Loading...
HomeMy WebLinkAboutOld Waynesboro Road -'~I Augusta Richmond GA DOCUMENT NAME: Old Wajne.'5bovo 'Roac1 DOCUMENT TYPE: Con+ vac+ YEAR: I 0; CJ , BOX NUMBER: 5' FILE NUMBER: 13~ Lf-l II \ NUMBER OF PAGES: .' I I I I I I I I I I I I I I I I I I I c1~ #; /.:1 Y. if7 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR OLD W A YNESBORO ROAD 12 " WATER MAIN EXTENSION Augusta, Georgia CITY OF AUGUSTA COUNCIL/COl\1MISSION The Honorable Larry Sconyers Mayor/Chairman Lee Beard Ulmer Bridges Henry H. Brigham Jerry Brigham Freddie Lee Handy Bill Kuhlke, Jr. William H. Mays, III James B. Powell Stephen E. Sheperd Moses Todd Charles Randy Oliver City Administrator Noah Max Hicks ~;~ ,~~ ~f-:-:-.';;6Y ~~ CONTR4CTlitiesSET Cranston, Robelison & Whitehurst, P.C. Engineers - PlaImers - Surveyors P.O. Box 2546 - 452 Ellis Street Augusta, Georgia 30903 June 16, 1997 97-342.01 \' . I I I I I I I I I I I I I I I I I I I OLD \VA'J.7i\ESBORO ROAD 12" \VATERLL\-E JOB l\'U,\JBER 97-342.01 ADDENDUM NO.1 ACGUST 6,1998 The bid opening dele shall be held on 'Wednesday, August 19, 1998 at 3 :00 P\J. I I I I I I I I I I I I I I I I I I I OLD WAYNESBORO ROAD 12" \VATERLINE 97-342 ADDENDUM NO.2 August 17, 1998 1. The bid opening shall be held on Friday, August 28, 1998 at 3:00 p.m. 2. Add approximately 1150 LF of 8" sanitary sewer, 4 sanitary sewer manholes, and 2 plugs for future sewer. See Addendum Documents dated 8/13/98 and accompanying Plan Sheet #1 dated 7/22/98 prepared by Southern Partners. I \- I I I I I I I I I I I I I I I I I I 97-~~,~ ADDENDUM DOCUMENTS FOR SANITARY SEWER SR-56ATOLD WAYNESBOROROAD 8-13-98 PREPARED BY: SOUTHERN PARTNERS, INC. E~G]):EERJ.'G - Sl."RVEYING - L~~'D PL-"-"'~'TNG ]233 AUGUSTA \"\iEST PARKWAY AUGUSTA, GEORGIA 30909 (706) 855-6000 1"\' I I I I I I I I I I I I I I I I I I SANITARY SEWER ADDENDUM QUANTITIES S. R. 56 Augusta-Richmond Utilities Department I I UNIT I ITEM QUANTITY UNIT PRICE COST 1. 8" PVS Sanitary Sewer 1010 L.F. 2. 8" Ductile Iron Sanitary Sewer 140 L.F. 3. Sanitary Sewer Manholes 4 Each 4. Plug for Future Sewer 2 Each Total Sanitary Sewer I'" I I I I 1 1 1 I I 1 1 I 1 1 I I I I SPECIAL CONDITIONS: SCOPE: This project covers the installation of approximately 1,150 LF of sanitary sewer with the ctssociated manholes, and appurtenances in accordance with the attached plans and these specifications. The contractor shall supply all materials, equipment, labor, supplies and supervision necessary to properly complete this project as specified. The contractor is responsible for obtaining all permits and licenses, paying all fees and complying with all local, state and federal requirements. SPECIFICATIONS: This project is based on and shall be constructed in accordance with the state of Georgia Department of Transportation standard Specifications for Construction of Roads and Bridges, 1993 Edition, the Richmond County Water and Sewer Standard Specifications OSP~ requirements, and the attached specifications. All of these specifications shall be considered as though fully contained herein. In all cases where conflicts arise within these speci fica tions, they vJill be revised to resolve such conflict. Until the conflict is resolved, the adherence to the application of the stricter of the specifications shall control the situation. DETAILS: Standard drawings of Georgia Department of Transportation and Augusta-Ricb~ond County Utilities Department will be used for all detail work unless otherwise specified. PIPE: The installation of the pipe shall include all excavation, materials, placement, fittings, connections, backfill, testing and acceptance. PVC sevJer pipe meeting ASTl1 D304, SDR 35 shall be used for all pipe except where specified otherwise. Ductile iron pipe shall be used in the following locations: a) When the sewer will be within 2 feet vertically of a storm sewer pipe or ditch bottom. b) When the cover above the pipe is less than 4 feet. c) The last joint of pipe into a manhole with any drop greater than one foot. d) The construction of an inside drop. SP-l I I I I I I I I; I I I I: I I I I I 1 1 FIELD LOCATION: All items shall be located in the field and confirmed with the County Representative before they are excavated or installed. CONSTRUCTION LAYOUT: Construction layout work shall be performed by the Contractor. See Section 149 of the Standard Specifications. FINISHING AND DRESSING: All unpaved and natural areas i.,rhich are disturbed by the construction of this project are to be returned to the pre-existing shape and slope and then finished and dressed. FOUNDATION AND BACKFILL, TYPE I: Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D. No separate pay item will be made for this material or its placement. TRENCHING: This project calls for installation of 8" plpe by the open-cut or trenching method. The depth of open trench varies. The vwrk shall be so scheduled that not more than 500 feet of trench shall be open at one time. The contractor is cautioned to use proper and safe construction methods in construction of this project. UTILITIES: The Contractor's attention is directed t~ the probability of encountering public and private utility installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems, gas and underground telephone cables that ei ther are obstructions to the prosecution of the work and need to be moved out of the vJay or, if not, must be properly protected during construction. No separate paYTIent will be made for this work. S.AFE TY : The Contractor shall comply with all local state and federal requirements for the safe prosecution of the work. Special measures shall be taken to protect the property owners, their guests, children and pets. SP-2 I I I 1 I. I, I 1 I. I: I' I, 1 I. I I I I I TEcmrrCAL SPECIFICATIONS SECTION T-l - SITE \VORK SCOPE: The work covered by this specification consists offumishing all plant, labor, equipment, appliances, materials and supervision, and in performing all operations in connection with clearing, grubbing, excavation, filling, backfilling, grading the site, field layout, staking, and grade setting in strict accordance v,~th this section of the specifications, the applicable dra\vings and terms and conditions of the Contract. GENERAL: Operations shall be conducted in a manner which will provide for the safety of employees and others. Existing utility lines, \valks, steps, paving, structures, or trees to remain shall be safeguarded end protected from damage, and supported if necessary. Prior to any work the Contractor shall obtain necessary perm1ts for \vork in the area or shall ascertain that the permits have otherwise been obtained. See Special Conditions for field layout, staking, and grade setting requirements. Classification of Excavation: All excavation in connection with site work will be considered unclassified common excavation. CLEARING: Clearing shall consist of the felling and cutting up or trimming of trees and the satisfactory disposal of the trees and other vegetation designated for removal together \vith the down timber, snags, brush and rubbish occurring within the project limits. Trees and other vegetation to be removed and all stumps, roots, and brush in areas to be cleared but not grubbed shall be cut off flush with or slightly below the original ground surface. Trees and stumps in areas to the covered by embankments 3 feet or more in height shall be cut off to 8 inches or less above the original ground surface, Trees and other vegetation in areas to be cleared and grubbed may be removed by uprooting or any other method that the Contractor may propose that is satisfactory to the Engineer. Individual trees and groups of trees designated to be left standing shall be trinuned of all live branches to such heights and in such manner as directed by the Engineer. All limbs and branches required to be trimmed shall be neatly cut close to the hole of the tree or to main branches, and be cuts more than 1-1/2 inches in diameter thus made shall be painted \vith an approved tree wound paint. GRUBBING: Grubbing shall consist ofthe removal and disposal of all stumps, roots larger than 3 inches in diameter to the depth specified, and matted roots from the areas to be grubbed. In foundations areas, stumps, roots, logs or other timber 3 inches and over in diameter, matted roots, and other debris not suitable for foundation purposes, shall be excavated and removed to a depth not less than 18 inches below any subgrade, shoulder or slope; and to a depth of 12 inches below firush grade in areas to be grassed, T5-1 I" I I I. I' I, I I: Ii I I: I~ I. I I I I I I AJl depressions excavated belov,T the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface confonn to the '-surrounding ground surface. Grubbing will not be required in areas other than those occupied by construction and graded and grassed areas. DISPOSAL OF CLEARED AND GRUBBED l\'lA TERIAL: lvlerchantable Timber: AJl merchantable timber (6" diameter at the base or larger) cut from the construction sites, or from the rights-of-\~\'ay, shall remain the property of the Augusta-richmond County, The contractor shall trim and cut such timber and stack it neatly within the easement or right-of-\vay, as directed by the Engineer. BuminQ: or Removal From Site: All Timber, except such timber which the Engineer considers merchantable, all logs, stumps, roots, brush, rotten wood and other refuse from the clearing and grubbing operations shall be burned, except that when perrrUtted in writing by the Engineer, logs and large stumps may be otherwise disposed of as elected by the Contractor. Such permit \vill state the conditions covering the disposal of such logs and stumps without burning, including the areas in \vhich they may be placed. Timber and other refuse to be disposed of by burning shall be burned at locations specified by the Engineer, in a manner that will avoid all hazards, such as damage to existing structures, construction in progress, trees and vegetation. The Contractor will be responsible for compliance with all Federal and State La\""s and regulations relative to the building of fires. Disposal by burning shall be kept under constant attendance until the tires have burned out or have been extinguished. l\L-\ TERIALS: Borrow l\.Jaterial shall be selected to meet the requirements and conditions of the particular installation for which it is to be used. The material shall consist of sand soils or sand-clay soils capable of being readily shaped and compacted to be required densities and shall be free of roots, trash arid any other deleterious material. The material shall be obtained from off-site borrow pits approved by the Engineer. Borrow pits shall be cleared and grubbed as necessary, and shall be opened, excavated, graded and maintained so that adequate and proper drainage and a neat appearance shall exist at all times, Topsoil shall consist of a natural material that occurs in surface deposits of limited depth, and, in general, on elevated areas, it shall be composed of natural mi),1ures of clay and soil binder with sand. Topsoil shall contain not more than 25 percent of clay and shall be free of stones larger than 2 inches in diameter, roots, excessive vegetation, rubbish or other deleterious matter. Topsoil shall be approved by the Engineer before being used on the work. Topsoil as described, shall be excavated from all areas to be disturbed, whether for structures, piping, site grading, or paving, and if it cannot immediately be placed in its final location, it shall be stored for later use. Stockpiled topsoil shall be placed to afford good drainage, Topsoil \vork shall not be performed when the soil is so wet that the tjlth of the soil will be destroyed. Embankment: Tbjs item consists of placing in fills and embankments for roadways, and other site grading work, the materials removed from the various excavations and borrow pits, all as specified therein and in accordance with the appropriate lines, grades, sections, contours and dimensions. TS-2 1-' I I I I I I I I I I Ii I: I. I I' I I I Crushed stone surfacing material shall consist of a compacted subgrade, a 4" sand-clay base, and a " 2-1/2" crushed stone surface course. The surface course shall consist of dense graded crushed stone with 65 percent passing a No.4 U. S. Standard Sieve. CONSTRUCTION 1\'IETHODS: General: During construction, embankments, fills and excavations shall be kept shaped and drained. Ditches and drains along the subgrade shall be maintained in such manner as to drain effectively at all times. Grading shall be done so that the surface of the ground yvill be properly sloped to prevent \vater from running into the excavations for structures or pipe ]jnes; any water \vhich accumulates in excavations shall be removed promptly. Excavated materials shall not be stockpiled within a distance from the edge of any excavation less than 1-1/2 times the depth of the excavation. Suitable material removed from excavation shall be used, \vhere feasible, in the formation of embankments, fills, subgrades, shoulders, backfills, and site grading; excess material from excavation, not required for such uses or materials not suitable for such uses, shall be wasted in locations directed by the Engineer. Any wetting, hauling, scarii)ing, mixing shaping, rolling, tamping or other operation incidental to the follO\ving requirements, which, in the judgment of the Engineer, are necessary to obtain the specified results, shall be performed by the Contractor at no additional expense to the Owner. Site Grading: Site grading shall consist of excavating and placing all necessary materials outside the limits of the various structures. Site grading shall be completed when all surfaces are aligned with surrounding grades or are in conformity with the contours \vhen shown, and are smooth, firm, containing the specified materials. Site grading shall include all excavation, filling and compacting required tor construction of all ditches, roads, and all other areas disturbed by construction except as othenvise specified. Site grading also shall include excavation and backfill for walks and steps. Except as otherwise speci:6ed herein, all disturbed areas on the site shall be finished off to a uniformly smooth surface, free from abrupt, irregular surface changes. The degree of smoothness shall be that ordinarily obtainable from power grader operations. The finished surface shall not be more than 0.10 foot above or below the established grade. There shall be no roots, \vasted building materials, trash or other unsightly matter projecting through or visible at the surface. After all embankments and fills have been completed to grade, and after aU structures and pipe lines requiring the use ofheav)' equipment have been completed, excavation necessary for the construction of walkways and steps may be performed. Excavation shall be accurately cut to line and grade; sufficient \\~dth for the accurate placement and adequate support of the fom1s shall be allowed. After the forms are removed, the backfill shall be replaced and recompacted around structures, walks and steps. Care shall be taken to avoid damage to the walks and steps by the tampers. Topsoil shall be evenly spread over the entire area to receive vegetation cover. The compacted subgrade shall be scarified to a depth of2 inches for the bonding of topsoil with the subsoil. Topsoil shall then be evenly spread, lightly compacted (not less than one pass of a cultipacker weighing 100 to l60#/ft. of roiler) and graded to a uniform thickness of not less than 3 inches, and the surface shall confom1 to the requirements of site grading, ditches, embankments, or other features, as applicable. Ditches shall be cut accurately to line, grade, and cross-section. Any excessive ditch excavation shall be backfilled to grade with material approved by the Engineer, consisting of suitable excavated soil, T5-3 I I I I I I I I I I I I I I I I I I I borrov>" or stones or cobbles. The requirements of paragraph "Site Grading" above, shall apply to .