy 17' ~ 00 38t53- PROPOSAL 411112007 05-06012-Sanilary and Water Bid Schedule 5-29-2007 xis P-17 PROJECT #50134 AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" PAVEMENT & MISCELLANEOUS BID SCHEDULE Ifilmi'~i1inINo Entry Required ~ Unit Price Required M-8 * M-9 * M-10 * M-11 * M-12 M-4 Clearing and Grubbing 10 M-5 Fence Removal & Replacement, New, Replaced in Kind 3,020 M-6 ~~:gO~;O:~~~~~fh~~;~~ont and curb~, cro., complete Illllllllillllll!II/1111111111 Install, additional, or remove and replace catch basin, (GDOT f~iflmmmmm~mmm 10340) . H~~lHj!mimHiim~!~m~ Additional 18" RCP, ASTM C76, Class Ill, inc!. rubber 1mm'" ~mmH1m; gasketed joints, per GDOT standard specifications. m~mHi:::,:::m~mmm Additional 24" RCP, ASTM C76, Class III, incl rubber .iiiijmi1jWj1(':~;;;ijj1 gasketed joints, per GOOT standard specifications HHm;~nHHfL.:.:,)W : ::: :.:::: ~ :::~:: ::::::::::::; Additional 30" RCP, ASTM C76, Class III, incl. rubber !nmw~mmmmmm~ gaS~~ted joints, per GOOT standard specifications., !!!!!!!@!mmm!!!!!!1!! Additional 36" RCP, ASTM C76, Class III, lOel rubbe ;i:~'i:~;~;;;;:;;i:;;i;i:i:j;~ gasketed joints, per GDOT standard specifications ,mmmmmmmwmm Erosion, Sediment and Pollution Control, complete, including Maintenance & Monitoring, as per GAEPO NPDES GAR 1 100002. M-7 * ACRE~?S"~ ~7S-o ~ /3 ~ 3780rrr:=:- LF SY III!lllll/lillllllllllllllllllllilll!lll!I!!I!II!II!I!Ilillllllllllll Zrf2S" s-o .WmmmmmHm~~mm~mj!)m 3 Z ;; i~lI~~~liill~~~il~ll~l[i 37~ 11!11!III!llllllllllllllllllll/IIIIIIIIII EA LF LF LF LF 55'".!!- Illllililllllllllllllll!11111111111111111 illllllll/lllllllllIIIIIIII!!111111111111 ?~ !!!:- LS B /'7'7'f'- C> 819'7~ MISCELLANEOUS TOTAL PROPOSAL 4/11/2007 05-0S012-Sanitary and Water Bid Schedule 5-29-2007 xis P-18 PRO JEer #50134 AUGUSTA UTILITIES. DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" f;f.~:~:~:~~~111\.1 E R . d ;:;;?':::::;:~ iTO ntry equue o Unit Pril:e Required LUMP SUM CONSTRUCTION BID SCHEDULE lump sum construction (includes but is not limited to the listing continued below) LUMP SUM TOTAL /5B 3)0 ~ /. . LUMP SUM CONSTRUCTION ITEMS . Mobilization, Demobilization . Bonds, Insurance . Gabion Retaining Walls . Remove and Reset Fences, All Types . Remove and Reset Gates, All Types . Remove and Reset StO/TTl Sewer, Lengths & Sizes Vary . Remove and Reset Yard Drainage Pipe, Lengths & Sizes Vary . Reconstruct Retaining Wall, Height and Type Varies . Remove and Reset Signs, Type Varies . Remove and Reset Water Sprinkler Systems, Complete . Remove and Reset Yard Lamps, Type Varies . Remove and Reset Mailboxes, Type Varies . Traffic Control . Miscellaneous Grading . Permanent Grassing . Raise Existing Manholes and Valves Boxes to Grade GRAND TOTAL ~OI3/72,,) BS- SANITARY SEWER TOTAL - WATER SYSTEM TOTAL 4-3'1- S-oj tOJ - PAVEMENT TOTAL 7~B. 5'32- !!- MISCELLANEOUS TOTAL I') ')~ I') I ~ LUMP SUM TOTAL /-S--B, 3")0 30 - GRAND TOTAL 91 Z ~3) 3OC/-- "'/ / PROPOSAL 4/1112007 05-06012-Sanitary and Water Bid Schedule 5-29-2007 xls P-19 PROJECT #50134 CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official, or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the, Commission or other City of Augusta employee has a financial interest,is authorized as per O.C.G.A. 36-1-14, or the procurement contract is awarded pursuant to O.C.G.A. 45-1 0-~2 and 45-10-24, or the transaction is excepted. from said restrictions by O.C.G.A. 45-10-25; (b) . Any other person, business, or organization with whom the employee or official of any member of an employee's or officials immediate family is negotiating or has an arrangement concerning prospective employment is involved in the prOcurement contract. Any employee or official or any member of an employee's or official immediate family who , holds a substantial interest or financial interest in' a disclosed blind trost shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest I, (vendor) MIh"c-- ~'-~~" -::r;:., // have read and understand the information contained in the bid specifications. Vendor Name: --:t3b; r ~"">../"'v'&- -/-;'0"7. .:::::z:;?c-. / Address: ~o. ~)c::.. 7/ D City & State: &~~ 6/1 /' J c::?:fi!.o '7 Phone#:(""") sIPe _/"}',-o _q:F8X# (?PG,.) ~g _/$-:::)0 Signature: 0J/lh:'-" IZ., /YL.;.~ _J Date: ~fr/~7 / I . Bid Item Number and Name: 07- /72- /J-7eJowf:".o~ ~ec.- u....,t,tt ~,..c>ve~";.s T~S FORM MUST BE SUBMITfED WITH BID PACKAGE. NO EXCEPTION(S) Wll.L BE GRANTED I '1 ,I I 2 -I I l i i I - - - - I I - - I ~ f9ZV0e(I#e?JWJlt QJF~.e-nt 9Ui' 1Pf?Ji. ~)'1J, {jjJj'9feCbpJ' ADDENDUM TO: FROM: DATE: SUBJ: All Bidders li /lL/ ) Geri A. Sams ~ May .30. 2007 ADDENDUM #1 Bid Item #07-132 Meadowbrook Area Utility Improvements for Augusta Utilities New Bid Date: Monday;June 11, 2007@3:00p.m,. i . ! This.fax is to notify all potential bidders that the bid opening datefor BID ITEM #07-132 Meadowbrook Area Utility Improvements has been changed. From: Wednesday~ June 6~ 2007 @ 3:00 p.rn. To: Monday, June 11~ 2007 @ ,3:00 p.m. This addendum is applicable only to persons that attended the mandatory pre-bid conference and acquir'ed an official set of plans and specifications from Imaging Technologies. Additional information concerning Addendum 2 is being mailed certified return receipt" Yon should acknowledge receipt of: Addendum One - Changing the Bid Opening Date Addendum Two - Change in specifications and clarifications Please acknowledge receipt of addendum in your bid package. If you have any questions regan:ling this correspondence, please contact me at (706) 821-2422. cc: Tameka Allen Max Hicks Interim Deputy Administrator Director, Utilities Dep8Itment Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.angustaga.I:OV Register atwww.demandstarcomfS'Qppllerforautomaticbid notification ~{trojJU}')lt QJF~cnt 91ti' fDe,,, r;;tt:MluJ, Q&i'~", TO: FROM: DATE: SUBJ: ADDENDUM All Bidders /\:./\ ;} / Geti A, Sams ~ May 30, 2007 ADDENDUM #2 Bid Item #07-132 Meadowbrook Area Utility Improvements for Augusta , Utilities New Bid Date:' Moi1day, Junell;2007 @3:00p.m;. Please note thelo/lowing change/c/arifzcationss to the bid specifications for Bid Item #07- 132 Meadowbrook Area Utility Improvements. This addendum is applicable only to persons that attended the Mandatory Pre-Bid Conference and acquir'ed an official set oC plans and specifications Cr'om Imaging Technologies. You should acknowledge receipt of: Addendum One - Changing the Bid Opening Date Addendum Two - Change in specifications and clarifications Please acknowledge receipt of addendum in your bid package" If you have any questions regarding this conespondence, please contact me at (706) 821-2422, cc: I ameka Allen Max Hicks Intelim Deputy Administratol Director, Utilities DepaItment Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.au~asa.l!:ov RegisteI at www,demandstar.eom/SlUlpllerfor automatic bid notification '- Augusta Utilities Department Bid Item 07-132 Bond l'1'oject #50134 Meadowbrook Area Utility Improvements Addendum Number 2 :30-May- 2007 GENERAL 1. The bid deadline has been extended Bids will be received at the Procurement office until 3:00 p.m. on Monday, June 11, 2007 2 During all work on Meadowbrook Drive, two of the tluee existing lanes must be always accessible fox traffic flow. Contractoxs may elect to use whatever method they deem is appropriate to make the taps in the existing water mains (see plans), but only one lane may be blocked at any given time. ! : I. I I I 3. Testing for seweIS will consist of vacuum testing the manholes, all: testing the sewer lines to 10 psi and mandrel testing of the pipe. See specifications for additional detail. 4 Manholes that ate not in or near roadways shall have bolt-down, gasketed covers and their rings shall be cast into the cone section of the manhole. 5 The Contractox is required. to maintain aCCUIate redlines of the installed condition of the job throughout the project Although a surveyor may be employed fot this function by the Conhactot, a surveyor's services me not required by AUD fOI completion of the redline dnwings SPECIFICATIONS Section Bid Schedule Item (pg) S-9A, 9B & 9C (P-5) Descdption Note: No Unit Prices Required Bid Schedule W-4 (P-14) REPLACE: Estimated QIY "240" WIIH "NJA" Page 1 of 2 Section-Pasze Bid Schedule Bid Schedule Bid Schedule TS 13-12 rs 14-4 TS 14-4 IS~14-5 TS-14-6 TS-14-6 rS.14-6 Item No. W-19 P.2 (P-17) P-2A (P-17) 3S2.b (line 2) III. PAVEMENT STRUCTURES III PAVEMENT STRUCTURES IV MISCELLANENOUS ITEM M-S (line 3) I1EM M..6 ITEM M-7 Page 2 of2 Description CHANGE: to READ "8 inch " REPLACE: Estimated QTY 33,000" WITH "124" ADD: DesCliption "includes removal and disposal of existing asphalt pavement ,. REPLACE: "., recording of :final plat" WITH " . Final Payment. " ..! ADD: Item P-IA - "Asphalt pavement shall be measured in sq yards and shall include all costs fot asphalt matezials, delivery, installation and markings, complete. " ADD: Item P-2A - "Graded aggregate base (GAB), 8" thick, including sub- base preparation, grading, compaction . and bituminous prime coat, complete, [costs for existing asphalt removal and disposal] REPLACE: ", water line" WI I H "". . ' utility " REPLACE entire page TSl4-6 Omit Item M-6 in it's entirety REPLACE:... "not yet ." WITH "either directly ADD: comma after "work" ~ ~ rJS::,.~ ~ II:.~ Q rJ:J ~ ~ H U S H rJ:J ~ Z 0 ~ H U ~ iLl Z 0 "- CD U ~ (/) 1: ttl en OJ > ~ 0 ~ 0 ~ ~ OJ ::2 "'" CO'? ~ g .:.: U w a cr: c.. Q) li c.. ~~ -~..c ('oj ~ l;:i " '~ ~I !J, W'C'C ~ ~ l!? ~ ~ ~ U ro ttl .!!U!3 cc II) II) EE Ql m (ll CIl m ~ ~~ ..l ,.... o o ~ <0 ~ CD J! CD ~ ~ 0:= as ",'- ;el1@ l& 0 &g m Ql ~ 51 ~ lii ].8; th .s'C8 ~ :Jl~ ~ g .g~gi~8 ::lc.=ar:o gS=.2!1) J!l~.5'O.fl ~.!!!'Sgs a:c..o;:>u .~ :g:c = 0 ~15. l1@r: o Q III C e o Q) m'C CIl c .&:tll ~~ .c~ !~ s~ 8"" 111 !!! _x c.w r; OJ -8 I~~ g- I~e ~~ -al6. 8 ccC oolf ~e..o CD OJ .. --3 g~.~ CD 0)0 i~~ ::s ::I 0 ~~o ~j o 0 zz 'C'C S~~ooooooooooooooooococooo "'_s:::s:::s:::s:::cs:::cc:cs:::s:::s:::s:::c:c:c eel: ~~OO~~CIlIllIllCllCllCll~00~CIl~CIlCllCllCllCllCll CD.I: c: c: >- : ~ ~ ~ ~ g;! I e 9l 9l ~ I ~I >. g;! >. ~ g! I ~ Q) Q) Q) ~w ggggggg ll'l CI) CIl CIl CIl VI (J) Q) ~1g;!1g;!. g! g;!, g? ~~OOCllVlCllCllIllOOCllCllCll0C1lCll 0 CIlCll IIlCllClllllm~00 ~Fcc~~~~~c:c:Q)CDQlQ)!~Ig;!,gcgg;!,lg?gQ)Q)Q)m~I~g;!.g;!, c..w ~~~~OClCl~OOON~N~~NClCl<O<OCl~~<O<OON~N ~~~~~~""'~~~~~gffi~~~~~~~~~~m~~~~~ W:z99~YA~~~~~~~~~~~~~~~~~"i~~~~~9 oO~~mOOomCl~~~""'~M~NNroro~o~MMm~~o Q~~~~,....~~~~~~~~~~~~~~~~~~~~~~~~ ..I. I I I It' Uf 1 , 1 . i '{ cb<h I J I I I J... I I I , J I I d, C.~~~~~888888~~00~~~8~o8888~8~0 ,....,....,....,....,....~,....~,....,....,....~~~~,....oooo,....,....,....,....,....,....,....oo,....,....,.... -- - - J!} c: II> E CD CIl ttl <II CG 'S o L. Q1 II> (3 _, m gJ~lil~". J J ~ H g" -. z~ ~ttl~~0 ~ffi<ll~ ~C~N~_~ m mm~ :S:l'()~(!)~~ cfi~cL.~.s~cS(3{g~ 'tl -5i318~"PS::: o ~~g8~~~3~~8~~~c:~g~~~G5~~S~-lIla~~~~ 'C'-:t::-! !1.. u.i g. :scc--:::l-ij1l.... .~o:l i .&:m~ ~ mOl ~-~ ~mmoo~ !1..~~~~~~ uEQ)l:2"'8 ..oe~::c:ccQ)-:l..,.&:.&: !! ;>:>~""..... ~ Q)~<II ~~..,mO<llOO-eQ)Q)~~~p~cc:CDI1I-!~ ,<J)'C c>i:! == .c:c:t:: cC:l::SC ,D.r; g~ro..9:::l~~~m~~~I1I~~~~~.r;~o~~~~2~o~~ ~~m ~~~WIIl~~O~~~Oou~wc.~.~~~ w I I w w ~ ;1 ~ ~ ~ ~<1l w c.. ~ c.. fE~ c'l ~ Q)(I)al QlQ)~ GlCPCD<IIQ)<J)Q) CD ~~~ ~~~ ~~~~~~~! 000 000 0000000 0 .~~~. .~~"5 B8 . ..lo:.lo:.>o:..I<:"5i5..1<: ~ Q)ee~Q)~Q)eee~~~~Q)CD8~~~ee~~m~Q) ~C~~~&~..o~.c~c..c..e~~ji.D.c~~~~~j~ ~~~~~ iS~~~c..e5miS.>o:oo~~~~~x~oc.. !~'C'CgBo~~'Cc'~~~og'Ol'C'C'C~'Coc'Cl '3mmm~~~mmme :::l:::l~m~~~mmm~em w~~~mc..w~~~mo~wmm~~~::2~~~~~~ ro~~~O~~""'~~~~~MNo~~m~M~~ ,....~ ~~~~~~~gg~~~~~~~~~~~~~~ ~~ roNNNMro~NNNMNNNMMNNNNNNN NM oooooooooo09999qooQQqo0090Q ~00~66060000N000000060~'~N06 ~~~~~~~~~~~~~6~~~~~~~~ ~~~~ Nro~M"",~~~~<om~mOOO-NNNNN NIDMM ~~~~~~~~~~~~~NNN~NN~N~N~Nm~ 999090009909099699699909999 000000660000000000000000000 NNNNNNNNNNNNNNNNNNNN~NNNNNN ~~~~~~~~~~~~~~~~~~~~~~~~~~~ o GI ...1 t;O ~ i lbL ~. ~;t ~ ~ ~ C ~ I rJ) ~ Jooool ~ ~ ~ rJ) ~ Z o ~ E-i U ~ ~ r.LJ ~ U '7" \II ~ ts.l "? <l) Cl 8:. ~ w :E 8 E ell -c < to l:: ~ l2 ~ <D o - ... o 16 1:$ J9 I: 8 'O~ ~c 0.- E E ~ru q) U) III en OOO,~~~woooooooooooooooooo l:: C 1:,,. "" """" C C I: C e s:: c: c: C I: C I: C e.c C c c: q)0U)q)IIlq)q)q)q)IIlIllIllq)CIlCllq)U)U)1~011l0q)OU) <D<D<DI~<D<D~!~~~~I~I~<D<D<D<D~'>I~~C!~C~ g~g~:!lIBI~g~!I~g~~!~I~I~g~~g'~I~ggg~ a..w - ~rem~~~j:::s;,...,...ogg C'lOT"'C'I ~fe go =II: 1O'Ct1O...............m~f8~800 ~~c;8 ~l9 N8 w C9~'"i9>~~0 "i 9~9 ~~J;~ '?~ z ..... CIOT"T"'T"'d,NN,,",O 0 .b- 0 ;gct)~l::r:::j:::~~~~~~~ OlC"lC'llm ~N !am lE I';-I';-<'{..... <b:Z ~~ <bcb'8rbrbrbcJ,cbcbcbcbrbrb CD<DCIO<O RR~~ ~R T"'O RR.....RRR~RRrererere m..... - - ~ 4 ~, 0~ ~ ~~ Ceo ..........: ..... ~~ ~~ ~~~ m 8 ~ e~ <D ~~0000 ~ ~ ~~ Cl 0:: ~<D.cccc c: ::a ~ .0 ~ W QWOOOO 8 - - ~~ ~ ~=~mEEEE ~ -~E ~~~O::e~Oo ~ c: EEEE c: ~_ClI~~~ 08~ClIZZ'_-Z'z- cc:c<D~I~~ ClI~c:~mc~~ rn "C C:e'E''E'm.l:liij ClIZLU E.CV .~(lJC'IIl:: Ii lI) 5:b::i:c ~ ClI ill iij~ ao~o!l~ ~~~o::g~;s~ elI~&E<D<Dm~::a::a::a~O<DO~E~~o-I~~m<D ~....~~'iij~16m~~a5 E EI~ l'DClIB.~ ? o~ ClI~"C=~~~E~B<DEiE~~iE~~ e~w8 c~w~ouo~w~ti$~m~~~~w::ao::~~o::s rn ill <D ~<D~ClI ~ ~ ~~&~ g '0 C-cIQCQC ClI -'" ClI C~ c-'" ;: ~ B B B CD B B B B tl. B B ~ & I~ en5 ~ ...... ell m m ell g.S! ClI.S! ClI I g ClI III .c ~ .clw .c ffi~ ~~~~~ ~ ~~~~ €~~~co~o~ a..E~~:~C:~~~5>B~ccIJB~ee~~~'O~~ o ~ ClI 1!: .~:L~ rn CI) .~ tll !;; ell I ~ e e tll w ~ I~ ~ I: ClI C ell ~m~mmmi~$~~~lml~l! ~~mm~~~~~~ =~~<D~~>>,!C~aN~NN~"CoClOm~~m~..... ~t~~~~~~S o~~~~~I~~~~g~~ggg C"lmMroC"lOOrn NmMC"lMMm>~MN~NNC'lN Q9Q99q~999Q~~~999999Qq999 606ooooooo6oooOC'l~ooo6T'''C'lOO q99q9999999Q~Q99~99Q99999 _T"''CtO~~~T'''NOT'''N~ ~""'T"~CIOm6T"NMNM ~MM~M~C"l'Ct~~~~1O ~~<D~!aM'CtONN""'N n: ":l":l~'1' A~":l<'l' . ,'1'~66":l<'l''':lo~C9999'?:i: ~909~~99999o'o~~~oo~9q99~ N~N~~~~~~~~N~NC'lNNC'lNNN~~~~ ~~~~~~~~~~~~~~~~r~~~~~~~~ ..... o o ~ ..... in -- $ c:: Q) E Ql lG Ql 113 :i (> L ('C Ql o . _AUGUSTA UTILITIES DEPARTMENT '~~ BOND PROJECT #50134 " '"MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDUL,E I'::!:::::J E . g~1W;:j.; No ntry ReqUired ~ Unit Price Requil'e~ S-2G S-2H S-3A 5038 8" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to 6', including Type II (No 67 stone) bedding material 10" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to 6', Including Type II (No 67 stone) bedding material , 1~~gia~t~rPVC_~?!l~ry s,ewerplpe SDR 35, Depth 0' to 6', Including Type II (No 67 stone) beddilig mateiial ' 15" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to 6', including Type II (No 67 stone) bedding material 18" diameter PVC sanitary sewer pipe SDR 26, Depth 0' to 6', including Type II (No 67 stone) bedding material 21" diameter PVC sanitary sewer pipe SDR 26, Depth 0' to 6', Including Type II (No 67 stone) bedding material 24~ diameter pve sanitary sewer pipe SDR 26, Depth 0' to 6', including Type II (No 67 stone) bedding material 27" diameter pve sanitary sewer pipe SDR 26, Depth 0' to 6' , Including Type II (No 67 stone) bedding material 30~ diameter pve sanitary sewer pipe SDR 26, Depth 0' to 6', including Type II (No 67 stone) bedding material 8" diameter PVC sanitary sewer pipe SDR 35, Depth 6' 10 8', including Type II (No 67 stone) bedding materlal 10" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to 8', including lype 11 (No 67 stone) bedding material 12" diameter pve sanitary sewer pipe SDR 35, Depth 6' to 8', including Type II (No 67 stone) bedding material 15" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to 8', includlng Type II (No 67 stone) bedding material 18" diameter PVC sanitary sewer pipe SDR 26, Depth 6' 10 8', Including Type /I (No 67 stone) bedding material 21" diameter pve sanitary sewer pipe SDR 26, Depth 6' 10 S', including Type II (No 67 stone) bedding material 24" diameter PVC sanitary sewer pipe SDR 26, Depth 6' to 8', including Type II (No 67 stone) bedding material 27" diameter PVC sanitary sewer pipe SDR 26, Depth 6' to 8', mm~m. including Type" (No 67 stone) bedding material Hig!iliii!11i!~lm 30" diameter PVC sanitary sewer pipe SDR 26, Depth 6' to 8','-- !1 j~iliL::i:;:i including Type II (No 67 stone) beddi'ng material ~i~i\~Wmm11i1im!Wi~~1 .;.;.........................:.. S" diameter pve sanitary sewer pipe SDR 35, Depth 8' to 10', including Type II (No 67 stone) bedding material 10" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to 10', including Type II (No 67 stone) bedding material $,18 S-: 1C g-1D 501E 501F S-1G 801H 8011 S-2A S-2B S,-2C 8-20 S--2E S-2F 5021 PROPOSAL 4/11/2007 05-06012-Sanitary and Waler Bid Schedule 5-29-2001 xls 5,237 LF 546 IF 1,565 LF 7,228 LF 1,204 LF P,.2 PRO JECT #50134 ~ AUGUSTA UTILITIES DEPARTMENT ~ BOND PROJECT #50134 R "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE _:_:r;;;:",:': . ;<::;J:,;i;.;:, No Entry Required ...5:.":":.:.::0 , ~ Unit Price Required 12" diameter pve sanitary sewer pipe SDR 35, Depth 8' to 10', including Type II (No 67 stone) bedding material S-3D 15" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to 10', ,1. including Type II (No 67 stone) bedding material , ,S.3E .,18". diameterPVe sanltary..sewer_p1peSOR 26,Pepth 8' to 1Q', including Type II (No 67 stone) bedding material S-3F 21" diameter pve sanitary sewer pipe SDR' 26, Depth 8' to 10', includIng Type II (No 67 stone) bedding material ii: S-3G 24" diameter pve sanitary sewer pipe SDR 26, Depth 8' to 10', 111 including Type II (No 67 stone) bedding matenal ;i; S-3H 27" diameter PVC sanitary sewer pipe SDR 26. Depth 8' to 10'. including Type II (No 67 stone) bedding material S-31 30. diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 10', including Type II (No 67 stone) bedding material S-4A 8" diameter pve sanitary sewer pIpe SDR 35, Depth 10' to 12', including Type II (No 67 stone) bedding material S-4B 10" dls'meter PVC sanitary sewer pipe SDR 35, Depth 10' to 12', including Type II (No 67 stone) bedding material S-4C 12" diameter pve sanitary sewer pipe SDR 35, Depth 10' to 12', including Type II (No 67 stone) bedding material S-4D 15" diameter pve sanitary sewer pipe SDR 35, Depth 10' to 12', including Type II (No' 67 stone) bedding material 8-4E 18" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', Including Type II (No 67 stone) bedding material S-4F 21' diameter PVC sanitary sewer pipe 8DR 26, Depth 10' to 12', including Type II (No 67 stone) bedding material S-4G 24" diameter pve sanitary sewer pipe SDR 26. Depth 10' to 12', including Type II (No 67 stone) bedding material S4H 27" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', including Type II (No 67 stone) bedding material 8-41 30' diameter pve sanitary sewer pipe SDR 26, Depth 10' to 12', including TyPe II (No 67 stone) bedding material S.5A 8" diameter PVC sanitary sewer pipe SDR 35, Depth 12' to 14', including Type II (No 67 stone) bedding material S-58 10" diameter pve sanitary sewer pipe SDR 35, Dep1h 12' to 14', including Type Ii (No 67 stone) bedding material S-5C 12" diameter pve sanitary sewer pipe SDR 35, Depth 12' to 14', including Type Ii (No 67 stone) bedding material 8-5D is" diameter PVC sanitary sewer pipe SDR 35, Depth 12' to 14', including Type II (No 67 stone) bedding material PROPOSAL 411112007 05-060~2-SaI1l1ary and Waler Bid Schedule 5-29-2007 xis . .....1 P-3 PRO JECT '#50134 c@7' , ~' AUGUSTA UTILITIES DEPAR1MENT ~ BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE 18" diameter pve sanitary sewer pipe SDR 26, Depth 12' to 14', including Typa II (No 67 stone) bedding material S-5F 21" diameter pve sanitary sewer pipe SDR 26, Depth 12' to 14', including Type II (No 67 stone) bedding material m S-5G' 24~ diameter PVCsanitarysewer pipe SDR26,Depth 12' to. 14', including Type II (No 67 stone) bedding material S-5H 27" diameter PVC sanitary sewer pipe SDR 28, Depth 12' to 14', Including Type II (No. 67 stone) bedding material S-51 30" diameter pve sanitary sewer pipe ~DR 26, Depth 12' to 14', Including TYpe II (No 67 stone) bedding material S~6A 8" diameter pev sanitary sewer pipe SDR 35, Depth 14'10 16', including Type II (No 67 stone) bedding material s-6B 10" diameter PCV sanitary sewer pipe ~DR 35, Depth 14' to 16', including Type II (No 67 stone) bedding material S-6C 12" diameter pcv sanitary sewer pipe SDR 35, Depth 14' to 16', including Type II (No. fJ7 stone) bedding materIal '8-60 15" diameter PCV sanltary sewer pipe SDR 35, Depth 14' to 18', Including 'Type II (No 67 stone) bedding material s..eE 18" diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 16', including Type II (No 67 stone) bedding material S-6F 21" diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 16', including Type II (No 67 stone) bedding material S-6G 24" diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 16', including Type /I (No 67 stone) bedding material S-6H 27" diameter PCV sanitary sewer plpe SDR 26, Depth 14' to 16', Including Type II (No 67 stone) bedding material 5-61 30' diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 16', including Type II (No 67 stone) bedding material 5-7 A 8" diameter PVC sanitary sewer pipe SDR 35, Depth 16' to 18', Including Type" (No 67 stone) bedding material S-7B 10" diameter PVC sanitary sewer pipe SDR 35, Depth 16' to 18', Including Type II (No 67 stone) bedding material S-7G 12" diameter PVG sanitary sewer pipe SDR 35, Depth 16' to 18', including Type II (No 67 stone) bedding material S-7D 15" diameter pve sanitary sewer pipe SDR 35, Depth 16' to 18', including Type II (No 67 stone) bedding material S-7E 18" diameter pve sanitary sewer pipe SDR 26, Depth 16' to 18', including Type II (No 67 stone) bedding material S-7F 21" diameter pve sanitary sewer pipe SDR 26, Depth 16' to 18', Including Type 1/ (No 67 stone) bedding material PROPOSAL 4/1112007 05-06012-Sanilary and Water Bid Schedule 5-29-2007 .xIs ._ No Entry Requited ~ Unit Price Required 548 lilllll[":':::'!!lllllilllll/! LF 166 LF P-4 PRO JEer #50134 ~ AUGUSTA UTILITIES DEPARTMENT =-..,_ BOND PROJECT #50134 .. "MEADOWBROOK AREA UTILITY IMPROVEMENTS" ~ . ~ No Entry ReqUIred , ~ Unit Price Required SANITARY SEWER BID SCHEDULE 24" diameter pve sanitary sewer pipe SDR 26, Depth 16' to 18', Ineluding Type II (No 67 stone) bedding material S-7H 27" diameter pve sanitary sewer pipe SDR 26, Depth 16' to 18', Including Type II (No 67 stone) bedding material . S-71 30!diameter P-VCsanitarysewer. pipe SDR26, Depth 16' to 18', including Type II (No 67 stone) bedding material S-8A 8" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to 20', including Type II (No 67 stone) bedding material S-8S 10" diameter pve sanitary sewer pipe SDR 35, Depth 18' to 20', including Type II (No 67 stone) bedding material S-8C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to 20', Including Type II (No 67 stone) bedding material S-8D 15" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to 20', including Type II (No 67 stone) bedding material S-SE 18" diameter PVC Sanitary sewer pipe SDR 26, Depth 18' to 20', including Type" (No 67 stone) bedding matenal 5-8F 21" diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20', including Type II (No 67 stone) bedding material S-8G 24" diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20', Including Type II (No 67 stone) bedding material S-8H 27" diameter pve sanitary sewer pipe SDR 26, Depth 18' to 20'. including Type II (No 67 stone) bedding material $-81 30" diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20', Including Type II (No 67 stone) bedding material S-9A 8" dIameter ductile iron sanitary sewer pipe Class XXX;. Depth * 0' to 6', including type II (No 67 stone) bedding material S,98 10" diameter ductile iron sanitary sewer pipe Class XXX, Depth ~~ * 0' to 6', including Type II (No 67 stone) bedding material !I 'S-9C 12" diameter ductile iron sanitary sewer pipe Class XXX, Depth ~1 * 0' to 6', including Type II (No 67 stone) bedding material 11,;,;......'..;.;. ;: ::::;::::~:::~:~: 8-90 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth ;mmnmmm 0' to 6', including Type II (No 67 stone) bedding material 1!!!j 8-9E 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth ji!:j (Y to 6', including Type II (No 67 stone) bedding material !lli! S-9F 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth 0' to 6" including Type II (No 67 stone) bedding material PROPOSAL 4/1112007 05-06012-Sanilary end Water Bid Schedule 5-29-2007 xJs P.5 PRO.JECT#50134 ~ AUGUSTA UTILITIES DEPARTMENT ~. BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" ~w No Entry Required , ~Unit P,ice Requited SANIT ARY SEWER BID SCHEDULE 20. diameter ductile iron sanitary sewer pipe Class XXX, Depth 0' to 6', Including Type II (No 67 stone) bedding material S-SH 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth :' 0' to a.'~illCl~din.~ Type [I (No 67 stone) bedding material . !I $.91 30" diameter ductile iron sanitary sewer pipe Class XXX, Depth 11 0' to 6', including Type II (No 67 stone) bedding material 1! S-10A 8" diameter ductile iron sanitary sewer pipe Class 350, Depth 6' to 8', including Type II (No 67 stone) bedding material 8-108 10" diameter ductile Iron sanitary sewer pipe Crass XXX, Depth ;, 6' to 8', including Type" (No 67 stone) bedding material 8-1 OC - 12" diameter ductile iron sanitary sewer pipe Class XXX, Depth .. 6' to S', including Type II (No 67 stone) bedding material S-10D 14" diameter ductile iron sanitary sewer pipe Class XXX, "Depth H 6' to 8', including Type II (No. 67 stone) bedding material jl~,;,. S-10E 16" diameter ductile iron sanitary sewer pipe Class xxx. Depth i;l;W~l 6' to 8', including Type" (No 67 stone) bedding material 5-10F 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth 6' to 8', includIng Type II (No 67 stone) bedding material 5-10G 20" diameter ductile iron sanitary sewer pipe Class XXX, Depth i11i1fi!~i 6' to 8', including Type II (No 67 stone) bedding material llli;i:~;i $.10H 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth m 6' to 8', including Type II (NoS7 stone) bedding material m : ~: 8-101 30" diameter ductile iron sanitary sewer pipe Class XXX, Depth U !:!;!:! 6' to 8', Including Type II (No 67 stone) bedding material Ili!l!i!lll!ll S-11A 8" diameter ductile iron sanitary sewer pipe Class 350, Depth 8' to 10', including Type II (No 67 stone) bedding material 20 LF 5-11 B 10' dIameter ductile iron sanitary sewer pipe Class XXX, Depth @:mmmm:jmmi!1H~ 8' tolD', including Type II (No 67 stone) bedding material tmmmm:~11;~mlW!m~ : ~ 1~:i:~i f;~ :~:~ ;~:H~ :;: ~:~:~: m~~mm~mmmmt UmH . . . . . . . . . . . . . 'Fi;i~ii!mil!l~~ !ml!~~iiilii~lli LF S -11 C 12" diameter ductile iron sanitary sewer pipe Class 350, Depth 8' to 10', Including Type II (No 67 stone) bedding material 60 PROPOSAL 4/11/2007 O~012-Sanllary and Waler Bid Schedule 5-29.2007 xis P-6 PRO JECT #50134 ; i ; I i I 1 ! i L i i I , ! i I I i I ! i i ! . ~ AUGUSTA UTILITIES DEPARTMENT ~ BOND PROJECT #50134 e "MEADOWBROOK AREA UTILITY IMPROVEMENTS" ,~!; No Entry Required , o Unit Price Required SANITARY SEWER BID SCHEDULE 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth 8' to 10', includinglype 1/ (No 67 stone) bedding material 5-11 E 16" diameter ductile iron sanitary sewer pIpe Class xxx. Depth 8' to 10', Including lype II (No 67 stone) bedding material 5-11 F - 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth . 8' to 10', including Type II (No 67 stone) bedding material 8-11 G 20" diameter ductile iron sanitary sewer pipe Class XXX, Depth 111 8' to 10', including Type II (No 67 stone) bedding material !ll 5-11 H 24" diameter ductile Iron sanitary sewer pipe Class xxx, Depth m 8' to 10', including Type 1/ (No 67 stone) bedding material ;;l 5-111 30" diameter ductile iron sanitary sewer pipe Class XXX, Depth 8' to 10', including Type II (No 67 stone) bedding material S-12A 8" diameter ductile iron sanitary sewer pipe Class 350, Depth 10' to 12', Including Type" (No 67 stone) bedding material S.12B 10" diameter ductile iron sanitary sewer pipe Class XXX, Depth ;:; 10' to 12', including Type" (No 67 stone) bedding material S-12C 12" diameter ductile Iron sanitary sewer pipe Class XXX, Depth 10' to 12', including Type II (No 67 stone) bedding material 5-120 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth 10' to 12', including Type II (No 67 stone) bedding material S-12E 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth ~Hj1i~lm 10' to '12', including Type II (No 67 stone) bedding material m~mHi; ::::::::::: .:;:::.: 5-12F 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth ;;i*;: 10'to 12', including Type II (No 67 stone) bedding material S.12G S-12H 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth in 10' to 12', including Type II (No 67 stone) bedding material ::' 5-121 30' diameter ductile iron sanitary sewer pipe Class XXX, Depth m 10' to 12', including Type II (No 67 stone) bedding material mm11 ::,i; ~i~~~gil~~:~:~:~;~: ~:;~~:m H PROPOSAL 4/11/2007 O!Hl6012-Sanltary and Water Bid Schedule 5-29-2007 xis P-7 PRO JECT #50134 I ! i J I ; ; ~U" .. . AUGUSTA UTILITIES DEPARTMENT ~ ,~ BOND PROJECT #50134 . "MEADOWBROOK AREA UTILITY IMPROVEMENTS" t~: No Entry Requil'ed , ~ Unit Ptice Required SANITARY SEWER BID SCHEDULE 8~ diameter ductile Iron sanitary sewer pipe Class XXX, Depth 12' to 14', including Type II (No 67 stone) bedding material S.138 10. diameter ductile Iron sani1ary sewer pipe Class XXX, Depth 12' to 14', including Type II (No 67 stone) bedding material ....... ......... S-13C 12" diameter ductile iron sanitary sewer pipe Class XXX, Depth 12' to 14', including Type II (No 67 stone) bedding material S-13D 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth 12' to 14', including Type II (No 67 stone) bedding material 5-13E 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth 12' to 14', including Type II (No 67 stone) bedding material S,13F 18" diameter ductile Iron sanitary sewer pipe Class XXX, Depth ~1 12' to 14', including Type II (No 67 stone) bedding material 11 8-13G 20' diameter ductile iron sanitary sewer pipe Class xxx. Depth 12' to 14', including Type II (No 67 stone) bedding material S-13H 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth 12~ to 14', including Type II (No 67 stone) bedding material 8131 30' diameter ductile iron sanitary sewer pipe Class XXX, Depth 12' to 14', includIng Type II (No 67 stone) bedding material S..14A S. diameter ductile iron sanitary sewer pipe Class XXX, Depth 14' to 16', Including Type II (No 67 stone) bedding material 8-148 10' diameter ductile iron sanitary sewer pipe Class XXX, Depth 14' to 16', including Type II (No 67 stone) bedding material S.14C 12" diameter ductile iron sanitary sewer pipe Class 350, Depth 14' to 16', including Type II (No 67 stone) bedding material 5-140 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth W~~ 14' to 16', including Type II (No 67 stone) bedding material ~ ' . 8-14E 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth 14' to 16', inCluding Type II (No 67 stone) bedding material S-14F 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth ~m 14' to 16', including Type II (No 67 stone) bedding material :-:' PROPOSAl 4111/2007 05-06012-Sanilary and Water Bid Schedule 5-29-2007 xis P-8 PRo.JECT#50134 i I ! . ~.. ff~~!~fW~ No Entry Required """.:-0".:.:. , ~ Unit Price Required .us .._ AUGUSTA Ul'IUTlES DEPARTMENT ~__ BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENT'S" SANITARY SEWER BID SCHEDULE 20" diameter ductile iron sanitary sewer pipe Class XXX, Depth 14' to 16', including Type II (No 67 stone) bedding material S-14H 24" diameter ductile Iron sanitary sewer pipe Class XXX, Depth 14'. tl?~_~~.. including Type II (No 67 stone) bedding material S-141 30" diameter ductile iron sanitary sewer pipe Class XXX, Depth mm 14' to 16', including Type II (No 67 stone) bedding material ;';:1: i ... .. .....-j.. ..~-..i j S-15A 8" diameter ductile iron sanitary sewer pipe Class XXX, Depth 16' to 18', Including Type II (No 67 stone) bedding material 8-158 10" diameter ductile Iron sanitary sewer pipe Class XXX, Depth 16' to 18', Including Type II (No 67 stone) bedding material 8-15C 12" dIameter ductile iron sanitary sewer pipe Class 350, Depth 16' to 18', including Type 1/ (No 67 stone) bedding material 8-15D 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth 16' to 18', induding Type II (No 67 stone) bedding material S-15E 16" diameter ductile iron sanitary sewer pipe Class XXX, Depth 16' to 18', Including Type II (No 67 stone) bedding material S-15F 18" dIameter ductile iron sanitary sewer pipe Class XXX, Depth 16' to 18', Including Type II (No 67 stone) beddIng material S-15G 20. diameter ductile iron sanitary sewer pipe Class XXX, Depth 16' to 18', including Type II (No 67 stone) bedding material 8-15H 24" dIameter ductile iron sanitary sewer pipe Class XXX, Depth 16' to 18', includIng Type II (No 67 stone) bedding material 5-151 30. diameter ductile Iron sanitary sewer pipe Class XXX, Depth 16' to 18', including Type II (No 67 stone) bedding material S-16A 8" diameter quctile iron sanitary sewer pipe Class XXX, Depth 18' to 20', including Type II (No 67 stone) bedding material S-168 10" diameter ductile iron sanitary sewer pipe Class XXX, Depth ; 18' to 20', including Type II (No 67 stone) bedding material h;i ~~H 5-16C 12" diameter ductile iron sanitary sewer pIpe Class xxx. Depth 18' to 20', Including Type II (No 67 stone) bedding material PROPOSAL 4/11/2007 05-06012-Sanilary and Water Bid Schedule 5-29-2007 xis P-9 PROJECT #50134 AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 '"MEADOWBROOK AREA UTILITY IMPROVEMENTS" _ No Entry Required , ~ Unit Price Required SANITARY SEWER BID SCHEDULE S~16D 14" diameter ductile iron sanitary sewer pipe Class XXX, Depth 18' to 20', Including Type II (No 67 stone) bedding material S-16E 16" diameter ductile Iron sanitary sewer pipe Class XXX, Depth 18' to 20', including Type II (No 67 stone) bedding material S-16F 18" diameter ductile iron sanitary sewer pipe Class XXX, Depth 18' to 20', including 'Type II (No 67 stone) bedding material S-1OO 20' diameter ductile iron sanitary sewer pipe Class XXX, Depth 1 B' to 20', inCluding Type II (No 67 stone) bed<lfng material 5-16H 24" diameter ductile iron sanitary sewer pipe Class XXX, Depth 18' to 20', including Type II (No 67 stone) beddIng material S.161 30" diameter ductile iron sanitary sewer pipe Class XXX, Depth mm 18' to 20',lncludlng Type II (No 67 stone) beddIng material ,.:.:, 8,17 Jack and Bore 24" steel casing, 025 in mln thickness; include 100 L.F 12" 0 l sanitary sewer carrier pipe, Class 350, restrained joint, end seals complete S.18 Select backfill, GA DOT Type I. Class I & II (Sand/Clay)- Measured by in-place volume S-19 Miscellaneous pipe fittings and connections 100 LF 500 Cy 80 LBS S-2OA Pre'~st sanitary manhole, GA DOT STD 1011A, Type 1. Depth 0' to 6' (48" Diameter) $-20B Pre-cast sanitary manhole, GA DOT STD 1011A. Type 1. Depth 0' to 6' (60" Diameter) S-20C Pr&-~st sanitary manhole, GA DOT STD 1 011A, Type 1, Depth 0' to 6' [l2" Diameter) $,20D Pre-cast sanitary manhole, GA DOT STD 1 011A, Type 1, Depth 0' to 6' (84" Diameter) S-20E Pre-cast sanitary manhole, GA DOT sm 1D11A, Type 1, Depth 0' to 6' (96" Diameter) S-20F Pre-cast sanitary manhole, GA DOT sm 1011A, Type 1. Depth 0' to 6' (120" Diameter) - -- S.21A Additional sanitary manhole depth, Type 1, Depth Class 1 (48" Dla) 5-218 Additional sanitary manhole depth, Type 1, Depth Class 1 (60" Dla) 94 EA PROPOSAL 4/1112007 ll5-06012-5al1nary and Water BId Schedule 5.29-2007 xIs P-10 PROJECT #50134 ~ . ~ No Entry Required , ~Unit Price Required . ~' AUGUSTA UTILITIES DEPARTMENT ~ BOND PROJECT #50134 G "MEADOWBROOK AREA UTILITY IMPROVEMENTS" SANITARY SEWER BID SCHEDULE S-21 C Additional sanitary manhole depth, Typl;l1, Depth Class 1 [12' Dia) S-21O Additional sanitary manhole depth, Type 1, Depth Class 1 (84" Dia) S~21 E Additiohalsanltarimanhole depth; Type 1 ; Depth Class. 1 (96" Dla) S-21F Addllional sanitary manhole depth, Type 1, Depth Class 1 (120" Dia) S-22A Additional sanitary manhole depth, Type 1. Depth Class 2(48" Ola) S-228 Additional sanitary manhole depth, Type 1, Depth Class 2 (80' Ola) 5-22C Additional sanitary manhole depth, Type 1, Depth Class 2 [lZ' Dia) S-22D Additional sanitary manhole depth, Type 1, Depth Class 2 (84" Dia) S,22E Additional sanitary manhole depth, Type 1, Depth Class 2 (96" Dia) $-22F A~itionat sanitary manhole depth. Type 1 , Depth Class 2 (120" mmm ~) - 5-23 Pre-cast sanitary manhole, GA DOT STD 1 011A, Type 2, Depth O' to 6' (96" Diameter) 5-24 Adartional sanitary manhole depth, Type 2, Depth Class 1 (96" Dla) 8-25 Additional sanitary manhole depth, Type 2, Depth Class 2 (96" Dia) 5-26A 48" Diameter sanitary. manhole exterior joint wrap $-268 60' Diameter sanitary manhole exterior joint wrap $-26C 72" Diameter sanitary manhole exterior joint wrap 8-26D 84" Diameter sanitary manhole exterior joint wrap S-26E 96" Diameter sanitary manhole exterior joint wrap S-26F 120" Diameter sanitary manhole exterior joint wrap S-27 A 48" Diameter sanitary manhole interior protective coatIng 30 VF PROPOSAL 4/1112007 05-06012-Sanltary and Water Bid Schedule 5-29-2007 .xis P-11 PRo.JECT #50134 @)'U . AUGUSTA UTIl.ITIES DEPARTMENT ,__ . BOND PROJECT #50134 OR "MEADOWBROOK AREA UTILITY IMPROVEMENTS" IHH1~ifJtW No Ent,." Requited r~::::~~fu..