- ditches except as follo\vs: The degree of smoothness shall be that usually obtainable with string line or hand raking methods; the finished surface of ditch slopes shall not be more than 0.10 foot above or below the appropriate elevations. Embankment: Sloping ground surface, steeper than one vertical to four horizontal, on which embankment or fill is to be placed, shall be plowed, stepped, or broken up in such manner that the embankment material will bond \vith the existing surface. Approved material, consisting of earth, sandy clay, sand and gravel, clay gravel, soft shale, or other granular material (not containing muck, trees, stumps, brush, matted roots or other clods of earth or stones) shall be placed in horizontal layers of loose material not more than 8 inches in depth. Each layer shall be spread unifomlly and tamped and compacted to 95 percent of the density measured by Standard Proctor ASTM D698. Tamping shall be accompJjshed by sheepsfoot rollers or mechanical hand tampers. Final compaction may be by an approved power roller \veighing not less than 10 tons, except where insufficient cover may cause damage to pipe. INSPECTION Al\T}) TESTS: The Engineer, at his discretion, may order tests and inspections to the performed during the progress of the \vork, or at the completion of any individual unit of the work, or at the time offinal inspection of the entire project. Random spot checks of elevation and slopes shall be conducted by ordinary differential level and profile methods. Random spot checks of topsoil thickness shall be conducted by cutting through the surface with a spade or mattock, and measuring the thickness of topsoil exposed. Density of embankment, fill, backfill or subgrade may be measured according to the procedures of ASTM D698. ' GR~SSING: Areas ofroad shoulders and other property disturbed by construction operations shall be grassed in accordance with the GRASSING section of the specifications. Areas to be grassed shall be planted, maintained, and shall utilize topsoil, lime, fertilizer, proper and approved grass and mulch sufficient to produce a cover suitable to eliminate significant erosion. lV1AINTENANCE: Inspection of site \vork as it is completed, shall not constitute final acceptance of the item. The Contractor shall maintain all items in such condition as to be ready for final inspection from the time of completion until the final acceptance of the entire proj ect. P A Yl\'1ENT: Payment for clearing, grubbing, site grading, borrow material, sediment containment, crushed stone driveways, and erosion control shall be included in the unit price for water lines, lump sum price and other unit price or lump sum prices as appropriate. T5-Lj I I I I I I I I I I I I. I I I I I I I No other separate payment will be made for the v,lQrk covered by this section of the specifications and _ all costs in connection there\\~th shall be included in the appropriate lump sum or unit price in the Bid. SECTION T-2 - EXCAVATION. FILLrnG A1\'D BACKFILLING SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances, materials, layout staking and grade staking and supervision, and in performing all operations in connection with the excavation, filling and backfilling for structures and piping in strict accordance with this section of the specifications, the applicable drawings and terms and conditions of the Contract. CLASSIFICA TION OF EXCA VA TIOX All excavation shall be unclassified. EXCA VA TION: General: The excavation shall conform to dimensions and elevations appropriate for the pipe line or structure. Excavation shall not be carried below the elevation necessary for construction. Excavation for Walls and Footin2:S shall e:x1end a sufficient distance to allow for the placing and removal of forms, installation of services and for inspection, except where the concrete wall or footing may be authorized to be deposited directly against excavated surfaces. Trench Excavation: Trenches shall be excavated true to line and grade. Trenches to receive pipe having a nominal diameter of24 inches or less shall not be less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, so that a clear space of not less than 6 inches nor more than 8 inches in width is provided on each side of the pipe. The maximum \\~dth specified applies to the width at or below the level of the top of the pipe. The width of the trench above the pipe may be as wide as necessary to provide room for proper installation of the work. The contractor shall comply with the safety requirements of OSHA. The bottoms of trenches for water lines shall be rounded so that the lower 90 degree quadrant of the pipe is in direct contact throughout its entire length \\~th undisturbed earth or with suitable compacted fill material. Bell holes and excavation for joints shall be dug by hand after the trench bottom has been shaped. These holes shall be so spaced and sized as to peI11'llt first class workmanship on the joint and to insure that the maximum length of pipe possible will rest on the prepared bottom of the trench. \Vhere rock is encountered in the trench bottom, the excavation shall be carried below the bottom of the pipe a distance of6 inches or one-eighth the outside diameter of the pipe, whichever is greater. Where, in the opinion of the Engineer, the natural trench bottom is soil which is incapable of T5-5 I I I I I I I I 1 I , I I I I: I I ,I I I I satisfactorily supporting the pipe, such unsuitable soil shall be removed to the depth required as __ detennined at the site. The trench bottom shall then be refilled with selected refill material, placed in 8 inch layers and compacted at optimum moisture content. Each layer shall the thoroughly tamped. The refill shall be brought to the proper elevation for the pipe. Dewatering and Draina{le of Excavated Areas: Grading in the vicinity of structures shall be controlled to prevent surface water from running into excavated areas. De\vatering by pumping or well pointing from excavated areas shall be performed by the contractor to provide a stable excavation and a firm pit or trench bottom. De\vatering shall incur no ex1ra cost to the Ovmer. All dewatering methods shall be subject to the approval of the Engineer as to capacity and effectiveness. \Vater removed from the excavated areas shall be conveyed in a proper manner to a suitable point of discharge where it will neither cause injury to public health, public or private property, the surface or use of streets by the public or \vork completed or in progress. Protection A{lainst Flotation: To guard against the danger of flotation of empty or partially empty pipe due to a high water table, all dewatering operations shall be continued without interruption until such time as sufficient backfill has been placed over the top of the pipe to overcome the buoyancy effect of a completely empty pipe \vhich is entirely submerged. Shoring and Protection of Excavations: Shoring shall be provided by the contractor as necessary to protect life or property. All existing structures, streets, pipes, and foundations which are not to be removed or relocated shall be adequately protected or replaced by the Contractor \vithout cost to the Owner. The Contractor shall adequately protect the \vork under construction and the safety of his workman in excavations by the use of suitable sheeting, shoring and bracing, or by sloping the banks in accordance with the angle of repose of the soil. The contractor alone is responsible for any damage or injury resulting from his failure either to provide adequate protection from the excavation or to comply with OSHA requirements. Excess Material: Excess material to be used for backfill shall be stockpiled as directed by the Engineer. Excavated material shall be deposited a sufficient distance from the side of excavation walls to prevent excessive surcharge on the wall. Excess excavated material not suitable or required for backfill or filling shall be wasted \vithin the limits of the site as directed by the Engineer. Blasting: Where blasting is necessary, it shall be done in accordance \vith ordinances by skilled operators end precautions shall be taken to avoid damage. Suitable mats shall be provided to confine, within the limits of the excavations, all materials lifted by blasting. FILL: Eal1h fill shall be placed in layers not to exceed 8 inches in thickness. Each layer shall be compacted at optimum moisture content in a manner approved by the Engineer. After compaction, the dry vieight per cubic foot for each layer shall be at least 95% of the maximum Laboratory Dry 'Weight per cubic foot, as determined by the ASTlvf D 698. TS-6 I I- I Ii I' I I I: BACKFlLLING: The Engineer shall be notified before backfilling in order that the work may be inspected before it is covered. After completion of the foundation footings, walls, or pipe work, and prior to backfilling, all forms shall be removed and the excavation shall be cleared of aU trash and debris. Symmetrical backfill shall be placed in horizontal layers not in excess of 8 inch thickness, and shall have an optimum moisture content when compacted. After compaction, the dry weight per cubic foot for each layer shall be at least 95% of the maximum Laboratory Dry Weight per cubic foot, as determined by ASTM D 698. FILL AND BACKFILL I\'1A TERrAL: Material for fill and backfilling shall consist of the excavated material, if suitable, or borrow approved by the Engineer, and shall be free of trash, lumber, or other debris, roots and other organic, perishable or deleterious matter. IVlA TERIAL FOR TRENCH BACKFILL: II II Borrow material for trench backfill shall consist of sand soils or sand clay soils capable of being readily shaped and compacted to the required densities and shall be free of roots, trash, and any other deleterious material. SELECTED REFILL I\'lA TERIAL I: 1-: I- I I I I I I When directed by the Engineer: selected refill material shall be used to refill the trench bottom where unsuitable soil is encountered; or, \vhere rock excavation is required in trenches for water lines, selected refill material shall be used to refill the trench bottom to a minimum depth of 6 inches. Such material shall be crushed stone or gravel of suitable gradation free from sod, sticks, roots and other organic, perishable or deleterious matter. The Contractor shall obtain prior approval from the Engineer of the material proposed for the above use. PA VEI\1ENT REMOVAL Ai'\r:D REPLACEMENT: The contractor shall replace or repair all pavement which has been removed or damaged in his trenching operation with pavement of equal quality but not less than 8" of 4,000 psi. concrete, plus 2" hot plant mix over compacted fill. Sufficient pavement shall be replaced to allow for at least one foot outside of excavation limits or damaged portions. The existing pavement shall be neatly cut vertically and on a uniform horizontal alignment. The type of paving used in patching shaU be the same as the original pavement and shall be tied into the adjacent pavement or slab as directed by the Engineer. Pavement subgrade and pavement under the cognizance of local and state highway departments shall be replaced in strict accordance \vith their standards or direction_ The Owner \vill pro\~de pemilts for the opening of the pavement. The Contractor shall meet all of the requirements of such permits for work which is done within the higlnvay right-of-\vay. T5-7 I I I I~ I I I I; I I: I: I; 1- I~ I I I I I EROSION AND SEDIlVffiNT CONTROL: Temporarv Silt Fencing shall be installed to limit the migration of silt from the construction area to watenvays or proximate water courses. Filter fabrics free of defects or flaws shall be installed against a stable, post supported wire backing to inter~ept all runoff from the construction site. Filter Fabrics Materials shall be strong rot-proof synthetic fibers formed into a fabric of either the \voven or nOl1\voven type. Either type offabric shall be free of any treatment or coating which might significantly alter its physical properties after installation. The fabric shall contain stabilizers and/or inhibitors to make the filaments resistant to deterioration resulting from exposure to sunlight or heat. The fabric shall be a pervious sheet of synthetic fibers oriented into a stable net\vork so that the fibers retain their relative position \vith respect to each other under normal handling, installation, and service conditions. Edges of the fabric shall be finished to prevent the outer yam from pulling a\vay from the fabric. During all periods of shipment and storage, the fabric shall be wrapped in a heavy-duty protective covering which \\~ protect the cloth from sunlight, mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater than 140 degrees F. The fabric shall meet be follo\ving physical requirements: Tensile Strength (Lbs. :Min.) (ASTM D-4632) \Varp - 120 Fill- 100 Elongation (% Max.) (ASTM D-4632) 40 AOS (Apparent Opening Size) (Max- Sieve Size) (ASTMD-4751) #30 Flow Rate (GallMin/Sq.Ft.) (GDT-87) 25 UJtraviolet Stability (2) (ASTM D-4632 after 300 hours weathering in accordance with ASTM D-4355) 80 Bursting Strength (PSI Kin.) (ASTM D-3786 Diaphragm Bursting Strength Tester) 175 }.1jnimum Fabric Width (Inches) 24 Filter Fabric Backing shall be woven wire and attached to the posts by wire, cord, staples, nails, or other acceptable means. The filter fabric shall be installed in such a manner that 6 to 8 inches of fabric T.5-8 I I I I I I I I I I I I I I I I I I I is left at the bottom to be buried and a minimum overlap of 18 inches is provided at all splice joints. _. After the fabric is installed in a trench, the trench is then to be backfilled and compacted so that no flow can pass under the barrier. The \Vire Support Fence shall be at least 24" high and shall have at least 6 horizontal wires 4X4 \V1..4 X \V1.4 or equal. Posts shall be a minimum of 4 feet long and either \-vood or equivalent steel posts may be used. Soft \vood posts shall be at least 3 inches in diameter or nominal 2" X 4" and straight enough to provide a fence \vithout noticeable misa]jgnment. Maximum post spacing shall be 4 feet. \^llfe Staples/Fasteners shall be #17 gauge minllnum and shall have a crown at least 3/4 inch wide and legs at least lh inch long. Nails for fasteners shall be #14 gauge minimum, 1 inch long with 3/4 inch button beads. Fasteners shall be evenly spaced with at least 4 per post. Straw Bale Ditch Checks: To control erosion in \vaterways and to provide additional restriction of silt migration, temporary ditch checks shall be installed. Standard rectangular mechanically produced straw bales shall be anchored to 2x4x4'-O" posts set 2_5' below grade. Removal of Temporary Soil Erosion and Sediment Control Measures: After permanent erosion control features of the work site are complete and ample grass is established, the temporary fences, ditch checks, etc. shall be removed. Silt which has collected shall be removed, or when appropriate, regraded, stabilized, and planted. RESTORATION OF PRIVATE PROPERTY: The contractor shall carefully restore all private property defaced by operations or acts of any of his agents or employees. Such restoration shall include seeding, sodding, and transplanting of lawns, hedges or ornamental plantings, and the repair or replacement of other private facilities in such manner as to meet the approval of the Engineer and at no additional cost to the Owner. No structures or trees shall be removed without the consent of the property ovmer or until condemnation procedure, if necessary, has been completed. PAYMENT: Except as specifically stated in the items \vhich follow, no separate payment shall be made for common excavation for structures and pipeline trenches; backfill; pipe bedding; protection of utilities; maintenance of usable driving surfaces free from potholes; depressions and ruts, erosion control and sediment containment measures; and other work covered by this section of the specifications. Such \vork shall be considered as a subsidiary obligation of the Contractor in completing the work and all costs in connection there\vith shall be included in the applicable lump sum or unjt price items in the Bid. Pavement replaced over trench excavations \vill be paid for on the basis of the applicable unit price per linear foot as set fonh in the Bid. T5-9 I I I I I I I. I I I I I I I I I I I I Resurfacing: For roadway sections \vhich must be resurfaced, payment will be made per square yard _ for the resurfacing applied over the pavement replacement over trench excavations as \vall as the adjoining area within the resurfacing limits. SECTION T-3 - CONCRETE SCOPE: The work covered by this specification consists of furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of concrete work, complete, in strict accordance with this specification and the applicable dra\vings, and subject to the terms end conditions of the Contract. APPLICABLE SPECIFICATIONS: The current edition of the following specifications form a part of this specification: American Societv for Testin2. Materials Desilffiation: C"" ~~ Concrete Aggregates Portland Cement Reinforcing Steel Ready-lvfix Concrete Method of i\Jaking and Curing Concrete Compression and Flex.'ure Test Specimens in the Field C 150 A 615 C 94 C 31 American Concrete Institute Publications: ACI318 ACI 315 Building Code Requirement for Reinforced Concrete Manual of Standard Practice for Detailing Reinforced Concrete Structures CONCRETE: Materials: Cement: Portland Cement shall be Type I or Type III conforming to ASTM C 150. Only one brand of cement shall be used for exposed concrete in any individual structure. Fine A2.QJe2.ate shall consist of natural sand, manufactured sand or a combination thereof, conforming to the requirement of ASTM C 33, Concrete Aggregate. Coarse A2.2.re2.ate shall consist of crushed stone, gravel, or air cooled blast-furnace slag, or a combination thereof, conforming to the requirement of ASTM C 33, Concrete Aggregates. \Vater shall be clean and free from oils, acids, salts, or other injurious substances. T5-10 I I I I I I I I I I I I I I I I I I I Admixtures shall be used to provide entrained air. Other admixtures shall be used only with written -approval of the Engineer. Air entraining admixtures shall conform to ASTM C 260. Other admixtures shall conform to ASTM C 494. Calcium cWoride will not be permitted. Curing Materials shall be approved by the Engineer before use. Reinforcing steel for concrete shall conform to ASTM A 615, Grade 40 or Grade 60 except as otherwise noted on the drawings. Shop drawings are required. Storage of Materials: Cement and aggregates shall be stored in such a manner as to prevent deterioration or intrusion offoreign matter. Steel reinforcing shall be stored in such a manner as to the protected from rusting, oil, grease, and distortion. Mix: All concrete shall have a minimum 28-day compressive strength of 4,000 pounds per square inch and a slump of 4 inches, unless otherwise indicated. All concrete shall be mixed in a power operated batch mixer. The contents of the mixer shall be completely discharged before each new batch is loaded. Ready mix concrete shall conform to ASTM C 94. The use ofretempered concrete will not be permitted. Concrete for pipe encasement, blocking, and collars shall have a minimum strength of 3,000 psi. Forms: Walls, beams, elevated slabs, footings, piers, cradles, collars, encasement, blocking, floors and other members shall be formed, where necessary, to accurately conform to the appropriate shape, lines and dimensions. Wood forms shall be made from lumber of NO.2 Common Grade or better. They shall be properly braced and tied so as to maintain their position and shape, and shall be sufficiently tight to prevent leakage of grout. Finish: Floor shall be wood float finished except those normally exposed to view shall be troweled. Walls shall be smooth, free from holes, pockets or honeycomb; fins shall be cut off; depressions, holes, and rough spots shall be carefully pointed. Wall surfaces normally exposed to view shall be rubbed. Cylinders: Two cylinders per 50 yards of concrete and not less than two for each day's pour shall be tested for 28-day strength. PAYMENT: Except as specifically stated in the following items, no separate payment will be made for work covered by this section of the specifications and all costs in connection therewith shall be included in the applicable lump sum or unit price items in the Bid. SECTION T-4 - SANITARY SE\VERS AND APPURTENANCES SCOPE: The work covered by this section of the specifications includes furnishing all plant, labor, supervision, T5-11 1-" I I I I I I I I 1 I I I I I I I I I equipment and materials, and in perforrning all operations in connection with the installation of all -piping, fittings, and appurtenances as required for the proper connection and operation of the sanitary sewer collection system in the strict compliance with this section of the specifications and the applicable plans and subject to the terms and conditions of the Contract. SANITARY SEWER PIPE: Pipe for sewers shall be furnished in accordance with the following requirements: A. Quality and Inspection: Latitudes in workmanship and finish allowed by ASTM not withstanding, all pipe shall have smooth exterior and interior surfaces; be first quality, be free from cracks, blisters, and other imperfections, and be true to theoretical shapes and forms throughout each length. Pipe shall be subject to inspection by the Engineer at the pipe plant, trench, and other points of delivery for the purpose of culling and rejecting pipe, independent of laboratory tests, which does not conform to the requirement of this Section. Pipe which does not conform will be so marked by the Engineer, and shall not be used in the work. On-the-job repairing of rejected pipe will not be permitted. B. Experience of Manufacturer: The pipe manufacturer shall submit evidence, if required by the Engineer, of having consistently produced pipe and joints of the quality specified herein, and which have exhibited satisfactory performance results in service over a period of-not fewer than two years. The pipe manufacturer and the pipe manufacturing process shall be subject to approval by the Engineer. C. Polyvinyl Chloride (pYC) Sewer Pipe and Fittings: Polyvinyl Chloride (pYC) Sewer Pipe shall be bell and spigot pipe in lengths not exceeding 20 feet laying lengths and shall have minimum all thickness confinning to ASTM D 3034 under the classification for SDR 35 pipe, as amended to date. Polyvinyl Chloride (pYC) sewer pipe fittings shall be bell and spigot or bell and Plain end and shall conform to ASTM D 3034, as amended to date. 1. Markings: Pye pipe shall be marked at intervals of 5 feet or less with the following information: Manufacturer's Name or Trade Mark, Plant code, Date of manufacture, Nominal Pipe Size, PYC Cell classification, the legend "Type PSM DR 35 PYC Sewer Pipe", and ASTM designation D 3034. Fittings shall be marked with the following information, Manufacturer's Name or Trade Mark, Nominal Size, Designation PYC and PSM and ASTM designation D 3034. All markings shall remain legible during normal handling, storage and installation. T5-12 I- I I I I I I I I I I I I I I I I I I 2. Certification: The Contractor shall furnish the Engineer with a written statement from the manufacturer that all pipe and fittings furnished have been sampled, tested and inspected in accordance with ASTM D 3034, as amended to date. Each certification so furnished shall be signed by an authorized agent of the manufacturer. .., ~. Joints: All pipe shall have elastometric joints with an integral belled gasket coupler. Rubber gaskets shall comply with the physical requirements specified in the latest revision of ASTM F 477, as amended to date. Joints shall meet the requirements specified in ASTM D 3212, as amended to date. IRON PIPE AND FITTINGS: The Contractor shall furnish Iron Pipe and fittings as follows: A. Ductile Iron Pipe: Pipe shall be centrifugally cast and shall conform to ANSI Specifications A2l.1 0, A2l. 50 and A2l. 51, as amended to date, with mechanical or push-on joins and laying lengths of at least 18 feet with Class 51 wall thickness for size 3-inch and 4-inch pipe and Class 50 wall thickness for pipe 6-inch in size and above unless indicated otherwise herein and/or on the drawings. B. Fittings: Fittings shall be cast from gray or ductile iron and shall conform to ANSI Specification A 21.10 (A WW A C 110), as amended to date. All fittings shall have standard mechanical joints. Fittings for size 3-inch thru 12-inch shall be Class 250 for Gray Iron and Class 350 for Ductile Iron. Fittings for size 14-inch thru 48-inch shall be Class 250 for Ductile Iron. c. Lining and Coating: Pipe and Fittings shall be cement-lined (standard thickness) inside and bituminous coated outside, in accordance with the applicable provisions of ANSI Specification A 21.4 (AWWA C 104) and, ANSI A 21.51 (AWWA C 151), as amended to date. The inside cement lining shall be treated with a bituminous seal coat. D. Weights and Marking: \Veights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. The class designations for the various classes of pipe and fittings shall be cast onto fittings in raised numerals, and cast or stamped on the outside of each joint of pipe. Weights shall be plainly and conspicuously painted in white on the outside of each joint of pipe and each fitting after the exterior coating has hardened. E. Certification: The manufacturer of iron pipe and fittings shall furnish both the Engineer and the Owner with certified reports stating that inspection and specified tests have been made and that the results thereof comply with the applicable ANSI Specifications for each. T5-13 I I I I I I I I I I I I I I I I I I I PRECAST CONCRETE MANHOLES The Contractor shall furnish precast concrete manholes as follows: A. Precast Concrete Manholes: Precast concrete manholes shall consist of precast reinforced concrete riser sections, concentric top section and a base section conforming to Typical Details shown on Detail Drawings. Precast manhole sections shall be manufactured in accordance with ASTM C 478, as amended to date, and these specifications. Concrete shall have a minimum compressive strength of 4,000 psi when tested in accordance with ASTM C 39, as amended to date. Steel reinforcement shall be as specified in ASTM C 478, as amended to date. Wall and bottom section shall have a minimum thickness of five inches (5"). 1. Base Section: Base sections for precast concrete manholes shall have bottom poured monolithically with the walls. Base sections shall be furnished with inside diameters of 4, 5, and 6 feet as required. Base sections shall be furnished with a minimum height of 24 inches for pipes having a diameter of 8, 10, or 12 inches and a minimum height of 3 6 inches for pipes having a diameter of 15 or 18 inches. Minimum height for 5 or 6 foot diameter base sections shall be 48 inches regardless of pipe size. Base sections with 5 or 6 foot inside diameters shall be reduced to 4 foot inside diameter by means of an adapter ring or transition top. The openings in the base section for the accommodation of the pipe shall be cast to closely conform to job conditions and shall provide a minimum clearance of three inches (3") between the inside bottom the base and outside bottom of the pipe barrel. 2. Riser Section: The riser sections shall be furnished in a minimum of six inch (6") increments and shall be four feet (4') in diameter with, (a) tongue and groove joint to be sealed with approved butyl rubber or bitumastic material, similar to "Ram Nek" as manufactured by K.T. Snyder Co., Inc. Or (b) O-Ring gasket type joint conforming to ASTM C 443, as amended to date. The gasket joint shall be thoroughly cleaned of all loose materials and brushed with an approved Epoxy to give a smooth surface free of any honeycomb. 3. Alteration of Manholes: In the event that the manhole has to be altered after delivery to job sit the Contractor may, with permission of the Engineer, connect the pipe to the manhole with a collar of mortar and brick. The opening between the pipe and manhole shall have a minimum clearance of one inch (1 ") and shall be filled from the inside of the manhole with a non-shrink grout. T5-14 I-- I I I I I I I I I I I I I I I I I I 4. Repaired and Patched Sections: Repaired and Patched sections will not be acceptable unless each individual section so repaired and patched shall have first been inspected and approved by the Engineer, for repair and patching at the manhole plant. Repairs to and patching of O-Ring grooves and shoulders will not be permitted. 