[~1 -.J ~ Unit Price RequiTed SANITARY SEWER BID SCHEDUl.E 60" Diameter sanitary manhole interior protective coating S-27C 72" Diameter sanitary manhole Interior protective coating .. s..Z7D. 84" Diameter sanitary manholeinterlor protective coating S-27E 96" Diameter sanitary manhole interior protective coating S-27F 120' Diameter sanitary manhole Interior protective coating &28 Outside Drop Piping -., Complete 4 EA $-29 Doghouse/Connector Manhole, including base, cone, and ring and cover &30 6" sanitary sewer service, complete 1 EA 177 EA S-31 Cut and pl\.lg exIsting sanitary sewer, diameter varies S.32 Cut and plug existing manhole, diameter and depth varies 5-33 Tie new sanitary sewer to existing manholes, diameter varies 3 EA &34 AC Water Main Crossing EA 5-35 Ductile Iron Pipe polyethylene Encasement 20 LF 5-36 Concrete encasement of sanitary sewer (creek crossings, etc) 10 CY SANITARY SEWER l'OTAL PROPOSAL 4/1112007 05-06012-Sannary and water BJd SChedule 5-29-2007 xls P-12 PROJECT #50134 [~I~~~W~~ No Entry Required .~.:~:.:.:... .as AUGUSTA UTILIl'IES DEPARTMENT . --;- BOND PROJECT #50134 R "MEADOWBROOK AREA UTILITY IMPROVEMENTS" WATER SYSTEM BID SCHEDULE W..1A 6" diameter PVC water transmission main C 900, Class 200 .W~1B- 8"diameterPVC water transmission main C 900, Class 200 W-1 C 10. diameter PVC water transmission main C 900,. Class 200 W.1 D 12" diameter PVC water transmission main C 900, Class 200 W-1 E 14" diameter PVC water transmission main C 905, Class 200 W-1 F 16" diameter PVC water transmissIon main C 905, Class 200 W-1 G 18" diameter PVC water transmission main C 905. Class 200 W-1 H20. diameter PVC water transmission main C 905, Class 200 W-11 24" diameter PVC water transmission main C 905, Class 200 W-1J 30" ~(ameter PVC water transmission main C 905, Class 200 W.2A 6" diameter ductile Iron water transmission main Class 350, standard joint W-2B 8" diameter ductile Iron water transmission main Class XXX, standard joint W.2C 10" diameter ductile iron water transmission main Class XXX, standard joint W-2D 12" diameter ductile Iron water transmission main Class XXX, standard joint . . W-2E 14" diameter ductile iron water transmission main Class XXX, standard joint W-2F 16" diameter ductile iron water transmission main Class XXX, standard Joint . - W-2G 18" diameter ductile iron water transmission main Class XXX, standard joint W-2H 20" diameter ductile iron water transmission main Class XXX, standard joint PROPOSAL 4/11 12007] 05-o6012-Sanit~ty and WaterBid Schedule 5-29-2001 xIs . QJ Unit Prke Required J P-13 PRO JEer #50134 . ~ AUGUSTA UTILITIES DEPARTMENT ~ BOND PROJECT #50134 R "MEADOWBROOK AREA UTILITY IMPROVEMEN1'S" WATER SYSTEM BID SCHEDULE . ~ Unit Prke Required 24" dia~eter ductile iron water transmission main Class XXX, standard joint W-2J 30" diameter ductile iron water transmission main Class XXX, standard joint -- --W:./JA 6'!.dlameter.ductile iron water tJansmlsslon main Class XXX, . restrained joint W-3B 8" diameter ductlle iron water transmission main Class XXX, restrained joint W-3C 10' diameter ductile iron water transmission main Class XXX, restrained joint W-3D 12" diameter ductile Iron water transmission main Class XXX, restrained joint W-3E 14" diameter ductile Iron water transmission main Class XXX, restrained Joint W-3F 16" diameter ductile iron water transmission main Class XXX, restrained Joint W-3G 18" diameter ductile Iron water transmission main Class XXX, restrained joint W-3H 20' diameter ductile iron water transmission main Class XXX, restrained joint W-31 24" diameter ductile Iron water transmission main Class XXX, restrained joint W-3J 30" diameter ductile Iron Water transmission main Class XXX, restrained joint ' W-4 Jack and Bore 24" diameter steel casing Minimum wall thickness 0250 inch, with 12" diameter, restrained joint ductile iron carrier pipe, end seals, Class 350 included W-5 Select backfill, GA DOT Type I, Class I & II (Sand/Clay) - Measured by In-place volume W.6 Miscellaneous pipe fittings and connections W-7 8" x 6" Diameter Transition Couplings W.8 Fire hydrant, installed complete with valve, lead pipe, joint restraint, and blocking (Hydrant supplied by AUD) W-9A 6" In-line valve, including valve box, Installed, complete, open right/left W-98 8" in-line butterfly valve, including valve box, Instafrea:--- complete, open rlghtJIeft PROPOSAl 4/1112007) 05-06012.Sanitary and Water Bid Schedule 5-29,20(17 :xls I ....i N1A LF 500 CY 1,040 LBS 4 EA 10 EA P-14 PRO JECT #50134 ~G .. - AUGUSTA UTILITIES DEPARTMENT --;;;;- BOND PROJECT #50134 R "MEADOWBROOK AREA UTILITY IMPROVEMENTS" W':ilii:il::1 . 1H!;:~;E)E; No Entry Requi1ed, o Unit P,ice Required WATER SYSTEM BID SCHEDULE 10" in-line butterfly valve, including valve box, installed, . complete, open rightJIeft W-9D 12" In-line butterfly valve, including valve box, installed, complete, open right/left W.9E 14"-in;;Jinebutterfly-valve;. including valve box,installed, complete, open right/left W-9F 16" in-line butterfly valve, including valve box, Installed, complete, open rightlleft W,9G 18" ill.line butterfly valve, Induellng valve box, installed. complete, open right/left W-9H 20" In-line butterfly valve, including valve box. installed, complete, open right/left W.91 24" in-line butterfly valve, including valve box, installed, complete, open rightlleft W-9J 30. in-line butterfly valve, including valve box, installed, complete, open rightJIeft W,10A 6" In-line gate valve, including valve box, Installed, complete, open rightlleft W-10B 8" in-line gate valve, including valve box, Installed, complete, open rightllefl W-10C 10. In-line gate valve, including valve box, installed, complete, open rightlleft W-10D 12" in-line gate valve, including valve box, installed, complete. open right/left W-10E 14" in-Una gate valve, Including valve box, installed, complete, open rlghtlleft W-10F 16" in.line gate valve, including valve box; installed, complete, open rightlJeft W-10G 18" in-line gate-valve, including valve box, Installed, complete, open rightlleft W-10H 20. in-line gate valve, including valve box, insti:.lIled, complete, open I'ightlleft W-101 24. in-line gate valve, incluciing valve box, installed, complete, open right/left W-10J 30. in.llne gate valve, Including valve box, installed, complete, open rightlleft W-11 X" air/vacuum valve Including X. diameter precast concrete manhole, installed, complete PROPOSAL 4/11/2001) OS-06012-SanitaIY and Water Bid Schedule 5-29-2007 xIs P.15 PROJECl :#50134 .,;;::;:::11;' :::;;::::!l~: No Entry Required .:.:....:-';,;~_. AUGUST A UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" ~ Unit Price RequiTe~ WATER SYSTEM BID SCHEDULE ...W--14 Check valve and vault with X~bypa~ line X' air release valve, including X' diameter precast concrete manhole, installed, complete - - W.13 BD tappIng sleeve, valve, vafve box, complete W-15 New 1" long side water service, installed, including re- connection, complete W-16 New 1" short side water service, Installed, including ra.. connection, complete W-17 Polyethylene wrap of ductile Iron water main * W-18 Tie-in to existing line EA LF EA W-19 X' cut in gate valve, including valve box, Installed complete. * open right/left W-20 Cut and Plug Existing Water Line EA 4 EA W-21 Miscellaneous Class A Concrete 50 CY WATER SYSTEM TOTAL PROPOSAL 4/1112007] 05-06012-Sanitary and Water Bid Schedule 5-29,2007 xis P..16 PROJECT #50134 mmml . ~ No Entry ReiJUlTed AUGUSTA UTILITIES DEPARTMENT BOND PROJECT #50134 "MEADOWBROOK AREA UTILITY IMPROVEMENTS" , ~ Unit Price Required PAVEMENT & MISCELLANEOUS BID SCHEDULE PAVEMENT STRUCTURES P-1 Asphalt overlay, Type F, 1 %" thick, including tack, markings, etc (Meadowbrook Dr Open-cut trenches only) . f\sphalt pavement, Type F, 2" thick, min full width, complete (Nelg}lbortloOdroaasr-- .. . .. . ... . .. ... . . .. ..31,OOOu P-2 Graded aggregate base (GAB), 10 ~"thlck, 7' wide and Type B, asphalt patch 2 ~ " thick, including removal of 2 % " GAB and placement of bituminous tack coat eadowbrook Dr. 0 en-cut trenches onl Graded aggregate base (GAB), 8" thick. including sub-base preparation, grading, compaction and bituminous prime coat, complete. Asphalt Pavement Leveling (as appropriate & necessary) Asphalt Milling, 0 -1 %", 9' wide, complete (Perimeter of areas receiving overlay on Meadowbrook Dr ) 4" thick concrete sidewall<, 3000 psi mix P-1A P-2A P-3 P-4 P-5 P-6 6" thick concrete driveway remove and replace in kind, 3000 psi mix P,.7 2" asphalt pavement driveway remove and replace P-8 18" Raised-edge asphalt curb P-9A 24" concrete curb and/or gutter removal and replacement (as appropriate and necessary) P-9B 30" concrete curb and/or gutter removal and replacement (as appropriate and necessary) MISCELLANEOUS M-1 Flowable fill M.2 Rock excavation * M-3 Foundation backfill, GA DOT Type II. for additional unclassified excavation (Embankment) PROPOSAL 4/11/2007 05-06012-Sanitary and Water Bid Schedule 5-29-2007 xls 800 SY SY.. 33,000 Sy 32,200 SY 10 Tons 550 SY --- 33 SY 206 SY 245 SY 12,000 LF 50 LF 450 LF PAVEMENT TOTAl. 50 CY 11ll!11111lJlllllllllffillllll CY 200 CY C' :ilillillillllll!IIIII~IIIII!1 P-17 PROJECT #50134 .'.';.:.;.:.: (;~~1~i~1h No Entry Required ._~........... ~ Unit Price Required ~ AUGUSTA U1ILlTIES DEPARTMENT ~ BOND PROJECT #50134 '"MEADOWBROOK AREA UTILITY IMPROVEMENTS'" PAVEMENT & MISCELLANEOUS BID SCHEDULE M-5 Fence Removal & Replacement. New, Replaced in Kind _ _ -.M"6. RemoveelEistmg.asl'lbaltl'llWemoFltpF!d l;l!,!rbs, $., GE;lFrlplete, (NalghbaFReoa only) OMITTED M-7 Install, additional, or remove and replace catch basrn, (GDOT * 1 034 D) M.B Addifional18" RCP. ASTM C76, Class III, ine! rubber * gasketed joints, per GDOT standard specifications M-9 Additional 24" ,RCP, ASTM C76, Class III; incl rubber * gasketed Joints, per GDOT standard specifications M-10 Additiona130" RCP, ASTM C76, Class III, lncl rubber * gasketed joints, per GDOT standard specifications M.11 Additional 36" RCP, ASTM C76, Class III, inel * gasketed joints, per GDOT standard specifications M-12 Erosion, Sediment and Pollution Control, complete, including Maintenance & Monitoring, as per GAEPD NPDES GAR 100002. EA LF w= LF LF 1 LS MISCEl,LANEOUS TOTAL PROPOSAl 4/1112007 05-06012-Sanilary and Water Bid St:rnlduJe 5,29-2007 lds P.18 PRO JECT #50134 .$ . AUGUSTA UTILITIES DEPARTMENT ~. BOND PROJECT #50134 o "MEADOWBROOK AREA UTILITY IMPROVEMENTS" ~ . ~ No Entry RequIred ~ Unit Price Required LUMP SUM CONSTRUCTION 810 SCHEDUL.E Lump sum construction 0ncludes but is not limited to the Ilsting continued below} LUMP SUM TOTAL LUMP SUM CONSTRUCTION ITEMS . Mobilization, Demobilization Bonds, Insurance Gabion Retaining Walls Remove and Reset Fences, All Types Remove and Reset Gates, All Types Remove and. Reset Storm Sewer I Lengths & Sizes Vary Remove and Reset Yard Drainage Pipe, Lengths & Sizes Vary Reconstruct Retaining Wall, Height and Type Varies Remove and Reset Signs, Type Varies Remove and Reset Water Sprinkler Systems, Complete Remove and Reset Yard Lamps, Type Varlas Remove and Reset Mailboxes, Type Varies Traffic Control Miscellaneous Grading Permanent Grassing Raise Existing Manholes and Valves Boxes to Grade -'- . . . . . . . . . . . . . . GRAND TOTAL SANITARY SEWER TOTAL - WATER SYSTEM TOTAL - .. PAVEMENT TOTAL MISCELLANEOUS TOTAl. -- -- LUMP SUM TOTAL GRAND TOTAL PROPOSAl 4/1112007 05-06012-Sanitiuy and Water Bid Schedule 5-29-2007 xis P..19 PROJECT #50134 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECfION TS-13 WATER DISTRIBUTION SYSTEM PART 1 - SCOPE 1 1 Ihis section covets all work associated with the water distIibution system PART 2 - GENERAL 21 The ContIactOllDeveloper is responsible f01 verifying the exact location, size and material . ... .. . of :my existing water facilitypl'Oposed-foI-connectienOl-use-by theproject,......-...-.. -....- - . i *....1 22 All wOIk that occurs in the public right~f-way shall comply with the City of Augusta's "Development Documents" (latest version) and the "Right.of-Way Encroachment Guidelines" (latest version), Any field changes that occur in the public right-of-way and are not specifiCally related to water or sewer items shall be coordinated with the Augusta Engineering Department. PART 3 - STANDARDS FOR WATER MAINS 3.1 COVER - Standar'd cover requirements al"e as follows: A Standard depth of covel is 4 feet below existing and proposed road surface (and ar.eas designed fOI normal traffic loading) unless otherwise approved by Augusta Utilities Department (ADD) B. Minimum COVel to finished grade over water mains shall be 36 inches Minimum cover lUlder ditch bottoms shall be 24 inches Any variance in minimum cover must be approved by AUD on a case-by-case basis C In the event the shouldel of the lOad should Iise above the roadway level, the water main shall be placed at a depth to maintain 4 feet below the lOad surface in order to keep a fout foot depth f01 futrue driveway cuts 3~ HORlZONTALSEPARATION A Unless otherwise specified, hOlizontal spacing should conform to the following rules, where all separation distances listed are edge to edge: 1) I en (10) feet to any existing 01 proposed wastewater lines OI fOlee main, stolm sewel or sewer manhole Horizontal separation of less than 10 feet requires pipe material to be DIP fOI water mains, wastewateI lines OI fOlce mains . WATER DISIRlBUIION SYSTEM 4111/2007 IS 13-1 AUGUSTA U1lUTIES DEPARTMENT. BONO PROJECT # 50134 MEADOWBROOK AREA um.nv IMPROVEMENTS 2) Fifteen (15) feet to buildings, top of bank of lakes, streams, creeks OI other stmctures r en (10) feet is consideled the absolute minimum, and will only be considered by AVD when unavoidable If separation distance is less than ten (10) feet, the pipe material is required to be DIP 3) Where hOIizontal sepatations between water and sewer cannot be met, wateI and sewer lines shall be DIP, and joints staggered such that maximum separation exists between joints AS APPROVED BY AUD. 4) I en (10) feet minimum separation to gas mains. ?)u" u.~~~.Q.g)~~~.~l~.itn~In to un~~rgIOund electI~~cable 6) Current Georgia EPD sepaIation requirements I i u [. j ! 3.3 VERTICAL SEPARATION A Unless othelwise specified, vertical spacing should confolm to the following rules, whele all separation distances listed are edge to edge: 1) Water mains shall cross over and not unde! other pipes. 2) Eighteen (18) inch minimmn sep81ation between all pipes and cables shall be maintained, with six (6) inch absolute minimum sepmation with DIP, when conforming to Georgia EPD sepmation requiIements 3) When water mains ClOSS under sewers, additional measures shall be taken. At least 18 inches of sepmation between the bottom of the sewer and the top of the water main shall be pmvided. Adequate stIUCtuIal support for the sewel shall be provided to prevent deflection 01 settling on the water main. No joint shall be encased under the crossing. Encasement of the watel pipe in concrete or flowable fill will also be considered. ' 4) Where vertical separations between watel and sewer cannot be met, water and sewer lines shall be DIP, and joints staggered such that maximum sepatation exists between joints AS APPROVED BY AN AUD ENGINEER 5) I en (l0) feet minimum separation to gas mains 6) I en (10) feet minimum to under ground electric cable 7) Current Georgia EPD separntion requirements WATERDISTRIBUIION SYSTEM 4/11/2007 IS 13-2 AUGUSTA UTIUTlES DEPARlMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UllUTY IMPROVEMENTS 3,4 WATERMAINMATERIAL A Gener al Requirements 1) WateI mains shall be ductile iron pipe (DIP). Polyvinyl chloride (PVC), OI galvanized pipe may be used only where necessary to match existing materials encountered in field, as approved by Engineer. 2) DIP shall be centrifugally cast and shall confOIm to A WW A eI50/ANSI A21.50 Oatest version) fOI design and AWWA C151/ANSI AlI,51 (hitest'verslo11)fof'manufactwe.-PVC-pipe-6ninch -to-12-inch..diametet- shall confonn to A WW A C900 (latest vexsion) PVC pipe 14 inch to 36 inch diameteI shall confoIm to A WW A C905 Oatest version) 3) For water mains 6" through 16", DIP Pressme Class 350 shall be allowed FOI water mains 18" through 24". DIP Pressure Class 300 shall be allowed PVC C900 (most CIDrent date), Class 200, SDR-14 with. cast iton equivalent 0 D s, gasket bell end with. elastomeric gaskets shall be allowed for water mains 6" through 10" (solvent weld joints are not permitted) Flanged DIP shall have threaded ductile iron flanges and shall conform to the requiIements of AWWA C1l5/ANSI 2115 (latest version) All flanges shall be ductile iron class 150 with a minimum working pressure of 350 psi for diameters 3"MI2", and 250 psi for 14"- 48" diameteI pipe " and confoIIn to ANSI B 16 5 (latest version) Flanges shall be flat faced and all joints shall use 1/8 inch black neoprene full~faced gas~ets. 4) Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement lined in accordance with. A WW A C 104/ ANSI A21 4 (latest vetsion) DIP shall have 1/16" cement mOItar lining with IUbber gasket push-on joints, restrained joint, 01 mechanical joints Mechanical joint glands shall be ductile iron Tee bolts and nuts shall be Cor~ Ten steel. Rubbel gasket joints shall confOIm to A WW A CHI/ANSI All 11 Oatest version), and shall be futnished by the pipe manufactulet with the pipe A non-toxic vegetable soap lubIicant shall be supplied with the pipe in sufficient quantities fO! installing the pipe, The lubricant shall be approved by NSF for use with potable watel mains 5) Pipe classes designated previously in this standard ate minimum allowed Actual pipe class shall be determined based upon the installation and the use intended Pipe shall be apPlopIiately labeled on the drawings, All PVC pipe fOJ potable watel service shall bear the approved stamp of the National Sanitation Foundation Copper wile (12 WAIERDISIRffiUIION SYSIEM 4/1112007 IS 13-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTIUlY 1M PROVEMENTS gauge) shall be attached along the top of all buried pve watel lines, wrapped around service c01pOlations and stubbed up into all valves boxes for locating purposes This wire shall be mechanically spliced so as to be electrically conductive, then insulated to protect against corrosion of the bare wire 6) Any pipe, solder and flux used during installation of the watel lines and selvices must be "lead-flee" with not mOle than 8% lead in pipe and fittings, and not male than 0 2% lead in soldeJ:s and flux . .B; .... Applications-That-Require DlP: DIP shalLberequil'ed. aSH..carri.~ .pip~ . in the _ _H following chcumstances: 1) Within 10 feet of sanitary and stOlm pipes 2) Within 15 feet of s1IuctUIes (nem side of concrete footing), 01 top of bank of lakes/streams/creeks . 3) Crossings over 01 under seweIS and stOlm pipes with less than 18 inches sepmation, with no joint allowed within 10 feet of crossing 4) Within project boundaries of subdivisions with pxivate roads where the Utilities Department will take ovel the line for operations and maintenance while the roads will not be deeded to Augusta, 5) Along all state lights~of-way. 6) The Utilities DiI'ectOl may mandate DIP in any instances of off-site 01 on-site construction where future abuse to the line is possible due to location 01 circumstances e BOling and Jacking Water Lines 1) Where required by the drawings, the wateI line will be installed in a steel casing, placed by bOling and jacking Where bOling is requiJed unde:! highways 01 city/county loads, the materials and w01kmanship will be in accordance with the standards of the GeOIgia Department of T lansportation 01 local authOlity Boring and jacking undeJ: raihoads will be governed by the latest AREA Standatds, Part 5, "Pipelines" and those of the railroad involved The following guidelines apply to jack and bore installations: 2) Casing Pipe: The casing pipe shall conform to the matetials standard of ASTM Designation A252, with minimum wall thiclmess of 0219 inch Steel pipe will have a minimum yield strength of 35,000 psi Casing WAIERDlSTRIBUTION SYSIEM 4/11/2007 IS 13-4 AUGUSTA UTIlITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTIL1lY IMPROVEMENTS pipe shall be joined togetheI with welded joints, and wOIk shall be pel formed by a certified welder 3) Cattier Pipe: The canier pipe shall be ductile iron as specified herein 4) Installation: The steel casing shall be installed by the "DIY Bore and Jack" method If voids develop OI if the bOIed hole diameter is gI'eateI than the outside diameter of the pipe by more than approximately 1 inch, remedial measures will be taken as approved by an ADD Engineer 5) When installing watet line through casing, Conttaetor shall use " -mechanical- joint pipe -with-retaineI-,glands-tbtough _length_ofcasing.Ol__n" field-l ok gaskets, The water main shall be equipped with locking gaskets placed throughout length of casing to adequately resttain the pipe The ends of the casing shall be sealed with brick and mortar, or a manufactwed collar The pipe shall be supported by with a minimum of two casing spacers pel twenty (20) feet of pipe, with one spacet approximately 1 foot from the bell of the pipe D Restrained Joints: 1) The method used to restrain joints shall be suitable for the pipe size thickness and test pressure as pel manufacturer's specifications RetaineI Glands/Mega-Lug shall be considered a reslIained fitting 2) Resttained Joints shall be DIP as follows: a FOI 12-inch and Smaller - Restrained joint shall be US Pipe Field Lok, Amexican Ductile Iron Pipe Lok-Fast, EBAA Iron Mega-Lug, or an ~uivalent product b, For 14-inch Diametet and LargeI -Restrained joint shall be U.S Pipe IR Flex, American Ductile hon Pipe Lok-Ring, OI equivalent product, OI EBAA hon Mega-Lug c If inserting in older cast iron pipe, the restrained joint shall be as approved by AUD E Reaction Blocking: In lieu of restrained joints, all plugs, caps, tees, bends and other fittings shall be p10vided with adequate reaction blocking as shown on A1JD-Details ] 1 & 12 Fittings shall be poly WIapped (6 mil) befOI'e poUting reaction blocking Thrust blocks shall be pOUlcd-in-place concrete having a minimum compressive strength of 3,000 psi aftet 28 days of cute time, Soil bearing value shall be 2,000 psf maximum, and leaction blocking shall be made to bear directly against the undistut bed lI'ench wall Lower soil bealing values shall be used WAIERDISIRIBUIION SYSTEM 4/11/2007 IS 13-5 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS when soil is pOOl quality Where trench conditions are, in the opinion of the Engineer, unsuitable fO! reaction blocking, the Contractol shall provide tied joints to adequately anchor the piping as shown on the drawings All the rods and clamps shall be given a bituminous protective coating All matelials, fittings and appmtenances intended for use in pressure pipe systems shall be designed and constructed fOl a minimum working pressure of 200 psi unless the specific application dictates a higher working pressme requirement F Material Iransitions When tlansitioning wate! lines, materials shall be indicated and specified and must be approved by AUD Asbestos-cement transitions shall follow the AUD . asbeStOs:cemeiifwate1- Iirie cr"'ossmg-aetailH{AUD;; Detail-20) . . Unspecified- . ........,..... .. transitions from DIP to PVC are not allowed. When transitioning, all construction material shall be first quality, not pleviouslyused Repail clamps are not acceptable Damaged or faulty pipe and materials must be plOpedy replaced All gaskets shall be new When connecting to existing valves 01 fittings, gaskets shall be replaced, not reused G Main laps Mains may be tapped as long as the tapping line is smaller than the tapped line unless otherwise apPlOved by ADD See Section 142229 f01 service tap requirements Equal size line connections approved by AUD shall require that a tee be cut into the main where possible Tees are also lequired at locations dictated by the Utilities Dh'ector Tapped connections in pipe and fittiIigs shall be made in such a manum as to provide a watertight joint and adequate strength against pull-out In addition, the following guidelines shall be met: 1) Tapping Sleeves and tapping crosses shall be of a heavy body ductile iron, mechanical joint suitable for a working pressme of 200 psi for sleeves and crosses huger than 14.inch, or a wOlking pressme of 250 psi fO! sleeves and ClOSSes equal to OJ less than 14-inch, or as approved by AUD Tapping sleeves and valves are required for all taps 4 inches and gleater. Taps less than 4 inches shall be provided with a service saddle meeting the tequitements of Section 142229 Valves shall be provided on all taps Tapping sleeves shall be a minimum of 6 feet from pipe joints. 2) Schedule 40 PVC shall only be used as a sleeve for the installation of service line tubing under pavement areas Use in the water distribution system ot other al eas is not acceptable H Water Service Lines and raps 1) FOI 2" service lines: Galvanized pipe shall be seamless, American made, Schedule 80 and shall confOIm to the ASTM Specifications WATER DlSIRJBUIION SYSTEM 4/1112007 IS 13-6 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT 4ft 50134 MEADOWBROOK AREA UTIUlY IMPROVEMENTS 2) Where wateI selvice lines connect to DIP 01 any plessure-lated pipe, selvice saddles must be used No direct service taps shall be allowed Brass double strap tapping saddles shall be used U-bolt type stIaps are not acceptable All water service taps on the main shall be spaced at a minimum distance of 18 inches apart and a minimum of 18 inches from a bell or fitting If two or more taps are required at a minimum spacing, they shall be offset 450 alternatively SeIvices greater than one (1) inch shall be seamless galvanized Two-inch (2") services shall have three 2", 90-degree galvanized, non~malleable elbows per Augusta Utilities' two-inch Water Service detail 3) All seIVice line taps shall be supplied with corporation stops (AtID~~ Detaill6). General !'equirements for cOlpolation stops me as follows: for 1" services, a FOld FB-600-4 01 equivalent with a tapeI thread inlet and flared COppel outlet For 1" watel seIvice lines, eighth bend shall be the FOld LA02-44 01 equivalent or the Ford LA04-44 or equivalent fOl compIession fittings 4) Service line tubing shall be rolled of soft continuous and seamless copper Type K conforming to AWWA C800 and ASIM B-88 (latest version) . 1he minimum diameteI for residential use shall be one (1) inch The service line shall be laid in a straight line and be of a continuous piece of pipe from COlpOlation to cmb cock (AUD-Detail 16), and shall not exceed 100 feet in length from the main to the mete! . No service line fittings shall be placed undel the roadway For wide Ioadways, it may be considered placing fittings in the median The cUIb cock shall be located 6 inches behind and 8 inches below the top of new curb 01 edge of asphalt. I, Meter Installation 1) The Contractor shall fwnish and install an approved meter box at the termination point of all water services, and maintain the box until such time as a meter is installed MeteI boxes for one and one-half inch (1 ~") and smalleI meteIS are standmd, while two-inch (2'') can be installed in a Rome oversized 2" cast-iron box Meters three-inches (3") and larger shall be installed in a meteJ vault Meter boxes shall be Rome type, 10" x 19" x 10" cast iron box and lid The top shall have cast ribs on the bottom side with fOUI (4) legs to prevent sliding movement The box shall have a minimum weight of 37 lbs., fOJ meters one and one-half inch (1 }-Zc') or smallel. Metel and curb stop shall be fully encased by the meter box Meter vaults for meters two-inch (2") and larger shall be pre~cast reinforced concrete using 3,000 psi concrete and #4 lebar (ADD-Detail 15) No site built vaults ale permitted The access hatch shall be made of heavy-duty aluminum, and shall be hinged and WATER DISTRIBUTION SYSTEM 4/11/2007 IS 13-7 AUGUSTA UTILITIES DEPARTMENT - BOI'JD PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS lockable The hatch shall be large enough fOl removal of the meter but no smaller than 36" x 36" FOI commercial applications, the meter lid shall have a notch to accommodate automated mete! reading technology Wall dimensions shall allow 2 feet of working clearance Vault flOOIS shall be no less than fOUl inches (4") thick with 3,000 psi concrete and #4 rebar, with the mete.r located no less than 18 inches off the floOJ In addition, all comme.r'Cial meters shall have a bypass piping arrangement approximately one size smaller than the meter to facilitate meter removal This bypass valving shall bypass the meteI, but not the backf10w ptevention device. If a bypass device is installed on the backflow prevention device, then a sepaIate backflow pIevention device HHshou1d_hejnstalkdJ;mthatbYP-~S, . . i i j ..1.. 2) MeteI boxes should gene.rally be placed eighteen inches (18") inside the adjacent utility easement that parallels the right-of-way Where sidewalk is installed, two feet (2') of clearance is required between the customeI's side of the sidewalk edge and the meter box In developments where the propeIty line is not cleaI1y defined (e g., condominiums) the meteI box should be placed fOI Ieady access as approved by AUD Meter boxes and control valves shall be accessible and unobstructed for fOUI feet (4') in all diIections Ihis shall include but not be limited to transf01me.rs, telephone junction boxes, walls, trees, etc, Meters boxes shall not be placed in areas that can be fenced, such as a backyard, and shall not be placed in any asphalt OJ concrete suxfaced aI'eas unless appIoved in writing by AUD. FOJ shopping centeIs, the developel's engineer should give special consideration to metel layout so as to satisfy these requirements When no alternative is available but to locate in asphalt, the top of box shall be flush with the asphalt surface Meter boxes shall not be located in low areas that nmmally Ieceive stoun water. The box shall also be located outside of patking stalls The box and lid should be traffic bearing, but located outside of a commonly trafficked area. Valves shall have conexete donuts when not in asphalt OJ sidewalk 3) Meters will be installed by AUD at the time service is requited at the stub-out, and will remain the propelty of AUD. Areas that are privately owned where AUD does not own wate! 01 sewel utilities may be master meter'ed Each unit within a residential building (i e., duplex, tIiplex, etc) shall have a sep81ate meter, unless plim approval is received from the Utilities DirectOI ACID takes no responsibility for impropeIly sized meters 01 the problems associated with them, Metels will be available in the following sizes: % x 3/4, 1, 1 Y2, 2, 3, 4 -inch, and huger standard sizes as neceSS81Y AUD reselves the tight to Iequest histoIical data fot mete! sizing_ WATER DIS I RIBU lION SYSIEM 4/11/2007 TS 13.8 AUGUSTA UTIlmES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS J Valves, Fittings, and AppUItenances 1) Gate valves, 4 inches to 18 inches, shall be US Pipe Metro-Seal 250 lesilient seated gate valve, OJ equivalent, and must confolm to A WW A C509 Oatest version). Valves lmger than 18 inches shall be gear opeIated buttetfly valves, COnfOlnring to A WW A C504 (latest version) Wafer valves will not be accepted 2) Valves shall OPEN LEFT if installed south of GOldon Highway (SR 10),01 OPEN RIGHT if installed north of Gordon Highway Valves shall be pIOvided with valve stem extensions to within 6 inches of . ..glOundsurfaQe, whe1:e.~u~ljp,eqt.pip~J9...~~~)1)w:~a.te~.~~4_~~~_.._ 3) Valve boxes shall be M&H E-2702, Muellel HI0364 01 appIOved equal Each valve box shall be adjustable for a minimum covel of 3 feet lhe flanged base of the valve box shall be at least six (6) inches above the pipe so not to stress water lines 4" and sroallel Extension pieces will be required foI' additional depth ovel valves Extensions shall be M&H E- 3120 or Mueller H-I0375 Covers shall have "WAIER" cast on top 4) All valves, bends, tees, Closses and dead ends shall be restrained by retainer glands, lestIained gaskets, OI by use of a concrete tluust block in those instances that wanant such an installation 5) Standard pressure pipe fittings of size fOUI (4) inch ID and larger shall be ductile iron conforming to A WW A C15.3 (latest version), with mechanical joints unless flanged or restrained joints are lequited Gray cast-iron fittings w'e not allowed Ductile iron fittings shall be epoxy coated in accordance with AWWA C116 (latest version) Mechanical joint fittings, 24 inches and smallel shall be tated for 350 psi minimum wOlking pressure, while all fittings between 30 and 48 inches shall be Iated for 250 psi minimum wOlking pressure Mechanical joint fittings 54 through 64 inch shall be rated 150 psi minimum working pressure Glands fOI mechanical joint fittings shall be ductile iron. Only bolt systems :fi:n:nished by the manufacture.x fm mechanical joints w'e acceptable; nuts and bolts shall be new, not t'eused Pipe gaskets shall be new as supplied by the pipe manufacturer For sizes less than fOUl (4) inch ID, fittings shall be suitable to the pipe material and application 6) For flanged pipe, flanges shall be ductile iron Class 150, ANSI B16.5 Flanged joint fittings 14 inches and smaller shall be rated for 350 psi minimum working pressure, and flanged joint fittings between 14 and 48 inches shall be rated fOI 250 psi wolking pressure All flanges shall be flat faced. Full face, 1/8 inch black neoprene gaskets shall be used on all flanged joints All joints shall conform to A WW A C115 (latest version) WAIERDISIRlBUIION SYSTEM 4/11/2007 IS 13-9 AUGUSTA UmmES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTIUlY IMPROVEMENTS Bolts, nuts and washers for flanges shall be hot dip galvanized, except tee-bolts shall be COl'} en steel K Fire Hydrants 1) Fire hydrants shall be provided BY lHE Augusta Utilities Depaxtment and installed by the Conttactor 2) Fire hydrants shall be of the dty barrel break-away type COnfOlming to A WW A C502 (latest version), with two 2 Yz inches threaded hose nozzles and one 4 12 inch threaded pumpeI nozzle Hose and pumper . nozzle. threading..shaIl.be. natiQnal..st~dW:Q.m. .~hQ~c.Q~~~_ti.9.I:!_s.~.a!!.~_~:- inch mechanical joint rhe center line of the nozzles shall be 18 inches' above the finish grade Hydtants shall have a 5Y4 inch intexior valve opening Hydrants shall be reslIained fiom hydrant to tee at the main and have a conClete tlnust block pOlU'ed behind them At the discretion of the Utilities Dixectol, additional protection for fire hy&ants shall be pr'Ovided including but not limited to concrete filled ductile iron lIaffic posts sUIIounding each hydrant. 3) Fire hydrant blanches (from main to hydrant) shall be a minimum of 6 inches ill Each branch shall be"provided with a resilient seat gate valve located as cl'Ose as possible to the main Hydtants shall be located at or near road right-of-way lines with pumpel nozzle pointing toward the road. A clear zone mound all fire hydrants shall be adheI'ed to, consisting 'Of a 5 foot ladins axound the hydrant and 7 feet above the top of the hydIant Maintain 15 feet minimum ii-om hydlant to all stIUctures Placement af landscaping, fencing, etc shall be considered in order to meet this clear zone lequirement L Back:f1ow Prevention Devices 1) Back:t1ow prevention devices shall be provided, as Ieqnired by the Utilities Director and as set forth in these Standards All irrigation systems, wateI services and file lines fOl industrial, office, commercial, schools, mobile home par:ks, multi-family residences and any other locations as determined by the Utilities Director shall Iequite a minimum of a double-check backflow prevention assembly In addition, based on the degree of hazard present, AUD may r.equire a reduced pressUl'e (RPZ) baekflow prevention assembly on the customeI side of seIvice lines (domestic, inigation, and:fire) A celtified person shall test backflow devices and the results furnished to AUD plior to any wateI use Residential development shall install a "Du8l.-Check" back:f1ow device on the customer's side of seIvice line at the point of tie-in t'O the wateI meter Lawn inigation systems shall have a minimum of a double-check valve backflow pIevention device per the 2002 Georgia WATER DISIRIBUnON SYS IEM 4/l112007 IS 13-10 AUGUSTA UTIUTlES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTIl1lY IMPROVEMENTS Plumbing Code (DCA. 2000) Ihe plumber 01 builder tying service into the set meter will submit the test results fOl the backilow prevention device to AUD's Backflow Prevention Section pliOl to acceptance and any watel use 2) Backflow plevention device assemblies shall be the latest approved product of a manufactU1el legulady engaged in the production of this type equipment. All assemblies shall be as approved by the America Society of Sanitary Engineering (ASSE). The Amelican National Standards Institute (ANS!), The American Water Works Association (A WW A), Foundation fOl Cross Connection Control and Hydraulic --Research-of-the,Universityof Southern California,andpth~ ~QIgjapSt/),te ,___,_._, Plumbing Code 3) Backtlow prevention device OWDeIship and maintenance responsibilities shall be as set forth in the appropriate ordinances The property owner shall document yearly that a qualified technician has tested and inspected the backflow prevention device and that the device has passed inspection, A copy of the technician's certification must be attached to the test results and submitted to the AUD's Backflow Prevention Section The technician must comply with AUD Policies and Procedures for Backf1.ow Prevention by Containment Qatest version) A copy of this manual is available upon request from AUD M Fire Lines 1) All fire lines shall have a mmrmum double-detector check valve assembly (detectoI check valve with a 5/8 inch by-pass meter to detect low flows) within the right..of-way or dedicated easement No exceptions to the by-pass meter requiI'ement shall be made regardless of sprinkler system type, configmation. etc Certain types of fIre lines will Iequire RPZ check-valve, Please contact AUD's backflow prevention section to detennine actual requirements 3,5 CONSTRUCTION GUIDELINES FOR WATER DISTRIBUTION SYSTEMS A Deviation flom Plans 1) DUling construction, when deviations fI'om appr'oved plans are desired, the AUD Inspector shall be notified Revised plans shall be submitted to ADD as soon as possible for approval after coordination with AUD, the Engineer, and the Contractor Budgetary items shall be cOOIdinated with AUD prior to beginning revised work A minor change is one that does not affect capacities, flows or operation and may be allowed in the field dming constIuction by AUD's Inspector The Inspector shall have authority as to what constitutes a minor 01 major WATER DISTRIBUTION SYSIEM 4/11/2007 IS 13-11 AUGUSTA UTILmES DEPARTMENT - BOND PROJECT iF 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS change A complete set of "led-line" chawings c1eady showing any changes shall be submitted to the AUD Inspector at the completion of the work, and must be reviewed and appIOved priO! to final payment 2) ReCOld Dt ilwings a Ihe Contlact01 shall recOId, on a weekly basis, on one set of utility drawings all changes and d~viations flum the contract chawings in sizes, lines or glade. Record also the exact final location of watet lines by offset distances to SUIface improvements such as edge of existing pavement or to plOpeIty markers. etc at a maximum intelval of200 feet Make sufficient . measmements"w-'-definitely'}ocate . all,,' water-lines'to-pertnanent. points. The cha"vings will show references to all valves, fittings, pipe brand changes, etc., and shall use the approved Augusta, GA edge of pavement layer as a reference Transfer accwately all such r'ecords in red pen or pencil to white prints of the utility drawings and deliver them to the lnspectoI with the monthly payment estimate b At the completion of the wate! and/or wastewateI construction and prior to recording the final plat, the ContlactOl shall ftunish AUD's InspectCl1 with red-line dtawings of the ploject. The drawings must show all field changes made to the approved drawings 3) Field VeIification The Contractor is Iesponsible for verifying the exact location, size and material of any existing water facility proposed fO! connection or use by the project. No publicly owned water or wastewater line shall be uncovered without prior cOOldination with AUD. B Erosion and Sedimentation Act Compliance All phases of construction shall be completed in accordance with the Erosion and Sedimentation Act 12-7-1 et seq C Work Conducted in Rights.of-way Where a traffic control plan is required, it shall be in accOldance with Augusta "Rights of Way Encroachment Guidelines". D Water Distribution System Installation 1) Authorization must be obtained from ADD to construct, alter 01 modifY a water line Construction of wate! infrastructure will be authorized by the Utilities Department upon approval of submitted plans and WATER DISTRIBUTION SYSTEM 411112007 IS 13-12 AUGUSTA UTILmES DEPARlMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS notification of ADD at least 48 hours prim to stmting construction (706- 312-4132) 2) Installation of watel mains and associated appwtenances shall be in accOldance with cunent AWWA specifications and manufactUIel's requiIements fOI the specific plOduct Loading 01 unloading and storage of pipe, fittings, valves, etc. shall be done in such manner as to avoid damage I he intetiox of all pipe, fittings, valves, etc. shall be kept free of dirt and fOIeign matteI at all times All piping shall be placed in a dty tJench with a stable bottom. Wet trench installation shall be allowed only upon apptoval of ADD 3) . .. ...... ..~...... .... .......... ..... ..... .. .. ,. Restrained joints shall be required at each fitting involving a change of diIection and on smtounding pipe, as specified in the apPIOved plans Conclete tluust blocks can be allowed in lieu of mechanical restraint systems, as approved by AUD. 4) Backfill shall be free of boulders and debIis, and sball conform to Geoxgia Department of I ranspoxtation Specifications Shmp OI rocky mateIial encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the ADD's Inspector 5) Fire hydtants shall be installed tIue and plumb with the centel of the pmnpe:r nozzle facing toward the wad accOIding to Section "IS-13, 3 4 K" Hydrants shall not be placed in the sidewalk 6) All valves shall be placed according to plans Valve stems shall be installed plumb Valve stem extensions ale l'equired as described in Section ''1'8-13, 34.r'. Air relief valves shall be installed at all high points in the water main where all can collect, as shovm on tbe plans 01 as directed by Augusta Utilities a Handling and Storing of Matexia1s: Unload pipe so as to avoid deformation OJ other injury theleto Place no pipe within pipe of a largeI size Stote pipe and fittings on sills above storm drainage level and delivel fOJ laying afteI the trench is excavated. Valves shall be dIained and stored to protect them from fieezing b Pipe Laying (General): The interim of the pipe shall be clean and joint SUIfaces wiped clean and dty when the pipe is loweled into trench Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade The depth of cover below finished grade shall be not less than 3 feet, 01 as shown on the dtawings Give all pip_es a uniform W A IER DIS I RlBD lION SYS IEM 4111/2007 rs 13-13 AUGUSTA UT1UllES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UllLITY IMPROVEMENTS bealing on the trench bottom Allow no trench wateI 01 dirt to enter the pipe after laying Insert a wateItight plug in the open end of the piping when pipe laying is not in progress Wate1 pipe shall be bedded when requin:d by poor soil conditions (ADD.. Detail 8). E Pressmization and Leakage 1 esting 1) Aftet installation, all water mains shall be leak tested, in accOldance with A WW A C-600, Section 4,1 (latest velsion) for DIP, and C605, Section '7 fOJ PVC Ihe ConnactollDevelopel shall plOvide all ". ,,_equipment,_m~~~~..~gJ~1?.9~~~~~~YJ()~_p!~~e and leak testing This test must be obseIved by an Augusta utilities "-nepmfuient repJ'esentative. A pumping plesSure of 200 psi, 01 1 5 times the WOIking pressure at the point of testing depending on the discretion of an AUD representative, must be . supplied at the expense of the ContIactOl/DevelopeI The main tested shall eithel be isolated from active potable lines 01 protected flOm leakage by a double valve anangement All water used fOl pressure testing must be potable wateI with adequate chlOJine residual WateI lines shall be tested by valve sections Maximum allowable leakage shall be as detelmined in accordance with CUll'ent A WW A specifications. The standmd duration of test is fOUl (4) hours Testing proceduIes shall meet or exceed A WW A C600 (latest version) requhements. Any portions of the main which fail the test shall be replaced 01 adjusted until the entire new main passes the test cli:teIia Concwrent with the plessule test, and before any wotk will be accepted fot payment, the Conttactol shall pelfOlID a leakage -test Leakage is defined as the quantity of wateJ: to be supplied into the newly laid pipe, or any valved section theleof necessary to maintain the watel preSSUl'e to within 5 psi of the test pressure No pipe installation will be accepted until the leakage is less than the number of gallons pel hoUI as deteImined by equation 1 nom A WW A C600 for DIP: L == SD.fP 133200 Where L ;;;: allowable leakage in gallons pel hour, S = the length of pipe in the section teste~ D ;:::: the nominal diameter of the pipe in inches, P =the average test plessUl'e dwing the leakage test in pounds pel square inch gauge FOI pve pipe, the following equation shall be used: L;:::: NDJP 7400 Where N == Numbel of joints in the pipeline being tested. WATERDISTRlBUIION SYSTEM 4/11/2007 IS 13-14 AUGUSTA UTIUTIES DEPARTMENT. BOND PROJECT'" 50134 MEADOWBROOK AREA LmlITY IMPROVEMENTS F. Connecting to Existing Systems 1) All connections to existing mains shall be made undeJ the direct supervision of the AUD's Inspectot Valves on existing mains shall be operated by Ot under direct supelvision of AUD peIsormel lapping sleeves and valves shall be pressure tested plioI to tapping If selvice to existing customers must be interrupted. AUD shall be notified at least three (3) days (72 hours) in advance The conttactm shall make the necessmy notifications to the customers Ihe new line shall be chloIinated fOl up to three (3) days and then dtained and bacte1ia tested Only-afteI-maintaining- the_applOpriate__chlQJ,in.e,J:esid.1J.'!lJID<;l.,l?~~Jlg !h~... bacteIiological test shall the line be put into service, at the ditection of AUD 2) If cut~off of service is requited, the Contractor shall be leady to ploceed with as much matelial pre-assembled as possible at the site to minimize the length of service interruption Augusta Utilities reserves the right to postpone service cut-off if, in the opinion of the Utilities DiI'ectoI, the Contractor is not ready to pmceed on schedule Scheduled intenuptions should not exceed fom (4) haws. The ContIactOllDevelopex shall ~llIange fot tempOIary services to Customer(s) if wate1 will be shut off for mOle than fOUl hours '3) Local chloriJiation will be requited for all pipe and fittings used to complete connections with the potable watet system. lapping sleeves and valves shall be chlorinated in accotdance with A WW A requirements All wet taps shall be witnessed by the AUD's InspectOl. G. Cleaning and Flushing Upon completion of installation, the mains shall be flushed and the watel disposed of without creating a nuisance Flushing must achieve a minimum. water velocity of 2 5 fps in all portions of the pipe The duration of the flushing will be determined by the AUD's InspectOl No flushing 01 cleaning shall take place without an Augusta Utilities replesentative present The existing mains where the new mains connect may Jequit'e flushing unde! the ditection of AUD when service is restored Ihe Contracto! shall be responsible fOJ the tteatment of discharge and disinfection water All flushing activities shall be in accoJdance with A WW A C651 H, Disinfection 1) Augusta Utilities shall be notified at least 24 hours in advance to schedule bacteliological testing of water mains. The Contmctor shall replace 01 adjust components of the pipeline which fail the test WAIERD1STRIBUlION SYSTEM 4/1112007 IS 13-15 AUGUSTA UTILITIES DEPARTMENT.. BOND PROJECT # 50134 MEADOWBROOK AREA UTILllY IMPROVEMENTS Clemance is required from the Utilities Depmtment before ADD will allow the main to be put into service 2) All piping complete with fittings and appurtenances shall be stelilized as specified in the applicable sections of A WW A Specification C651 (latest version) "Disinfecting WateI Mains II Piping and appurtenances shall be tho1'oughly flushed then chlOIinated with not less than fifty paxts pel million (50 ppm) Calcium hypocblOlite can be used Water from the existing distribution system OI other source of supply should be controlled so as to flow slowly into the newly laid pipeline dUling the application of chlorine Ihe solution should be retained in the pipeline . ..fol"not-less.than24.hoUls.andthesystemshallmaintainJhe.(;hlQ!~:tiQ:!t.. level OIiginally int1'oduced into the line, which should not be less than 50 ppm. The system shall then be flushed with potable water and the sampling plOgtaID started. A minimum chlorine residual of 10 ppm should be available in the line after flushing 3) Sampling taps and chlorinated water used for disinfection shall be flushed to a location that will not damage property, persons, etc., and shall be pI'Ovided by the ConlIactoIlDeveloper at the expense of the Contractor/Developer. The provisions of this paragraph apply equally to new pipe and fittings and to existing pipelines into which connections have been. made OI which may bave been otherwise distuI bed to the extent that contamination may have occurred All requirements of the health authotities shall be observed in executing this work The disposal of heavily chlOIinated water (following disinfection) must be accomplished in accotdance with the latest editions of the A WW A Standa:td C651 and the EPD's Minimum. Standards fot Public Water Systems No dry cblOline shall be placed in the pipes while installing. 4) A minimum of two samples tested by a State appIOved private lab, shall indicate bacteliologically satisfactory wateI and the results shall be submitted to the :rnspectOI END OF SECIION WAIERDlSIRIBUIION SYSTEM 4/11/2007 IS 13-16 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA lJ1lLlTY IMPROVEMENTS SECTION TS-14 MEASUREMENT AND PAYMENT I. SANITARY SEWER ITEMS S-1A throuszb 8-161 - All piping line items shall be measmed in linem: feet and shall include costs fOI piping and installation, trench excavation, trench box, dewateIing, asphalt cutting, nonnal joints and gaskets, nOtmal backfill, infiltIation and exfiltIation testing, mandrel pulling, and CCTV camera inspection as Iequired Camera inspection shall include all costs fOt closed circuit cam.ela inspection of the sanitary sewel system. including mobilization, demobilization, inspection, video tape copies, and field repoIts, No additional payment shall be made fOI these items, . . ... ......_..__.~___...___.....__.__..._......._.___.. ........... ...... HH . 0_ ___ __ _ __Hn _ .__ __.. _ . _.___ou ......_."...._........_..........._.__ _ ... ._. ......._.....HH ITEM S-17 _ Jack and bore line items shall be measmed in linem: feet and shall include coStS'fOX_.,qH H" casing piping, cm:liel piping, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals. and nOImal backfill No additional payment shall be made fOI these items ITEM 8-18 - Select backfill shall be measured in cubic ym:ds fOI both Types I and II and shall include costs for the backfill and installation as well as all transpoltation and stockpiling chaIges. The volume of material included shall be the actual measm'ed "in-place" volume The standard trench width used to calculate the volume will be '7 feet No additional payment shall be made fOI these items ITEM S-19 - Miscellaneous pipe fittings and connections shall be measured in pounds and include costs fOI all fittings and installation except nOlmal joints and gaskets IegaIdless of matelial No additional payment shall be made fOt these items ITEMS 8-20A tbnluszh S~20F and 8-23.- Pre-cast manholes shall be measUled individually (each) and shall include costs fOI manholes, excavation, dewatering, asphalt cutting, collms and boots, grouting and/oI otb61 connections, installation, nonnal backfill, and vacuum. testing as specified Manhole vacuum testing shall include all costs fOI testing equipment, testing labO!, mobilization, demobilization, and reporting Manholes failing testing shall be re-tested at Contlactor's expense, Repairs to failing manholes shall be made extema! to the manhole utilizing a method approved by the Augusta Utilities Department. No additional payment shall be made fOl these items ITEMS 8-21A thr'ou!!h S-21F. 8-22A throu!!h 8-22F. 8-24 thr'Ou!!b 8-25 ... Additional sanitaIy manhole depth line items shall be measmed by vertical foot and shall include costs for excavation, dewateling, and backfill as specified by type and class No additional payment shall be made for these items ITEMS S-26A thl'Ouszh S-26F - Sanitary sewer exteriol manhole joint wrapping shall be measured individually and shall include tbe costs fot wrapping material and installation No additional payment shall be made fOI these items. MEASUREMENT AND PA YMENI 4/11/2007 IS14-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTIUlY IMPROVEMENTS ITEMS S-27A throue-h S-27F - Sanitary seweI interior protective coating shall be measured 1?Y the veltica1 foot of manhole and shall include the costs fO! coating material and installation No additional payment shall be made fO! these items ITEM S-28 - Outside dlOp piping shall be measured individually (each) and shall include the costs fOl all items associated with the drop manhole detail, exclusive of the manhole or manhole extensions. No additional payment shall be made for these items ITEM 8-29 - Dog house/connectO! manholes shall be measured individually (each) and shall include the costs for excavation, dewateting, asphalt cutting, pipe cutting, collars and boots, grouting and I 01 other connections, installation, and nOlmal backfill. Ihe costs fOl the base section, fust riser, cone section, and ring and covel shall be included within this line item. . 'Additional-depth-manhole--sections-shaU.-be-includedwithinthe.appropriate,.manholc.line .ite;.rn: - No additional payment shall be made for these items. ITEM S-30 - Sanitary seweI connections shall be measwed individually (each) and shall include costs fOI 6-inch pve piping, precast concrete valve ling with rebm, PVC twist-off plug, mainline tee, fitting, cleanout, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, nOImal backfill, and pI'Opetty restOIation. No additional payment shall be made for these items. ITEM 8-31 - Cut and plug sewelS shall be measured individually (each) and shall include costs fOI cutting of existing pipelines. plugging of existing pipelines, excavation, dewatering, asphalt/concrete cutting, and normal backfill No additional payment shall be made for these items ITEM S-32 - Cut and plug manholes shall be measwed individually (each) and shall include costs for cutting of existing manholes, plugging of existing manholes, excavation, dewatering, asphalt/concrete cutting, and nOlmal back:fi11 No additional payment shall be made for these items ITEM S-33 - Sanitary seWeI manhole tie-ins shall be measured individually (each) and shall include costs fot cuttinglcoIii1g of existing manholes, C0l181:8, tUbbeI boots, any tequired gaskets, excavation, dewateling, soil stabilization, asphalt cutting, and normal backfill No additional payment shall be made for these items. ITEM S-34 - AC water main crossings shall be measured individually (each) and shall include costs fOI AC pipe cutting, excavation, ductile iron piping, sleeves, backfill, and property restoration No additional payment shall be made for these items ITEM S-35 - Ductile iIOn pipe polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe WIap mateIials and installation No additional payment shall be made for these items ITEM 8-36 - Concrete pipe encasement shall be measured in cubic yards and shall include costs fO! concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and nOImal backfill. No additional payment shall be made for these items. MEASUREMENT AND PAYMENT 4/11/2001 1S14-2 AUGUSTA UTIUTlES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS II. WATER MAIN ITEMS W-IA throul!h W-3J - All piping line items shall be measured in lineal feet and shall include costs fO! piping and installation. trench excavation. trench box. dewateting, asphalt cutting, nOImal joints and gaskets. nOImal bacldill. pl'essure and leakage testing. pipe steIilization. bacteriological testing, and flushing No additional payment shall be made fOI these items ITEM W-4 - Tack and bore line items shall be measUl-ed in lineal feet and shall include costs fOl . casing-piping;"c8nieI' -piping;'-and-- installati()n.--blasting"asphalt.-cutting,--restI.ained--ioin~__an4__.- - - gaskets, end seals. and nOlmal backfill No additional payment shall be made fOJ these items ITEM W-S - Select backfill shall be measuIed in cubic yanis and shall include costs fOl the backfill and installation as well as all lIansportation and stockpiling charges The volume of material included shall be the actual measured ''in-place'' volume The maximum trench width used to calcula~ the volume will be 7 feet No additional payment shall be made fOI these items ITEM W -6 - Miscellaneous pipe fittings and connections shall be measw-ed in pounds and include costs for all fittings and installation,' mechanical joint Iestraint, etc. regardless of material No additional payment shall be made f01 these items. ITEM W-7 - TIansition couplings shall be measmed individually (each) and shall include costs fOJ couplings. soil surface preparation. connection to water main. excavation. asphaltlconcrete cutting, installation. normal backfill, and testing No adPitional payment shall be made fO! these items. ITEM W-8 - "Fire hydtants" shall be deemed as entire F.H. lateIal assy, complete shall be measm'ed individually (each). shall include all costs fOI 6" fire main latelals, except the hydrant itself, which will be supplied by the Owner beginning at the "100" connection to water main, all associated valves and fittings. concrete pad (if required), excavation. asphalllconcrete cutting, installation, normal backfill, soil SUIface pleparation and testing No additional payment shall be made fot these items ITEMS W-9A thl'OU2h W-12 - All valve line items shall be measured individually (each) and shall include costs fOJ valves. valve boxes/vaults, manholes. valve extensions. excavation. dewatering, asphalllconcrete cutting. all associated fittings. installation. normal backfill. and testing No additional payment shall be made for these items ITEM W-13 - Tapping sleeve and valves shall be measmed inQividually (each) and shall include costs fot sleeve, valve, associated hardware. valve boxes. temporary plugging/draining of pipeline. excavation, dewatering, asphalt/concrete cutting. installation, notmal backfill, and testing No additional payment shall be made for these items ITEM W-14 - Check valves and vaults shall be measured individually (each) and shall include costs fOl valves, valve boxes/vaults, manholes, valve extensions, excavation. dewatering. MEASUREMENT AND PAYMENT 4/11/2007 IS14.3 AUGUSTA UTlLmES DEPARTMENT .. BOND PROJECT # 50134 MEADOWBROOK AREA UTIUTY IMPROVEMENTS asphalt/conclete cutting, all associated pipe and fittings, installation, normal backfill, and testing No additional payment shall be made fO! these items ITEM W~15 thl'OU2h W-16 - Long and shOIt side water service connections shall be measUled individually (each) and shall include costs fot piping, watet mete! connection, dewatering, asphalt/concrete cutting (including setvice maIkings), installation, normal backfill, anq property lestoration. This line item shall include the cost of teconnection of any existing seIvices, if lequiIed No additional payment shall be made fOI these items ITEM W-17 - Polyethylene pipe Wlap shall be measured in lineal feet and shall include costs fOl u ...pipe_Wlap.materials_andins1a11miQP:..N9 ~4.Q!#Q~~ payment shall be made fOl these items ...... ~._~.,_..__......__......__..__......... ....M ____.M... .... ...__.__.___....... .....H.H.__........ ..... ... ... . ...... .______.... ...... n...... . ITEM W-18 - Tie-ins to existing lines shall be measured individually (each) and shall include costs fOl piping, dewateIing, asphalt/concrete cutting, installation, nOlmal backfill, and property restoration No additional payment shall be made for these items ITEM W~19 - All cut-in gate valves shall be measured individually (each) and shall include costs fOl valves, valve boxeslvaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made fO! this item, ITEM W-20 - Cut and plug existing watelline shall be measured individually and shall include all costs associated with cutting into an existing line and plugging it as detailed in the plans and specifications No additional payment shall be made for this item ITEM W-21- Miscellaneous concrete shall be measUled in cubic yards and shall include costs fOI concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and Donnal backfill No additional payment shall be made for these items ill. PAVEMENT STRUCTURES ITEM P-! - Asphalt overlay shall be measmed in square yards and shall include costs f01 asphalt materials and installation, tempOlary striping and pemrnnent striping (replaced in kind), and markers (both tempOlaty and peImanent) No additional payment shall be made fot these items. ITEM P-2 - Aggregate base (10 Yz" thick) and asphalt patch (2 Yz" thick) shall be measured in square YaIds and shall include costs fOl all aggregates (regardless of type), 2 W' graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both tempOlary and peIIlUUlent), and mwkers (both tempOIwy and peImanent). Ihe square yardage calculation shall be based upon a standard width of seven (7) feet fO! payment purposes No additional payment sball be made fOI these items ITEM P-3 - Aspbalt pavement leveling shall be measured in tons and shall include costs fOl all asphalt (Iegardless of type) used to create a level road surface pliO! to asphalt overlay as MEASUREMENT AND P A YMENI 4/11/2007 TS14-4 AUGUSTA UTIlITIES DEPARTMEr-IT - BOND PROJECT # 50134 MEADOWBROOK AREA U1lUlY IMPROVEMENTS authodzed by the project representative, Ihe payment shall be based upon confirmed delivelY tickets No additional payment shall be made for these items ITEM P-4 ~ Milling shall be measured in square yards and shall include all materials, labOI, equipment, and mateliall'emoval and disposal costs No additional payment shall be made fO! these items ITEMS P-S throuf!h P-6 - ConCIete sidewalk and driveways shall be measured in square yatds and shall include costs fO! existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, fonnwOIk, and finishing Existing concrete shall be removed to the nemest joint or saW'CUIt as dhected by the project representative No additional payment shall be made fOI these items. ... ...irEM-p~7.~-~h~t- ihi~~~y~'epia~~meiitshiillbe.measmedlnsqume-yards-iirid- snaUmclUde-- costs fot existing asphalt removal and disposal, asphalt, installation, site preparation Existing asphalt shall be removed to the nearest joint OI saw-cmt as directed by the project representative No additional payment shall be made fOl these items ITEM P-8 - Asphalt raised edge curb shall be measured in linear feet and shall include costs for additional, asphaltic concrete only, and additional costs fO! ''tie-ins, tutn-outs, and othex special conditions as necessary No additional payment shall be made for these items IT.I!:M P-9 - Conexete CUIb and gutter removal and replacement shall be measmed in linear feet and shall include costs fot Iemoval and disposal of existing concrete em b and gutter, concrete, installation, site prepaIation, fOIIDWOIk, and finishing. No additional payment shall be made for these items. IV. MISCELLANEOUS ITEM M-l - Flowable fill shall be measured in cubic ym:ds and shall include costs fO! all matelials, laboI, equipment, and excess matetials No additional payment shall be made fO! these items- ITEM M-2 ~ Rock excavation shall be measured in cubic YaIds and shall include costs for blasting, labOl, equipment, and mateIiall'emoval and disposal. No additional payment shall be made fOI these items ITEM M-3 - FoUndation backfill shall be measured in cubic yards and shall include costs fOI the backfill and installation as well as all transpOltation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made fOI these items ITEM M-4 - Clem:ing and grubbing shall be measured in acres and shall include costs fot vegetation removal, stockpiling, disposal and any lequiIed permitting, No additional payment shall be made for these items ITEM M-5 - Fence Iemoval and Ieplacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new matexials of MEASUREMENT AND PA YMEN I 4/11/2007 1814-5 AUGUSTA U11LlTIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UnUlY IMPROVEMENTS like quality as necessalY fOl watel line installation No additional payment shall be made fO! these items ITEM M-6 - OMITTED Remo>fe oxistiBg asphalt pa"/ement aRd eurbs, Ot0., complete (neighborhood om)'). Mea:su:remeBt shall be per squar-o Ylll'a. ~No additional payment shall be made f{lf these items. ITEM M-7 - Existing stOlID dIainage structures not yet-incidental to the wOlk, yet deemed un .fit by Owner's site replesentative 01 added at the discretion of the Engineer, shall be removed, ana replaced, or added new, complete, as pel GDOI Std No l034-D, and shall be measured individually (each) No additional payment shall be made fOI these items .. ITEM M-8-11 - ,RQ.U!fOI~ _~~~~e...pipe not incidental to the work., yet deemed un-fit by Owner's site replesentative or added at the'discretioD-ofilie':Bi1gmeei~slia]rbe'iemoved;an(f"- replaced, or added new, complete, as per GnOT Std Specifications, 18",24",30",36" as per GDOT, measured in lineax feet ITEM M-U - Erosion, Sediment and Pollution Control, complete as pel GAEPD NPDES GAR 100002 (lump s~) V. LUMP SUM CONSTRUCTION ITEM LS-l - Lump Sum Construction shall include all miscellaneous costs for all incidental work not quantified fOI payment elsewhere helein Lump Sum Construction includes, but is not limited to, the items listed below desoribed in the bid seheclul:e. No sepaxate or additional payment shall be made fOI these items . Mobilization, Demobilization Bonds, Insurance Gabion Retaining Walls Remove and Reset Fences, All I ypes Remove and Reset Gates, All I ypes Remove and Reset StOlID Sewer, Lengths & Sizes Vmy Remove and Reset Yard Drainage Pipe Lengths & Sizes Vaxy Reconstruct Retaining Wall, Height and I ype Varies Remove and Reset Signs, Type V mies Remove and Reset Watel Sprinklel Systems, Complete Remove and Reset Yatd Lamps, Iype Varies Remove and Reset Mailboxes, I ype Varies- T raffle Control Miscellaneous Grading Permanent Grassing . . . II . . . . . . . . . . MEASUREMENT AND PA YMENI 4/11/2007 1814-6 AUGUSTA UTILfTlES DEPARTMENT - BOND PROJEC1 # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS · Raise Existing Manholes and Valves Boxes to Glade END OF SECTION MEASUREMENT AND PA YMENI 4111/2007 1814-7 .~ ~(weJ7WJlt QlF~ent ~ @oJrf. ~nd, ~~,., ADDENDUM TO: FROM: DATE: SUBJ: All Bidders Geri A. Sams May .30, 2007 ADDENDUM #1 Bid Item #07-132 Meadowbrook Area Utility Improvements for Augusta Utilities . . New Bid Date: Monday; June 11, 2007. @3:00 p.m. . Thisfax is to notify all potential bidders t/tat the bid opening datefor BID ITEM #07-132 Meadowbrook Area Utility Improvements has been changed. Fl'Om: Wednesday, June 6, 2007 @3:00 p"Ol. To: Monday, June 11,2007 @.3:00 p"m. This addendum is applicable only to penons that attended the mandatory pre-bid conference and acquired an official set of plans and specifications fr'om Imaging Technologies. Additional information concerning Addendum 2 is being mailed certified return receipt. You should acknowledge receipt of: Addendum One - Changing the Bid Opening Date Addendum Two - Change in specifications and clarifications Please acknowledge receipt of addendum in your bid package" If you have any questions regarding this correspondence, please contact me at (706) 821-2422., cc: Tameka Allen Max Hicks Interim Deputy Administrator Director, Utilities Department Room 605 - 530 Greene Street, Augusta, Georgia 30911 . (706) 821-2422 - Fax (706) 821-2811 www.au~staga.gov Register atwww.demandstar.com/supplierfor automatic bid notification Bond No. 929 438 718 PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A-311 KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, Western Surety Company, CNA Plaza, Chicaqo. Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St., Room 605, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, in the amount of Two Million Five Hundred Thirty Seven Thousand Three Hundred Four and 91/100 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars ($ 2,537,304,91 .). for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , entered into a contract with Owner for Meadowbrook Area Utility Improvements Project No: 50134 (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by One Source Development, LLC, 4210 Columbia Road, Suite 16-A Martinez, GA 30907 (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S-1219/GEEF 10/99 Page 1 of 2 CIS by GA resident agent R.~ & _ ~ ~~ PERFORMANCE BOND 929 438 718 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the Signed and sealed this .7'# ~- day of ?/c::::-..,Lo be.- , z. e:;;c:::> / . ~*- s~~ (Witness) /1IJ~ /:R?r . (Witness) S-1219/GEEF 10/99 Page 2 of 2 contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. ~ t Blair Construction, Inc., PO Box 770, Evans, - . Georgia 30809 (Seal) (Principal) u' . (<.~ V;~/cI~ (Title) Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Seal) (Surety) I '~ ), ~ " ( B~ /tJ:1-~ Buck Leigh, Attorney' -Fact " , (Title) LABOR AND MATERIAL PAYMENT BOND Bond No. 929438718 Conforms with The American Institute of Architects A.I.A. Document No. A-311 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, ChicaQo. Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St., Room 605, Augusta, GA 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Two Million Five Hundred Thirty Seven Thousand Three Hundred Four and 91/100 - - - - - - - - - - - - - - Dollars ($ 2,537,304,91 ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, Principal has by written agreement dated , entered into a contract with Owner for Meadowbrook Area Utility Improvements Project No: 50134 (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by One Source Development, LLC, 4210 Columbia Road, Suite 16-A Martinez, GA 30907 (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S-1220/GEEF 10/99 Page 1 of 2 LABOR AND MATERIAL PAYMENT BOND 929438718 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants ashereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: I, A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly. and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon, The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials Signed and sealed this #-7'.!f day of .t:/c:::.:r:o 6e.- 1- ,. ~S~~ (Witness) ~ ~ '0 2ZU~ (Witness) S-1220/GEEF 10/99 Page 2 of 2 were furnished, or for whom the work or labor was done or performed, Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law, c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere, 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. ,~/. - Blair Construction, Inc., PO Box 770; Evans, Georgia 30809 (Seal) (Principal) W~'~fA \!rc..e -;z:>~) ide'?+- (Title) Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Seal) (Surety) ( ) ) ( " " B~~ Buck Leigh, Attorney -Fact (Title) Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Thomas M Albus, Buck Leigh, Individually of Columbia, SC, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confinned. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation, In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of March, 2006. ,,"IUllfoff"~ ",' ~IIEr .(+ ~-_.._-! ('o~ /$<..9011;'-\";\ i~1~o ~y;: =Wi l,Zi \\\ ~l: A'" /....! '~~~~- WESTERN SURETY COMPANY -;?L~ Paul . Bruflat, Senior Vice President State of South Dakota County of Minnehaha } ss On this 23rd day of March, 2006, before me personally came Paul T, Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30, 2006 +.,"'..,&,.......,""'...."....""t..,""...Cot.~~r,,......"" + ~ D. KRELL ~ :~NOTARY PUBI.IC~r .I'~SOUTH OAKOTA~.I' .I' .I' +..~.........~.....,.........,...e.,............~............ + AJld ~'P"h1k CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force, In testimOny whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 9-''?!t day of ~d~ 6&,- . z.c:,o, , \"'''"....~ ;:'.r.,:,!.~,r.)- C:-", *~..._- -', o. fl!:yo...90ll"1~,\\\ ~ ::l{e> "'1;1 ~\~~l:A"'!"', "'>1''';', '::A'9'~- '~~!