5. Absorption: Absorption shall not exceed 9 percent when determined in accordance with ASTM C 497, as amended to date. MANHOLE BRICK.;. Brick for grade adjustment shall be whole hard burned common brick conforming to ASTM C 32 Grade MS, as amended to date. A maximum of 3 courses shall be used_ CONCRETE WORK: Concrete of the respective classes for manhole bottoms, bedding, blocking, head walls, piers and other miscellaneous structures shall be as called for in the work to which they pertain. All concrete work will comply with the Georgia D.O. T. Standard Specifications, 1993. RElNFORClNG STEEL AND MISCELLANEOUS :METAL: Reinforcing steel, structural steel, miscellaneous iron, and steel and iron castings shall conform to these specifications and shci11 be as called for in the work to which they pertain. They shall comply with Georgia D.O. T. Standard Specifications, 1993. UNLOAD lNG, HAULlNG, DISTRIBUTlNG, AND STORING PIPE AND RELATED MA TERIALS: The Contractor shall unload, haul, distribute and store pipe and related materials as follows: A. Unloading: Equipment and facilities for unloading, hauling, and distributing and storing materials shall be furnished by the Contractor. B. Handling: Pipe, fittings and other materials shall be carefully handled so as to prevent breaking and/or damage. c. Distributing: Materials shall be distributed and placed so as to least interfere with traffic. No street or roadway may be closed without first obtaining permission of the proper authorities. The Contractor shall furnish and maintain proper warning signs and obstruction lights for the protection of traffic along highways, streets and roadways upon which material is distributed. No distributed materials shall be placed in drainage ditches. D. Storage: All pipe, fittings and other materials which cannot be distributed along the route of the work shall be stored for subsequent use when needed. The Contractor TS-15 I I I I I I I I I I I I I I I I I I I shall make his own arrangements for the use of storage areas. 1. Ductile Iron Pipe: Ductile iron pipe must be stockpiled on level ground. Timbers must be placed under the pipe for a base and to prevent dirt and debris from washing into the pipe. 2. PVC Pipe: PVC pipe must be stockpiled on level ground. If pipe is unloaded individually by hand, timbers must be used under the pipe for a base, spaced the same as factory load, with stop blocks nailed at either end. Ifpipe is unloaded in units, the units must be placed on level ground and shall not be stacked more than two (2) units high_ LOCATION AND GRADE: The line and grade of the sewer, and the position of manholes and other structures shall be as shown on the plans or as directed in writing by the Engineer. The price for trenching shall include the trench for the depth below the grade line necessary to lay the sewer to this grade, but measurements for payment will be made only to the grade line. All lines and grades shall be laid out by the Contractor from the controlling lines and bench marks established by the Engineer, or from measurements shown. All lines and grades shall be subject to checking by the Engineer but that checking shall in no way relieve the Contractor from responsibility for their correctness. The Contractor shall provide such stakes, materials, labor and assistance as the Engineer may require in laying-out work, establishing bench marks and checking and measuring the work. ORDER OF WORK.;, The Owner reserves the right to accept and use portions of the \",ork when it is considered to be in the public's interest to do so. The Owner shall have the authority to establish the order in which the lines shall be worked. INSPECTION: All work done and materials furnished shall be subject to inspection by the Engineer or his authorized representative. Improper work shall be reconstructed and materials which do not conform to the requirements of this Section shall be removed from the work upon notice being received from the Engineer of the rejection of those materials. The Engineer shall have the right to mark rejected materials and/or the Contractor shall segregate said materials to distinguish them as such. ORGANIZA TION OF WORK: The Contractor shall so organize his work that backfilling and cleanup shall closely follow pipe laying operations and manhole construction. T5-16 I I I I I I I I I I I I I I I I I I I For work outside the streets and roadways, work shall be performed in such manner that not more -than five hundred (500') feet of trench shall remain open at anyone time. Failure on the part of the Contractor to comply with the above provisions in a reasonable manner, in the opinion of the Engineer, shall be sufficient cause for the Engineer to order a temporary shut-down of further trenching and pipe laying operations until the provisions have been met. REMOVING AND RESETTING FENCES: At all locations where existing fences must be removed to permit construction of the sewer, the Contractor shall remove the fences and, as the sewer construction progresses, reset the fences in their original location and to their original condition_ During construction, the Contractor shall provide temporary fencing, or employ other safeguards, which will prevent livestock from wandering to other property. PROTECTION OF OTHER UTlLITIES AND STRUCTURES: Damage to existing utility lines, services, poles, and structures shall be repaired or replaced by the Contractor at his own expense. The approximate positions of certain known underground lines may be shown for information. A minimum clearance of ten feet (10') horizontal and eighteen inches (18 ") vertical must be maintained between new sewer lines and existing water mains. Existing small lines are not shown. The Contractor shall locate existing small lines and other possible existing unknown utility lines, with an electronic pipe finder and shall excavate and expose all existing underground lines in advance of trenching operations. Removing and relaying of those lines and appurtenances which constitute an obstruction to the completed line and grade of the new work, in the opinion of the Engineer, will be made at the expense of the Owner, unless otherwise shown on the Drawings to be altered by the Contractor. PROTECTING TREES, SHRUBBERY, AND LAWNS: Trees and shrubbery along trench lines crossing developed private property shall not be disturbed unless absolutely necessary, subject to approval by the Engineer. Trees and shrubbery to be removed shall be properly heeled -in and replanted. Heeling-in and replanting shall be done under the direction of an experience nurseryman. Where sewer trenches cross private property through established lawns, sod shall be cut, removed, stacked and maintained in suitable condition until replacement is approved by the Engineer. Topsoil underlying lawn areas shall likewise be removed and kept separate from general excavated materials and will be replaced at the surface of the trench in back filling. In lieu of removing and replacing sod, the Contractor may, if approved by the Engineer, regrass lawns by seeding or sprigging with grass of the same type as the established lawn. T5-17 I I I I I I I I I I I I I I I I I I I BEDDING OF pve AND DUCTILE IRON PIPE: All pipe shall be laid on foundations prepared in accordance with the following specifications. A. PVC Pipe: PVC pipe shall be laid as specified using the following classes of bedding required for the various type soils and conditions encountered. Bedding for PVC pipe shall be in accordance with ASTM D 2321, as amended to date, the manufacturers recommendations and these specifications. 1. Bedding Material: Class I Materials shall be used for bedding and haunching in all conditions. Class II, Class III, Class IV, and Class V materials will not be permitted for bedding and haunching under any condition. 2. Depth of Bedding: Trench shall be undercut to allow for a minimum of six inches (6") of bedding material. Bell holes shall be excavated in the bedding material to allow for unobstructed assembly of the joint but care shall be taken to assure that bell hole is no larger than necess_ary to accomplish proper joint assembly. After joint assembly, material shall be placed under and around the entire length of pipe and compacted. Compaction up to one-half the outside diameter of the pipe and the full width of the ditch shall be of the same material used in the bedding. Backfilling shall then be carried to a point six inches (6") above the top of pipe, using hand tools for tamping. If the remaining backfill material contains large particles which could damage the pipe from impact during placement the initial backfill shall be increased to twelve inches (12") above the top of the pipe. Puddling will not be allowed as a method of compaction. The remaining backfill shall be as specified in "Selected Backfill" and "General Backfill" paragraphs of these specifications. Pipe shall have at least thirty six inches (36") of cover before wheel loading and at least forty eight inches (48 ") of cover before using heavy duty tamping equipment such as a hydrohammer. ., ~. Definition of Bedding Material: Class I, II, III, IV, and V materials are defined as follows: Class I - Angular 1/4 to 3/4 inches graded stone. Latest revision of ASTM C 33 - Gradation #67 (ASTM #67) or #57 (ASTM #57) are acceptable. Class II - Course sands and gravels with maximum particle size of 3/4 inches including variously graded sands and gravels containing small percentages of fines, generally granular and non-cohesive, either wet or dry. T5-18 I I I I I I I I I I I I I I I I I I I Class III - Fine sand and clayey (clay filled) gravels, including fine sands, sand-clay mixtures and gravel-clay mixtures. Class IV - Silt, silty clays and clays, including inorganic clays and silts of medium to high plasticity and liquid limits. Class V - This class includes organic soils as well as soils containing frozen earth, debris, rocks larger than 1-1/2 inches in diameter, and other foreign materials. C. Bedding of Ductile Iron Pipe: Ductile iron pipe for gravity sewers shall be laid as specified using the following type of bedding required for the depth of cover for the various sizes of pipe to be installed. 1. Flat bottom trench on undisturbed earth. Backfill shall be as specified in the "Selected Backfilling" and "General Backfilling" paragraphs. 2. Pipe bedded in 4-inches of select materials (may be excavated material if free from rocks, foreign material and frozen earth). Backfill shall be as specified in the "Selected Backfilling" and "General Backfilling" paragraphs. D. Payment: No extra payment will be made for bedding, the cost therefore to be included in the prices bid for sewers. TRENCH WIDTHS: Trench widths and depths (where applicable) for PVC pipe. A PVC Pipe: The maximum trench widths and depths with the various classes of bedding and required conditions shall be as follows: 1. Trench Width: The maximum clear trench width at the cop of the pipe shall not exceed a width equal to the normal pipe diameter plus eighteen inches (18"). If this width is exceeded or the pipe is installed in a compacted embankment, pipe embedment shall be compacted to a point at least 2.5 pipe diameters from the pipe on both sides of the pipe or to the trench walls, whichever is less. 2. Trench Depths: Pipe Sizes 6-Inch to 21-Inch, Inclusive Class of Bedding I % of Proctor Density Range 95 Maximum Height of Cover 30 T5-19 I I I I I I I I I I I I I I I I I I I 3. Compaction: If the proper compaction cannot be obtained with materials from trench excavation, the Contractor will be required to obtain them elsewhere. LA YING GRAVITY SE\VER PIPE: All sewer pipe shall be laid upgrade, spigots shall point downgrade. The pipe shall be laid in the trench so that, after the sewer is completed, the invert surface shall conform accurately to the grades and aligrunent fixed or given by the Engineer. The interior of all pipes shall be carefully freed of all dirt and superfluous material of every description, as pipe laying proceeds. Defective joints discovered after laying shall be repaired and made tight. Defective pipe shall be removed and proper replacement made. A. PVC Pipe v,rith Elastomeric Joints: Proper implements, tools and equipment shall be used for placement of the pipe in the trench to prevent damage. Under no circumstances may the pipe be dropped into the trench. In subfreezing temperatures, caution shall be exercised in handling pipe to prevent impact damage. All pipe shall be carefully examined for cracks, blisters, nicks, gouges, severe scratches, voids, inclusions, and other defects before laying. If any pipe is discovered to be defective after having being laid, it shall be removed and replaced with sound material at the expense of the Contractor. 1. Assembly of Gasketed Joint: The assembly of the gasketedjoint shall be performed as recommended by the pipe manufacturer. The elastomeric gaskets may be supplied separately in cartons or pre-positioned in the b~ll joint or coupling at the factory. When gaskets are color-coded, the Contractor shall consult the pipe manufacturer or his literature for the significance. In all cases, the gasket, the bell or coupling interior, especially the groove area (except when the gasket is permanently installed) and the spigot area shall be cleaned with a rag, brush, paper towel to remove any dirt or foreign material before the assembling. The gasket pipe spigot bevel, gasket groove, and sealing swfaces shall be inspected for damage of deformation. When gaskets are separate, only gaskets which are designed for and supplied with the pipe shall be used. They shall be inserted as recommended by the manufacturer. Lubricant used shall be supplied by the pipe manufacturer and shall be applied as specified by the pipe manufacturer. 2. Lubrication: After lubrication, the pipe is ready to be joined. Good alignment of the pipe is essential for ease of assembly. Align the spigot to the bell and insert the spigot into the bell until it contacts the gasket uniformly. Do not swing or "stab" the joint, that is, do not suspend the pipe and swing it into the bell. The spigot end of the pipe is marked by the manufacturer to indicate the proper depth of insertion. Ifundue resistance to insertion of the pipe end is encountered, or the reference mark does not position properly, the joint shall be assembled and the position of the gasket checked. If it is twisted or pushed out of its seat ("fishmouthed"), the Contractor shall inspect components, and repeat the assembly steps. Both pipe lengths must be concentric alignments. If the gasket was not out of position, the Contractor shall T5-20 I I I I I I I I I I I I I I I I I I I verify proper location of the reference mark. The reference mark shall be relocated if it is out of position. 3. Field Cut: Field cut pipe to be joined shall be square cut using a hacksaw, handsaw or power saw with a steel blade or abrasive disc. The pipe shall be marked around its entire circumference prior to cutting to assure a square cut. A factory-finished beveled end shall be used as a guide for proper bevel angle, and depth of bevel plus the distance to the insertion reference mark. The end may be beveled using a pipe beveling tool or a wood rasp which will cut the correct taper. A portable sander or abrasive disc may be used to bevel the pipe end. Any sharp edged on the leading edge of the bevel must be rounded off with a pocket knife or a file. 4. Deflection Testing: The maximum deflection in the installed PVC pipeline shall not exceed 5% of the pipes original internal diameter. Deflection testing will be required using either a defectometer or a "GO-NO-GO" mandrel. The Engineer shall randomly select portions of the project to be deflection tested. Such portions shall consist of not less than 5% of the total reaches (Reach being lengths of pipe between two manholes) in the project (excluding house leads). Where deflection is found to be excess of 5% of the original pipe diameter, the Contractor shall excavate to the point of excess deflection and carefully compact around the point where excess deflection was found. The line shall then be retested for deflection. However, should after the initial testing the deflected pipe fail to return to the original size (inside diameter) the line shall be replaced. In the event that deflection occurs beyond the 5% limit in any section of 5% ore more of the reaches test, the entire system shall be tested. B. Ductile Iron Pipe with Mechanical or Push-On Joints: Proper and suitable tools and equipment shall be used for the safe and convenient handling and laying of ductile iron pipe. Care shall be taken to prevent damage to the exterior coating and interior cement lining. All pipe shall be carefully examined for cracks and other defects before laying. If any pipe or fitting is discovered to be defective after having being laid, it shall be removed and replaced with sound material at the expense of the Contractor. Whenever pipe is required to be cut, the cutting shall be done by skilled workmen using an abrasive wheel cutter. Use of a cold chisel or oxyacetylene torch will not be permitted. 