~~ WESTERN SURETY COMPANY Form F4280-0 1-02 g. ~~I~S'="" ate: 10/1/2007 Time: 3:09 PM To: Blair Construction @ 9,17068681855 Page: 002-003 DATE (MMlDD/VYVY) 10/01/2007 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. ACORD TM CERTIFICATE OF LIABILITY INSURANCE PRODUCER (770)246-8300 FAX (770)246-8301 Sutter, McLellan & Gilbreath, Inc. 1424 North Brown Road Suite 300 Lawrenceville, GA 30043-8107 INSURED Blair Construction, Inc. Southern Asphalt P. O. Box 770 Evans, GA 30809 INSURERS AFFORDING COVERAGE INSURERA: National Trust Insurance INSURER B: FCCI Insurance CO. INSURER c: INSURER D: INSURER E: NAIC# COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TI-lE INSURED NAMED ABOVE FOR TI-lE POLICY PERIOD INDICATED, NOlWlTI-lSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTI-lER DOCUMENT WITI-l RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, TI-lE INSURANCE AFFORDED BY TI-lE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TI-lE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, '~M ~Ps~~ TYPE OF INSURANCE POLICY NUMBER P8kWl ~lfJi~ POLICY EXPI~,lli!N LIMITS NS GENERAL LIABILITY CPPOO04476 02/14/2007 02/14/2008 EACH OCCURRENCE $ 1. 000 , O()G r-x COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50,000 --.J CLAIMS Mi'DE 0 OCCUR MED EXP (Anyone person) $ 5,00e f-- 1,000,OOC A PERSONAL & /lDV INJURY $ f-- 2,000,000 GENERAL AGGREGATE $ '-- 2,OOO,OOC GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ II POLICY m ~~8T n LOC AUTOMOBILE LIABILITY CA 0005458 02/14/2007 02/14/2008 COMBINED SINGLE LIMIT f-- $ X ANY AUTO lEa accident) 1,000,000 c-- ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED ,~OS (Per person) A X HIRED AUTOS BODIL Y INJURY X $ NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per aCCident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ R ANY AUTO OrnER THAN EA ACe $ AUTO ONL Y: AGG $ EXCESSIUMBRELLA LIABILfTY UMBOO02841 02/14/2007 02/14/2008 EACH OCCURRENCE $ 5, 000 oo-a o OCCUR 0 CLAIMS Mi'DE AGGREGATE $ 5 OOO,OOC B $ R DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND 010-WC06A-54981 02/14/2007 02/14/2008 X I ~gvS[~Ws I I OJ.!t EMPLOYERS'L1ABILfTY OFFICERS INCLUDED $ 1,000,001 A ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT OFFICERIMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,001 If yes. describe under 1,000,001 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER ~ESCRlP110N OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS $2,537,304.91 roj: Meadowbrook Area Utility Improvements, Augusta, GA Contract Amount cO' "",:.""\', R N SHOULD AfoN OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER 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 LIABILfTY Augusta GA Commission Room 605, Municipal Building August, GA 30911 OF ANY KIND UPON THE INSURER, rrs AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE Mark Ja es CSP/LINDAM -/o/~ c .J-r--- ACORD 25 (2001/08) @ACORD CORPORATION 1988 ate: 10/1/2007 Time: 3:09 PM To: Blair Construction @ 9,17068681855 Paqe: 003-003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon, ACORD 25 (2001/08) AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS COA CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned , the duly authorized and acting legal representative of the CITY OF AUGUSTA, GEORGIA, do hereby certify as follows: I have examined the attached Contract( s) and Performance and Payment Bond( s) and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions, and provisions thereof. ~~ Attorney for Ow~ Date: _l (j / ~'-{ / 'Juv7 , , NOTE: Delete phrase "Performance and Payment Bonds" when not applicable. CERTIFICATE OF OWNERS ATTORNEY 9/24/2007 COA-l Revision Date August 2001 GENERAL CONDITIONS ARTICLE I--DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid-The offeror proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order-- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price-The moneys payable by OWNER to CONTRACTOR underthe Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of GENERAL CONDITIONS GC-1 of 52 Revision Date August 2001 Georgia, the Augusta-Richmond County Commission, and its authorized designees, agents, or employees. Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation offinal payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings-The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications. Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders. Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission. Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and/or resident engineer services for the Work. PROGRAM MANAGER - The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project-The total construction of which the Work to be provided under the Contract Documents may GENERAL CONDITIONS GC-2 of 52 Revision Date August 2001 be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The W ork (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work-Work to be paid for on the basis of unit prices. Work-The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. GENERAL CONDITIONS GC-3 of 52 Revision Date August 2001 Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non- engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. GENERAL CONDITIONS GC-4 of 52 Revision Date August 2001 ARTICLE 2-PRELlMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in GENERAL CONDITIONS GC-5 of 52 Revision Date August 2001 sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER , PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. GENERAL CONDITIONS GC-6 of 52 Revision Date August 2001 ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent ofthe Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code orof any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: GENERAL CONDITIONS GC-7 of 52 Revision Date August 2001 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any. Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. GENERAL CONDITIONS GC-8 of 52 Revision Date August 2001 ARTICLE 4-AVAILABILlTY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER GENERAL CONDITIONS GC-9 of 52 Revision Date August 2001 and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. Physical Conditions-Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and documentthe consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation GENERAL CONDITIONS GC-10 of 52 Revision Date August 2001 because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNERand CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GENERAL CONDITIONS GC-11 of 52 Revision Date August 2001 ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. CONTRACTOR's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing ofthe Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; GENERAL CONDITIONS GC-12 of 52 Revision Date August 2001 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: GENERAL CONDITIONS GC-13 of 52 Revision Date August 2001 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, GENERAL CONDITIONS GC-14 of 52 Revision Date August 2001 PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. GENERAL CONDITIONS GC-15 of 52 Revision Date August 2001 Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. GENERAL CONDITIONS GC-16 of 52 Revision Date August 2001 ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work orthe performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of GENERAL CONDITIONS GC-17 of 52 Revision Date August 2001 new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. Substitutes or "Or-Equal" Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item orthe name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to fumish, at CONTRACTOR's expense, additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General Requirements. 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of GENERAL CONDITIONS GC-18 of 52 Revision Date August 2001 PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWN ER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to payor to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, GENERAL CONDITIONS GC-19 of 52 Revision Date August 2001 process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and GENERAL CONDITIONS GC-20 of 52 Revision Date August 2001 hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in GENERAL CONDITIONS GC-21 of 52 Revision Date August 2001 paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item GENERAL CONDITIONS GC-22 of 52 Revision Date August 2001 as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending GENERAL CONDITIONS GC-23 of 52 Revision Date August 2001 resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. GENERAL CONDITIONS GC-24 of 52 Revision Date August 2001 ARTICLE 7---0THER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching ofthe Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWN ER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GENERAL CONDITIONS GC-25 of 52 Revision Date August 2001 ARTICLE 8--0WNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design GENERAL CONDITIONS GC-26 of 52 Revision Date August 2001 PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10,11and12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. GENERAL CONDITIONS GC-27 of 52 Revision Date August 2001 Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitations on PROFESSIONAL's Responsibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. GENERAL CONDITIONS GC-28 of 52 Revision Date August 2001 ARTICLE 10--CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing ofthe Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work orthe provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GENERAL CONDITIONS GC-29 of 52 Revision Date August 2001 ARTICLE 11-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, GENERAL CONDITIONS GC-30 of 52 Revision Date August 2001 specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the Change Order. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: GENERAL CONDITIONS GC-31 of 52 Revision Date August 2001 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the W ork (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, 'any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative GENERAL CONDITIONS GC-32 of 52 Revision Date August 2001 costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost ofthe Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is GENERAL CONDITIONS GC-33 of 52 Revision Date August 2001 due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. GENERAL CONDITIONS GC-34 of 52 Revision Date August 2001 ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements ofthe Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GENERAL CONDITIONS GC-35 of 52 Revision Date August 2001 ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements ofthe Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on anyWork prepared, performed, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. GENERAL CONDITIONS GC-36 of 52 Revision Date August 2001 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. GENERAL CONDITIONS GC-37 of 52 Revision Date August 2001 One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove itfrom the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a GENERAL CONDITIONS GC-38 of 52 Revision Date August 2001 Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price. Ifthe payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. GENERAL CONDITIONS GC-39 of 52 Revision Date August 2001 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the numberof units completed. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the GENERAL CONDITIONS GC-40 of 52 Revision Date August 2001 Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the GENERAL CONDITIONS GC-41 of 52 Revision Date August 2001 date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. GENERAL CONDITIONS GC-42 of 52 Revision Date August 2001 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OW N ER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. GENERAL CONDITIONS GC-43 of 52 Revision Date August 2001 14.12.1. No application for final payment will be accepted by OWN ER until approved as-built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the .Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial GENERAL CONDITIONS GC-44 of 52 Revision Date August 2001 Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. GENERAL CONDITIONS GC-45 of 52 Revision Date August 2001 ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of anyone or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written GENERAL CONDITIONS GC-46 of 52 Revision Date August 2001 notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of Professionals, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items ): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. GENERAL CONDITIONS GC-47 of 52 Revision Date August 2001 CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GENERAL CONDITIONS GC-48 of 52 Revision Date August 2001 ARTICLE 16--DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. GENERAL CONDITIONS GC-49 of 52 Revision Date August 2001 ARTICLE 17 -MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm orto an officer of the corporation forwhom it is intended, or if delivered atorsent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated speCifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period of time, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. GENERAL CONDITIONS GC-50 of 52 Revision Date August 2001 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any prOVISion of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24-hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreatedwastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. GENERAL CONDITIONS GC-51 of 52 Revision Date August 2001 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and I or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work GENERAL CONDITIONS GC-52 of 52 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION SGC SUPPLEMENTARY GENERAL CONDITIONS CONTRACTOR'S Liability Insurance Insurance shall be written with limits of liability shown below or as required by law, whichever is greater: · Commercial General Liability (per occurrence) Each Occurrence ........................ $ 1,000,000 . General Aggregate................................................................................................... $ 2,000,000 . Products. ......... .............................. ............ ............. ............... ....... ....... ..... ................ $ 2,000,000 . Personal & Adv Injury ............................................................................................... $ 1,000,000 . Fire Damage............................................................................................................. $ 500,000 . Automobile Liability (any auto) Combined Single Limit...................................... $1,000,000 . Excess Liability (Umbrella) Each Occurrence .................................................... $5,000,000 . Workers Compensation.... ...................................... ............................................ Statutory Limits . Employer Liability..................................................................................................... $ 1,000,000 DRAWING LIST CO.1 ............................. Project Index Map C1.1 .............................. Overall Sanitary Sewer Plan C 1 .2 .............................. Overall Water Plan C1.3 .............................. Miscellaneous Tables & Notes C1.4 .............................. Schedule Of Quantities C2.1 - C2.6 .................. Trunk Sewer Line - Plans & Profiles. C3.1 - C3.12 ................ Neighborhood Utilities - Plans & Profiles C4.1 .............................. Erosion, Sedimentation & Pollution Control P D-1 - D4 ....................... Augusta Utilities Dept. Standard Details SUPPLEMENTARY GENERAL CONDITIONS 4/11/2007 SGC-l - ~ NOTICE OF A WARD DATE: CONTRACTOR: Blair Construction, Inc. ADDRESS: PO Box 770 Evans City GA State 30809 Zip Code PROJECT: Augusta Utilities Department Meadowbrook Utility Improvements PROJECT 50134 At a meeting of the Augusta-Richmond County Commission you were awarded the Contract for the following Project: held on (Date) September 4,2007 Augusta Utilities Department Meadowbrook Utility Improvements Project No. 50134 Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office within 10 days from the date of this letter, excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate; an original and two copies is permissible. Very truly yours, Augusta Program Management Team Project E,ngineer Reciept of this NOTICE OF AWARD is hereby acknowledged this, the _day of ,2007 Contractor By Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 Title NOTICE OF AWARD 9/24/2007 NA-l - ~ NOTICE TO PROCEED DATE: TO: BLAIR CONSTRUCTION, INC. Attn: William R. Mutimer, Jr. PO BOX 770 EVANS, GA 30809 PROJECT: Augusta Utilities Department Meadowbrook Area Utility Improvements PROJECT NO: 50134 You are hereby notified to commence WORK in accordance with the Agreement dated on or before , and you are to complete the WORK within consecutive calendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Augusta Program Management Team Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the day of 2007 Contractor: Blair Construction, Inc. By: Tit! Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 NOTICE TO PROCEED 4/11/2007 NP-l AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS CONSTRUCTION CHANGE ORDER I CO NillABER I BID ITEM DATE Augusta-Richmond County Commission The following change is hereby made to the contract for the above project: Description of Change (for a more detailed description see attached proposal): PAYEE TOTAL AMOUNT OF THIS CHANGE ORDER $ The contract time will be INCREASED by Q calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDER (INCREASE) THIS CHANGE ORDER (INCREASE) TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER FUNDING NUMBER/ACCOUNT NUMBER $ $ $ $ PROPOSED BY: DATE: CONTRACTOR REQUESTED BY: DATE: ENGINEER SUBMITTED BY: DATE: DEPARTMENT HEAD FINANCE ENDORSEMENT: DATE: COMP1ROLLER RECOMMENDED BY: DATE: ADMINISTRATOR APPROVED BY: DATE: MAYOR CONSTRUCTION CHANGE ORDER 4/11/2007 CCO-l AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION CSC CERTIFICATE OF SUBSTANTIAL COMPLETION DATE OF ISSUANCE OWNER: CITY OF AUGUSTA, GEORGIA CONTRACTOR: BLAIR CONSTRUCTION, INC. Contract: Project: ENGINEER's Project No. OWNER's Contract No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To: CITY OF AUGUSTA, GEORGIA OWNER And To: BLAIR CONSTRUCTION, INC. CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. CERTIFICATE OF SUBSTANTIAL COMPLETION 9/24/2007 CSC-I AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION CSC CERTIFICATE OF SUBSTANTIAL COMPLETION The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.) This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on Date ONE SOURCE DEVELOPMENT. LLC ENGINEER By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on Date BLAIR CONSTRUCTION. INC. CONTRACTOR By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on Date CITY OF AUGUSTA. GEORGIA OWNER By: MAYOR CERTIFICATE OF SUBSTANTIAL COMPLETION 9/24/2007 CSC-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJEU # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION WL WAIVER OF LIEN Contractor (BLAIR CONSTRUCTION, INC. ) hereby indemnifies and agrees to save Owner (City of AUGUSTA, GEORGIA) harmless from all liens, or claims or rights to enforce liens, against the property of Owner or the improvements to be erected thereon arising out of any work to be performed or labor or materials to be furnished under this Agreement for the project described as: AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS Neither final payment by Owner nor acceptance of the improvements erected hereunder shall constitute a waiver of this indemnity, and if any such lien or claim for lien shall at any time be filed, Contractor shall refund to Owner all moneys Owner may be compelled to pay in discharging such lien including all costs and reasonable attorneys fees. Blair Construction, Inc. CONTRACTOR DATE NOTARY PUBLIC DATE WAIVER OF LIEN 9/24/2007 WL-l APPLICATION FOR PAYMENT NO._ To: CITY OF AUGUSTA. GEORGIA (OWNER) From: BLAIR CONSTRUCTION, INC. (CONTRACTOR) Contract: AU2usta Utilities Department - Bond Proiect # 50134 Meadowbrook Area Utility Improvements Project: OWNER's Contract No. 50134 ENGINEER's Project No. OS-06012 For Work accomplished through the date of: 1. 2. 3. 4. 5. Original Contract Price: Net change by Change Orders and Written Amendments (+ or -): Current Contract Price (1 plus 2): Total completed and stored to date: Retainage (per Agreement): ~ % of completed Work: $ _ % of stored material: $ Total Retainage: Total completed and stored to date less retainage (4 minus 5): Less previous Application for Payments: DUE THIS APPLICATION (6 MINUS 7): $ $ $ $ $ $ $ $ 6. 7. 8. Accompanying Documentation: CONTRACTOR'S Certification: The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied on account to discharge CONTRACTOR's legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through _ inclusive; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective. Dated CONTRACTOR By: State of County of Subscribed and sworn to before me this day of Notary Public My Commission expires: Payment of the above AMOUNT DUE THIS APPLICATION is recormnended. Dated ENGINEER By: APPLICA nON FOR PAYMENT 4/11/2007 AP-l 00 E-dI~ ~ M I 5~0 ~ -< o~~ ~UJ ~~~ ~ ~ ~O 2 ~~ ~o ClS <~ Q ;:EUJ ~ ~ 0 ~ Z !:: ~ 0 5 ...... ..... ClS U ;.:::: 0 < ~ ~ ~ ><0 ~~ I-I~ ~~ ~~ ~;:E 0'0 U ~UJ~ 8~8 ~>~ U~ 0 UJo <.) ~ .c ~ ~ - 0>< <.) ro .t:l ~~ ;:: ~I-I 0 ~~ u - ;:: Cl) t:: ~~ ::l [gO' u Cl) ..s OJ ~~ ::l ~~ g' "0 "3 ~ 0 ..c '" - 5 0 E r-< -< z '" ~ Cl) ~ ::l OJ > -< <+-0 ~ ~ 0 p::: ;:E Cl) -< "3 0 ~ ~ "0 ~ Cl) ~ ~ 0 {i 1-1 ~ U) ...... OJ r-< 0 -< f-< U,.... ......0 Q) .....:lo ~~ 0 ~~ z ....... C'irrioo::i l.r) \0 ~oO . 0 ....... C'irrioo::i l.r) \0 ~oOoio""'; C'irrioo::iv-i0~oOoio 0\....... ....... ....... ....... ....... ....... ....... ..................... N N NNNNNNNNM AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-l CLEARING AND GRUBBING PART I - SCOPE 1.1 Clearing and grubbing shall consist of the removal and disposal of all trees, brush, stumps, logs, grass, weeds, roots, decayed vegetable matter, posts, fences, stubs, rubbish and all other objectionable matter resting on or protruding through the original ground surface and occurring within the construction limits or rights-of-way of any excavation, borrow area, or embankment. PART 2 - CONSTRUCTION METHODS 2.1 CLEARING: Clearing shall consist of the felling and cutting up, or the trimming of trees, and the satisfactory disposal of the trees and other vegetation together with the down timber, snags, brush and rubbish occurring within the areas to be cleared. Trees and other vegetation, except such individual trees, groups of trees, and vegetation, as may be indicated on the drawings to be left standing, and all stumps, roots and brush in the areas to be cleared shall be cut off one foot above the original ground surface. Individual trees and groups of trees designated to be left standing within cleared areas shall be trimmed of all branches to such heights and in such manner as may be necessary to prevent interference with the construction operations. All limbs and branches required to be trimmed shall be neatly cut close to the whole of the tree or to main branches, and the cuts thus made shall be painted with an approved tree wound paint. Individual trees, groups of trees, and other vegetation, to be left standing, shall be thoroughly protected by barriers or by such other means as the circumstances require. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures and installations, and to those under construction, and so as to provide for the safety of employees and others. 2.2 GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted roots from the site as indicated on the drawings. In foundation areas, stumps, roots, logs or other timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to a depth of not less than 18 inches below any sub grade, shoulder or slope. All depressions excavated below the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. CLEARING AND GRUBBING 4/11/2007 TS 1-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS PART 3 - DISPOSAL OF CLEARED AND GRUBBED MATERIAL 3.1 Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to clearing and grubbing shall become the property of the Contractor and may be sold by him, provided such disposal is otherwise in accordance with these specifications. All matter removed shall be hauled away and deposited at locations approved by the Owner, or may be disposed of as stated above. Burning shall be by special permit only and will be subject to all requirements of Local, State and Federal Governments pertaining to the burning. No burning will be allowed on the site unless all fires are kept under constant attendance by persons having equipment necessary to prevent the spreading of fire. Such equipment shall include, at the minimum, a bulldozer or front end loader, and an approved pump and hose connected to an acceptable source of water. Disposal by burning shall be kept under constant attendance until all fires have burned out or have been extinguished. END OF SECTION CLEARING AND GRUBBING 4/11/2007 TS 1-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-2 EXCAVATION AND BACKFILLING PART I-SCOPE 1.1 This section covers all excavation, trenching and backfilling for pIpe lines and structures, complete. PART 2 - . EXISTING IMPROVEMENTS 2.1 The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to the satisfaction of the Engineer any aerial, surface or subsurface improvements damaged during the course of the work. Where and if shown on the plans, the locations and existence or nonexistence of underground utilities are not guaranteed. The Contractor shall contact the various utility companies to determine and/or verify such information prior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed. Work shall not commence within Augusta right-of -way until a Right-of-Way Encroachment Permit is obtained from the Augusta Engineering Department. PART 3 -EXCAVATION 3.1 All excavation of every description and of whatever substances encountered shall be performed to the depths indicated on the drawings or as specified herein. Excavation shall be made by the open cut method except as otherwise specified or shown on the drawings. Excavation methods shall generally meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. 3.2 All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and braced. Except where otherwise indicated, trench bottoms shall be not less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6 inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug after the trench bottom has been graded. Bell holes shall be excavated only to an extent EXCAVATION AND BACKFILLING 4/11/2007 TS 2-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS sufficient to permit accurate work in the making ofthe joints and to insure that the pipe, for a maximum of its length will rest upon the prepared bottom of the trench. Depressions for joints other than mechanical shall be made in accordance with the recommendations of the joint manufacturers for the particular joint used. Excavation for structures and other accessories shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment or timber which may be used to hold the bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. Except at locations where excavation of rock from the bottoms of trenches is required, care shall be taken not to excavate below the depths indicated. Where rock excavation is required, the rock shall be excavated to a minimum over-depth of 4 inches below the normal required trench depth. The over-depth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented that the excavation of such material requires blasting. The excavation shall proceed in a conventional manner with satisfactory effort made to remove hard materials before the Engineer makes a determination of need for blasting. Pre-drilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs can and will show that the material can or cannot be excavated. Evidence will be provided for the Engineer's review and approval before pre-drilling and blasting is undertaken. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials of common excavation shall be classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe, as determined by the Engineer or indicated on the drawings, is encountered in the trench bottom, such soil shall be removed to a depth required for the lengths designated by the Engineer, and the trench backfilled to trench bottom grade, as herein specified, with coarse sand, fine gravel, or other suitable material. Backfill with earth under structures will not be permitted and any unauthorized excess excavation below the levels indicated for the foundation of such structures shall be filled with sand, gravel, or concrete, as directed. A. Grading and Stacking: All grading in the vicinity of trench excavation shall be controlled to prevent surface ground water from flowing into the trenches. Any water accumulated in the trenches shall be removed by pumping or by other approved methods. During excavation, material suitable for backfilling shall be stored in an orderly manner a minimum distance of one and one-half times the depth of the excavation back from the edges of trenches to avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling, as determined by the Engineer, shall be removed from the job site and disposed of by the Contractor in a manner as approved by the Engineer. B. Shoring and Sheeting: All shoring, sheeting, and bracing required to perform and protect the excavation and to safeguard employees and the public shall be performed. The failure of the Engineer to direct the placing of such protection shall not relieve the Contractor of his responsibility for damage resulting from its omISSIon. EXCAVATION AND BACKFILLING 4/11/2007 TS 2-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. c. Water Removal: Where water is encountered, it shall be prevented from accumulating in excavated areas by pumping, well-pointing and pumping, or by other means approved by the Engineer as to capacity and effectiveness. Water removed from excavations shall be discharged at points where it will not cause injury to public or private property, or the work completed or in progress. All efforts to prevent sedimentation shall be made. Under no circumstances shall trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water shall not be allowed to rise in open excavations after pipe or structures have been placed. D. Blasting: Explosives are to used only within legal limitations. Before explosives are used, all necessary permits for this work shall be secured and all precautions taken in the blasting operations to prevent damage to private or public property or to persons. The Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be set off within 50 feet of pipe already laid in the trench. E. Tree Protection: Care shall be exercised to protect the roots of trees to be left standing. Within the branch spread of the tree, trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly and backfill placed as soon as possible. PART 4 - BACKFILLING 4.1 Trenches and other excavations shall not be backfilled until all required tests are performed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No material shall be used for backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth with an exceptionally high void content. Backfilling within Augusta right-of-way shall conform to Georgia Department of Transportation and City of Augusta specifications. 4.2 For backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely divided material free from debris, organic material and stone, and may be suitable job excavated material or shall be provided by the Contractor from other EXCAVATION AND BACKFILLING 4/11/2007 TS 2-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS sources: The backfill shall be placed in uniform layers not exceeding 8 inches in depth. Each layer shall be moistened and carefully and uniformly tamped with mechanical tampers or other suitable tools. Each layer shall be placed and tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility of voids or lateral displacement. 4.3 The remainder of the backfill material shall then be placed and compacted above the level specified above. In areas not subject to traffic, the backfill shall be placed in 12 inch layers and each layer moistened and compacted to a density approximating that of the surrounding earth. Under roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 8 inch layers and each layer moistened and compacted to density at least equal to that of the surrounding earth so that traffic can be resumed immediately after backfilling is completed. Any trenches which are improperly backfilled, or where settlement occurs, shall be reopened to the depth required for proper compaction, then refilled and compacted with the surface restored to the required grade compaction. Along all portions of the trenches not located in roadways, the ground shall be graded to a reasonable uniformity and the mounding over the trenches left in a neat condition satisfactory to the Engineer. 4.4 Sheeting not specified to be left in place shall be removed as the backfilling progresses. Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left by the removal of sheeting and shoring shall be carefully filled and compacted. Where, in the opinion of the Engineer, damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. PART 5 - BORING AND JACKING 5.1 Where required by the drawings, the pipeline will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. standards and those of the railroad involved. The steel casing shall be in accordance with ASTM A252 to the thicknesses shown on the drawings. PART 6 - PAVEMENT REMOVAL AND REPLACEMENT 6.1 Where necessary existing pavements shall be removed and replaced, the applicable specifications of the Georgia Department of Transportation or local authority shall govern this work. Joints shall be sawed, unless joints equally uniform in the opinion of the Engineer result from other means. Refer to Augusta-Richmond County Right-of- Way Encroachment Guidelines for pavement removal and replacement. END OF SECTION EXCAVATION AND BACKFILLING 4/11/2007 TS 2-4 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-3 GRADED AGGREGATE BASE COURSE PART I - SCOPE This section covers a graded aggregate base course to receive bituminous paving under another section, complete. PART 2 - GENERAL SPECIFICATIONS The graded aggregate base course shall conform to all applicable specifications of Section 300 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation, Latest Edition. PART 3 - PREPARATION OF SUB GRADE The subgrade to receive the graded aggregate base course shall be constructed in accordance with requirements of Section 209 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. PART 4 - MATERIALS & CONSTRUCTION FOR BASE COURSE Materials and construction for the graded aggregate base course shall be in accordance with Section 310 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. END OF SECTION GRADED AGGREGATE BASE COURSE 4/11/2007 TS 3-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-4 GRADED AGGREGATE SURFACE COURSE PART 1 -SCOPE This section covers a graded aggregate surface course to a driveway or parking area, complete. PART 2 - GENERAL SPECIFICATIONS The graded aggregate surface course shall conform to all applicable specifications of Section 318 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation, Latest Edition. PART 3 - PREPARATION OF SUBGRADE The sub grade to receive the graded aggregate surface course shall be constructed in accordance with requirements of Section 209 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. PART 4 - MATERIALS & CONSTRUCTION FOR SURFACE COURSE Materials and construction for the graded aggregate surface course shall be in accordance with Section 310 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. END OF SECTION GRADED AGGREGATE SURFACE COURSE 4/11/2007 TS 4--1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-S BITUMINOUS PAVING PART 1- SCOPE 1.1 This section covers the replacement of pavement for linear water and/or sewer line cuts in roads including asphalt overlay of existing roadways. PART 2 - GENERAL 1.2 After installation of the water lines and compaction requirements are met, 10.5" of graded aggregate base shall be installed and compacted in accordance with Section TS- 4. The top 2.5" of the graded aggregate base material shall be removed and replaced with Type "B" asphalt binder upon installation of the asphalt cap. A 1-1/2" overlay of Type "F" asphalt will be applied for a 50' width along transverse cuts and for the width of street in longitudinal cuts. 2.2 Asphalt driveway patches will be 2 inches thick on compacted subgrade. This also applies to cuts through asphalt valley gutters. PART 3 - SEASONAL LIMITATIONS 3.1 No bituminous mixtures shall be applied for surface treatment between October 21st and April 10th except as directed by the Engineer . PART 4 - WEATHER LIMITATIONS 4.1 Bituminous mixtures shall not be produced or placed during rainy weather, when the sub grade or base course is frozen or shows any evidence of excess moisture nor when the moisture on the surface to be paved would prevent proper bond nor when the air temperature is less than 45 degrees F. in the shade away from artificial heat. PART 5 - APPLICABLE SPECIFICATIONS 5.1 All work and materials required under this section of the specifications shall conform to the applicable sections of the Standard Specifications of the Augusta Utilities Department, Augusta Engineering Department and/or Georgia Department of Transportation (GDOT). BITUMINOUS PAVING 4/11/2007 TS 5-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS PART6-SUBGRADE 6.1 The sub grade shall be prepared as specified under the sections of the above specifications covering sub grade preparation. PART 7 - SURFACE COURSE 7.1. ASPHALT CONCRETE: The asphalt concrete mixture shall conform to the Georgia Department of Transportation, Standard Specifications for Highway Construction, for Type B asphalt binder for pavement patches and Type F asphalt concrete for pavement overlays. The job mix shall be approved by the engineer and no material shall be used until approved. 