1. Mecharucal Jointing: Mecharucal joints shall be made only by experienced mechanics. Sockets and spigots shall be washed with soapy water before slipping gland and gasket over the spigot end of the pipe. The spigot shall be inserted in the socket full depth, then backed off 1/4 inch to provide clearance for expansion. The gasket shall be brushed with soapy water and shall be pushed into position, making sure the gasket is evenly seated in the socket. The gland shall then be moved into position for compressing the gasket. All bolts and nuts shall be made "finger-tight" T5-21 I I I I I I I I I I I I I I I I I I I The gland shall then be moved into position for compressing the gasket. All bolts and nuts shall be made "finger-tight" For joints made in trenches, the bolts shall be tightened to a uniform tightness, using a torque wrench for tightening. Bolts shall be tightened alternately 180 degrees apart. 2. "Push-On" Type Joints: The groove and bell socket shall be thoroughly cleaned and lubricated before the gasket is inserted. Before inserting the gasket, it shall be thoroughly lubricated and manufacturers instructions shall be followed for proper facing and seating of gasket. After the gasket is in place and just prior to joint assembly, a generous coating of lubricant shall be appljed to the exposed gasket surface. The lubricant used shall be a lubricant supplied by the pipe manufacturer. The plain end shall be inspected and any sharp edges which might damage the gasket shall be removed by means of a file or a power grinder. Pipe that is cut in the field must be ground and beveled before assembly. Prior to inserting the plain end of the pipe into the bell socket lubricant shall be applied to the beveled'nose of the pipe. Small pipe may be pushed home with a long bar but large pipe will require additional power such as a jack, lever or backhoe. A timber header shall be used between the bell and bar or other power to avoid damage to the pipe. During assembly of the pipe, the joint must be kept straight while pushing. Pipe may be deflected if desired but only after the assembly is complete. 3. Mechanical Joint or Push-On Joint Pipe on Piers: Mechanical or Push On Joint pipe may be used on piers in gravity sewer lines. Pipes shall be laid with 1/4 inch clearance in each joint to provide for expansion. Jointing of pipe shall be as described above. On mechanical joint pipe, the bolts shall be tightened alternately 180 degrees apart, but be left "finger-tight" until the sewage is diverted into the sewers; then the bolts shall be further tightened a sufficient amount which will prevent slippage which may occur because of temperature stress. PLACING PRECAST CONCRETE MANHOLES OR CONSTRUCTING BRICK MANHOLES: Precast concrete manholes, brick manholes, or a combination or precast concrete and brick manholes shall be placed or constructed where shown and/or directed by the Engineer. Manholes shall be 4, 5, and 6 feet in diameter as determined from the schedule of pipe sizes and line deflections, or as shown. The top of manholes outside of roads, streets, and highways shall be built to grades twelve inches (12") above ground surface unless otherwise shown on the Drawings. Manholes in roads, etc. shall be built to grade designated by the Engineer. Vented manholes shall be constructed to elevations as shown on the Drawings. Brick manholes shall not be used within the rights-of-way of county roads. T5-22 -,I I I I I I I I I I I I I I I I I I I Manholes shall be placed and/or constructed as follows: A. Precast Concrete Manholes: Precast concrete manholes shall be bedded on not less than six inches (6") of compacted crushed stone at Contractor's expense. The crushed stone shall extend to not less than six inches (6") outside the walls of the manhole, and shall be compacted under entire length of pipe within manhole excavation. 1_ Connection of Pipe to Manholes: Connections of pipe to manhole for 4-inch through 15-inch pipe shall be made with a flexible joint system. The joint system shall be a neoprene or synthetic rubber boot or sleeve, either cast or core drilled into the wall of manhole. The boot or sleeve shall be clamped and seated to the pipe with a stainless steel band. The boot or sleeve system shall be ''Lock Joint Flexible Manhole Sleeves" as manufactured by Interpace Corporation, Parsippany, New Jersey, or ''KOR-N-Seal'' as manufactured by National Pollution Control Systems, Inc., Nashua, New Hampshire or equaL Connections of pipe to manhole shall have a minimum clearance of one inch (1 ") and shall be filled from the inside of the manhole with a Non-shrink grout. 2. Adjustment: The top of the concentric top section shall have a minimum wall thickness of eight inches (8 ") to accommodate brick courses for height adjustment. A maximum of three (3) brick courses will be allowed for adjustment of manhole to required grade. B. Drop Connections: Drop connections will be required, where called for on the Drawings, or as determined by the dimensions shown in "Drop Manhole Schedule", shown on the Drawings. Drop pipe shall not be smaller than 8 inches. Generally drop pipe shall be one size smaller than the sewer which they serve. Openings in walls of precast concrete manholes for drop connections shall not be made at joints. Drop connection fittings and riser pipe shall be encased in brick and mortar or formed Class "C" concrete. Drop connections for both brick and precast concrete manholes shall conform with typical details as shown on the Drawings. Drop connections shall be carefully backfilled to prevent dangerous side pressure. C. Manhole Inverts: Manhole inverts shall be carefully constructed with cement grout, Class ''B'' concrete, or cement mortar brickwork; special care shall be taken to lay the channel and adjacent pipes to grade. Cement mortar shall be made of one (1) part cement and two (2) parts clean sharp sand. Channels shall be properly formed, rounded, and troweled smooth. The connections of the sewer with the wall and channel of the manhole shall be tight and smooth. D. Manhole Steps: Manhole steps shall conform to the details shown. Steps for brick manholes shall be installed along a vertical centerline, on approximately 15" centers_ Steps shall be firmly and securely built into manhole walls as brickvvork proceeds. Steps for precast concrete manholes shall be installed along a vertical centerline, on approximately 14" to 16" centers. E. Future Sewer Connections: Where shown, a twelve inch (12") long pipe stub for future T5-23 I .. I I I I I I I I I I I I I I I I I I sewers, of such size as any be designated, shall be laid to proper grade and alignment and plugged with a factory plug with same type joint as used on the sewer pipe. F. Manhole Frames and Covers: Manhole frames and covers shall be as detailed and shown on the Drawings and as called for in the proposal and shall include setting to finished grade as required, and grouting in place. CONNECTIONS TO EXISTING SE'VERS: At locations where new sewers are shown to be connected to existing sewers at a new manhole, the Contractor shall first expose the existing sewer and install a supporting timber beam with suitable straps around the pipe so as to bridge the excavation for the new manhole. The manhole shall then be constructed complete \\~th invert and frame and cover. Under special conditions, the Contractor may temporarily block and/or divert sewer flows to facilitate the construction operations. Actual physical connection of the sewer will be made at a later date, as directed. HIGHW A Y CROSSING: The Contractor shall install pipe lines across highways in accordance with the applicable regulations of the State Highway Department and as shown on the Drawings. CONCRETE PIERS: Concrete piers for ductile iron pipe shall be constructed of Class "A" concrete, and shall be constructed as shown on the Standard Detail Drawing. If rock is encountered, piers supporting pipe lines across streams shall be anchored into the rock, as shown on the Detail Drawings, so as not to resist overturning during periods of flood stages in the stream. Holes not smaller than two and one- half inches (2 1//) in diameter by two feet (2') deep shall be drilled into the rock after excavation for the footing is complete; No. 6 reinforcing bars shall be embedded in grout made with high-early strength cement poured into the holes. In wet holes, grout shall be deposited with a tremie. Straight bars shall be used, and shall be bent over for anchorage after the concrete has attained its full strength. Where unusually poor soil conditions are encountered, the Engineer may direct that spread footings of concrete be constructed, or that pin piles be driven for support of piers. CLOSING PIPE: When the work of pipe-laying is suspended for the night, and at other times, the end of the sewer shall be closed with a tight cover. The Contractor shall be responsible for keeping the sewer free from obstruction. TESTING AND CLEANING: Before acceptance of any sewer or systems of sewers, lines shall be cleaned and tested in accordance with these Specifications. Where any obstruction is met, the Contractor will be required to clean the sewers by means of rods, swabs, or other instruments. Lines and manholes shall be clean before final inspection. Pipe lines shall be straight and show a uniform grade between manholes. The T5-24 I" I I I I I I I I I I I I I I I I I I Contractor shall be required to correct any variations therefrom which may be disclosed during the -inspection. LEAKAGE TESTS: All sewer lines, including in-house service lines, shall be tested for leakage, in the presence of the engineer or his representative, before being placed into service. These shall be conducted by one or a combination of the following three methods: A. Infiltration Test: Where natural ground water levels stand a minimum oft\vo feet (2') above the top of the pipe, the amount of leakage may be determined from measurements made at the lower end of the sewer section under test. Sewers above the test section shall be closed before testing by the installation of suitable watertight bulkheads. The length of the test section shall be determined by the Engineer. The average of six readings at five minute intervals will be used to determine the rate of infiltration for anyone test section. The rate of infiltration of ground water into any test section of sewer, including manholes, shall not exceed the following: Size of Sewer Gallons Per 24 Hours Per Foot of Sewer 8" 10" 12" 15" 18" 21" 24" 30" 0.30 0.38 0.45 0.57 0.68 0.80 0.91 1.14 B. Exfiltration Test: Where natural ground water levels do not stand two feet (2') above the top of the pipe, an exfiltration test shall be conducted on each section of the sewer. The test shall be performed up to an average maximum hydrostatic head often feet (10'). The test shall be conducted in the following manner. The ends of the pipe in the test section shall be closed with suitable watertight bulkheads. Inserted into each bulkhead at the top of the sewer pipe shall be a 2-inch pipe nipple with an elbow. At the upper end of the test section a riser pipe shall be installed. The test section of the pipe shall be filled through the pipe connection in the lower bulkhead which shall be fitted with a tight valve, until all air is exhausted and until water overflows the riser pipe at the upper end. \-Vater may be introduced into the pipe twenty-four (2) hours prior to the test period to allow complete saturation. House service lines, if installed, shall also be fitted with suitable bulkheads ha\ing provisions for the release of air while the test section is being filled with water. During the test period, which shall extend over a period of thirty (30) minutes, water shall be T5-25 I I I I I I I I I I I I I I I I I I I introduced into the riser pipe from measured containers at such intervals as are necessary to maintain the water level at the top of the riser pipe. The total volume of water added during the thirty (30) minute test period shall not exceed that shown for infiltration in (a) above. C. Low Pressure Air Test: Where sewer grades are such that preclude performance of the exfiltration test or at the Contractor's option, a low-pressure air test shall be conducted on each section of sewer after completion and before acceptance. Prior to air testing, the section of sewer between manholes shall be thoroughly cleaned and wetted. Immediately after cleaning or while the pipe is water soaked, the sewer shall be tested with low pressure air. At the Contractor's option, sewers may be tested in lengths between manl10les or in short sections (25 ft. or less) using Air-Lock balls pulled through the line from manl10le to manl1ole. Air shall be slowly supplied to the plugged sewer section until internal air pressure reaches approximately 4.0 psi. After this pressure is reached and the pressure allowed to stabilize (approximately 2 to 5 minutes), the pressure may be reduced to 3.6 psi before staring the tests. If a 1.0 psi drop does not occur within the test time, then the line has passed the test. If the pressure drops more than 1.0 psi during the test time, the line is presumed to have failed the test and the Contractor will be required to locate the failure, make necessary repairs, and retest the line. Minimum test time for various pipe sizes, in accordance with ASTM C 828, as amended to date, is as follows: Nominal T(time) Pipe Size Min/l00 (Inches ) Feet 8 1.2 10 1.5 12 1.8 15 2.1 18 2.4 24 3.6 30 4.8 Required test equipment include Air-Lock balls, braces, air hose, air source, timer, rotometer as applicable, cut-off valves, pressure reducing valve, 0-15 pressure gauge, 0-5 pressure gauge with gradations in 0.1 psi and accuracy of :1:2%. The Contractor shall keep record of all tests made. Copy of such records will be given to the Engineer or the Owner. Such records shall show date, line number and stations, operator and such other pertinent information as required by the Engineer. The Contractor is cautioned to observe proper safety precautions in performance of the air testing. It is imperative that plugs be properly secured and that care be exercised in their removal. Every precaution shall be taken to avoid the possibility of over pressurizing the sewer line_ T5-26 I I I I I I I I I I I I I I I I I I I D. Repairs: All visible leaks shall be repaired regardless of whether infiltration, exfiltration or air test is within allowable limits. No sewer will be accepted until leakage tests demonstrate compliance with one of the above leakage test methods. CLEANING UP: Before the work is considered complete, all material not used, and rubbish of every character must be removed from the project. All streets, sidewalks, curbs, fences, and other private or public facilities and structures disturbed must be in essentially as good condition as existed before the work was done. Any subsequent settlement of backfill or pavement over trenches shall be replaced by the Contractor and the surfaces brought to grade. ACCEPTANCE OF WORK: Sewer lines and appurtenances will not be considered ready for acceptance until all provisions of the Specifications have been complied with, until all tests have been satisfactorily completed, and until inspection of the work has been made. Sewage flows shall not be diverted into new sewers until after such time as final inspection of the lines has been made by the Engineer, and permission grated therefor. PAYMENT: All items included in these Specifications shall be paid for at the unit prices shown in the bid form. No separate payment will be made for items not shown. SECTION T-5 - GRASSING SCOPE: This section covers the furnishing of all labor and materials and the performance of all work required to assure the establishment of a dense permanent cover of common Bermuda grass on all areas off the site disturbed by construction operations. SEED BED PREPARATION: Final grades will be established as shown on the plans prior to any seed bed preparation. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate uniform drainage after establishment of the turf before tillage is begun. Graded surfaces will be maintained in a smooth and even condition until the required cover is established. After the areas to be seeded have been brought to an even and smooth grade, they shall be thoroughly loosened to a depth ofleast six (6) inches by plowing, disking, harrowing, or other approved methods until the tillage is acceptable as suitable for seeding. During tillage operations, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations_ Any operations of the Contractor, shall be smoothed out before seeding operations are begun. T5-27 I I I I I I I I I I I I I I I I I I I FERTILIZATION: Fertilization shall be distributed uniformly at a rate of 1,500 pounds of commercial 10-10-10 analysis fertilizer per acre, and shall be incorporated into the soil to a depth of approximately three (3) inches by disking, harrowing, or by other approved methods. The incorporation of fertilizer may be apart of the tillage operation specified above, or a part of the hydro seeding procedure as described below: Inunediately following, or simultaneous with, the incorporation of fertilizer, lime shall be distributed at the rate of2,000 pounds per acre and shall be incorporated into the soil to a depth of at least three inches by disking, harrO\vmg, or other acceptable methods. The incorporation of lime along with the fertilizer may form a part of the tillage operation specified above_ Not less than 30 days after completion of seeding, the Contractor shall furnish and apply Nitrate of Soda or Ammonium Sulphate to the planted areas. Nitrate of Soda shall be commercial product, containing not less than 16 percent Nitrogen and Ammonium Sulphate not less 20 percent Nitrogen. The Nitrogen fertilizer shall be uniformly spread and distributed with approved equipment at the 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. SEEDING: Permanent grass cover will consist of Common Bermuda seeded in accordance with one of the following methods: Between the dates of April 15 and September 15, Hulled Common Bermuda seed and Top Millet seed shall be applied at a rate of 40 pounds of seed per acre. If seeding is undertaken between September 15 and April 15, Unhulled .comnlOn Bermuda seed shall be applied at a rate of 40 pounds of seed per acre simultaneously with Abruzzi Rye seed at a rate of 200 pounds per acre. Seed may be applied by means of a Hydroseeder or other means approved by the Engineer. COMPACTION: Immediately after seeding operations have been completed, the areas shall be compacted by means of a cultipacker, roller wood float, or other approved equipment sufficiently weighted, or compacted by hand methods, to reduce air pockets to a minimum. The completed planted areas shall be left with a firm, even surface, free from abrupt humps and hollows, and to the established grade. MULCHING: All areas planted to permanent grass shall be uniformly mulched with hay or straw at the rate of 1 Y:z tons per acre, except where hydroseeding is employed using cellulose mulch mixed with the seed and fertilizer. T5-28 I I I I I I I I I I I I I I I I I I I ACCEPTAl~CE: Grassed areas will be accepted when a 95 percent cover by permanent grasses is obtained and weeds are not dominant. APPLICABLE SPECIFICATIONS: Included by reference in this section are the requirements of Section 700, Grassing, Standard Specifications for Highway Construction of the Georgia Department of Transportation, Edition of 1972. MEASUREMENT - P A YIHENT: Work performed under this section will be paid for at the lump sum price for Grassing appearing in the Proposal Bid Schedule. Payment therefor will include full compensation for all materials, labor and equipment required to establish the required permanent stand of grass. T5-29 I I I I I I I I I I I I I I I I I I I CONTRACT DOCU1\1ENTS AND TECHNICAL SPECIFICATIONS for the construction of OLD WAYNESBORO ROAD 12" WATER MAIN EXTENSION Augusta, Georgia CITY OF AUGUSTA COUNCIL/C01\1MISSION The Honorable Larry Sconyers Mayor/Chairn1an Lee Beard Ulmer Bridges Henry H. Brigham Jerry Brigham Freddie Lee Handy Bill Kuhlke, Jr. William H. Mays, III James B. Powell Stephen E. Sheperd Moses Todd Charles Randy Oliver City Administrator Noah Max Hicks Director, Augusta Utilities Cranston, Robertson & Whitehurst, P.C. Engineers - Planners - Surveyors Augusta, Georgia June 16, 1998 97-342.01 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS SECTION TITLE NO. OF PAGES I Invitation for Bids 1 . 3 IB Instructions to Bidders BB Bid Bond P Proposal 2 4 CA Certificate of Owner's Attorney A Agreement 1 4 NA Notice of Award PB Perforn1ance and Payment Bonds 5 GC General Conditions 15 SC Special Conditions 2 TS Technical Specifications 21 I Th"VITAT10NTO BID I Scaled Bids for the furnishing aU materials, labor, machinery, etc. necessary to install approximately :'210 L.F. of 12" ductile iron water main including all respecti,,'e appurtenances referred to by project name as: I BID ITEM #98-159 Old Waynesboro Road 12" Water Main Extension will be received at this office until 11:00 a.m., Wednesday, August 12, 1998. I Bids will be received by: The Augusta-Richmond Commission hereinafter referred to as the OW-:\TER at the offiees of: I I Geri A. Sams The Augusta-Richmond Purchasing Department 530 Greenc Street - Room 60S Augusta, Georgia 30911 I Copies of the Contrac.! Documents ma)' be examined during regular business hours at the offices of: I Cranston, Robertson & Whitehurst, P.C. 452 Ellis Street Augusta, Georgia .30901 F.\V. Dodge Division Plan ~oom Augusta, Georgia I Augusta-Richmond Purchasing Department 530 Greene Street, Room 605 Augusta, Geoq;:ia 30911 Augusta Builders Exchange Augusta, Georgia I Copies may be obtained at the officEe's of the Cranston, Robertson &Whitehurstl P.c., upon payment of 5100.00 (NO~-REFV1\DABLE) for each set. I A 10% bid bond or certified check is required to be submitted in a separate envelope so marked along with the bidder's qllalific~'ltions; :1100"/... periormance bond 3no a 100% payment bond will be requireJ for award. I I No bid may be "ithdr:nm for a period ofthirry (30) days after closing time scheduled for the receipt of bids. The Owners reserves the right to I'eject any or all bids and to waive technicalities and informalities. Please mark Bid Item !\umber on the outside oftbe em'elope. I It is the wish oftbe O"'TIer tbat minority businesseroe given the opportunit)' to bid on thc various parts of the work.. This desire 00 the part of the Owner is not intended to re!>tnct or limit competitive bidding or to incre.:ls;e the cost of the work The Owner supports a he:llth~' free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. I I GERl A. SAl\1S, Purchasing Director Publish: I A ugusta Chronicle August:a. Focus Jul)' 14,20,28, & August 5, 1998 July 16, 1998 I cc: Brenda Pelaez, Augusta-Richmond Equal Opportunity ~bx Hicks, August3-Rjehmond Utilities Department I I I I I I I I I I I I I I I I I I I I SECTION IB INSTRUCTION TO BIDDERS IB-O 1. GENERAL: All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the Invitation for Bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of thirty (30) days after bids have been opened, pending the execution of a contract with the successful bidder. IB-02. BID DEPOSIT: Each proposal shall be accompanied by a deposit of cash or certified check for ten percent (10 %) of the amount of the proposal, and any proposal not accompanied by such deposit shall be absolutely void and will not be considered. Checks shall be drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation and shall be payable to the order of the Owner. The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within (10) days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. In lieu of the bid deposit required herein, the bidder may execute a bid bond for the same amount. Surety shall meet all requirements relating to performance bond required in Paragraph IE-OS. IB-03. EXAMINATION OF WORK: Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the execution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-04. ADDENDA Al\TD INTERPRET A TIONS: IE-I I I I I I I I I I I I I I I I I I I I No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in wntmg addressed to CRANSTON, ROBERTSON & WHITEHURST, P.c., P. O. Box 2546', Augusta, Georgia 30903 and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders at the respective addresses furnished for such purpose, not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-05. PREPARATION OF BIDS: Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms shall be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special conditions allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "No Bid" where appropriate. Alternate bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the Proposal. IB-06. BASIS OF AWARD: The bids will be compared on the basis of a lump sum price which will include and cover the furnishing of all materials and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. IB-2 I I I I I I I I I I I I I I I I I I I Where estimated quantities are included in certain items of the proposal, they are _ for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed, and settlement will be made for such items upon the basis of the work as actually executed at the unit prices in the proposal as accepted. In case of error in the extension of prices in a proposal, unit bid prices shall govern. IB-07. BIDDER'S QUALIFICATIONS: No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the Contract and has sufficient assets to meet all obligations to be incurred in carrying out the \vork. If required, he shall submit with his proposal, sealed in a separate envelope, a FINANCIAL, EXPERlENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant, equipment, and his experience and general qualifications. The Owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder, or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. IB-08. PERFORMANCE A1\T)) PAYMENT BONDS: At the time of entering into the Contract, the Contractor shall give a performance bond and a labor and material payment bond to the Owner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such Contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and materials, for the completion of the Contract according to its terms, for saving the Owner harmless from all costs and charges that may accrue on account of the doing of the work specified, and for the compliance with the laws appertaining thereto. Said bonds shall be for the amount of the contract price. The surety must be a substantial surety company satisfactory to the Owner and authorized by law to do business in the state in which the work is located. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of their powers of attorney. IB-09. REJECTION OF BIDS: These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however, to waive informalities in bidding, to reject any or all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. IB-3 I I I I I I I I I I I I I I I I I I I SECTION P PROPOSAL DATE: August 28, 1998 Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and to perform all work for the project referred to herein as: OLD \V A YNESBORO ROAD 12" WATER MAIN EXTENSION in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totalling: One Hundred Ninety Seven Thousand Five Hundred Eighty N.ipe~ .------------------ ~ _1n'2.. ' and 40 /1 00 Dollars (197,589.40 ). The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a fOm1al contract agreement with the Owner, and that he will provide the bond or guarantees required by the Contract Documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (lQ) calendar days after the date of the written notice to proceed, and that he will complete the work within Seventy-five (22) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: 1 & 2 W-> Enclosed is a bid guarantee, consisting of bid oond in the amount 0[19,758.9.4 Respectfully submitted, Beam's Pavement Maintenance Company, Inc. FIR1,,! NAME POBox 398 2335 Atomic Rd. Beech Island, SC 29842 :~s~~~ TITLE: Greg Beam, President P-1 I I I I I I I I I I I I I I I I I I I BID SCHEDULE 97-342.01 TO ACCOMPANY THE PROPOSAL OF: NAME: Beam's Pavement Maintenance Ccrnpany, Inc. ADDRESS: POBox 398 2335 Atomic Rd. Beech Island, SC 29842 FOR THE CONSTRUCTION OF OLD \VA YNESBORO ROAD 12" WATER MAIN EXTENSION ITEM NO. DESCRIPTION. OUAJ"\TTITY. U1\TI AND U1\TI PRICE AMOUNT I. \VA TER NLUN AND APPURTENANCES 1. 12" DIP 5210 LF. @ 16.60 fLF. $ 86,486.00 2. 12" Gate Valve (Complete) 7 Each @ 1500.00 /Each $ 10,500.00 ..., 12" Plugs -'- 3 Each @ 150.00 /Each $ 450.00 4. 8" DIP 18 L.F. @ 14.00 fL.F. $ 252.00 5. 8" Gate Valve 1 Each @ 875.00 lEach $ 875.00 6. 8" Plugs Each @ 150.00 lEach $ 150.00 7. 6" Tapping Sleeve and Valve Assembly 1 Each @ 2225.00 /Each $ 2,225.00 8. Fire Hydrants 5 Each @ 1700.00 /Each $ 8,500.00 P-2 I I I I I I I I I I I I I I I I I I I ITEM NO. DESCRIPTION. OUA.NTITY. UNIT AND UNIT PRICE 9. Air Release Valve and Vault 1 Each @ 1200.00 /Each 10. 22" Steel Casing, Bored & Jacked, including 12" carrier pipe in place 90 L.F. @ 138.50 /L.F. 11. 16" Steel Casing, bored & Jacked, including 8" carrier pipe in place. 50 L.F. @ 105.50 /L.F. Subtotal V. lVIISCELLANEOUS 1. Mobilization (Including Performance Bond Premium) Lump Sum 2. Property Restoration Lump Sum 3. Soil Erosion Control Lump Sum Subtotal GR.