7.2 TRANSPORTATION AND DELIVERY: The mixture shall be transported from the mixing plant to the point of use in approved vehicles. Loads shall not be of such size or weight as to interfere with the efficient operation of the spreader. Loads shall not be sent out so late in the day as to prevent the completion of spreading and compaction of the mixture during daylight, unless artificial light is provided. The mixture shall be delivered at a temperature between 225 degrees F. and 325 degrees F. and within 20 degrees F. oftemperature set at the mixing plant. 7.3 SPREADING: Upon arrival at the point of dumping, the mixture shall be dumped into the hopper and spread by mechanical pavers, true to line, grade and cross section specified and to the loose depth that will secure the required compacted thickness of 1- 1/2 inches. The hot mixture shall be free from lumps and shall be spread while it is in a workable condition. After the mixture has been screeded and before roller compaction is started, the surface shall be checked, all fat spots and irregular areas removed and replaced with satisfactory material. All irregularities in alignment and grade along the outside edge shall also be corrected by the addition or removal of mixture before the edge is rolled. 7.4 COMPACTION: While the mixture is hot, it shall be compacted thoroughly and uniformly by rolling. The surface of the compacted mixture shall be smooth, and true to crown and grade. Any mixture that becomes loose or broken, mixed with dirt, or is in any way defective, shall be removed and replaced with fresh hot mixture which shall be immediately compacted to conform to the surrounding area. Any area showing an excess of bituminous materials shall be removed and replaced, and the edges shall be kept to a reasonable straight line and trimmed. The density after compaction shall be at least 98 percent of the laboratory-determined density. BITUMINOUS PAVING 4/11/2007 TS 5-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 7.5 PROTECTION OF PAVEMENT: The newly finished pavement shall be protected from vehicular traffic of any kind until the pavement has cooled and hardened and in no case less than 6 hours. 7.6 TOLERANCE: The finished surface shall not vary more than '/8 inch in 10 feet from the true profile and cross section. PART 8 - TESTS 8.1 The above work will be subject to thickness and compaction tests as deemed necessary by the Engineer. Such tests will be at the expense of the Contractor. END OF SECTION BITUMINOUS PAVING 4/11/2007 TS 5-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-6 CONCRETE CONSTRUCTION PART 1- SCOPE 1.1 This section covers concrete construction, complete, including reinforcement thereof. PART 2 - FORMS 2.1 Forms shall be of wood, metal, structural hardboard or other suitable material that will produce the required surface finish. Forms placed for successive pours for continuous surfaces shall be fitted to accurate alignment to assure a smooth completed surface free from irregularities, and shall be sufficiently tight to prevent the loss of mortar. No forms shall be left permanently in place without approval of the Engineer. Holes resulting from removal of form ties shall be filled solid within 12 hours after removal of forms with cement mortar. PART 3 - REINFORCING AND EMBEDDED METALS 3.1 Bar reinforcement shall be intermediate grade new billet steel conforming to the requirements of the ASTM Designation A15. All bars 3/8 inch and larger shall be deformed bars conforming to ASTM Designation A305. Detailing, fabrication and tagging of reinforcement shall be done in accordance with ACI "Manual of Standard Practice for Detailing Reinforced Concrete Structures" (ACI 315), except that where longer laps are indicated on the design drawings, the drawings shall govern. Wire fabric reinforcement shall consist of steel wire conforming to the requirements of ASTM Designation A185. Anchor bolts and structural shapes shall conform to ASTM Designation A36. Exposed surfaces of embedded steel shall be given one shop coat of Red Lead Iron Oxide conforming for Federal Specification TT -P-86c, Type II, unless otherwise noted on the drawings. Anchor bolts and miscellaneous steel items to be embedded in concrete shall be accurately placed in accordance with the drawings, and adequately secured in position to prevent dislodgement during concrete placing operations. Anchor bolts shall be protected after concrete has been placed and set by daubing with grease, wrapping with burlap, and covering bolts with wooden boxes. PART 4 - CONCRETE 4.1 All concrete shall be equivalent to ready mix concrete manufactured and delivered in accordance with the requirements of ASTM Designation C94 and having a compressive strength at 28 days of 3,000 psi, except as noted herein. The concrete manufacturer shall assume the responsibility of the design of the concrete mix in accordance with Alternate No.2 of ASTM C94. Air entrained concrete shall be used for all concrete. 4.2 MATERIALS A. Cement: Cement shall be Type I or IA "Portland" cement, all one manufacturer, conforming to ASTM, C150 or ASTM C175, respectively. CONCRETE CONSTRUCTION 4/11/2007 TS 6-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS B. Aggregates: Aggregates shall conform to ASTM C33. Coarse aggregate shall be crushed rock or gravel and graded from * inch to number 4 sieve for mass or foundation concrete. Fine aggregate shall be natural sand. C. Mixing water shall be proportioned so that slump when measured with standard slump cone does not exceed the following: Slabs on grade .......................Max 4", Min 3" Footings..................................Max 5", Min 3" All others................................Max 6", Min 3" D. Joint Filler Strips: Pre-molded joint filler strips shall be resilient compressive, bituminous and fiber materials saturated with at least 35 percent and not over 50 percent by weight of asphalt. Poured type joint composition for expansion joints shall be elastic compound made up of asphalt and colloidal mineral fillers. 4.2 PLACING CONCRETE: Runways for wheeled equipment shall be provided to convey concrete. Runways shall not be supported on the reinforcement. Concrete shall be placed and compacted in layers not over 24 inches deep. Vibrators may be used provided they are used under experienced supervision and the mixture is dry enough to prevent segregation. Form vibrators shall not be used. Vibration shall not be used for transporting or moving concrete inside forms. No more concrete shall be placed than can be consolidated and finished the same day as placed. Free fall of concrete shall be limited so that no segregation of materials occurs. 4.3 JOINTS: Construction joints not indicated on drawings shall be approved by the Engineer in advance of pour. Joints in foundation walls shall be keyed. Before depositing the concrete is resumed, the hardened surface shall be roughened, cleaned of foreign matter and thoroughly wetted but not saturated. The cleaned and wetted surfaces shall be slushed with a coating of neat cement grout against which the new concrete shall be placed before the grout has attained its set. 4.4 FINISHING: After stripping forms, all voids and honeycombs shall be patched by chipping and scarifying the defective areas and treating it with an approved bonding agent. All such voids shall be patched, not merely plastered. Grout mixture shall consist of one part Portland cement and one part sand. Immediately following removal of forms, all fins and irregular projections shall be removed from all surfaces except from those which are not to be exposed or waterproofed. Slabs shall be struck-off and consolidated by approved machine or hand methods, screeding and tamping concrete so that upon completion, the surface shall be true to grade as shown on drawings and free of surface voids. All floors shall have a monolithic steel trowel finish unless otherwise indicated on the drawings. Exterior walls shall be compacted, screeded and floated to antrue even surface with wood floats and then broomed. END OF SECTION CONCRETE CONSTRUCTION 4/11/2007 TS 6-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-7 GRASSING BERMUDA PART 1 - GENERAL 1.1 DESCRIPTION: This section covers the furnishing of all labor and materials and the performance of all work required to assure the establishment of a temporary cover of grass where required on all disturbed areas of the site not intended for paving, and a dense permanent cover of grass on all disturbed areas of the site owned by the City of Augusta which are not intended for paving. PART 2 - PRODUCTS 2.1 MATERIALS A. The following material shall be as specified by the "Standard Specifications," published by the State Department of Transportation of Georgia, latest edition. Agriculture Lime .....................................Article 882.02 Fertilizer...... ..... ....... ......................... ........Article 891.01 Sod...... ......... ............. ................. ............. .Article 890.03 Seed. ........................................................ .Article 890.01 PART 3 - EXECUTION 3.1 CONSTRUCTION A. Ground preparation: Final grades shall be as existed prior to construction. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate uniform drainage after establishment of the turf. Graded surfaces will be maintained in a smooth and even condition until the required cover is established. B. After the areas to be grassed have been brought to an even and smooth grade, they shall be thoroughly loosened to a depth of at least 6 inches by plowing, discing, harrowing, or other approved methods until the tillage is acceptable as suitable for planting. During tillage operation, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations. C. Application of fertilizer and lime: fertilizer shall be distributed unifoffi Ily at a rate of 1500 pounds per acre of commercial 6-12-12 analysis fertilizer, and shall be incorporated into the soil to a depth of approximately 3 inches by discing, harrowing, or other "approved methods. The incorporation of fertilizer may be a part of the tillage operation specified above, or a part of the hydroseeding GRASSING BERMUDA 4/11/2007 TS 7-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS procedure as described below. D. Immediately following, or simultaneously with, the incorporation of fertilizer, lime shall be distributed at the rate of 3000 pounds per acre, and shall be incorporated into the soil to a depth of at least three inches by discing, harrowing, or other acceptable methods. The incorporation of lime along with the fertilizer may form a part of the tillage operation specified above. E. Not less than 30 days after completion of seeding, the Contractor shall furnish and apply Nitrate of Soda or Ammonium Sulphate to the planted areas. Nitrate of Soda shall be a commercial product, containing not less than 16 percent Nitrogen and Ammonium Sulphate not less than 20 percent Nitrogen. The Nitrogen fertilizer shall be uniformly spread and distributed with approved equipment at a rate that will give not less than 60 pounds of available Nitrogen per acre. Other commercial types of nitrogenous material may be substituted at the option of the Contractor. The time of application shall be limited to the season of June through August. 3.2 PERMANENT SEEDING A. Between the dates of April 1 and June 1, Hulled Common Bermuda seed shall be applied at a rate of 10 pounds of seed per acre. B. Between the dates of October 1 and March 1, Unhulled Common Bermuda seed shall be applied at a rate of 10 pounds of seed per acre. C. If seeding is undertaken between September 15 and February 15, Unhulled Common Bermuda seed shall be applied at a rate of 6 pounds of seed per acre simultaneously with Rye seed at a rate of 28 pounds per acre. D. Seed may be applied by means of a hydro-seeder or other means approved by the Engineer. E. Immediately after seeding operations have been completed, the areas shall be compacted by means of a cultipacker, roller wood float, or other approved equipment sufficiently weighted, or compacted by hand methods, to reduce air pockets to a minimum. The complete planted area shall be left with a firm, even surface, free from abrupt humps and hollows, and to the established grade. F. All areas seeded for temporary or permanent grass shall be unifornlly mulched with hay or straw at the rate of 2 1/2 tons per acre, except where hydro seeding is employed using a cellulose mulch mixed with the seed and fertilizer. GRASSING BERMUDA 4/11/2007 TS 7-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 3.3 TEMPORARY GRASS A. Temporary grass shall be used when directed by the Engineer to control erosion where permanent grassing cannot be planted. B. Temporary grass shall be a quick growing species such as rye grass suitable to the area and season. Seeding shall be done in accordance with the permanent grassing requirements above, except that ground preparation shall be the minimum required to provide a seed bed where further grading will be required. Areas that require no further grading shall be prepared as described in "GROUND PREPARATION" above. Lime shall be omitted unless the area will later be planted in permanent grass without further grading, in which case lime shall be applied as described above. Fertilizer shall be applied at the rate of 400 pounds per acre. Nitrogen shall be omitted. C. In March or April of the following year, as soon as weather is suitable, all areas planted in temporary grass which are owned by the City of Augusta shall be thoroughly plowed up and grassed in accordance with the applicable permanent grassing method described above. D. MAINTENANCE: The Contractor shall erect necessary warning signs and barriers, mow grassed areas, and repair or replace grassed areas failing to show a uniform growth of grass or damaged by his operations, and shall otherwise maintain the grass until final acceptance of the contract. Replacement of dried out or damaged grass shall be at the Contractor's expense. 3.4 ACCEPTANCE A. Grassed areas will be accepted when a "Final Stabilization" is achieved. (See Section "TS-8, 3.1.D". B. The work may be accepted in whole or in part as determined by the Engineer and the Owner. END OF SECTION GRASSING BERMUDA 4/11/2007 TS 7-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-8 EROSION, SEDIMENTATION, & POLLUTION CONTROL MEASURES PART 1 - GENERAL: 1.1 This section covers erosion, sedimentation and storm water pollution control measures as shown on the plan or required on the .job and are intended to comply with the requirements of the Georgia Environmental Protection Division's General Permit No. GAR 100002, latest edition. For the purpose of this project and as referenced in the General Permit, the Owner and the Contractor are considered the "Primary Permittee," and the Contractor and all his subcontractors shall be considered the "Operator." 1.2 The measures shown on the plans and specified herein are minimum requirements and may be augmented by the Engineer if positive control is not established for storm magnitudes up to and including a 25 year rainfall event. These specifications and the corresponding plans do not, in any way, relieve the Contractor of any obligations with respect to permits for wetlands, storm water, stream buffers, flood plains or any other local, state or federal requirements. PART 2 - CONSTRUCTION SCHEDULE 2.1 The construction schedule shown on the Erosion, Sedimentation and Pollution Control Plans pertains to ES&PC work only, and defines the sequence of implementation of "Best Management Practices" (BMPs). It is not to be submitted as the Contractor's work schedule/timeline required after award of contract. . PART 3 - DEFINITIONS 3.1 All terms used in this section shall be interpreted in accordance with the definitions set forth in the NPDES General Permit, some of which are restated as follows: A. "Best Management Practices" (BMP's)" means schedule of actIVItIes, prohibitions of practices, maintenance procedures and other management practices to prevent or reduce the pollution of waters of the state. BMP's also include treatment requirements, operating procedures and practices to control site runoff, spillage or leaks, sludge or waste disposal or drainage from raw material storage. B. "Buffer" means the area of land immediately adjacent to the banks of state waters in its natural state of vegetation, which facilitates the protection of water quality and aquatic habitat. EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES 4/11/2007 TS 8-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS C. "Construction Activity" means the disturbance of soils associated with clearing, grading, excavating, and filling of land or other similar activities which may result in soil erosion. D. "Final Stabilization" means that all soil disturbing activities at the site have been completed, and that for unpaved areas and areas not covered by permanent structures, 100% of the soil surface is uniformly covered in permanent vegetation with a density of 70% or greater, or equivalent permanent stabilization measures (such as the use of rip rap, gabions, permanent mulches or geotextiles) have been used. Permanent vegetation shall consist of: planted trees, shrubs, perennial vines; a crop of perennial vegetation appropriate for the time of year and region; or a crop of annual vegetation and a seeding of target crop perennials appropriate for the region. Final stabilization applies to each phase of construction. For infrastructure construction projects on land used for agricultural or silvicultural purposes, final stabilization may be accomplished by stabilizing the disturbed land for its agricultural or silvicultural use. E. "Grading" means altering ground surfaces to specified elevations, dimensions and/or slopes; this includes stripping, cutting, filling, stockpiling and shaping or any combination thereof. F. "Qualified Personnel" means a person who has successfully completed an erosion and sediment control short course or an equivalent course approved by the Environmental Protection Division (EPD) and the Georgia Soil and Water Conservation Commission and have obtained GSWCC Certification credentials. G. "Waters of the State" means any and all rivers, streams, creeks branches, lakes, reservoirs, ponds, drainage systems, springs wells, wetlands and all other bodies of surface or subsurface water, natural or artificial, lying within or forming a part of the boundaries of the State which are not entirely confined and retained completely upon the property of a single individual, partnership or corporation. PART4-GENERALPROCEDURES 4.1 The Contractor shall utilize, at a mInImum, Best Management Practices, including sound construction practices to prevent and minimize erosion and resultant sedimentation, which are consistent with and no less stringent than those practices contained in the "Manual for Erosion and Sediment Control in Georgia," published by the State Soil and Water Conservation Commission as of January 1 of the year in which the land disturbing activity was permitted, as well as the following: A. Stripping of vegetation, grading and other development activities shall be conducted in such a manner as to minimize erosion. Earth areas which are not to be paved shall be grassed at the earliest possible time during the construction phase, so as to minimize exposure to rainfall and run-off. EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES 4/11/2007 TS 8-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS B. Unnecessary cut and fill operations shall be kept to a minimum, except that temporary berms, wherever possible, should be constructed at the end of each day of grading, in order to contain sediment and slow down erosion, should rainfall occur during the night. Berms shall also be constructed, where needed, to prevent sediment from being transported onto areas outside the actual construction limits. C. Whenever feasible, existing natural vegetation shall be retained, protected and supplemented. D. Disturbed areas and the duration of exposure to erosive elements shall be kept to a practicable minimum. E. Temporary vegetation and/or mulching shall be employed to protect exposed critical areas during development. F. Permanent vegetation and structural erosion control measures shall be installed as soon as practicable. G. To the extent necessary, sediment in run-off water shall be trapped by the use of debris basins, silt traps, silt barriers, or similar measures until the disturbed area is stabilized. H. Adequate provisions shall be provided to minimize damage from surface water to the cut face of excavations and the sloping surfaces of fills. I. Cuts and fills shall not endanger adjoining property. J. Fills shall not encroach upon natural water courses or constructed channels in a manner so as to adversely affect other property owners. K. Construction equipment shall cross flowing streams by means of bridges or culverts, except when such methods are not feasible, provided in any case that such crossings shall be kept to a minimum and provided that the appropriate stream buffer variances and wetlands approvals have been obtained from the Environmental Protection Division (EPD) and the Corps of Engineers, respectively. L. Should the specified erosion, sedimentation and pollution control measures prove to be inadequate, additional measures as directed by Engineer shall be provided for treatment or control of any source of sediments. Additional adequate sedimentation control facilities to retain sediments on site or to preclude sedimentation of adjacent waters shall be implemented. M. Except when a prior variance has been obtained from EPD or where a drainage EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES 4/11/2007 TS 8-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS structure must be constructed with adequate erosion control measures, no construction activities shall be conducted within a 25 foot buffer along the tops of banks on all state waters nor within a 50 foot buffer along the tops of banks on all state waters classified as "trout streams." If required for construction purposes, a buffer variance will be applied for by the Owner. N. Whenever possible, proposed storm water piping systems and detention ponds shall be constructed prior to other earth disturbing operations. The storm water piping and detention system shall then be used as a means to control erosion and sediment on the site. O. Sediment basins of the temporary nature shall be constructed as shown on plans and as required to retain sediment on the site. All temporary sediment basins shall be maintained in accordance with the "Manual for Erosion and Sediment Control in Georgia," latest edition and then removed when final stabilization is attained. P. Where erosion due to wind is likely to be of concern, trees or groups of trees and bushes should be left standing, wherever possible, to serve as windbreaks. PARTS-ELEMENTS OF THE PLAN 5.1 The minimum requirements for the prevention of erosion and sedimentation for this site are depicted on the plans and specified herein. The elements of the plan are discussed as follows, and are listed in chronological order, as far as is practical. The construction activities should proceed in the order listed. A. Remove all marketable timber from the limits of construction, rights-of-way, utility easements, designated fill areas, and other areas to be cleared. B. Begin clearing and grubbing operations only after silt barriers are installed immediately after the area has been cleared for their placement, install dams, berms and all other remaining erosion and sedimentation control measures as shown on the drawings and specified herein. Care shall be taken not to clear and grub beyond the construction limit. C. Contractor shall notify Engineer within 24 hours after the installation of the initial soil erosion control measures so that the Engineer may inspect the measures in accordance with the EPD General Permit. D. As grading operations commence, the topsoil shall be stripped and stockpiled in mounds surrounded by berms. As mentioned above, berms or windrows shall be constructed each afternoon at approximately 100 foot intervals across the graded areas, except in the low-lying areas ofthe project. This action will tend to check erosion should rainfall be experienced during the night. EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES 4/11/2007 TS 8-4 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS E. Construction on the sanitary and storm sewer lines should be commenced as soon as grading operations have been substantially completed. The disturbed strip along each line which is located outside of a street right-of-way should be grassed immediately upon the completion of trench backfilling, as described below. F. A graded depression around each catch basin on the site shall be used to contain sediment during construction in accordance with the "Manual for Erosion and Sediment Control in Georgia," latest edition. G. As soon as the graded areas which are not to be paved, to be built upon, or receive underground utilities have been brought to final grade, three or four inches of topsoil shall be spread over these areas. Grassing operations should begin immediately, as described in the grassing specifications. Roadway shoulders and slopes shall receive a similar treatment as soon as the installation of the utilities are complete. H All grassing will be performed in accordance with the section of the specifications titled "Grassing." Should seasonal limitations prevent the establishment of the permanent grass cover, the area to be grassed shall be covered with temporary grass cover; then the permanent grass will be established as soon as its growing season is reached. 1. The hay bale dams and silt fencing described above shall not be removed until the surrounding pavement base material has been placed and is ready for priming and/or areas are properly stabilized. J. In no instance, shall any pollutants, hazardous waste or solid materials including petroleum products, building materials, etc. be discharged to waters of the State. K. All work shall be in accordance with good grading practice and shall conform to accepted practices in accordance with the "Manual for Erosion and Sediment Control in Georgia" (latest edition). PART 6 - INSPECTIONS. SAMPLING & MONITORING: 6.1 The Contractor shall be aware that the Owner may contract with a third party to perform additional site inspections of erosion, sedimentation and pollution control measures and also procure samples of storm water runoff for testing in accordance with the requirements of the EPD General Permit No. GAR 100002. Third party inspections and samplings shall not relieve the Contractor of any obligations with respect to these specifications or that required by the EPD General Permit GAR 100002. Should any inspections determine that there are deficiencies in the Contractor's work, then corrective action will be required as directed by the Engineer or Owner. EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES 4/11/2007 TS 8-5 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS A. Contractor's Requirements. With respect to inspections, sampling and monitoring for compliance with EPD General Permit, the Contractor shall, at a minimum, be responsible for the following: 1. Each day when any type of construction activity has taken place on site, qualified personnel provided by the Contractor shall inspect: a) all areas on the site where petroleum products are stored, used or handled for spills and leaks from vehicles and equipment; b) all locations on the site where vehicles enter or exit the site for evidence of off-site sediment tracking; and c) all silt retention basins, traps, barriers, etc. for evidence of failures, potential failures or excess silt accumulation. 2. These inspections must also occur after each rainfall event on the site and must be continued until such time that the project is complete and the site has achieved final stabilization. The Contractor shall document these daily inspections on a form provided by or approved by the Engineer and must submit these forms weekly and after each rainfall event to the Owner's designated representative. Additionally, should a deficiency in any of the erosion control measures be noted, the Contractor shall notify the Engineer within 24 hours. 3. Erosion and sedimentation control measures shall be inspected by a representative of the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. Storm water monitoring, sampling and testing will be accomplished by personnel representing the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. The Contractor shall allow the monitoring agency access to the site at all hours of the day by providing a key to any locked gates and shall also coordinate these services by notifying the monitoring agency when: a) the first rainfall event of 0.5 inch or more in 24 hours occurs on the site after the clearing and grubbing operations have been completed in the drainage area of the location selected as the representative sampling location; and b) whenever a rainfall event that reaches or exceed 0.5 inch that occurs either 90 days after the first sampling event or after all mass grading operations have been completed in the drainage area for the representative sampling location. B. Subcontractor's Requirements: Subcontractors shall be considered as acting under the direction of the Contractor in his role as the Operator under the EPD General Permit. The Contractor shall insure that all subcontractors comply with the Permit. Subcontractors shall be responsible, at a minimum, for the following: EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES 4/11/2007 TS 8-6 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 1. Each day when any type of construction activity has taken place on his portion of the site, the Subcontractor shall inspect: a) all areas on the site where petroleum products are stored, used or handled for spills and leaks from vehicles and equipment; b) all locations on the site where vehicles enter or exit the site for evidence of off-site sediment tracking; and c) all silt retention basins, traps, barriers, etc. for evidence of failures, potential failures or excess silt accumulation. 2.. These inspections must also occur after each rainfall event on the site and must be continued until such time that the project is complete and the site has achieved final stabilization. 3. The Subcontractor shall immediately report any noted deficiencies to the Contractor, who will take appropriate corrective action. END OF SECTION EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES 4/1112007 TS 8-7 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-9 FLOW ABLE FILL PART 1 - SCOPE 1.1 The work covered by this section of specifications consists of furnishing all labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of flowable fill work, complete, in strict accordance with this specification and the applicable drawings, and subject to the terms and conditions of the Contract. PART 2 - FLOW ABLE FILL MIX DESIGN 2.1 The mixes fall into the categories of "very flowable" and "less flowable," which is controlled by the amount of water that is added. The less flowable mix should be used when it is desirable to put traffic back on a roadway quickly (usually 8 to 10 hours) or when being used to backfill pipes which could "float" out of position due to the buoyant effect of the very flowable fill mix. This mix will still self-consolidate around pipes without any "honeycomb" areas. Adding water to flow able fill to obtain the desired plastic characteristics will not compromise the quality of the hardened flowable fill. Less Flowable Mix (Mix 1) WEIGHTS VOLUME Min. 50 lbs Cement 0.25 Min. 600 lbs. Fly Ash 4.24 SSD 2500 lbs Sand 15.17 55gal. 458 lbs Chlorides Water 7.34 Total Cubic Feet 27.00 REFERENCE ASTM C150 Type I or II ASTM C618 Class C Clean, potable < 500 ppm 2.2 Above values are based on specific gravities - cement 3.15, fly ash 2.27, sand 2.64, and water 1.00. Anticipated unconfined compressive strength is 80 psi at 28 days and 150 psi at 56 days. For "very flowable" fill (Mix 2), add 10 gallons of water per cubic yard of Mix 1. PART 3 - INSTALLATION OF FLOWABLE FILL 3.1 The trench shall be prepared and the pipe joints placed as normal. There should be at least 6 inches of flow able fill above any utility line. Once the pipe is covered, it will be sufficiently anchored and water may be added to the remaining flowable fill to ease FLOW ABLE FILL 4/11/2007 TS 9-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS placement without danger of floating the pipe. If it is important to quickly return traffic to the roadway, the flow able fill mixture shall not be altered by the addition of water. 3.2 The flowable fill may be discharged from the ready-mix truck into the space to be filled, or by other methods approved by the Utilities Department representative. The mix may be placed in part depth or full depth as conditions at the site dictate. Formed walls or other bulkheads shall be constructed to withstand the mounded soil rather than wood or metal forms. When backfilling utility lines, flowable fill shall be distributed evenly to prevent movement ofthe line. 3.3 The material is self-consolidating and there is no need to use vibrators. Finishing can be accomplished with a square shovel if the fill surface is at the bottom of pavement or with a wood float if the surface will be temporarily used as a finished surface. 3.4 Once the flow able fill is in the trench, the self-consolidating material displaces the extra water not needed for maximum density. Provision shall be made for this "bleed water' to run off and away from the surface ofthe hardening flowable fill (use of vapor barriers such as plastic sheets is not desired). The material will usually support foot traffic within an hour after the bleeding ends. Typically, full traffic can be allowed on the hardened flowable fill within 8 to 20 hours (depending on site conditions, volume to be backfilled, etc.). Without damage to the fill or any structures below. Ifit is necessary to return traffic in less than 8 hours, or if there is concern that traffic flow will "rut" the hardening flowable fill, steel plates shall be used to bridge over the hardening flowable fill as directed by the Utilities Department representative. If the filled cavity is too wide to bridge, steel plates shall be placed on top of the hardening flow able fill as soon as it is able to support foot traffic (one hour after bleeding ends), and full traffic can be allowed without damage to the fill or structure below. 3.5 As the extra water is displace from the consolidating flowable fill, there will be an initial subsidence of about one-eighth (l/8) of an inch per vertical foot. Once the flowable fill hardens, there will not be future settlement. The hardened flow able fill can be shaped to grade the next day to allow the patch thickness required. The patch may be applied directly to the cured flowable fill. 3.6 It will be the responsibility of the Contractor to furnish the necessary information to obtain approval of the mix design and to use the necessary construction techniques to assure that the finished material will perform as intended. END OF SECTION FLOW ABLE FILL 4/11/2007 TS 9-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-IO CURBS AND GUTTERS, CONCRETE PART 1 - SCOPE 1.1 This section covers construction of Portland cement concrete curbs and gutters, complete. PART 2 - CONCRETE 2.1 Concrete and the equipment, workmanship and materials therefore shall conform to the applicable requirements of the "Concrete Construction" section, except as hereinafter specified. Concrete shall have a slump of not more than 3 inches. The concrete mixtures shall have an air content by volume of 4.5 percent, plus or minus 1.5 percent, based on measurement made on concrete immediately after discharge from the mixer. PART 3 - MATERIALS: 3.1 Provide materials, not specifically described but required for proper completion of the work of this Section, as selected by the Contractor subject to the approval of the Engineer. PART 4 - EXECUTION: 4.1 SUB GRADE PREPARATION A. The sub grade shall be constructed true to grade and cross section. The sub grade shall be of materials equal in bearing quality to the sub grade under the adjacent roadway or street and shall be placed and compacted to conform with applicable requirements of "Graded Aggregate Base Course" with the following modifications. The sub grade for curb and gutter shall extend in all cases at least one foot in width back of the curb or gutter or valley pavement. The sub grade shall be tested for grade and cross section by means of a template extending the full width of the curb, gutter, or combination curb and gutter. The sub grade shall be maintained in a smooth, compacted condition, in conformity with the required section and established grade until the concrete is placed. In cold weather, the sub grade shall be prepared and protected so as to produce a sub grade free from frost when the concrete is deposited. 4.2 FORMS A. Forms shall be of wood or steel, straight, and of sufficient strength to resist springing during depositing and consolidating the concrete. The outside forms CURBS AND GUTTERS, CONCRETE 4/11/2007 TS 10-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS shall have a height equal to the full depth of the curb or gutter. The inside form of curb shall have batter as indicated and shall be securely fastened to and supported by the outside form. Straight forms of wood shall be two inch nominal surface plank, and of steel, shall be of approved section with a flat surface at the top. Rigid forms shall be provided for curb returns except that benders or thick plank forms may be used for curb or curb returns with a radius of ten feet or more, when grade changes occur in the return, or where the central angle is such that a rigid form with a central angle of ninety degrees cannot be used. Back forms for curb may be made of one half inch benders, for the full height of the curb, cleated together. Curb forms shall be carefully set to alignment and grade and to conform to the dimensions of the curb. Forms shall be held rigidly in place by the use of stakes placed at intervals not to exceed four feet. Clamps, spreaders, and braces shall be used where required to insure rigidity in the forms. The forms on the front of the curb shall be removed not less than two hours nor more than six hours after the concrete has been placed. Forms back of curb shall remain in place until the face and top of the curb have been finished as specified in the Finishing paragraph. Gutter forms shall not be removed for twelve hours after the concrete has been placed. Forms shall not be removed while the concrete is sufficiently plastic to slump in any direction. Forms shall be cleaned and coated with form oil each time before concrete is placed. Wood forms may, instead, be thoroughly wetted with water before concrete is placed, except that with probable freezing temperatures, oiling is mandatory. 4.3. JOINTS A. Expansion joints and contraction joints shall be constructed at right angles to the line of curb, gutter, and combination curb and gutter. Dowels, tie bars and reinforcement when required will be shown on the plans and shall be installed in accordance with the applicable details. B. Contraction Joints: Contraction joints shall be constructed by means of one- eighth inch thick separators, of a section conforming to the cross section of the curb, gutter, entrance pavements, and combination curb and gutter. Contraction joints shall be so placed that monolithic sections between curb returns will not be less than five feet nor greater than fifteen feet after the concrete has set sufficiently to preserve the width and shape of the joint. After separator plates have been removed, all exposed edges of joints shall be rounded with the proper edging tool to a radius of one-fourth inch. C. Expansion Joints: Expansion joints shall be formed by means of preformed expansion joint filler material cut and shaped to the cross section of the curb, gutter, entrance, and combination curb and gutter. D. Expansion joint filler, unless otherwise specified, shall conform to ASTM Standard D1751-60 or D1752-60 or shall be resin impregnated fiberboard CURBS AND GUTTERS, CONCRETE 4/11/2007 TS 10-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJEa # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS conforming to the physical requirements of ASTM Standard D1752-60. Expansion joints shall be provided in curb and combination curb and gutter at the ends of all returns. Expansion joints at least one half inch in width shall be provided at intervals not exceeding fifty feet. Expansion joints shall be provided in nonreinforced concrete gutter at the locations indicated. 4.4. CONSTRUCTION A. Curbs, Gutters and Combination Curb and Gutters: Shall be of the dimensions and sections shown on the drawings. B. Reconstruction: Where the plans provide for reconstruction of existing curb or combination curb and gutter and the limit of new work specified does not fall on a joint, the entire section shall be removed and the new curb, combination curb and gutter or entrance pavement shall join the old curb at the first joint line beyond the specified limit. C. Placing Concrete: The faces and adjacent edges of abutting rigid pavements and structures shall be painted with an approved bituminous material prior to placing concrete. Concrete shall be placed in the forms to the specified depth in six inch layers and thoroughly consolidated by tamping and spading so that there are no rock pockets at forms, and mortar entirely covers the top surfaces. Concrete may be compacted by means of mechanical vibrators. D Finishing: The edges of the gutter and top of the curb shall be rounded with an edging tool to a radius of one-fourth inch and the surfaces shall be floated and finished with a smooth wood float until true to grade and section and uniform in texture. The floated surfaces shall then be brushed with a fine hair brush with longitudinal strokes. Immediately after removing the front curb form, the face of the curb shall be rubbed with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. The surface, while still wet, shall be brushed in the same manner as the gutter and curb top. The top surface of gutter and entrance shall be finished to grade with a wood float. Except at grade changes or curves, the finished surfaces shall not vary, from the testing edge of a ten foot straightedge, more than one-eighth inch for gutter and entrance and one-fourth inch for top and face of curb. Irregularities exceeding the above shall be satisfactorily corrected. Visible surfaces and edges of the finished curb, gutter, and combination curb and gutter shall be free of blemishes and form and tool marks, and shall be uniform in color, shape, and appearance. E. Curb forming machines for constructing curb and gutter will be approved based on trial use on the job. Use of the equipment shall be discontinued at any time during the construction if the equipment produces unsatisfactory results, and the work shall be removed and reconstructed for the full length between regularly scheduled joints. Removed portions shall be disposed of as directed. CURBS AND GUTTERS, CONCRETE 4/11/2007 TS 10-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 4.5. CURING AND PROTECTION A. Curing: Immediately after the finishing operations, the exposed concrete surfaces shall be cured by one of the following methods as the Contractor may elect: B. Mat Method: The entire exposed surface shall be covered with cotton mats conforming to Federal Specification DD-M-148 or with t"YO or more layers of burlap conforming to Federal Specification CCC-C-467b having a combined weight of fourteen ounces or more per square yard when dry. Mats shall overlap each other at least six inches. The mat shall be thoroughly wetted with water prior to placing on the concrete surface and shall be kept continuously in a saturated condition and in intimate contact with concrete for not less than seven days. C. Impervious Sheeting Method: The entire exposed surface shall be wetted with a fine spray of water and then covered with waterproof paper conforming to ASTM Standard C171 63, or with wetted polyethylene coated burlap or polyethylene sheeting conforming to the water retention requirements of ASTM Standard C 171-63; polyethylene sheeting and polyethylene film bonded to burlap shall be not less than 0.004 inch thick. 1) Sheets shall be laid directly on the concrete surface with a light colored side up and overlapped twelve inches when a continuous sheet is not used. The curing medium shall not be less than eighteen inches wider than the concrete surface to be cured and shall be securely weighted down by placing a bank of moist earth on the edges just outside the forms and over the transverse laps of form closed joints. Sheets shall be satisfactorily repaired or replaced if damaged during curing. The curing medium shall remain on the concrete surface to be cured for not less than seven days. 2) Membrane Curing Method: The entire exposed surfaces shall be covered with a clear membrane forming curing compound. The curing compound shall be applied in two coats by hand operated pressure sprayers at the coverage of approximately two hundred square feet per gallon for both coats. The second coat shall be applied in the direction approximately at right angles to the direction of application of the first coat. The compound shall form a uniform continuous coherent film that will not check, crack, or peel and shall be free from pin holes and other imperfections. Concrete surfaces that are subjected to heavy rainfall within three hours after the curing compound has been applied shall be resprayed by the method and at the coverage specified above at no additional cost to the Owner. Joint openings shall be sealed at the top by inserting moistened paper or fiber rope or covering with strips or CURBS AND GUTTERS, CONCRETE 4/11/2007 TS 10-4 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS waterproof paper prior to application of the curing compound, in a manner to prevent the curing compound from entering the joint. Concrete surfaces to which membrane curing compounds have been applied shall be adequately, protected for seven days from pedestrian and vehicular traffic and from any other action which might disrupt the continuity of the membrane. Any area covered with curing compound and damaged by subsequent construction operations within the seven day period shall be re-sprayed as specified above at no additional expense to the Owner. 3) Protection: After curing, debris shall be removed and the backfill shall be placed as indicated. The completed curb, gutter, and combination curb and gutter shall be protected from damage until accepted. The Contractor shall repair damaged concrete and clean concrete discolored during construction. Curb, gutter, and combination curb and gutter that are damaged shall be remove and reconstructed for the entire length between regularly scheduled joints, not by refinishing the damaged portion. Removed damaged portions shall be disposed of as directed. 4.6 SEALING JOINTS A. The sealing of expansion joints in curb and gutter sections will not be required. Any expansion joint material protruding after the concrete is cured shall be trimmed flush with the surface. Expansion joints in the valley pavement shall be sealed with an approved joint sealer, conforming to Federal Specification SS-S- 164. The joint opening shall be thoroughly cleaned of all foreign material before the sealing material is placed. The sealing shall be done in such manner that the material will not be spilled on the exposed surfaces of the concrete. Any excess material on the exposed surfaces of the concrete shall be removed immediately and the exposed concrete surfaces cleaned. END OF SECTION CURBS AND GUTTERS, CONCRETE 4/11/2007 TS 10-5 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-ll CONCRETE PAVEMENT PART 1 - SCOPE 1.1 This section covers the construction of concrete pavements. The work shall consist of a pavement composed of Portland cement concrete constructed on a prepared sub grade in accordance with these specifications, and in the areas and to the typical cross sections shown in the plans. The Contractor is to provide for the construction and completion in every detail of the work described. The Contractor shall furnish all labor, materials, equipment, tools, transportation and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract documents. 1.2 Concrete pavement construction shall conform in all respects to the section "Concrete Construction" of these specifications. The requirements below shall be considered additional requirements for pavement. PART 2 - SUBMITTALS AND APPROVALS: 2.1 Concrete and other materials specified shall be furnished from sources of supply approved by the Engineer. The Contractor shall submit a "Proposed Paving Construction Plan," showing joint types and locations, and a statement of proposed sequence and schedule of paving operations. This submittal shall also include a brief description of paving equipment to be used. PART 3 - PRODUCTS: 3.1 MATERIALS A. Concrete shall be composed of Portland cement, aggregates, and water conforming to the section of these specifications on Concrete Construction except as noted below. B. The concrete shall have the following percentages of entrained air: 1) For 112 inch maximum size aggregate, entrained air content shall be 5 +/- percent by volume. 2) For: 3/4 or 1 inch maximum size aggregate, entrained air content shall be 6 +/- percent by volume. 3) Joint materials and curing compounds shall be as specified under the section "Concrete Construction" hereof. CONCRETE PAVEMENT 4/11/2007 TS 11-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJEa # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 3.2 CONCRETE MIX, DESIGN AND TESTING A. The concrete mix shall conform to the section "Concrete Construction" hereof, except that the slump range shall be 2 to 4 inches. PART 4 -EXECUTION: 4.1 PLACING AND FINISHING A. SUBGRADE PREPARATION: Subgrade construction shall generally conform to Section 300.04 of the Standard Specifications for Roads and Bridges of the Georgia Department of Transportation, latest edition. B. The sub grade shall be systematically test rolled with a heavily loaded vehicle prior to paving. All soft and yielding material and portions of the sub grade that will not compact readily when rolled or tamped shall be removed and replaced with suitable material. The sub grade shall be brought to an unyielding condition by compacting it to uniform density at or slightly above standard optimum moisture. Immediately prior to placing concrete, the sub grade shall be moistened as required to provide a uniform dampened surface, at the time concrete is placed. C. LINES AND GRADES: The concrete pavement shall be installed true to line and grade accurate to accommodate the thickness of the specified surface courses in each individual area. Where alternates may be specified, plan 'grades shall be adjusted accordingly. D. FORMING: Forms shall be set to the required grades and lines to facilitate orderly concrete placement. Forms shall be of such cross section and strength and so secured as to resist the pressure of the concrete when placed without springing or settlement. Forms shall be cleaned after each use and coated with form release agent as often as required to ensure separation from concrete without damage. In lieu of fixed forms, the Contractor may place concrete with a slip form paver designed to spread, consolidate, screed and float finish the freshly placed concrete in one complete pass of the machine. The slip form paver shall be operated with as nearly a continuous forward movement as possible, with stopping and starting of the paver held to a minimum. E. CONCRETE PLACEMENT: Concrete shall be deposited and consolidated in such a manner as to prevent the formation of voids or honeycomb pockets. CONCRETE PAVEMENT 4/11/2007 TS 11-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS However, over consolidation of the concrete so as to cause segregation of aggregates shall be avoided. F. JOINTS: Contraction joints, expansion joints, and construction joints shall be placed as indicated on the approved "Proposed Paving Construction Plan," specified above. Depth of contraction joints shall be equal to at least one-fourth the depth of the slab and may be installed by either hand- forming, or by sawing. If sawing is used, the joints shall be cut as soon as the saw will not ravel the edges and in no case more than 24 hours after the pavement has been placed. G. FINISHING: The finishing sequence of all slabs shall consist of striking off and consolidating, floating, straight-edging and final surface finishing. Adding water to the surface of the concrete to assist in finishing operations shall not be permitted. A uniform, gritty, non-slip finish shall be provided using a stiff- bristled broom or by the use of a burlap drag just before the water sheen disappears. H. CURING: Curing shall be as specified under "Concrete Construction" of these specifications. END OF SECTION CONCRETE PAVEMENT 4/11/2007 TS 11-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-12 SANITARY SEWER SYSTEM PART 1 - SCOPE 1.1 This section covers work associated with the sanitary sewer system. PART 2 - GENERAL 2.1 The Contractor/Developer is responsible for verifying the exact location, size and material of any existing wastewater facility proposed for connection or use by the project. 2.2 All work that occurs in the public right-of-way shall comply with the City of Augusta's "Development Documents" (latest version) and the "Right-of-Way Encroachment Guidelines" (latest version). Any field changes that occur in the public right-of-way and are not specifically related to water or sewer items shall be coordinated with the Augusta Engineering Department. PART 3 - STANDARDS FOR SANITARY SEWERAGE 3.1 COVER - Standard cover requirements are as follows: A. Minimum cover to finished grade over wastewater collection lines shall be four (4) feet, and maximum cover shall be twenty (20) feet, unless otherwise approved by AUD. Any exceptions must be approved by AUD engineering prior to construction. AUD reserves the right to reject proposals with less than four (4) feet of cover 3.2 HORIZONTAL SEPARATION A. Horizontal separation distances are as follows, with distances listed from edge to edge of listed items. 1) Ten (10) feet to water lines and storm sewer lines. 2) Fifteen (15) feet to buildings, top of bank of lakes/streams/creeks, other structures (10 feet absolute minimum - only when unavoidable, and pipe material is required to be DIP). 3) Ten (10) feet minimum separation to gas mains. 4) Ten (10) feet minimum to underground electric cable. Unless otherwise specified, horizontal spacing should conform to the following rules, where all separation distances listed are edge to edge: SANITARY SEWER SYSTEM 4/11/2007 TS 12-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 3.3 VERTICAL SEPARATION A. Eighteen (18) inch minimum separation (edge to edge) between all pipes and cables shall be maintained, with a six-inch (6") absolute minimum separation with DIP. 3.4 WASTEWATER COLLECTION PIPE MATERIALS A. General Requirements 1) Pipe for wastewaters shall be polyvinyl chloride (PVC) or ductile iron pipe (DIP) as outlined below. However, DIP is considered a required measure for special applications only. Standard pipe lengths not greater than 20 feet shall be used. Force main pipe shall be of approved C900- CL200 PVC water pipe or ductile iron pipe conforming to A WW A C150 & C151 (latest version). 2) PVC pipe shall be manufactured from virgin resin conforming to ASTM D-3034 (latest version) with minimum classification of SDR-35 for pipes less than 15" diameter and SDR-26 for pipes greater than 15" diameter. PVC shall be jointed with a rubber gasket and shall conform to ASTM F477 (latest version) and manufacturer's recommendations. Solvent weld is prohibited 3) DIP shall be epoxy-lined and conform to AWWA C151/ANSI A21.51 (latest version). Design methods shall conform to AWWA C150/ANSI A21.50 (latest version). DIP shall be pressure class 350 for 16" and smaller. DIP shall be of the bell and spigot type with push-on joints conforming to ANSI A21.11 (latest version) or with restrained joints where the application requires restraint. 4) All fittings shall be of the same quality and material as the pipe to be used. Pipe classes shall be determined based upon the installation and the use intended. Pipe shall be appropriately labeled on the drawings. WYE fittings shall be utilized. TEE fittings and saddles shall not be allowed. All DIP fittings shall be ductile iron. 5) Aerial pipe shall be mechanical joint DIP or continuous weld, wrapped and coated steel pipe. Piers shall be placed at every joint directly behind the bell. Site conditions may dictate construction utilizing more stringent requirements than indicated in the standard detail. Anchor collars shall be constructed on the pipe whenever pipe grade is 20% or greater. Restrainers may be used in lieu of collars when a particular brand and method are determined equivalent. SANITARY SEWER SYSTEM 4/11/2007 TS 12-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS B. Applications that Require DIP DIP shall be required in the following circumstances: 1) When wastewater line has less than four (4) feet of cover. Minimum depth of cover for DIP is two (2) feet. Concurrence of the AUD engineering department must be obtained prior to constructing wastewater line with such shallow cover. 2) When a wastewater line crosses over storm pipe. (Must be one joint of DIP centered on the crossing). 3) When a wastewater line passes laterally within one (1) foot of a storm sewer pipe. (Must be one joint of DIP centered on the crossing). 4) When a wastewater line is to have in excess of eighteen (18) feet of fill. 5) When a wastewater line is at the maximum slope of 20%. 6) For last joint of pipe at all drop manholes greater than three (3) feet. 7) When a wastewater line is less than six (6) feet under a street. 8) The Utilities Director may mandate DIP in any instances of off-site or on-site construction where future abuse to the line is possible due to location or circumstances, extensive length under pavement, or in private property away from right-of-way areas. C. Connections to existing sewer system, "Tie-Ins" 1) New Sewer Systems New sewer mains shall be tied-in to the existing sewers at locations indicated on the plans. No lines smaller than six (6) inches shall be tied to a sewer line or manhole. All tie-ins to existing manholes shall be cored. The Contractor shall be responsible for maintaining uninterrupted service of the wastewater during tie-in operations. No connection to existing wastewater facilities shall be allowed until the proposed sewer line is inspected and approved by AUD's Inspector. D. Wastewater Collection Lines 1) Wastewater Line Bedding: a. Bedding requirements shall apply to wastewater lines only. They are considered minimum bedding requirements and as such, do not relieve the Engineer/Contractor of the responsibility to SANITARY SEWER SYSTEM 4/11/2007 TS 12-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS provide any additional bedding necessary for proper construction. b. Bedding shall be carefully placed along the full width of the trench so that the pipe is true to line and grade of the pipe barrel. Bell holes shall be provided so as to relieve pipe bells of all load, but small enough to ensure that support is provided throughout the length of pipe. Crushed stone embedment material shall conform to ASTM C33, Graduation #57 (GA DOT STD 800.1). Bedding material shall be placed underneath and be carried up the sides ofthe pipe as specified below. c. Class B Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-half the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the springline of pipe to 18 inches above the pipe. A minimum Class B Bedding shall be used for all plastic pipes. d. Class C Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-fourth the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the bedding material to 18 inches above the pipe. A minimum Class C Bedding shall be used for all ductile iron pipes when required by AUD. 2) Laying Belled Pipe Belled pipe shall be laid with the bell end up grade and in general, all pipe laying shall start and proceed up grade from the point of connection at the sewer line or other starting point. Pipe shall be laid in a straight line at a uniform grade between manholes. SANITARY SEWER SYSTEM 4/11/2007 TS 12-4 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 3) Transitions Material for transition (e.g., PVC to DIP) shall be indicated and specified. Where offset of DIP is required, restrained joint DIP shall be installed. 4) Backfilling Around Pipe As soon as the joint material has set, fine earth shall be carefully tamped around each joint, and around and over the pipe to a depth of at least 2 feet above the top of gravity pipelines. Selected materials for this purpose shall be Class I or II soils as specified in ASTM D2321. Reconstruction of any roadway section or right-of-way shall be in accordance with the Georgia Department of Transportation and Augusta, Georgia Specifications (AUD- Detail 18). 5) Boring and Jacking Jacking and boring for water and sewer lines is covered in Section "TS-13,3.4.C" E. Wastewater Manholes: 1) General Guidelines SANITARY SEWER SYSTEM 4/11/2007 a. The elevation drop across the manhole inverts shall be 0.1 feet unless otherwise approved by AUD. b. Precast manholes shall conform to the latest edition of ASTM C- 478 (five inch wall thickness). Use six (6) inch wall thickness if manhole exceeds 20 feet in depth. All holes for incoming and outgoing pipe will, whenever possible, be precast, with pipe tie- in made using PS 1 0 flexible gasket, manufactured by PressSeal Gasket Corporation, or approved equal. In the event of the necessity of cutting new holes, the holes shall be machined cored neatly and carefully so as not to damage the structural integrity of the manhole and large enough to allow the insertion of a flexible rubber boot. Precast holes shall be flexible boot fitted. c. Barrel joints shall be tongue and groove with preformed plastic meeting the requirements of Federal Specifications SS-S-00210, "Sealing Compounds, Preformed Plastic Pipe Joints", Type I, rope form, also known as "Ram-Neck." Eccentric manholes cones are required. Inverts shall be constructed of 3,000 psi plant mix concrete. Manhole steps shall be. installed in all sections of each manhole as indicated on the drawings. Frame and covers shall be cast or ductile iron and set in a bed of mortar on the top of the manhole and completely grouted outside and TS 12-5 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS wiped smooth. Offsite rings and covers shall be integrated into the cone. Ring and cover shall be USF-668 or approved equal. Cover shall read "Wastewater." Watertight manhole covers are to be used wherever street runoff or high water may flood the manhole tops. Locked manhole covers may be may be desirable in isolated easement locations or where vandalism may be a problem. 2) Additional manhole guidelines are as follows: a. Where corrosive conditions due to septicity or other causes is anticipated, consideration shall be given to providing corrosion protection on the interior of the manholes. b. The minimum diameter of manholes shall be 48 inches; larger diameters are required for large diameter sewers. A minimum access diameter of 22-~ inches shall be provided. c. A bench shall be provided on each side of any manhole channel (ref. AUD Std. Detail 2) when the pipe diameter(s) is less than the manhole diameter. The bench should be sloped no less than 12 inch per foot (4 percent). No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. 3) Manhole Inverts a. Manhole flow channels shall be constructed of concrete, sewer pipe, brick or precast, and shall be of semicircular section. Each manhole shall be provided with such channels for all connecting sewers. b. The inverts shall conform accurately to the size of the adjoining pipes. Side inverts shall be curved and main inverts where direction changes shall be laid out in smooth curves of the longest possible radius which is tangent to the centerlines of adjoining sewers. 4) Drop Manholes a. Drop inlets shall be provided into manholes on wastewaters for incoming lines having inverts two (2) feet or more above the inverts of the manhole outlet lines. Drop pipe and fittings shall be encased in masonry integral with the manhole and extending from the manhole base to the top of the incoming sewer. Diameter of drop manholes shall be four feet at a minimum (ref. AUD Std. Detail!). SANITARY SEWER SYSTEM 4/11/2007 TS 12-6 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS b. Outside drop manholes shall be precast and constructed for incoming lines having invert 24 inches or more above the invert of the manhole outlet, with DIP and tie rods per AUD-Detail 1. Shallow manholes shall be precast or Type B slab top precast and shall be constructed in accordance with ASTM C-478 (latest version). c. Drop manholes should be constructed with an outside drop connection. Inside drop connection (when necessary) shall be secure to the interior wall of the manhole and provide access for cleaning. Inside drop connections shall be used only when approved by the Utilities Department Engineering Division. d. Due to the unequal earth pressure that may result from the backfilling operation in the vicinity of the manhole, the entire outside drop connection shall be encased in gravel. 5) Setting Manhole Frames and Covers Manhole frames shall be set with the tops conforming accurately to the grade of the pavement or finished concentric with the top of the masonry and in a full bed of mortar so that the space between the top of the manhole masonry and the bottom flange of the frame shall be completely filled and made watertight. A thick ring of mortar extending to the outer edge of the masonry shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush with the top of the flange and have a slight slope to shed water away from the frame. Manhole covers shall be left in place in the frames on completion of other work at the manholes. Offsite manholes shall have rings and covers integrated into the manhole cone, with watertight fittings. 6) Setting Precast Manhole Sections a. Precast-reinforced concrete manhole sections shall be set so as to be vertical and with sections and steps in true alignment. b. All holes in sections, used for their handling, shall be thoroughly plugged with mortar. The mortar shall be 1 part cement to 12 parts sand; mixed slightly damp to the touch until it is dense and an excess of paste appears on the surface; and then finished smooth and flush with adjoining surfaces. Exterior manhole wraps may be required in corrosive soils. SANITARY SEWER SYSTEM 4/11/2007 TS 12-7 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS F. Sewer Structures Appurtenant sewer structures shall be constructed according to one or more of the following methods: 1) Masonry Brick for manholes and other sewer structures shall be laid with shove joints completely filled with mortar. Horizontal joints shall not exceed 1/2 inch, vertical joints 1/3 inch on their interior face. In circular structures, all brick shall be laid as header with joints broken between courses. Interior joints shall be struck or wiped smooth with the face of the wall. The exterior of wastewater manholes shall be plastered to a thickness of at least 2 inches. 2) Laying Brick and Concrete Block Work a. Only clean brick or block shall be used. The brick or block shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar, nor so wet as to be slippery when laid. b. Each brick or block shall be laid in a full bed and joint of mortar without repairing subsequent grouting, flushing, or filling, and shall be thoroughly bonded as directed. 3) Plastering and Curing Brick or Block Masonry a. Outside faces of masonry shall be plastered with mortar from 3 inch to 6 inches thick. If required, the masonry shall be properly moistened prior to application of the mortar. The plaster shall be carefully spread and troweled so that all cracks are thoroughly worked out. After hardening, the plaster shall be carefully checked by being tapped for bond and soundness. Unbonded or unsound plaster shall be removed and replaced. b. Masonry and plaster shall be protected from too rapid drying by the use of burlap kept moist, or by other approved means, and shall be protected from the weather and frost, all as required. 3.5 CONSTRUCTION GUIDELINES A. Deviation from Plans 1) During construction, when deviations from approved plans are desired, the AUD Inspector shall be notified. Revised plans shall be SANITARY SEWER SYSTEM 4/11/2007 TS 12-8 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS submitted to AUD as soon as possible for approval after coordination with AUD, the Engineer, and the Contractor. Budgetary items shall be coordinated with AUD prior to beginning revised work. A minor change is one that does not affect capacities, flows or operation and may be allowed in the field during construction by AUD's Inspector. The Inspector shall have authority as to what constitutes a minor or major change. A complete set of "red-line" drawings clearly showing any changes shall be submitted to the AUD Inspector at the completion of the work, and must be reviewed and approved prior to final payment. 2) Record Drawings a. The Contractor shall record, on a weekly basis, on one set of utility drawings all changes and deviations from the contract drawings in sizes, lines or grade. Record also the exact final location of water lines by offset distances to surface improvements such as edge of existing pavement or to property markers, etc. at a maximum interval of 200 feet. Make sufficient measurements to definitely locate all water lines to permanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc., and shall use the approved Augusta, GA edge of pavement layer as a reference. Transfer accurately all such records in red pen or pencil to white prints of the utility drawings and deliver them to the Inspector with the monthly payment estimate. b. At the completion of the water and/or wastewater construction and prior to recording the final plat, the Contractor shall furnish AUD's Inspector with red-line drawings of the project. The drawings must show all field changes made to the approved drawings. 3) Field Verification The Contractor is responsible for verifying the exact location, size and material of any existing wastewater facility proposed for connection or use by the project. No publicly owned water or wastewater line shall be uncovered without prior coordination with AUD. B. Erosion and Sedimentation Act Compliance All phases of construction shall be completed in accordance with the Erosion and Sedimentation Act 12-7-1 et seq. c. Work Conducted in Rights-of-way All work that occurs in the public rights-of-way shall comply with the Augusta Planning Commission's "Development Documents" (latest version), and SANITARY SEWER SYSTEM 4/11/2007 TS 12-9 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS Augusta Engineering Department's "Right-of-Way Encroachment Guidelines" (latest version), and will require an encroachment permit available from AED. Any field changes that occur in the public rights-of-way and which are not specifically related to water or sewer items shall be coordinated with AED. Any work proposed in an Augusta right-of-way shall require a traffic control plan approved by Augusta Engineering Dept. two weeks prior to the beginning of construction. D. Wastewater Collection System Installation Methods Authorization must be obtained from AUD to construct, alter or modify a wastewater line. Construction of sewer infrastructure will be authorized by the Utilities Department upon approval of submitted plans and notification of AUD at least 48 hours (two working days) prior to starting construction. 