\ND TOTAL Sari tary Sewer New Grand Total P-3 AMOUNT $ 1,200.00 $12,465.00 $ 5,275.00 $128,378.00 $19,910.00 $ 27 , 11 5 . 00 $ 750.00 $47,775.00 $176,153.00 21,436.40 $197,589.40 I' I I I I I I I I I I I I I I I I I I ADDmONAL ITEMS OF CONSTRUCTION TO BE PERFORMED IF SO REQUIRED BY THE ENGThTEER: STATE UNIT PRICES: 1. Sheeting Left in Place . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 80.00 /Brd. Ft. 2. Trench Rock Excavation ........................... $ 80.00 /Cu. Yd. 3. Overcut and Clean Stone Bedding . . . . . . . . . . . . . . . . . . . .. $ 18.00 /Ton 4. Bank-run Sand (For backfill and replacement in place) . . . . . . . . . . . . . . . . . . . . .. . . . .. S 8.50 /Cu. Yd. 5. Concrete Encasement ............................. $125.00 ICu. Yd. NOTE: FAlI..URE TO QUOTE REASONABLE PRICES FOR ADDITIONAL ITEMS MAY CAUSE THE BID TO BE REJECTED. P-4 -. I' I I: I I I I I I I I I I I I I I I I SANITARY SEWER ADDENDUM QUANTITIES S.R. 56 Augusta-Richmond Utilities Department I UNIT ITEM QUANTITY UNIT PRICE COST 1. 8" PVS Sanitary Sewer 1010 L.F. 14.00 1 4, 1 40 . 00 2. 8" Ductile Iron Sanitary Sewer 140 L.F. 19.26 2,696.40 3. Sanitary Sewer Manholes 4 Each 1100.00 4,400.00 4. Plug for Future Sewer 2 Each 100.00 200.00 Total Sanitary Sewer 21,436.40 I . "r.... I qjaQJis-9a7f"vun 7/rrrmrey, Ynreo I <=;,-=> :.'ill' 7 ~ - \...... --, I AlA Document A370 I Bid Bond I KNOW ALL MEN BY THESE PRESENTS, that we Beam's Pavement Maintenance Company, Inc. I as Principal, hereinafter called the Principal, and I Great American Insurance Company a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound Augusta Richmond County Ohio unto I as Obligee, hereinafter called the Obligee, in the sum of Ten Per Cent (10%) of Amount Bid I Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for I Bid Item #98-159 Old Waynesboro Rd 12" Watermain Extension I NO IN, THE REF 0 R E, of the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contrad with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof betvveen the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, othervvise to remain in full force and effect. I I Signed and sealed this 28th day of August 19 98 I I (Witness) Beam's Pavement Maintenance ~p (Principa/) By: ~~ -- / (Title) Company, Inc. {l!Jiu~ a --I7lL~ ~ (Sea/) /A4--~ I f4j~ Great American Insurance Company ~(~. By V A ~ . Titl AttorneY-1n-Fact ( (Seal) I AlA DOCUMENT A310. BID BOND. AlA <!J . FEBRUARY 1790 ED. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N_W_, \VASHtNGTON, D. C. 20006 1 I I GtfAT Al\lERlG\N INSURANCE COMPANY~ I 580 WALNUT STREET. CINCINNATI, OHIO 45202.513-369-5000. FAX 513-723-2740 I , The numger of persons authorized by this power of attorney is not more than No. 015943 1 TI-ffiEE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power I BARBARA H. REGIS'IER ALVIN T. MILLER THOMAS M. ALBUS This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREA T AMERICAN INSURANCE COMP ANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 5th day of February , 1998 Attest GREAT AMERICAN INSURANCE COMPANY ALL OF COLUMBIA, SOUTH CAROLINA ALL UNLll1ITED I I I I STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 5th day of February, 1998 , before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. I I . ...: --' I This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. I RESOL VED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. I RESOL VED FUR THER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given [or the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. I I CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect. I Signed and sealed this 28th day of August 1998 I ---~- ~. ~._- - ---- --.---. ~ -....'. .-- - --....-... .,....--- '1 .5(11/97) I 1 I I I I 1 I 1 I I I I 1 I I I I I CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned James B. \Vall , the duly authorized and acting legal representative of City of Augusta, Georgia, do hereby certify as follows: I have examined the attached Contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed. by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions thereof. DATE: CA-l 1 I I I I I I I I I I I I I I I I I 1 SECTION A AGREEMENT THIS AGREEMENT, made on the of , 19 by and between City of AUf!usta Council/Commission party of the first part, hereinafter called the OWNER, and party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans described in the specifications for the project entitled: OLD WAYNESBORO ROAD 12" WATER MAIN EXTENSION and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION -- LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within ten (10) calendar days after the date of written notice by the Owner to the Contractor to proceed. The work shall be completed within L-J calendar days after the date of such notice and with such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion there of within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for the completion of the A-I I I I I I I I I I I I I I I I I I 1 I work described herein is a reasonable time for tbe completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT , FAIL OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay to the Owner the sum of Two Hundred Dollars ($200.00), 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, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract and of the specifications wherein a definite portion and certain length of time is fixed for the performance of any act whatsoever; and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of the Contract. ARTICLE III - PAYMENT A. THE CONTRACT SUM The Owner shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the attached schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the fmal payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. B. PROGRESS PAYMENTS On not later than the fIfth day of every month, the Contractor shall submit to the Owner an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only quantities in place and at the unit prices set forth in the bid schedule. On not later than the tenth day of the month, the Owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. A-2 I I I I I I I I I I I 1 I I I I I I I ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT A. Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 10 days make such inspection, and when he finds tHe work acceptable under the Contract and the Contract fully performed he will promptly issue a fmal certificate, over his own signature, stating that the work required by the 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 Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the Owner guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. C. The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. D. If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the Owner shall upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A-3 I I I I I I I I I I I I I I I I I I I IN WITNESS WHEREOF the parties hereto have executed this Agreement, the day and year first written above. City of Au!!usta Council/Commission OWNER Mnt LlJf1!ll~.~- CGHFlt)' .^.dmiRistrator ~k.. '1JI!f BY: r Sconyers /Chainnan WITNESS: ~~ Thls document approved as <i!r~~~;;? omey ate ~/L BeQ~D ~\J~+ ~1<r4..nQI1C..l. Co~nv I ..Ii'lL CONTRACTOR WITNESS: BY t, 4e I 0 \=> vz..~. c:k.n ~ TITLE OJPW 0 i]~ A-4 I I I I I I 1 I I I I 1 I I I I I I I NOTICE OF AWARD TO: PROJECT: OLD W A YNESBORO ROAD 12" WATER MAIN EXTENSION The O\VNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of $ You are required by the Information for Bidders to execute the Agreement and furnish the required Contractor's Performance and Payment Bonds within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said bonds within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all rights arising out of the O\VNER'S acceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of , 1998. City of Augusta Council/Commission BY: TITLE: Max Hicks Director, Aug.usta Utilities *** ACCEPTANCE OF NOTICE *** Receipt of the above NOTICE OF A WARD is hereby acknowledged by day of , 1998. this the BY: TITLE: NA-1 . . . . . . . . Bond No. 3 97 34 44 SECTION PB PERFORMANCE BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3. IN FAVOR OF THE OWNER CONDITIONED FOR THE PA YMENT OF LABOR AND MATERlAL.) KNOW ALL MEN BY THESE PRESENTS: That Beam's Pavement Maintenance Company, Inc. as Principal, hereinafter called Contractor, and Great American Insurance Company a corporation organized and existing under the laws of the State of Ohio wirh i(s principal office in the City of Raleigh , State of N.C. as Surety, hereinafter called Surety, are held and firmly bound unro the City of Augusta Council/Commission. Georgia as Obligee, hereinafter called the Owner, in the penal amount of One Hundred Ninety Seven Thousand Five Hundred Eighty Nine & 40/100---- Dollars ($ 197.589.40 ) for the paymem whereof Contractor and Surety bind themselves, their heirs, executors. administrators, successors, and assigns, jointly and severally. firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the construction of Old Waynesboro Road 12" Water Main Extension, Augusta-Richmond County I Georgia, in accordance with the drawings and specifications issued by the Augusta-Richmond Utilities and the City of Augusta Council/Commission, Georgia, which contract is by reference made a pan hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if 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) (2) Complete the CONTRACT in accordance with its terms and co?dit.ians. or Obtain a bid or bids for completing the Contract in accordance wuh It~ tern~s and condhions, and upon determination by Surety of the lowest responSIble bluder, PB-l ..' or. if the Owner elects, upon determination by the Owner and the Surety joimly of the lowest responsible bidder, arrange for a contract between such hic.lder anJ Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contraCt or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other cOStS and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The lenn "balance of the contract price," as used in this paragraph. shall mean the rotal amount payable by Owner to Contractor under the Contract and any amendments thereto, less [he 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 [he CONTRACT falls due. No right of action shaH accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, adminiSlrators or successors of the Owner. day of A.D. 1998. Signed and sealed this Wilness tJ.M-' ~17~ Allest fVJ /~ Beam's Pavement Maintenance Compa~~6aijnc. (Contractor) By L~. J j',els1dth-f (Seal) (Title) I I I I I I I I Great American Insurance Company (Seal) (Surety) Witness Countersigned Ot1j~ byf\\ I ~ ~~ ~ B. Grisard . Georgia Resident Agent Atlanta, Georgia By ~~~eal) . Attorney-in-Fact (Title) A nest PB-2 I I I I I I I I I I I I I I I I I I I ..^ Bond No. 3 97 34 44 SECTION PH LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-l, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That Beam's Pavement Maintenance Company, Inc. as Principal. hereinafter called Comractor, and Great American Insurance Company a corporation organized and existing under the laws of the State of Ohio with its principal office in the City of Raleigh. , State of N.C. as Surety. hereinafter called Surety. are held and firmly bound umo the City of Augusta Council/Commission, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount otOne Hundred Ninety Seven Thousand Five Hundred Eighty Nine & 40/100------------- Dollars ($ 197,589.40 ) 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 emered into a contract with Owner for the construction of Old Waynesboro Road 12" Water Main E"tension in accordance with drawings and specifications issued by the City of Augusta Council/Commission and the Augusta-Rictunond Utilities, which contract is by reference made a part hereof, and is hereinafter referred to as [he CONTRACT. NOW, THEREFORE. the condition of [his obligation is such thar, if the COnlraCtor shall promptly make payment [0 all claimants as hereinafter defined, for all labor and material used or reasonably required to 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: (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the ConrraclOr for labor, material. or both, used or reasonably required for use in (he perfonnance of the contract, labor and material being construed as to include that pan of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipmem directly applicable (0 the CONTRACT. PB-3 I I I I I I I I I I I I I I I I I I I (:2) (3) .' The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiralion of a period of ninety (90) days after (he dale on which (he last of such claimanC 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 [0 final judgement for such sum or sums as may be justly due claimant, and have execudon thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Conn-actor, 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 me materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need nor be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor 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 pan 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- PB-4 Signed and sealed this day of A.D. 1998. Witness ~-tJ~ ULL AtteSt Beam's Pavement Maintenance Compaf.f~lfnc. ( Contractor) By ~~A J Y p,uy~P(teal) (Title) Wi,ness fJ;JJjJffv11f i!fft AlIesr~j ~ Countersigned bY~ ~~~ Charles B. Grisard Georgia Resident Agent Atlanta, Georgia Great American Insurance Compan65eal) (SUrelY) By du~~.u ./ 1-r;lL(seall l Attorney-in-Fact (Title) PB-5 GtEM ANERlC~ INSURMICE COMPANY'" 580 WALNUT STREET. CINCINNATI, OHIG 45202.513-369-5000. FAX 513-723-2740 " The number of persons authorized by this power of attorney is not more than No. 015943 THREE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power BARBARA H. REGISTER ALVIN T. MILLER THOMAS M. ALBUS This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREA T AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 5th day of February , 1998 Attest GREAT AMERICAN INSURANCE COMPANY ALL OF COLUMBIA, 50UTH CAROLINA ALL UNLIMITED STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 5th day of February, 1998 , before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOL VED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICA TION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect. Signed and sealed this day of SI029S (11/97) >O-PR'ODUCER-- - ,- ,.. '......;.;.-. .' ::ilER-mntl:~~m~:-::::~g .....'Ohf{MMiililiVv)... ~.: A4~4.IU... DAV I S-GARV I N AGENCY, I NC . P. O. BOX 21627 COLUMBIA, SC 29221 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW_ COMPANIES AFFORDING COVERAGE Beam's Pavement Maintenance Co., I nc _ P. O. Box 399 Beech I S I and, SC 29941 COt.'PANY A CAPITAL CITY INSURANCE CO. COt.'PANY 8 THE HARTFORD INSURANCE GROUP COt.'PANY C 803-732-0060 INSURED COMPANY D i9PXg~A(l.!$$.:::t{)(::::::------___-__ _-.--- .....-.-.-:-....... ...... ..-' .....- .-..-...::::;-::;:;;;;:;;:";:.