1) PVC gravity sewer pipe and force main shall be installed in accordance to ASTM D2321, latest version. Ductile iron gravity sewer pipe and force main shall be installed in accordance with A WW A C600, latest version. 2) Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to avoid damage. All pipes shall be carefully examined before it is installed in the trench. Damaged pipe or pipe which does not meet specification requirements shall be rejected and removed from the work site. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed only upon written approval of the Utilities Director. 3) Backfill shall be free of boulders and debris, and shall conform to Georgia Department of Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the AUD's Inspector. 4) All concrete cradles, saddles, or encasements shall be installed as shown on the plans. These structures shall be constructed in strict accordance to the details shown on the plans. Concrete shall have a 28 day compressive strength of 3000 psi when tested in accordance with ASTM Specification C-39. 5) All manholes indicated on the plans shall be furnished and installed by the Contractor in strict accordance with the plans. The invert channels shall be smooth and accurately shaped to the semicircular bottom conforming to the inside of the adjacent sewer sections as shown on AUD Std. Details 1-3. Changes in direction of the sewer and entering branches SANITARY SEWER SYSTEM 4/11/2007 TS 12-10 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS shall have as long a radius of the true curvature as the size of the manhole will permit. 6) The top of manholes shall be topped out with brick as indicated on AUD Std. Detail 1. The number of courses will depend on the required elevation of the top of the manhole. The maximum number of brick courses allowed shall be three (3). 7) New sewer lines shall be inspected, with an AUD inspector present, by mandrel-pulling, lamp-lighting, and air testing main lines and services, and vacuum testing manholes. In the event that a problem is found, AUD may require use of a camera inspection with an Augusta Utilities Department Inspector present. The Developer will then provide AUD with a color VHS system videotape of the inside of every reach of wastewater line installed. The tape shall record manhole number to manhole number, date of recording, and distance from start of run. The tape shall include a distance and location description of every service line connection installed. The manhole numbering system shall be the same as shown on the approved development plans. 8) All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused. SANITARY SEWER SYSTEM 4/11/2007 a. Laying Sewer Pipe: The pipe shall be laid with bell or groove end upgrade. Pipe shall be tested for soundness, clear interior and satisfactory joint surfaces before lowering the pipe into the trench. Pipe shall be laid in straight lines and on uniform grades between points where changes in alignment or grade are shown. The pipe barrel shall be uniformly bedded. The line and invert grade of each pipe shall be checked from a top line carried on batter boards not over 25 feet apart or by use of a laser beam target inserted in each joint. Pipes shall be laid to form a smooth, uniform invert. A stopper shall be installed in the pipe mouth when pipe laying is not in progress. b. Bulkheads for Tying-In and New Line Flushing: The contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until it's removal is authorized by the Engineer. c. Sewer Line Flushing: All wastewater collection lines, except building connections, shall be flushed with clean potable water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects corrected. As soon TS 12-11 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS as possible after the pipe and manholes are completed on any line, the Contractor shall flush out the pipeline using a rubber ball ahead of the water. None of the flushing water or debris shall be permitted to enter any existing sewer. d. Temporary Plugs: Care shall be taken to prevent earth, water and other materials from entering the pipe, manholes, services, etc. At all times, locations and/or instances when pipe laying operations are not actually in progress, incl. stub-outs, where pipe laying operations cease daily or are otherwise suspended, the Contractor shall place a suitable watertight plug/stopper in the open ends of all pipes and in all openings for manholes. Open ends of pipes and branches shall be closed with pre- molded, gasketed plugs in conformance with the pipe manufacturer's requirements and specifications. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. END OF SECTION SANITARY SEWER SYSTEM 4/11/2007 TS 12-12 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-13 WATER DISTRIBUTION SYSTEM PART 1 - SCOPE 1.1 This section covers all work associated with the water distribution system. PART 2 - GENERAL 2.1 The Contractor/Developer is responsible for verifying the exact location, size and material of any existing water facility proposed for connection or use by the project. 2.2 All work that occurs in the public right-of-way shall comply with the City of Augusta's "Development Documents" (latest version) and the "Right-of-Way Encroachment Guidelines" (latest version). Any field changes that occur in the public right-of-way and are not specifically related to water or sewer items shall be coordinated with the Augusta Engineering Department. PART 3 - STANDARDS FOR WATER MAINS 3.1 COVER - Standard cover requirements are as follows: A. Standard depth of cover is 4 feet below existing and proposed road surface (and areas designed for normal traffic loading) unless otherwise approved by Augusta Utilities Department (AUD). B. Minimum cover to finished grade over water mains shall be 36 inches. Minimum cover under ditch bottoms shall be 24 inches. Any variance III minimum cover must be approved by AUD on a case-by-case basis. C. In the event the shoulder of the road should rise above the roadway level, the water main shall be placed at a depth to maintain 4 feet below the road surface in order to keep a four foot depth for future driveway cuts. 3.2 HORIZONTAL SEPARATION A. Unless otherwise specified, horizontal spacing should conform to the following rules, where all separation distances listed are edge to edge: 1) Ten (10) feet to any existing or proposed wastewater lines or force main, storm sewer or sewer manhole. Horizontal separation of less than 10 feet requires pipe material to be DIP for water mains, wastewater lines or force mains. WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 2) Fifteen (15) feet to buildings, top of bank of lakes, streams, creeks or other structures. Ten (10) feet is considered the absolute minimum, and will only be considered by AUD when unavoidable. If separation distance is less than ten (10) feet, the pipe material is required to be DIP. 3) Where horizontal separations between water and sewer cannot be met, water and sewer lines shall be DIP, and joints staggered such that maximum separation exists between joints AS APPROVED BY AUD. 4) Ten (10) feet minimum separation to gas mains. 5) Ten (10) feet minimum to underground electric cable. 6) Current Georgia EPD separation requirements. 3.3 VERTICAL SEPARATION A. Unless otherwise specified, vertical spacing should conform to the following rules, where all separation distances listed are edge to edge: 1) Water mains shall cross over and not under other pipes. 2) Eighteen (18) inch minimum separation between all pipes and cables shall be maintained, with six (6) inch absolute minimum separation with DIP, when conforming to Georgia EPD separation requirements. 3) When water mains cross under sewers, additional measures shall be taken. At least 18 inches of separation between the bottom of the sewer and the top of the water main shall be provided. Adequate structural support for the sewer shall be provided to prevent deflection or settling on the water main. No joint shall be encased under the crossing. Encasement of the water pipe in concrete or flowable fill will also be considered. 4) Where vertical separations between water and sewer cannot be met, water and sewer lines shall be DIP, and joints staggered such that maximum separation exists between joints AS APPROVED BY AN AUDENGINEER. 5) Ten (10) feet minimum separation to gas mains. 6) Ten (10) feet minimum to underground electric cable. 7) Current Georgia EPD separation requirements. WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 3.4 WATER MAIN MATERIAL A. General Requirements 1) Water mains shall be ductile iron pipe (DIP). Polyvinyl chloride (PVC), or galvanized pipe may be used only where necessary to match existing materials encountered in field, as approved by Engineer. 2) DIP shall be centrifugally cast and shall conform to A WW A C150/ANSI A21.50 (latest version) for design and AWWA C151/ANSI A21.51 (latest version) for manufacture. PVC pipe 6 inch to 12 inch diameter shall conform to A WW A C900 (latest version). PVC pipe 14 inch to 36 inch diameter shall conform to A WW A C905 (latest version). 3) For water mains 6" through 16", DIP Pressure Class 350 shall be allowed. For water mains 18" through 24", DIP Pressure Class 300 shall be allowed. PVC C900 (most current date), Class 200, SDR-14 with cast iron equivalent a.D.s, gasket bell end with elastomeric gaskets shall be allowed for water mains 6" through 10" (solvent weld joints are not permitted). Flanged DIP shall have threaded ductile iron flanges and shall conform to the requirements of AWWA C1l5/ANSI 21.15 (latest version). All flanges shall be ductile iron class 150 with a minimum working pressure of 350 psi for diameters 3"-12", and 250 psi for 14"- 48" diameter pipe., and conform to ANSI B16.5 (latest version). Flanges shall be flat faced and all joints shall use 1/8 inch black neoprene full-faced gaskets. 4) Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement lined in accordance with AWWA C104/ANSI A21.4 (latest version). DIP shall have 1/16" cement mortar lining with rubber gasket push-on joints, restrained joint, or mechanical joints. Mechanical joint glands shall be ductile iron. Tee bolts and nuts shall be Cor-Ten steel. Rubber gasket joints shall conform to A WW A C 111/ ANSI A21.11 (latest version), and shall be furnished by the pipe manufacturer with the pipe. A non-toxic vegetable soap lubricant shall be supplied with the pipe in sufficient quantities for installing the pipe. The lubricant shall be approved by NSF for use with potable water mains. 5) Pipe classes designated previously in this standard are mInImUm allowed. Actual pipe class shall be determined based upon the installation and the use intended. Pipe shall be appropriately labeled on the drawings. All PVC pipe for potable water service shall bear the approved stamp of the National Sanitation Foundation. Copper wire (12 WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS gauge) shall be attached along the top of all buried PVC water lines, wrapped around service corporations and stubbed up into all valves boxes for locating purposes. This wire shall be mechanically spliced so as to be electrically conductive, then insulated to protect against corrosion of the bare wire. 6) Any pipe, solder and flux used during installation of the water lines and services must be "lead-free" with not more than 8% lead in pipe and fittings, and not more than 0.2% lead in solders and flux. B. Applications That Require DIP: DIP shall be required as carrier pipe in the following circumstances: 1) Within 10 feet of sanitary and storm pipes. 2) Within 15 feet of structures (near side of concrete footing), or top of bank of lakes/streams/creeks. 3) Crossings over or under sewers and storm pipes with less than 18 inches separation, with no joint allowed within 10 feet of crossing. 4) Within project boundaries of subdivisions with private roads where the Utilities Department will take over the line for operations and maintenance while the roads will not be deeded to Augusta. 5) Along all state rights-of-way. 6) The Utilities Director may mandate DIP in any instances of off-site or on-site construction where future abuse to the line is possible due to location or circumstances. C. Boring and Jacking Water Lines 1) Where required by the drawings, the water line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways or city/county roads, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. The following guidelines apply to jack and bore installations: 2) Casing Pipe: The casing pipe shall conform to the materials standard of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-4 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS pipe shall be joined together with welded joints, and work shall be performed by a certified welder. 3) Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. 4) Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of the pipe by more than approximately 1 inch, remedial measures will be taken as approved by an AUD Engineer. 5) When installing water line through casing, Contractor shall use mechanical joint pipe with retainer glands through length of casing or field-Iok gaskets. The water main shall be equipped with locking gaskets placed throughout length of casing to adequately restrain the pipe. The ends of the casing shall be sealed with brick and mortar, or a manufactured collar. The pipe shall be supported by with a minimum of two casing spacers per twenty (20) feet of pipe, with one spacer approximately 1 foot from the bell of the pipe. D. Restrained Joints: 1) The method used to restrain joints shall be suitable for the pipe size thickness and test pressure as per manufacturer's specifications. Retainer Glands/Mega-Lug shall be considered a restrained fitting. 2) Restrained Joints shall be DIP as follows: a. For 12-inch and Smaller - Restrained joint shall be U.S. Pipe Field Lok, American Ductile Iron Pipe Lok-Fast, EBAA Iron Mega-Lug, or an equivalent product. b. For 14-inch Diameter and Larger - Restrained joint shall be U.S. Pipe TR Flex, American Ductile Iron Pipe Lok-Ring, or equivalent product, or EBAA Iron Mega-Lug. c. If inserting in older cast iron pipe, the restrained joint shall be as approved by AUD. E. Reaction Blocking: In lieu of restrained joints, all plugs, caps, tees, bends and other fittings shall be provided with adequate reaction blocking as shown on AUD-Details 11 & 12.Fittings shall be poly wrapped (6 mil) before pouring reaction blocking. Thrust blocks shall be poured-in-place concrete having a minimum compressive strength of 3,000 psi after 28 days of cure time. Soil bearing value shall be 2,000 psf maximum, and reaction blocking shall be made to bear directly against the undisturbed trench wall. Lower soil bearing values shall be used WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-5 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS when soil is poor quality. Where trench conditions are, in the opinion of the Engineer, unsuitable for reaction blocking, the Contractor shall provide tied joints to adequately anchor the piping as shown on the drawings. All the rods and clamps shall be given a bituminous protective coating. All materials, fittings and appurtenances intended for use in pressure pipe systems shall be designed and constructed for a minimum working pressure of 200 psi unless the specific application dictates a higher working pressure requirement. F. Material Transitions When transitioning water lines, materials shall be indicated and specified and must be approved by AUD. Asbestos-cement transitions shall follow the AUD asbestos-cement water line crossing detail (AUD- Detail 20). Unspecified transitions from DIP to PVC are not allowed. When transitioning, all construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused. G. Main Taps Mains may be tapped as long as the tapping line is smaller than the tapped line unless otherwise approved by AUD. See Section 14.2.2.2.9 for service tap requirements. Equal size line connections approved by AUD shall require that a tee be cut into the main where possible. Tees are also required at locations dictated by the Utilities Director. Tapped connections in pipe and fittings shall be made in such a manner as to provide a watertight joint and adequate strength against pull-out. In addition, the following guidelines shall be met: 1) Tapping Sleeves and tapping crosses shall be of a heavy body ductile iron, mechanical joint suitable for a working pressure of 200 psi for sleeves and crosses larger than 14-inch, or a working pressure of250 psi for sleeves and crosses equal to or less than 14-inch, or as approved by AUD. Tapping sleeves and valves are required for all taps 4 inches and greater. Taps less than 4 inches shall be provided with a service saddle meeting the requirements of Section 14.2.2.2.9. Valves shall be provided on all taps. Tapping sleeves shall be a minimum of 6 feet from pipe joints. 2) Schedule 40 PVC shall only be used as a sleeve for the installation of service line tubing under pavement areas. Use in the water distribution system or other areas is not acceptable. H. Water Service Lines and Taps 1) For 2" service lines: Galvanized pipe shall be seamless, American made, Schedule 80 and shall conform to the ASTM Specifications. WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-6 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 2) Where water service lines connect to DIP or any pressure-rated pipe, service saddles must be used. No direct service taps shall be allowed. Brass double strap tapping saddles shall be used. U-bolt type straps are not acceptable. All water service taps on the main shall be spaced at a minimum distance of 18 inches apart and a minimum of 18 inches from a bell or fitting. If two or more taps are required at a minimum spacing, they shall be offset 450 alternatively. Services greater than one (1) inch shall be seamless galvanized. Two-inch (2") services shall have three 2", 90-degree galvanized, non-malleable elbows per Augusta Utilities' two-inch Water Service detail. 3) All service line taps shall be supplied with corporation stops (AUD- Detai1l6). General requirements for corporation stops are as follows: for 1" services, a Ford FB-600-4 or equivalent with a taper thread inlet and flared copper outlet. For 1" water service lines, eighth bend shall be the Ford LA02-44 or equivalent or the Ford LA04-44 or equivalent for compression fittings. 4) Service line tubing shall be rolled of soft continuous and seamless copper Type K conforming to A WW A C800 and ASTM B-88 (latest version). The minimum diameter for residential use shall be one (1) inch. The service line shall be laid in a straight line and be of a continuous piece of pipe from corporation to curb cock (AUD-Detail 16), and shall not exceed 100 feet in length from the main to the meter. No service line fittings shall be placed under the roadway. For wide roadways, it may be considered placing fittings in the median. The curb cock shall be located 6 inches behind and 8 inches below the top of new curb or edge of asphalt. I. Meter Installation 1) The Contractor shall furnish and install an approved meter box at the termination point of all water services, and maintain the box until such time as a meter is installed. Meter boxes for one and one-half inch (112") and smaller meters are standard, while two-inch (2") can be installed in a Rome oversized 2" cast-iron box. Meters three-inches (3") and larger shall be installed in a meter vault. Meter boxes shall be Rome type, 10" x 19" x 10" cast iron box and lid. The top shall have cast ribs on the bottom side with four (4) legs to prevent sliding movement. The box shall have a minimum weight of 3 7 lbs., for meters one and one-half inch (112") or smaller. Meter and curb stop shall be fully encased by the meter box. Meter vaults for meters two-inch (2") and larger shall be pre-cast reinforced concrete using 3,000 psi concrete and #4 rebar (AUD-Detail 15). No site built vaults are permitted. The access hatch shall be made of heavy-duty aluminum, and shall be hinged and WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-7 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS lockable. The hatch shall be large enough for removal of the meter but no smaller than 36" x 36". For commercial applications, the meter lid shall have a notch to accommodate automated meter reading technology. Wall dimensions shall allow 2 feet of working clearance. Vault floors shall be no less than four inches (4") thick with 3,000 psi concrete and #4 rebar, with the meter located no less than 18 inches off the floor. In addition, all commercial meters shall have a bypass piping arrangement approximately one size smaller than the meter to facilitate meter removal. This bypass valving shall bypass the meter, but not the backflow prevention device. If a bypass device is installed on the backflow prevention device, then a separate backflow prevention device should be installed on that bypass. 2) Meter boxes should generally be placed eighteen inches (18") inside the adjacent utility easement that parallels the right-of-way. Where sidewalk is installed, two feet (2') of clearance is required between the customer's side of the sidewalk edge and the meter box. In developments where the property line is not clearly defined (e.g., condominiums) the meter box should be placed for ready access as approved by AUD. Meter boxes and control valves shall be accessible and unobstructed for four feet (4') in all directions. This shall include but not be limited to transformers, telephone junction boxes, walls, trees, etc. Meters boxes shall not be placed in areas that can be fenced, such as a backyard, and shall not be placed in any asphalt or concrete surfaced areas unless approved in writing by AUD. For shopping centers, the developer's engineer should give special consideration to meter layout so as to satisfy these requirements. When no alternative is available but to locate in asphalt, the top of box shall be flush with the asphalt surface. Meter boxes shall not be located in low areas that normally receive storm water. The box shall also be located outside of parking stalls. The box and lid should be traffic bearing, but located outside of a commonly trafficked area. Valves shall have concrete donuts when not in asphalt or sidewalk. 3) Meters will be installed by AUD at the time service is required at the stub-out, and will remain the property of AUD. Areas that are privately owned where AUD does not own water or sewer utilities may be master metered. Each unit within a residential building (i.e., duplex, triplex, etc.) shall have a separate meter, unless prior approval is received from the Utilities Director. AUD takes no responsibility for improperly sized meters or the problems associated with them. Meters will be available in the following sizes: 5/8 x 3/4, 1, 1 'lj, 2, 3, 4 -inch, and larger standard sizes as necessary. AUD reserves the right to request historical data for meter sizing. WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-8 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS J. Valves, Fittings, and Appurtenances 1) Gate valves, 4 inches to 18 inches, shall be U.S. Pipe Metro-Seal 250 resilient seated gate valve, or equivalent, and must conform to A WW A C509 (latest version). Valves larger than 18 inches shall be gear operated butterfly valves, conforming to A WW A C504 (latest version). Wafer valves will not be accepted. 2) Valves shall OPEN LEFT if installed south of Gordon Highway (SR 10), or OPEN RIGHT if installed north of Gordon Highway. Valves shall be provided with valve stem extensions to within 6 inches of ground surface, where centerline of pipe to grade is greater than 4 feet. 3) Valve boxes shall be M&H E-2702, Mueller H10364 or approved equal. Each valve box shall be adjustable for a minimum cover of 3 feet. The flanged base of the valve box shall be at least six (6) inches above the pipe so not to stress water lines 4" and smaller. Extension pieces will be required for additional depth over valves. Extensions shall be M&H E- 3120 or Mueller H-10375. Covers shall have "WATER" cast on top. 4) All valves, bends, tees, crosses and dead ends shall be restrained by retainer glands, restrained gaskets, or by use of a concrete thrust block in those instances that warrant such an installation. 5) Standard pressure pipe fittings of size four (4) inch ill and larger shall be ductile iron conforming to A WW A C153 (latest version), with mechanical joints unless flanged or restrained joints are required. Gray cast-iron fittings are not allowed. Ductile iron fittings shall be epoxy coated in accordance with A WW A C 116 (latest version). Mechanical joint fittings, 24 inches and smaller shall be rated for 350 psi minimum working pressure, while all fittings between 30 and 48 inches shall be rated for 250 psi minimum working pressure. Mechanical joint fittings 54 through 64 inch shall be rated 150 psi minimum working pressure. Glands for mechanical joint fittings shall be ductile iron. Only bolt systems furnished by the manufacturer for mechanical joints are acceptable; nuts and bolts shall be new, not reused. Pipe gaskets shall be new as supplied by the pipe manufacturer. For sizes less than four (4) inch ill, fittings shall be suitable to the pipe material and application. 6) For flanged pipe, flanges shall be ductile iron Class 150, ANSI B16.5. Flanged joint fittings 14 inches and smaller shall be rated for 350 psi minimum working pressure, and flanged joint fittings between 14 and 48 inches shall be rated for 250 psi working pressure. All flanges shall be flat faced. Full face, 1/8 inch black neoprene gaskets shall be used on all flanged joints. All joints shall conform to A WW A Cl15 (latest version). WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-9 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS Bolts, nuts and washers for flanges shall be hot dip galvanized, except tee-bolts shall be Cor-Ten steel. K. Fire Hydrants 1) Fire hydrants shall be provided BY THE Augusta Utilities Department and installed by the Contractor. 2) Fire hydrants shall be of the dry barrel break-away type conforming to A WW A C502 (latest version), with two 2 ~ inches threaded hose nozzles and one 4 ~ inch threaded pumper nozzle. Hose and pumper nozzle threading shall be national standard. Shoe connection shall be 6- inch mechanical joint. The center line of the nozzles shall be 18 inches above the finish grade. Hydrants shall have a 514 inch interior valve opening. Hydrants shall be restrained from hydrant to tee at the main and have a concrete thrust block poured behind them. At the discretion of the Utilities Director, additional protection for fire hydrants shall be provided including but not limited to concrete filled ductile iron traffic posts surrounding each hydrant. 3) Fire hydrant branches (from main to hydrant) shall be a minimum of 6 inches ill. Each branch shall be provided with a resilient seat gate valve located as close as possible to the main. Hydrants shall be located at or near road right-of-way lines with pumper nozzle pointing toward the road. A clear zone around all fire hydrants shall be adhered to, consisting of a 5 foot radius around the hydrant and 7 feet above the top of the hydrant. Maintain 15 feet minimum from hydrant to all structures. Placement of landscaping, fencing, etc. shall be considered in order to meet this clear zone requirement. L. Backflow Prevention Devices 1) Backflow prevention devices shall be provided, as required by the Utilities Director and as set forth in these Standards. All irrigation systems, water services and fire lines for industrial, office, commercial, schools, mobile home parks, multi-family residences and any other locations as determined by the Utilities Director shall require a minimum of a double-check backflow prevention assembly. In addition, based on the degree of hazard present, AUD may require a reduced pressure (RPZ) backflow prevention assembly on the customer side of service lines (domestic, irrigation, and fire). A certified person shall test backflow devices and the results furnished to AUD prior to any water use. Residential development shall install a "Dual-Check" backflow device on the customer's side of service line at the point of tie-in to the water meter. Lawn irrigation systems shall have a minimum of a double-check valve backflow prevention device per the 2002 Georgia WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-10 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS Plumbing Code (DCA, 2000). The plumber or builder tying service into the set meter will submit the test results for the backflow prevention device to AUD's Backflow Prevention Section prior to acceptance and any water use. 2) Backflow prevention device assemblies shall be the latest approved product of a manufacturer regularly engaged in the production of this type equipment. All assemblies shall be as approved by the America Society of Sanitary Engineering (ASSE), The American National Standards Institute (ANSI), The American Water Works Association (A WW A), Foundation for Cross Connection Control and Hydraulic Research of the University of Southern California, and the Georgia State Plumbing Code. 3) Backflow prevention device ownership and maintenance responsibilities shall be as set forth in the appropriate ordinances. The property owner shall document yearly that a qualified technician has tested and inspected the backflow prevention device and that the device has passed inspection. A copy of the technician's certification must be attached to the test results and submitted to the AUD's Backflow Prevention Section. The technician must comply with AUD Policies and Procedures for Backflow Prevention by Containment (latest version). A copy ofthis manual is available upon request from AUD. M. Fire Lines 1) All fire lines shall have a mInImUm double-detector check valve assembly (detector check valve with a 5/8 inch by-pass meter to detect low flows) within the right-of-way or dedicated easement. No exceptions to the by-pass meter requirement shall be made regardless of sprinkler system type, configuration, etc. Certain types of fire lines will require RPZ check-valve. Please contact AUD's backflow prevention section to determine actual requirements. 3.5 CONSTRUCTION GUIDELINES FOR WATER DISTRIBUTION SYSTEMS A. Deviation from Plans 1) During construction, when deviations from approved plans are desired, the AUD Inspector shall be notified. Revised plans shall be submitted to AUD as soon as possible for approval after coordination with AUD, the Engineer, and the Contractor. Budgetary items shall be coordinated with AUD prior to beginning revised work. A minor change is one that does not affect capacities, flows or operation and may be allowed in the field during construction by AUD's Inspector. The Inspector shall have authority as to what constitutes a minor or major WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-11 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS change. A complete set of "red-line" drawings clearly showing any changes shall be submitted to the AUD Inspector at the completion of the work, and must be reviewed and approved prior to final payment. 2) Record Drawings a. The Contractor shall record, on a weekly basis, on one set of utility drawings all changes and deviations from the contract drawings in sizes, lines or grade. Record also the exact final location of water lines by offset distances to surface improvements such as edge of existing pavement or to property markers, etc. at a maximum interval of 200 feet. Make sufficient measurements to definitely locate all water lines to permanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc., and shall use the approved Augusta, GA edge of pavement layer as a reference. Transfer accurately all such records in red pen or pencil to white prints of the utility drawings and deliver them to the Inspector with the monthly payment estimate. b. At the completion of the water and/or wastewater construction and prior to recording the final plat, the Contractor shall furnish AUD's Inspector with red-line drawings of the project. The drawings must show all field changes made to the approved drawings. 3) Field Verification The Contractor is responsible for verifying the exact location, size and material of any existing water facility proposed for connection or use by the project. No publicly owned water or wastewater line shall be uncovered without prior coordination with AUD. B. Erosion and Sedimentation Act Compliance All phases of construction shall be completed in accordance with the Erosion and Sedimentation Act 12-7-1 et seq. C. Work Conducted in Rights-of-way Where a traffic control plan is required, it shall be in accordance with Augusta "Rights of Way Encroachment Guidelines". D. Water Distribution System Installation 1) Authorization must be obtained from AUD to construct, alter or modify a water line. Construction of water infrastructure will be authorized by the Utilities Department upon approval of submitted plans and WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-12 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS notification of AUD at least 48 hours prior to starting construction (706- 312-4132). 2) Installation of water mains and associated appurtenances shall be in accordance with current A WW A specifications and manufacturer's requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done in such manner as to avoid damage. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed only upon approval of AUD. 3) Restrained joints shall be required at each fitting involving a change of direction and on surrounding pipe, as specified in the approved plans. Concrete thrust blocks can be allowed in lieu of mechanical restraint systems, as approved by AUD. 4) Backfill shall be free of boulders and debris, and shall conform to Georgia Department of Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the AUD's Inspector. 5) Fire hydrants shall be installed true and plumb with the center of the pumper nozzle facing toward the road according to Section "TS-13, 3.4.K". Hydrants shall not be placed in the sidewalk. 6) All valves shall be placed according to plans. Valve stems shall be installed plumb. Valve stem extensions are required as described in Section "TS-13, 3.4.J". Air relief valves shall be installed at all high points in the water main where air can collect, as shown on the plans or as directed by Augusta Utilities. a. Handling and Storing of Materials: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe within pipe of a larger size. Store pipe and fittings on sills above storm drainage level and deliver for laying after the trench is excavated. Valves shall be drained and stored to protect them from freezing. b. Pipe Laying (General): The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be not less than 3 feet, or as shown on the drawings. Give all pipes a uniform WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-13 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. Water pipe shall be bedded when required by poor soil conditions (AUD- Detail 8). E. Pressurization and Leakage Testing 1) After installation, all water mains shall be leak tested, in accordance with AWWA C-600, Section 4.1 (latest version) for DIP, and C605, Section 7 for PVC. The Contractor/Developer shall provide all equipment, materials and labor necessary for pressure and leak testing. This test must be observed by an Augusta Utilities Department representative. A pumping pressure of200 psi, or 1.5 times the working pressure at the point of testing depending on the discretion of an AUD representative, must be supplied at the expense of the Contractor/Developer. The main tested shall either be isolated from active potable lines or protected from leakage by a double valve arrangement. All water used for pressure testing must be potable water with adequate chlorine residual. Water lines shall be tested by valve sections. Maximum allowable leakage shall be as determined in accordance with current A WW A specifications. The standard duration of test is four (4) hours. Testing procedures shall meet or exceed A WW A C600 (latest version) requirements. Any portions of the main which fail the test shall be replaced or adjusted until the entire new main passes the test criteria. Concurrent with the pressure test, and before any work will be accepted for payment, the Contractor shall perform a leakage test. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof necessary to maintain the water pressure to within 5 psi of the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by equation 1 from A WW A C600 for DIP: L = SDfP 133200 Where L = allowable leakage in gallons per hour, S = the length of pipe in the section tested, D = the nominal diameter of the pipe in inches, P =the average test pressure during the leakage test in pounds per square inch gauge. For PVC pipe, the following equation shall be used: L = NDfP 7400 Where N = Number of joints in the pipeline being tested. WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-14 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS F. Connecting to Existing Systems 1) All connections to existing mams shall be made under the direct supervision of the AUD's Inspector. Valves on existing mains shall be operated by or under direct supervision of AUD personnel. Tapping sleeves and valves shall be pressure tested prior to tapping. If service to existing customers must be interrupted, AUD shall be notified at least three (3) days (72 hours) in advance. The contractor shall make the necessary notifications to the customers. The new line shall be chlorinated for up to three (3) days and then drained and bacteria tested. Only after maintaining the appropriate chlorine residual and passing the bacteriological test shall the line be put into service, at the direction of AUD. 2) If cut-off of service is required, the Contractor shall be ready to proceed with as much material pre-assembled as possible at the site to minimize the length of service interruption. Augusta Utilities reserves the right to postpone service cut-off if, in the opinion of the Utilities Director, the Contractor is not ready to proceed on schedule. Scheduled interruptions should not exceed four (4) hours. The Contractor/Developer shall arrange for temporary services to Customer(s) if water will be shut off for more than four hours. 3) Local chlorination will be required for all pipe and fittings used to complete connections with the potable water system. Tapping sleeves and valves shall be chlorinated in accordance with A WW A requirements. All wet taps shall be witnessed by the AUD's Inspector. G. Cleaning and Flushing Upon completion of installation, the mains shall be flushed and the water disposed of without creating a nuisance. Flushing must achieve a minimum water velocity of2.5 fps in all portions ofthe pipe. The duration of the flushing will be determined by the AUD's Inspector. No flushing or cleaning shall take place without an Augusta Utilities representative present. The existing mains where the new mains connect may require flushing under the direction of AUD when service is restored. The Contractor shall be responsible for the treatment of discharge and disinfection water. All flushing activities shall be in accordance with A WW A C651. H. Disinfection 1) Augusta Utilities shall be notified at least 24 hours in advance to schedule bacteriological testing of water mains. The Contractor shall replace or adjust components of the pipeline which fail the test. WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-15 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS Clearance is required from the Utilities Department before AUD will allow the main to be put into service. 2) All piping complete with fittings and appurtenances shall be sterilized as specified in the applicable sections of A WW A Specification C651 (latest version) "Disinfecting Water Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not less than fifty parts per million (50 ppm). Calcium hypochlorite can be used. Water from the existing distribution system or other source of supply should be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The solution should be retained in the pipeline for not less than 24 hours and the system shall maintain the chlorination level originally introduced into the line, which should not be less than 50 ppm. The system shall then be flushed with potable water and the sampling program started. A minimum chlorine residual of 1.0 ppm should be available in the line after flushing. 3) Sampling taps and chlorinated water used for disinfection shall be flushed to a location that will not damage property, persons, etc., and shall be provided by the Contractor/Developer at the expense of the Contractor/Developer. The provisions of this paragraph apply equally to new pipe and fittings and to existing pipelines into which connections have been made or which may have been otherwise disturbed to the extent that contamination may have occurred. All requirements of the health authorities shall be observed in executing this work. The disposal of heavily chlorinated water (following disinfection) must be accomplished in accordance with the latest editions of the A WW A Standard C651 and the EPD's Minimum Standards for Public Water Systems. No dry chlorine shall be placed in the pipes while installing. 4) A minimum of two samples tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results shall be submitted to the Inspector. END OF SECTION WATER DISTRIBUTION SYSTEM 4/11/2007 TS 13-16 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS SECTION TS-14 MEASUREMENT AND PAYMENT I. SANITARY SEWER ITEMS S-lA throu2:h S-16I - All piping line items shall be measured in linear feet and shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and ex filtration testing, mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs for closed circuit camera inspection of the sanitary sewer system, including mobilization, demobilization, inspection, video tape copies, and field reports. No additional payment shall be made for these items. ITEM S-17 - Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, carrier piping, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these items. ITEM S-18 - Select backfill shall be measured in cubic yards for both Types I and II and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume. The standard trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM S-19 - Miscellaneous pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation except normal joints and gaskets regardless of material. No additional payment shall be made for these items. ITEMS S-20A throu2:h S-20F and S-23 - Pre-cast manholes shall be measured individually (each) and shall include costs for manholes, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing as specified. Manhole vacuum testing shall include all costs for testing equipment, testing labor, mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. No additional payment shall be made for these items. ITEMS S-21A throu2:h S-21F. S-22A throu2:h S-22F. S-24 throu2:h S-25 - Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, dewatering, and backfill as specified by type and class. No additional payment shall be made for these items. ITEMS S-26A throu2:h S-26F - Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation. No additional payment shall be made for these items. MEASUREMENT AND PAYMENT 4/11/2007 TS 14-1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS ITEMS S-27 A throu2:h S-27F - Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S-28 - Outside drop piping shall be measured individually (each) and shall include the costs for all items associated with the drop manhole detail, exclusive of the manhole or manhole extensions. No additional payment shall be made for these items. ITEM S-29 - Dog house/connector manholes shall be measured individually (each) and shall include the costs for excavation, dewatering, asphalt cutting, pipe cutting, collars and boots, grouting and / or other connections, installation, and normal backfill. The costs for the base section, first riser, cone section, and ring and cover shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item. No additional payment shall be made for these items. ITEM S-30 - Sanitary sewer connections shall be measured individually (each) and shall include costs for 6-inch PVC piping, precast concrete valve ring with rebar, PVC twist-off plug, mainline tee, fitting, cleanout, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM S-31 - Cut and plug sewers shall be measured individually (each) and shall include costs for cutting of existing pipelines, plugging of existing pipelines, excavation, dewatering, asphalt/concrete cutting, and normal backfill. No additional payment shall be made for these items. ITEM S-32 - Cut and plug manholes shall be measured individually (each) and shall include costs for cutting of existing manholes, plugging of existing manholes, excavation, dewatering, asphalt/concrete cutting, and normal backfill. No additional payment shall be made for these items. ITEM S-33 - Sanitary sewer manhole tie-ins shall be measured individually (each) and shall include costs for cutting/coring of existing manholes, collars, rubber boots, any required gaskets, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM S-34 - AC water main crossings shall be measured individually (each) and shall include costs for AC pipe cutting, excavation, ductile iron piping, sleeves, backfill, and property restoration. No additional payment shall be made for these items. ITEM S-35 - Ductile iron pipe polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. ITEM S-36 - Concrete pipe encasement shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. MEASUREMENT AND PAYMENT 4/11/2007 TS14-2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS II. WATER MAIN ITEMS W-IA throu2:h W-3J - All piping line items shall be measured in linear feet and shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. No additional payment shall be made for these items. ITEM W-4 - Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, carrier piping, and installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these items. ITEM W -5 - Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume. The maximum trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM W-6 - Miscellaneous pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation, mechanical joint restraint, etc., regardless of material. No additional payment shall be made for these items. ITEM W-7 - Transition couplings shall be measured individually (each) and shall include costs for couplings, soil surface preparation, connection to water main, excavation, asphalt/concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-8 - "Fire hydrants" shall be deemed as entire F.H. lateral assy, complete shall be measured individually (each), shall include all costs for 6" fire main laterals, except the hydrant itself, which will be supplied by the Owner beginning at the "Tee" connection to water main, all associated valves and fittings, concrete pad (if required), excavation, asphalt/concrete cutting, installation, normal backfill, soil surface preparation and testing. No additional payment shall be made for these items. ITEMS W-9A throu2:h W-12 - All valve line items shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-13 - Tapping sleeve and valves shall be measured individually (each) and shall include costs for sleeve, valve, associated hardware, valve boxes, temporary plugging/draining of pipeline, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-14 - Check valves and vaults shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated pipe and fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. MEASUREMENT AND PAYMENT 4/11/2007 TS14-3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS ITEM W-15 throu2:h W-16 - Long and short side water service connections shall be measured individually (each) and shall include costs for piping, water meter connection, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. No additional payment shall be made for these items. ITEM W-17 - Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. ITEM W-18 - Tie-ins to existing lines shall be measured individually (each) and shall include costs for piping, dewatering, asphalt/concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM W-19 - All cut-in gate valves shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for this item. ITEM W-20 - Cut and plug existing water line shall be measured individually and shall include all costs associated with cutting into an existing line and plugging it as detailed in the plans and specifications. No additional payment shall be made for this item. ITEM W-21 - Miscellaneous concrete shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. III. PAVEMENT STRUCTURES ITEM P-l - Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P-2 - Aggregate base (10 W' thick) and asphalt patch (2 W' thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 W' graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. MEASUREMENT AND PAYMENT 4/11/2007 TS 14-4 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor, equipment, and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P-5 throu2:h P-6 - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint or saw-curt as directed by the project representative. No additional payment shall be made for these items. ITEM P-7 - Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt, installation, site preparation. Existing asphalt shall be removed to the nearest joint or saw-curt as directed by the project representative. No additional payment shall be made for these items. ITEM P-8 - Asphalt raised edge curb shall be measured in linear feet and shall include costs for additional, asphaltic concrete only, and additional costs for "tie-ins, turn-outs, and other special conditions as necessary. No additional payment shall be made for these items. ITEM P-9 - Concrete Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. IV. MISCELLANEOUS ITEM M-l - Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. ITEM M-2 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. ITEM M-4 - Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting. No additional payment shall be made for these items. ITEM M-5 - Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for water line installation. No additional payment shall be made for these items. MEASUREMENT AND PAYMENT 4/11/2007 TS14-5 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS ITEM M-6 - Remove existing asphalt pavement and curbs, etc., complete (neighborhood only). Measurement shall be per square yard. No additional payment shall be made for these items. ITEM M-7 - Existing storm drainage structures not yet incidental to the work deemed un-fit by Owner's site representative or added at the discretion of the Engineer, shall be removed and replaced, complete, as per GDOT Std No. 1034-D, and shall be measured individually (each). No additional payment shall be made for these items ITEM M-8-11 - Reinforced concrete pipe 18",24",30",36" as per GDOT, measured in linear feet. ITEM M-12 - Erosion, Sediment and Pollution Control, complete as per GAEPD NPDES GAR 100002 (lump sum). v. LUMP SUM CONSTRUCTION ITEM LS-l - Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. . Mobilization, Demobilization Bonds, Insurance Gabion Retaining Walls Remove and Reset Fences, All Types Remove and Reset Gates, All Types Remove and Reset Storm Sewer, Lengths & Sizes Vary Remove and Reset Yard Drainage Pipe Lengths & Sizes Vary Reconstruct Retaining Wall, Height and Type Varies Remove and Reset Signs, Type Varies Remove and Reset Water Sprinkler Systems, Complete Remove and Reset Yard Lamps, Type Varies Remove and Reset Mailboxes, Type Varies Traffic Control Miscellaneous Grading Permanent Grassing Raise Existing Manholes and Valves Boxes to Grade . . . . . . . . . . . . . . . END OF SECTION MEASUREMENT AND PAYMENT 4/11/2007 TS 14-6 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS GROUT ... ~ BRICK DAM NOT LESS THAN 2J3 D2 = "'" USE A MAXIMUM OF 3 _ BRICK COURSES AS RE- QUIRED TO ADJUST TO FINISHED GRADE. = SECTION C-C = . PRECAST CONCRETE r- 1 JOINT DIP MIN. , , N C = = "II.. > = i . pROP PIPE TO BE DQCTILE IRONeW NEXT STD/SIZE SMJQ.LER THAN D2(6~ MIN) TYPICAL THREADED ROD DIP DRQP T9 BE ENCASED IN STONE .~. = r C C TYPICAL SECTION AUD - DETAIL 1 DROP MANHOLE NOT TO SCALE August 2006 Page 1 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS a"X2-1!4" TOP GRADE RING MANHOLE RING AND. COVER SEE STANDARD SPEC. 1'-0" t ~ 6'-0' SQ TYPICAL SECTION AUD STANDARD DETAILS PLAN VIEW 5"X2-1I4:GRAOE RINGS AS REQUIRED NOTES: 1. MANHOLES S' OR LESS IN-DEPTH USE A 2' -D" CONCENTRIC CONE SECTION 2. USE 6" WALL THICKNESS IF MANHOLE EXCEEDS 20' DEPTH. 3. INVERT CURVATURE TO HAVE AS LONG AS A RADIUS AS POSSIBLE . ..- 4. CONC. TO BE POURED.TO .THE SPRING LINE OF THE PIPE (PRECAST ONLY). . EXISTING SANITARY SEWER (12" MAX) IM's@1TOC,EW POURED IN PLACE CONC. (30QOPSI) AUD - DETAIL 2 PRECAST MANHOLE August 2006 NOT TO SCALE. Page 2 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS NON-SHRINK GROUT (TVP) + S'MAX w z o o o iE I- Z W () o w 0:: w (/) iE er ;.,. z o F o w (/) w (/) r1l fo August 2006 AUD STANDARD DETAILS MANHOLE R!NG AND COVER SEE STANOAflOSPEC. OFF-SITE MANHOLES REQUIl'E INTEGR.A,TED!<INq At>jD COVER. SHALL BE MINIMUM 2' ABOVE GRADE. . SEE AUO STANDARDS MID SPECS. 8'X2,lW TpP GRADE RING 5')(2-114' GRADE RINGS AS REQUIRED MAKE UP LENGTHS ASREQ'O NOTES 1, REQ'O-USE:67WAllTHICKNESS IF MANHOLE EXCEEDS 20' DEPTH 2.. INVERT CURVATURE TO HAVE AS LONG A RADIUS AS POSSIBLE. 3.. MH STEPS EACH 1'-0" OC MAX 4. EXTERIOR PROTECTION ON MANHOLE - ~ 2::iE SANITARY SEWER STAINLESS STEEL CLAMP WATER TIGHT FLEXIBLE BOOT PLUS GROUT TYPICAL SECTION AUD - DETAIL 3 PRECAST MANHOLE NOT TO SCALE Page 3 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS 2-NON'PENETRATlNG PICK HOLES "A" 123112" .11 ~T.. L1" SECTION OF COVERS PLAN OF MANHOLE FRAME AND COVER 1- 25" HALF ELEV. (MIN.}4=1" O1AMETERANCHOR HOLES HALF SECT. 33 114" BOLTED WATERTIGHT FRAME AND COVER US FOUI;lDRY #USE 668 RING & BWTCQVER LOADRATING'HEAW DUTY STANDARD COVER US FOUI;lDRY #USE 668 RING & KL COVER LOAD RATlNG-HEAW DUlY VENT HOLE LOCATION DRILLED N3 SHOWN HALF SECTION FRAME-HALF ELEV. FRAME "AN APPROXIMATE WEIGHT FRAME 180 COVER 125 TOTAL 285 AUD - DETAIL 4 TRAFFIC MANHOLE FRAME & COVER ANCHOR BOLT PER US fOUNDRY SPEC. NOT TO SCALE August 2006 Page 4 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS SPRINGLlNE COMPACTED BACKFILL PER SECTION 14.31 <t c W 1-(1) = TYPEl,lA-1A3SELECTBACKFILLMAX.BE~~ t REOUIRED. E\;. '-' ..::i O~};. 0.__'" ...l""~ ~.~.:E u:: CLASS 4 BACKFILL ElYAPPROVAL , Z '<1'_ "':E WOC/) WW ~I-C/) 0..~5<? >-0..90::. ::l.g::lo ii:ou::'" wc:.c o::zo <1:<('" o III '-' '-' u:: :.c o <( III :i. i= ~ I- Z W :E @ III :i! W W 0.. 0: W Z 2 HAUNCHING W 0.. 0: BEDDING FOUNDATION MAy BE REQUIRED CLASS 1 BEDDING NO. 57 STONE (DEPTH OF BEDDING VARIES BY PIPE DEPTH) NOTES: 1. TRENCH EXCA\iAT10N, .8ACKFILL AND COMPACTION SHALL BE lNSTRICr CONFORMANCEWITH SECTION 14..31.GF AUGUSTA UTILITIES DEPART/v1ENTSPECIFICI\TIONS. AUD - DETAIL 5 TYPICAL TRENCH EXCAVATIONI BACKFILL DETAIL FOR SANITARY SEWER NOT TO SCALE August 2006 Page 5 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS 6" CLEANOUT WITH pve TWIST-OFF PLUG RIGHT~OF-WAY ~r'" .. ASPHALT PRECAST CONCRETE VALVE RING WITH 5/8" REBAR ALONG SIDE ~ a.. io .... TO SEWER MAIN PLUG HERE FOR END OF LINE UNTIL PLUMBER MAKES CONNECTION ... .. ... FROM BUILDING DRAIN B U ILlTY CONTRACTOR UTILITY PORTION CONFORMSTO AUD SPECS ON UTILITY SERVICE LINE BY PLUMBING CONTRACTOR RESIDENTIAL SHALL CONFORM TO GA PLUMBING CODE LATEST ADDITION AUD-6 SEWER CLEANOUT NOT TO SCALE August 2006 Page 6 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS BREAKOUT PRECAST OPENING TO FIT OVER PIPE BASE DIMENSIONS LENGTH (MINJo' WIDTH 0' JHICKNESS6" PREC,t\ST NO.4 REBARS 12" ON CENTER BOTH WAYS FRONT VIEW 24" PRECAST RISER ADD ADDITIONAL PRECAST RISERS AS REQUIRED (BREAKOUT EXISTING ijTOC~~ .--6 o 0. SIDE SECTION NOTES t, CONCRETE TO BEPOURED AROUND PIPE PENETRATION FOR SEAL ON OUTSIDE 2. CONSTRUCTION SHALL BE IN ACCORDANCE WITH AUGUSTA UTILITY DEPARTMENT STANDARDS, LATEST REVISION. AUD - DETAIL 7 CONNECTOR MANHOLE NOT TO SCALE August 2006 Page 7 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS DIA+S" MINI2-12" MAX., WI ... CONCRETE CRADLE r CONCRETE ARCH !/20FDlA MIN. . ~OMPACTED.BACKfILl 4~MIN 15' MAX PLAIN OR REINFORCED CONCRETE COMPACTED BACKFILL BEDDING MATERIALS AS DEFINED BY A$CE MANUAL OF PRACTICE NO' OO-GRAVITY SEWER DESIGN AND CONSTRUCTION, AND ASTM D3839_SEE SEOT10N11. 24"MIN 6" BEDDING CLASSES FOR FLEXIBLE PIPE GENERAL BEDDlNGAND.BAOKFILLlNG CONCEPTS DEVELOPED FOR FLEXIBLE SEWER PIPE M."y ALSO BE APPLIED TO RIGID PIPE. REFER TO ANSI AND ASTM SPECIFICATIONS_ NO. 57 STONE IS REQUIRED FOR BEDDING WITH PVC PIPE IN AUGUSTA. CLASS 2 TRENCH BACKFILLED WITH COURSE. SAND &. GRAVELS WlTI-I MAX PARTIClE SIZE OF1112', INCl VARIOUSLy GRADED SANDS 8< GRAV;::LS CONTINUING SMALL PERCENTAGES OF fiNES, SOIL TYPES GW,GP, SIlY & SP ARE Ir-tCLIJDED. TRENCH BACKFILLED WITH FINE SAND AND ClAYEY GRAVELS,JNCL FINE SANDS, SAND.CLAY MIXTURES, AND GRAVEL-CLAY MIXTURES, SOIL TYPES GM, GO, SM, AND SCARE INCLUDED. TI-IISTYPE MATERIAL IS TO BE USED WITH APPROVAL ONLY BY THE AUD REPRESENTA riVE.' CLASS 3 CLASS 4 AUD - DETAil 8 BACKFill CLASS-E-S FOR PIPING INSTALLATION NOT TO SCALE August 2006 Page 8 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS J UOLD DOWN STRAP 11ll" STEEL REO-PRIMED W/l116~ .... alTOMINOUSCOATING l.O PIPE 8" 10" 12" 13112" 3" a 314" 1:2 GROUT 314" x 24" GALVANIZED ANCHOR BOlTS M NO.4 REaAR 12" O.C.E.F. (MIN; OF 3) 4 'Tr 1 o r~.'"'tMIN 112' ~ . . . . . Soil OF SUITABLE BEARING CAPACITY NOTE: CARRIER PIPE. MAY BE CASED PER AUD - DETAIL 9 DESIGN ENGINEERING SPECS. CONCRETE PIER FOR AERIAL CROSSING August 2006 Page 9 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS 1-1!8" HIIlHIIllllIHIlIIIlIIlllllllllll!lllllllllllllilllllllllllllllllllilllllllllllllllllllll 11lIlUlflI.lilI illIl !lI1llllllllllllllllllllllllli IlIlIlllIllllli IlIIIllIlIlllIllllllllllll 11lIIl1llll1llll.lIlIIlIlIllllli lIlII !IlIIlIlIlllllllllll.lIlIIllIIlllllllllllllllllllllllllll AUD STANDARD DETAILS S!? ~ c, I- I- lOc3!4" .1 -I 12" TOP VIEW SIDE VIEW 12" FRONT VIEW STEP SHALL BE MANUFACTURED BY OLIVER TIRE AND RUBBERCOMPANY OR APPROVED EQUAL. AUD - DETAIL 10 MANHOLE STEP NOT TO SCAlE August 2006 Page 10 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS ~' fmlNG AND EMIlEDOED GALVANIZED ROIlS OVER IN CONCRETE (SEE TAEtE FOR SIZES) USE MEGA-LUGS AND CONCRETE St.OCKfNG " .; NO ROOD!iI\lG REQUIRED 11t.?~llN, !'IPE snW> ""ANC>IOR BOLTS IN.CONCRETE THRUST BLOCK DETAIL CLAMPS AND TIE RODS NOT TO SCALE PLUGGED CROSS $4 6 8 10 12 14 . EACH AREA (PJ2iIS 112 Of TABULATED TOTAl. AREA VOl.UME Of THRUST BlOCK It< CUBIC YAROS THRUST BLOCK NOTES 1. PIPE <. 16" DlACAN BE RESTRAINED USING THRUST Bl.OCKS OR RESTRAINED JOINTS AT THE CONTRACTORS OPTION. ~~~J~~H~RE~~~'E~~.Bf,lrr A BURIED PIPING RESTRAINT 2, KE.EFCONCRETE CLEAR OF JOINT AND JOINTACCE$S(jRIES: 3.. CONCRETE THRUST BLOCKING SHALL BE POURED AGAINST UNDISTURBED EARTH. 4. REQUIRED VOLUMES OR BEARING AREAS AT FITTINGS SHALL BE AS INDICATED BELOW, AND ADJUSTED, IF NECESSARYiTOCONFORM TO THE TEST PRESSURE(Sl AND ALLOWABLE SOIL BEARING SJRESS(ES) STATED I~ TI;E SPECIFICATIONS. 5. THRUST BLOCK VOLUMES FOR VERTICAL BENDS HAVING UPWARD RESULTANT THRUSTS ARE BASED ON TEST PRESSURE OF 150 PSIG AND THE WEIGHT OF CONCRETE = 4050LBS/CU YD. TO COMPUTE VOLUMES FOR OIFFERENT TEST pRESSURES. USE THE FOLLOWING EQUATION: VOLUME .={TEST PRESS.l150j>; (TABLE VALUE). 6. BEARING AREAS FOR HORlZONTAL BEND THRUST BLOCKS ARE BASED OfolTEST PRESSURE OF 150 PSIG AND AN ALLOWABLE SOIL BEARING STRESS OF 2000 LBSISQ FT. TO COMPUTE BEARING AREAS FOR DIFFERENT TEST PRESSURES AND SOIL llEARING STRESSES;MUL TIPlY TABLE VALUES BY THE FAQTOR (1333)(p'IS.), WHERE: P' = ACTUAL TEST PRESSUR!:, PSlG . S;' = ACTUAL Sotl. BEARING PRESSURE, pSF. 7. THRUST BtoCKS FOR VERTICAL BENDS HAVING OOWNWARD RESULTANT THRUSTS SHALL BE THE SAME AS FOR HORIZONTAL BENOR 8. BEARING AREAS, VOLUMES, AND SPECIAL BLOCKING DETAILS SHOWN ON PLANS TAKE PRECEDENCE OVER THIS ST.'\NDARO 9. BEARING AREA OF THRUST BLOCK SHALL NOT BE LESS THAN 1.0 SOFT. 10. VERTICAL BENDS THAT REQUIRE A THRUST BLOCK VOLUME EXCEEDING 5 CUBIC YARDS REQUIRE SPECIAL BLOCKING DETAILS. SEE PLANS FOR VOLUMES SHOWN TO LEFT OF SOLID LINE IN TABLE. 11. TEST PRESSURES ARE SHOWN IN THE PIPING SCHEDULE: 12. ACTUAL ALLOWABLE SOIL BEARING PRESSURE IS 1500 LBSiSQ FT. August 2006 WYE TEE NOT TO SCALE 1.0 1.2 U 4, PLUGGED TEE BEND 1/4" PLYWOOD OVER FACE OF BOLTS Page 11 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS NOTES 1. DO NOTAllOW CONCRETE TO COVER SOL TS;GLANDS, RINGS OR NUTS. 2. All PLUGS, CAPS,TEES, WYES AND AT BENDS MORE THAN 11 1/4" SHAll BE GIVEN REACTION BLOCKING AS SHOWN 3. SUFFICIENT THRUST BlOCKBEARING,AREA SHALL BE iNSTAllED TO DISTRIBUTE THE THRUSTBlOCK BEARING INTO THE UNDISTURBED TRENCH WAll WHERE iTIS DETERMINED tHATl1iE TRENCH WALL WILL NOT PROVIDE SUITABLE s0PPORT,q/4" ,All;THREADED RODS WITH APPURTENANCES SHALL BE USED IN liEU OFBlqCKING 4. MEGA.lUGS MAY BE INSTAllEDw/o RODDING AS AN APPROVED EQUAL MINMUM O.5.Cu, Yd. 30QOp,sJCq~CRETETO BE POURED AGAINSrU~DISTURBED TRENCH WAll OF SUIT ABLE BEARING CAPACITY AUD - DETAIL 12 REACTION BLOCKING NOT TO SCALE August 2006 Page 12 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS CENTERED/RESTRAINED POSITIONING FOR WATER MAINS MECHANtCAL JOINT PIPE REQUIRED FOR WATER MAINS. STANDARD POSITIQNING FOR SANITARY SEW'ER PULL-QN OR WRAP-AROUND END SEALS OR PRESSURE GROUTING NO BRICK SHALL BE ACCEPTED ~ II n n n II II II H II II II \l II II , DIP STANDARD DEPTH CLASS 50 NOTES 1. SPACER OPTIONS: 8" OR 12< WIDE BAND 2. APPROVED TYPES.ARE CASCADE OR PSI 3. INSTALLATION SHAll BE lAW THE MANUFACTURES STANDARDS 4. CASING PIPE THICKNESS SHALL BE PER DOT OR RAILWAYSPEClFICATIONS AUD - DETAIL 13 TYPICAL ROADWAY JACK AND BORE FOR WATER AND SANITARY SEWER MAINS August 2006 Page 13 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS TAPPING VALVESHAlLBE A MUEllER n360 RESILlENT\'\IEDGE~FL X MJ ENDS OR .APPROVED EQUALTAPPINGSlEEVE SHALL BE A MUEOLLER H-61S MJ OR APPROVED EQUAL NO SS REPAIR CLAMPS ORMJ SPLIT SLEEVES WilL BE ACCEPTED. TOP VIEW TAPPING SLEEVE AND VALVE SHALL BE PRESSURE TESTED FOR1HOURPR!OR TO TAPPING THE EXISTING MAN AN AUD INSPECTORSHALl BE PRESENT DURING TESTING. ALL TESTING SHALL BE IN ACCORDANCE WITH AUD SPECIFICATIONS; TESTING PRESSURE SHALL BE 200 p.s.L SIDE VIEW AUD STANDARD DETAILS AUD -DETAIL 14 TAPPING VALVE AND SLEEVE August 2006 NOT TO SCALE Page 14 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS August 2006 Page 15 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS WATER METER TO BE PURCHASED FROM AND INSTALLED BY.AUGUSTA UTILITIES ANYCqIJPLlNGS O~ ~EDUCERS.REQUIRED ON NE\i\l'I"~ERVICES AFTER CURB STOP SHALL BE INSTALLED BYAUGUSTA UTILITIES METER BOXES TO BE INSTALLED AND MAINTAINED BY DEVELOPER UNTIL RESIDENCE. IS OCCUPIED Jv1ETER BOXES ARE TO BEROME10X19X10 CAST IRON OR APPROVED EQUAL FORD LA04-44, FORD LA02-44 OR APPROVED EQUAL 1" CORPORATION STOP COUPLING 1/8 BEND FORD B11-444W OR APPROVED EQUAL 1" FULL PORT CURB STOP HAYES 5628CF OR . APPROVED EQUAL l~r SERVICE ELBOW FORDFB6QO.4QR APpROVED EQUJ\L1" BALL CORPORATION STOP SERVICE LINE TO BE CAREFULLY BENT TO ACHIEVE 90 DEGREE ANGLE AT DESIRED METER LOCATION 1"SOFT KCOPPER SERVICE LINE SMITH BLAIR OR APPROVED EQUAL 1" DOUBLE STRAPPED TAPPING SADDLE AUD - DETAIL 16 WATER SERVICE NOT TO SCALE August 2006 Page 16 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS METER BOXES lP I3EINSTALLED AND MAINTAINED BY DEVELOPER UNTIL RESIDENCE IS OCCUPIED OVERSIZED IVlETERSPXES ARE TO BE ROME16X22XI6 CAST IRON OR APPROVED EQUAL . T 1. August 2006 AUD STANDARD DETAILS WATER METER TO BE PURCHASED FROM AND INSTALLED BY AUGUSTA UTILITIES 2" GATE VAL VE4067SCREV'VTYPE WITH 2" SQUARE OPERA TIN13I1lUTOR EQUAL VALVE BOX M&H E2702 OR EQUAL 2" SpH 80SEAMlESS GALVANIZED PIF'E EXTENDED TO THE RIGHT OF WAY Z.' GALVANIZEDNII"PLE pR COUPLING TO ADJUST TO GRADE FB.5000R APPROVED EQUAL 2" CORPORATION STOP SMITH BLAIR OR APPROVED. EQUAL 2" TAPP1NGSADDLE PIPE TREAD 313 DOUBLE STRAP AUD - DETAIL 17 2" WATER SERVICE NOT TO SCALE 2" 90' GALVANIZED ELBOW Page 17 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS ASPHALT OVERLAY COMPACTED 2" THICK TYPE "F" - 50' IN WIDTH FOR TRANSVERSE CUTS - WIDTH VARIES FOR LONGITUDINAL CUTS 2 !" COMPACTED ASPHALTIC BINDER, TYPE B CAP, sAw CUT EDGE AND APPLY TACK 25' 25' 6~ ..SI1.NO/CLA Y. BASESUBGRADE COMPACTED TO 100% ----SAND/CLAY BACKFlLL INSTALLED IN 8" LIFTS. COMPACTED TO 95% _~.m_-PIPE BEDDING PER AUGUSTA UTILITIES DEPARTMENT STANDARDS 1. THIS DETAIL SHALL APPLY TO AUGUSTA UTILITIES DEPARThlENTBOND PROJECTS ONLY, 2. TOP 10 1/2" .oF TRENCH. TO BE GRADED AGGEGA TE BASE. TOP.2 1/2" Of .GRADED. AGGREGA BASE TO BE REMOVED. AND. REPLACED WHH TYPE B ASPHALT BINDER UPQN INSTALLATION Qf ASPHALT CAP. . 3. [)~TAIL SHOWS II TRANSVERSE CROSS SECTION. OVERLAY WIDTH MAY VARY FOR LONGITUDINAL CUTS. . AUD - DETAIL 18 AUGUSTA UTILITIES DEPARTMENT BOND PROJECT ROAD CUT DETAIL (PIPE IN EXISTlNQ ROADWA V) NOT TO SCALE August 2006 Page 18 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS C) J ;!I Ii I;i ::> ...I n. ....0 oi IlIl !l ~ ;15; ~ffi~ 111 l';~ l- II d i~! ~ ~B~ O::u :!~ w15~li I.l~. ~~~ ~ m~ & Ptg i !! ~.~ zo !Ii ~ r ~ ~~ ::> -~ ~~" ~ i ,,~: til! ~ 1-5 ~i ~" ! ~l!1 ~ b~ ...I" dj i;!~ ij ~~~ 0 :I: g III I- I!I C) -' N ... oi ~ ~~ z .,~ Ii: W fi ~5 ::::; ::i <( > W CI) !i! . s6 US ..J ~i:! !! ~ W m I ~ h~ 0::: - il ~~. ~ 0::: I~~" ~ . i > t;~ _ ~..J <( <( U I!i !: Jd~ ~ 15 HI o &ll- :t :: ~ Ii i l. >2!~~82 ~ ~ WOw Z oW II BI <( ...0 ~~i ai~ i ;~ i if !u! e Ii!... u. b I fl~ !i!g~ 'I tiw If i em . ~~ ~ Zo ~ ~ ~~= ..J ::> I! W <( 0::: ::!: ::> ::> u ~ ~I 15 z ti 0 w ~ In Z m ::!: 0 u ~ ~ fli! ~ i~ =~ ill ..I t i~ ~~ ~ j ~~ filg~t;:r Ii ;1 ~~ i !~ i I ~~ ~~ll!~~ ~ ii (/)~;8~ 1li~ t;!t ~ n I 5>- ~ ~~ ~ ~ ~ ~~ >-~~~I w 111> f!! 00 iH ;: ~~ 5 ~< '" ~ z~g~~ I ~; 8 (i;~~ 1; 1; a:: Zt:o !s ~ ~i!: i August 2006 Page 19 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS August 2006 HYMAX COUPLING I~ SECTION OF DUCTILE IRON PIPE - CLASS 350 AUD STANDARD DETAILS 10' - 0" MINIMUM -I SANITARY SEWER LINE IN PLACE OR TO BE INSTALLED (IN AREA OF EXISTING ASBESTOS CEMENT PIPE CROSSING) NOT TO SCALE EXISTING WATER MAIN (ASBESTOS CEMENT PIPE) o~ PROCEDURE 1. CUT AND REMOVE SECTION OF EXISTING ASPHALTIC CEMENT PIPE. 2. REPLACE WITH SECTION OF DUCTILE IRON PIPE CLASS 350. 3. INSTALL HYMAX COUPLINGS MANUFACTURED BY DRESSER OR EQUAL. AUD - DETAil 20 SANITARY SEWER MAIN INSTALLATION Page 20 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS ... ENCLOSURE SIDE WALL (INSIDE VIEWj ... ALUMINUM EXPANDED METAL " ---I[ DRAINAGE PORT STEP DUE; INSTALLATION OF AUlMINUMFLATEtlED . EXPANDED METAL FO~ THIO PRElfEN flPIl OF ENTRY Of'SMALL ANIMALS. RODENTS AND SNAKES WHILEALLOWIIlG T/iEEXIT. OF THEDRAI!;AGE DISCHARGE FROM.THEENCLOSURE OUTSIDE OF ENCLOSURE--...... SIDE VIEW SHOWING THE INSTALLATION OFI\LUMINUM AND VINYL FLAPS INSIDE 'THE IONCLOSURIO f::;;;;;;::; '\ OfE~ ',,- CLOSE NOTE: AUD STANDARD DETAILS ... ENCLOSURESlDE WALL (OUTSIDE VIEWj .. ,,_~_ q, DRAINAGE PORT STEP TWO: INSTALLATION OF SOLlD VINYL FLAPS OVER THE ALUMINUM EXPANDED METAL THE FLAPS PREVENT THE WINO FROM ENTERING THE ENClOSURE THROUGH THE DRAINAGE PORTS WITHOUT OBSTRUCTING THE ORAINAGE OISCHARGIO: FOAM INSULATION ALUMINUM AND VINYL FLAPS ARE SECURED AROUND THE DRAINAGE P,ORT, ALUMINUM EXPANDED METAL ... WIYL FLAP!5 (OPEN fOR FLOW, CLOSED AGi\INST WE WIN OJ DISCIiARGE fLOW 1, ",LL REDUCED PRESSURE ZONE ASSEMBLIES {RPZ'sl ARE TO BE INSTALLED ABOVE GROUND OR INSIDE TIiE FACILITY TO PROTECT FROM FREEZING.. EXPOSURE TO FREEZING WILL RESULT IN IMPROPER FUNCTIONING Of AN RPZ AND MAY CAUSEU~..REpAIRABLE DAMAGE TO THE ASSEMeL Y 2. SOUTHERN BUIU>INtH;OOE SECTION 304,4 -FREEZING (1!1!14j: A WATER, SOIL OR WASTE PIPE SHALL NOnIE INSTALLED ORPERMmED OUTSIDE Of A BUILDING OR CONCEALED IN OUTSIDE WALLS OR ANYPLACE WHERE THEY MAY BE SUBJECT TO FREEztNG TEMPERATURES, UNLESS ADEQUATE PROVISION IS MADE TO PROTECT THEM F.ROM FREEZIN(t 3, FACILITIES REQUIREING AN RPZ MAYBE ALLOWED TO INSTALL IT INSIDE PROVIDEO THAT EITHER: THERE ARE NO OTHER CONNECTIONS BETWEEN THE METER AND THE BUILDING .AND IT IS UNUKEL Y ONE WOULD BE INSTALLED I~. THE FUTURE,. OR A DOUBLE CHECK IS INSTALLED AT THE II/,fTER. 4. ALL ABOVE GROUND ENCLOSURES FOR RPZ's ARE TO BE SIZED TO THE RPZ SIZE OR LARGER PER MANUFACTURER'S SPECIFICATIONS, E.G. A twO-INCH RPZ MUST GO IN AN ENCLOSURE DESIGNED FOR A TWO-INCH OR LARGER RPl.. 5, IF A PERIMETER FOOTER IS. USED 1'HEN CLEAN GRAVEL COVERING THE ENTIRE BOTTOM OF THE ENCLOSURE MUST BE A FULL TWELVE INCHES (12") DEEP. 8. ALL ENCLOSURES ARE TO BE DESIGNED WITH DRAIN OPENINGS LARGE ENOUGH TO ACCOMODATE A FUll DISHARGE OF THE ASSEMBLY. AUD DETAIL - 21 DRAIN DETAIL FOR RPZ BOX ENCLOSURE NOT TO SCALE August 2006 Page 21 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS CARSON IND. SERIES 1730D BOX W/COVER (OREQUIVAlENT) USED FOR ALL ASSEMBLIES 2" AND SMALLER TEST COCKS ATIED WITH BRASS OR PlASTIC PLUGS OR CAPS SEE HOlE DErAIL--....... (BELOW) '/'"" l { r- SEALED WITH EXPANSION ! FOAMORS1UCQNE CAULK. ON BOTIl SIDES i l i I J i l BAll. VALVES POSITIONED SO TIlEY CAN BE OPEN FlJl-lX DOUBlECHECKASSEMBLY DETAil PIPE cUTout !idLEs MuST BE LARGERTW\N THE WATER liNE AND SEALED ""lTH EXPANSION FOAM OR SILICONE CAULK INSIDE AND OUTSIDE THE BOX TO PREVENT DIRT AND WATER FROM ENTERING THE BOX, HOLE DETAil INSIDE \11'2N AUD DETAIL - 22 DOUBLE CHECK ASSEMBLY INSTALLATION NOT TO SCALE August 2006 Page 22 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS WA TERLINEAT 90 DEGREE ANGLE TO THE GROUND SEALER BOTH SIDES PIPING ALTERNATE #1 SIDE VIEW PIPING ALTERNATE #2 TOP VIEW WATERUNEAT 9(l DEGREE ANGLE TO THE GROUND SEAlER BOTH SIDES i i I ! PIPING ALTERNATE # 3 TOP VIEW PIPING ALTERNATE#4 TOP VIEW NOTES: 1. ASSEMBLIES SHOULD BE CENTERED IN THE BOX TO ALLOW ACCESS FOR TESTING AND REPAIR 2. BOX MUST NOIREST ON THEWATERLlNE. 3. ENTRY AND EXIT POINTSOFTHE WATERLINE MUST BE SEALED ON BOTH SIDES TO PREVENT ENTRY OF WATER AND DIRT. SEE DOUBLE CHECKASSEMBL Y AND HOLE DETAIL 4. MINIMUM CLEARANCE TO E3E MAINTAINED; - 8"-18" TOP OF ASSEMBLY TO TOP OFBOX - G" FROM BOTTOM OF DEVICE TO TOP OF GRAVEL 5. A SMALLER BOX MAY BE USED, WITH PRIOR ApPROVAL OF THE INSPECTOR, IF SPACE RESTRICTIONS WilL NOT ALLOW INSTALLATION OF THE 1730D OR ITS WQU1VALENT AUD DETAIL - 23 DOUBLE CHECK VALVE ASSEMBLY VARIA TJONS NOT TO SCALE August 2006 Page 23 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS STANDARD BOX MORTAR JOINTS BACKFLOW PREVENTER CENTERED (L-R) IF POSSIBLE GRAVEL 6" MIN. DEPTH (CLEAN AND COMPACTED) FROM LOWEST POINT OF DEVICE INSIDE . BRICKED OR BLOCKED AREA BOX CAN SIT ON BRICKS OR BLOCKS PORPERL Y MORTARED IN PLACE WITH AMY HOLES FILLED .INSTALLA TION #1 ,~EARTHEN LEDGE / (lJNDISTURBEDSOIL 2" - 3" WIDE) LEDGE DETAIL THE ENTIRE BOX CAN BE SUPPORTED TOPVIEW ON COMPACTED OR UNDISTURBED SOIL (SEELEDGEDETAIL# 6) INSTALLATION #2 .COMPACTED EARTH THE ENTIRE BOX CAN BE SUPPORTED ON COMPACTED ORUNDISTURBED SOIL (SEE LEDGE DETAIL # 6) . 'NOTE: OTHER TYPES OF INSTALLATION MAY BE NECESSARY DUE TO VARYINGF1ELD CONDITIONS. CONSULT WITH INSPECtOR BEFORE INSTALLING INSTALLATION #3 AUD DETAIL - 24 DOUBLE CHECK VALVE FOUNDATION VARIATIONS NOT TO SCALE August 2006 Page 24 AUGUSTA UTILITIES DEPARTMENT. BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS TWOPIECEBOX NOTE: BOXSHOULD BE HEATED OR INSULATED TO PROTECT FROM FREEZING FIBERGLASS SHELL FOAMGASKETEO SEAL INSULATION STANDARD COLORS: WHITE - BEIGE FIBERGlASS SHELL SIDEVIEW OF LIP SEAL PHYSICAL PROPERTIES MODEL NO. IPS. INSlDE DEPTH ,75 1 1.5 2 3f4~;';1'" 314"-1' 11' 13" Zl" 13" INSIDE INSIDE INSUlATION DRAINAGE WIDTH HEIGHT "R'VAl.tJE CAPACITY 19" 'll' 8.0 100 2T' 23" 8.0 180 33" 23' 575 GPM 39" 35" 575GPM FEATURES FIBERGlASS CONSTRUCTIQN, DRAINAGE CAPACITY {RPZ) DElllCES, ENGtiEERED tlEATmlJlZlNG (pROTECTION FOR .ClI!'F), TESTING I MAINTENANCE ACCE 55, GROUND ANCHOR CAPABILITIES AND lOCKAlll.E LID. ENCLOSURE: HOTBOX OR EQUIVALENT BOX SIZED TO ASSEMBLY SIZE 3/4" TO 2" AUD DETAIL - 25 REDUCED PRESSURE ZONE ASSEMBLY I NSTALLA TION NOT TO SCALE August 2006 Page 25 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS August 2006 ~ j ~^ Ii i (,,1) AUD STANDARD DETAILS Page 26 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS August 2006 Page 27 AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS HEATER E1ECTfllCAt. OUTLET FOOTER' dY_P~JALTE~NATlVEIS4fX;Si CONCRETE FOOTER OF 4" THICK. FUll CONCRETE SlAB llOTE: BOX SHAll BE HEATED Of! INSUlATED TO PROTECT FROM FREEZING R.PLINSTAlLATION DETAil RPZ BOX WAll TYPICAL ANCHOR (OUTSIDE) WrTHADEQUA TE FOOTER ANCHOR ANGLE MAY BE MO\lNTED INSIDE ENCLOSURE FOOTER OR SLAg FOOTER OR CONCRETE SLAB(RPLBOX) NOTE:JF'APERIMETERFOOTERIS USEOTHEN THERE. MUST 8E GRAVEL COVERING THE ENTIRE BOTIOMOF TilE ENCLOSURE A ruu TWELVE INCHES DEep, tNSTALL WITH MINIMUM CLEARANCe: OF 12"FROMTfiE PORT, FLOOR. OIHlRAbE. INSTALL FOR ACCESSIBILITY. PROTECT FROME FREt;:ziNG.' MAJORITY OF LOCAL CODES RESTRtCT PIT IHSTALtATIONS. SIDE ViE?t; SIQ-E:VtEVi! 30' MAX (~lIGGESTE:}) 12" MIN; TYP, PROTECTIVE ENCLOSURE t REDUCED PRESSURE BACKFLOW PREVENTER 3/4" THROUGH 2" REDUCED PRESSURE BACKFLOW PREVENTER 2112" THROUGH 10" AUD DETAil - 28 REDUCED PRESSURE ZONE ASSEMBLY INSTALLATION NOT TO SCALE August 2006 Page 28 - AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134 MEADOWBROOK AREA UTILITY IMPROVEMENTS AUD STANDARD DETAILS August 2006 Page 29