-.... ...... ........j:HIS IS T OCERTIFY THA T THE POLICIES OF INSURANCE L1STEDBELOWHA VE BEENISSUED TO THEINSURED NAMEDABOVEF6RT-HE POLICY PERioD-- INDICA TED.NOTWITHST ANDINGANYREOUIREMENT. TERMORCONDITIONOF ANYCONTRACT OROTHERDOCLMENT WITHRESPECT TOWHICHTHIS CERTIFICA TE MA Y BE ISSUED ORMA Y PERT AIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLlCIES_ LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS_ CO L TA TYPE Of INSURANCE POLICY NUMBER POLICY EffECTIVE POLICY EXPIRATIO DATE (MM/DD/YY) DATE (MMIDD/YY) LIMITS GENERAL AGGREGATE 4/01/99 4/01/99 PROOI.X::TS-COMP/OP AGO PERSONAL 1. ADV INJUW EACH OCClJ'lRENCE FIRE DAMAGE (Anyone lire) MED EXP (Anyone person) COMBINED SINGLE LIMIT 4/01/98 4/01/99 BOOIL Y INJ\.A'lY (Per person) BODIL Y INJURY (Per accident) PROPERlY DAMAGE AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY. EACH ACCIDENT AGOREGA TE EACH OCCURRENCE 4/01/99 4/01/99 AGGREGATE 2000000 1000000 1000000 1000000 300000 10000 GENERAL LIABILITY B X COMMERCiAl GENERAl LIABILITY 22UUNBD7364 CLAIMS MADE 0 OCCU1 OWNER'S 1. CONTRACTOR'S PRO! AUTOMOBILE LIABILITY B X ANY AUlD 22UENBD7441 ALL OIlifl:D AUIOS SCt-t::DU.ED AUTOS X HIRED AUTOS X NON-OWfl:D AUTOS GARAGE LIABILITY ANY AUTO EXCESS LIABILITY B X UMBRELLA FORM 22XHUBE0953 OIt-t::R THAN UMBRELLA FORM WORKERS COMPENSATION AND I!MPLOYERS'LIABILITY A WC05035 THE PROPRIETORI INCl PARTfl:RS/EXECUlIVE OFFICERS ARE. EXCL OTHER B Leased/Rented 22MSBE 1529 Equipment 1000000 5000000 5000000 4/01/98 4/01/99 X STATUTORY LIMITS EACH ACCIDENT DISEASE - PCl..ICY LIMIT DISEASE. EACH EMPLOYEE 500000 500000 500000 4/01/99 4/01/99 $200,000_ Limit $500_ Deductible DESCRIPTION Of OPERATIONS LOCATIONS VEHICLES SPECIAL ITEMS Re: Old Waynesboro Road 12" Water Main Extension, AU9usta-Richmond County,GA City of Augusta Counci I Commission 530 Greene Street Augusta, GA 30911 SHOULD ANY Of THE ABOVE DESCRIBED POLICIES BE CANCELLED BEfORE THE EXPIRATION DATE THEREOf. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTifiCATE HOLDER NAMED TO THE LEfT. BUT fAILURE TO MAIL SUCH NOTICE SH ALL IMPOSE NO OBLIGATION OR LIABILITY COMPANY. ITS AGENTS OR REPRESENTATIVES. I I I I I I I I 1 I I I I I I I 1 I I ... '- SECTION PB PERFORl\1ANCE BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PA YMENT OF LABOR AND MATERlAL.) KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of with its principal office in the City of , State of as Surety, hereinafter called Surety, are held and firmly bound unto the City of Augusta CounciVCommission, Georgia as Obligee, hereinafter called the Owner, in the penal amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the construction of Old Waynesboro Road 12" Water Main Extension, Augusta-Richmond County, Georgia, in accordance with the drawings and specifications issued by the Augusta-Richmond Utilities and the City of Augusta Council/Conunission, Georgia, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRA CT. 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, PB-I 1 I I I I I I I I I I 1 I I I I I I I 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 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. Signed and sealed this day of A.D. 1998. Witness (Seal) (Contractor) Attest By (Seal) (Title) Witness (Seal) (Surety) Attest By (Seal) (Title) PB-2 I I 1 I I I I I 1 I I I I 1 I I I 1 I SECTION PB LABOR AND MATERIAL PAYMENT BOl\T)) (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-I, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of with its principal office in the City of , State of as Surety, hereinafter called Surety, are held and firmly bound unto the City of Augusta Council/Commission, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for the construction of Old Waynesboro Road 12" Water Main Extension in accordance with drawings and specifications issued by the City of Augusta Council/Commission and the Augusta-Richmond Utilities, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to 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: (1) A claimant is defmed as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. PB-3 I I 1 I I 1 I I I I I I I I I I I I I (4) (2) Tbe above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. (3) No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the follO\ving: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor 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 minin1Um period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. The an10unt of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. PB-4 I I 1 I 1 I I 1 1 1 1 1 I 1 1 1 I 1 I Witness Attest Witness Attest Signed and sealed this day of A.D. 1998. PB-5 (Seal) (Contractor) By (Seal) (Title) (Seal) (Surety) By (Seal) (Title) 1 I 1 I I I I I I I I I I I I I I I I SECTION GC-O 1 GC-02 GC-03 GC-04 GC-05 GC-06 GC-07 GC-08 GC-09 GC-l 0 GC-ll GC-12 GC-13 GC-14 GC-l 5 GC-l 6 GC-l 7 GC-18 GC-l 9 GC-20 GC-2l GC-22 GC-23 GC-24 GC-25 GC-26 GC-27 GC-28 GC-29 GC-30 GC- 3 1 GC-32 GC-33 GC-34 GC-35 GC-36 GC-37 GC-38 SECTION GC-O INDEX TO GENERAL CONDITIONS Definition of Terms Execution, Correlation and Intent of Documents Authority of the Engineer Contractor's Obligation Insurance Requirements Contractor's Breakdown of Lump Sum Payment Subcontracting Applicable Requirements Permits and Licenses Plans and Specifications Surveys Materials and Appliances Schedule of\\Tork Field Office Facilities Lands for \\Tork Contractor's Personnel Protection of the Public and of \Vork and Property Existing Structures and Utilities Changed Conditions Inspection of Work Correction of Work Before Final Payment Deductions for Uncorrected \York Changes in the Work Extension of Time Clean-Up Guarantee: Correction of the \York Claims for Extra Cost Separate Contracts Rights of Various Interests The Ov.mer's Right to Terminate Contract Contractor's Right to Stop Work or Terminate Contract Removal of Equipment Royalties and Patents Liens Assignment Payments Withheld Prior to Final Acceptance of V-lork Appeal Taxes and Fees GC-O I I I I I 1 1 I I 1 I I I 1 I I I I I GC-39 - GC-40 GC-41 Georgia Prompt Pay Act Disputes Interest Not Earned on Retainage GC-O I I I I I I I I I I I I I I I 1 I I 1 GC-l. A. B. c. D. E. GC-2. A. B. SECTION GC GENERAL CONDITIONS DEFINITION OF TERl\1S: The Contract Documents shall consist of Advertisement for Bids or Notice to Contractors, Instruction to Bidders, Fom1 of Bid or Proposal, the signed Agreement, the General and Special Conditions of Contract, the Plans, and the Specifications, including all modifications thereof incorporated in any of the documents before the execution of the Agreement. The O\VNER and CONTRACTOR shall mean the pal1ies to the Agreement for the performance of the work covered by these Documents and mentioned as such in the Agreement. They are treated throughout the Contract Documents as if each \vere of the singular number and masculine gender. The word ENGINEER shall mean the firm, CRANSTON, ROBERTSON & \VHITEHURST, P.c., acting through the principals thereof in the capacity of Chief Engineers of the Ovmer, or through any properly authorized agents of the principals acting within the scope of the particular duties entrusted to them. The phrase "or equal" shall mean an item of material or equipment similar to that named and which is suited to the same use and capable of performing the same function as that named. The item proposed to be used shall be submitted to the Engineer for approval before it is employed in the \vork. The Notice to Proceed shall be a special written work order from the Engineer giving the Contractor notice of the date on which he is to begin prosecution of the \vork \vhich he has contracted_ EXECUTION. CORRELATION AND INTENT OF DOCUMENTS: The Contract Documents sha1l be signed in duplicate by the Owner and the Contractor. The Contract Documents are complementary and what is called for by anyone shall be as binding as if ca1led for by all. In case of conflict between plans and specifications, the specifications shall govern. The intention of the documents is to include all labor and materials, equipment and transportation necessary for the proper execution of the work. Materials or work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. GC-l 1 1 I I I I I I I I I I I I I I I 1 I GC-3. A. GC-4. A. B. c. A UTHORITY OF THE ENGINEER: The Contractor shall perfonn all of the \vork herein specified under the general direction and to the entire satisfaction, approval and acceptance of the Engineer. The Engineer shall decide all questions relating to measurement of quantitie.s, the character of the work perfonned and on all other mat1ers relating to the execution and progress of the \,,'ork or the interpretation of the Contract Documents_ He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. He shall also have authority to reject all work and materials which do not conform to the contract. CONTRACTOR'S OBLIGATIONS: Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the drawings of the work covered by this contract and in accordance \vith the directions of the Engineer as given from time to time during the progress of the \vork. He shall fumish, erect, maintain, and remove such constmction plant and such temporary works as may be required. He alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances and methods, and for any damage which may result from their failure or their improper construction, maintenance, or operation_ The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements and limitations of the Contract and specifications, local Ordinances and State and Federal laws; and shall do, carryon and complete the entire work to the satisfaction of the Engineer. The Contractor assumes full responsibility for materials and equipment used in the construction of the work and agrees to make no claims against the Owner for damages to such materials and equipment from any cause except negligence or willful act of the Owner. Until its final acceptance, the Contractor shall be responsible for damage to or destruction of the project. He shall make good all work damaged or destroyed before acceptance. The Contractor shall defend, indemnify and save harmless the Owner, its officers, agents, servants and employees against and from all suits, losses, demands, payments, actions, recoveries, judgments and costs of every kind and description and from all damages to which the Owner or any of its officers, agents, servants and employees may be subjected by reason of injury to the person or property of others resulting from the pelformallce of the project or through any act or omission on the part of the Contractor or his agents, employees or servants; and he shall fUliher defend, indemnify and save GC-2 I I 1 I I I I I I 1 I I I I I I I I I GC-5. A. 1. 2. ,., ,). GC-6. A. harmless the Ov-mer, its officers, agents, servants and employees from all suits and actions of any kind or character \vhatsoever which may be brought or instituted by any subcontractor, material man or laborer who has performed work or furnished materials in or about the Project or by, or on account of, any claims or amount recovered for an infringement of patent, trademark or copyright. INSURi\NCE REOUIREIVffiNTS: The Contractor shall secure and maintain such insurance from an insurance company authorized to write casualty insurance in the State \vhere the \vork is located as will protect himself, his subcontractors and the Owner from claims for bodily injury, death or property damage which may arise from operations under this contract. The Contractor shall not commence work under this contract until he has obtained all insurance required under this paragraph and shall have filed the certificate of insurance or the certified copy of the insurance policy with the O\vner. Satisfactory proof of the carriage of the insurance required shall be furnished with the executed contract documents. Each insurance policy shall contain a clause providing that it shall not be cancelled by the insurance company without ten (10) days written notice to the Owner of intention to cancel. The amounts of such insurance shall not be less than the following: Workman's Compensation and Employer's Liabilitv Insurance shall be secured and maintained as required by the State where the \vork is located. Public Liabilitv. Bodily Iniurv and Property Damage: a. Injury or death of one person . . . . . . . . . . . _ . . . . . . . _ . _ . . . . . . . . .. $100,000 b_ Injury to more than one person in a single accident . . . . . . . _ . _ . . . . _ . . . . . . . . . . . . .. 300,000 c. Property Damage - Each accident $50,000, Aggregate ..... _ _ . . . . . _ _ _ _ . . . . . _ . . . . .. 100,000 Automobile and Truck Public Liabilitv. Bodily Iniury and Property Damage: a. Injury or death of one person .... _ _ _ _ . . . . . _ . . . . . . . . _ . . . . . . .. $100,000 b. Injury to more than one person in a single accident .. . . . . . _ _ . . . . _ _ _ . . . . . . . . . . . .. 300,000 c. Property Damage - Each Accident. . . _ _ _ _ _ . . . . _ _ . . . . . . . . . _ . _ _ . _ 100,000 CONTRACTOR'S BREAKDOWN OF LUMP SUM PA YMENT: The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdovm showing estimates of all costs apportioned to the GC-3 1 I I I I I I 1 I I I I I I I I I I I GC-7. A. B. c. D_ E. GC-8. A. major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the proposal. These estimates, approved, will serve as a basis for estimating payments due on all partial estimates. SUBCONTRACTING: Contractor may utilize the services of specialty subcontractors on those palis of the work which, under normal contracting practices, are performed by specialty subcontractors. Prior to beginning any work or prior to a\vard of contract, if requested, Contractor shall submit for approval the name of each specialty subcontractor \vhose bids were used in the preparation of his proposal and whose services are intended to be employed for the contract work. Contractor shall not award any work to any subcontractor without prior \vritten approval of the Engineer, which approval will not be given until the Contractor submits to the Engineer a written statement conceming the proposed award to the subcontractor, which statement shall contain such information as the Engineer may require. Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Contractor shall cause appropriate provisions to be inselied in all subcontracts relative to the -work to bind subcontractors to the Contractor by the terms of the General Conditions and other Contract Documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Ovmer. APPLICABLE REQUffiEMENTS: The work shall comply with the Contract Documents and with all applicable codes, laws and regulations of local, state or federal agencies \vhich may have cognizance of any part of the work The most stringent requirement of the foregoing documents and codes shall govern. Except where the prevention of accidents is regulated by local code or ordinance, compliance is required with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America_ If Contractor observes that the drawings and specifications are at a variance therewith, he shall promptly notify the Engineer in writing. If Contractor performs any work knO\ving it to be contrary to GC-4 I I 1 I I I I I I I I I I I I 1 1 I I such lav'is, ordinances, rules or regulations and \vithout such notice to the Engineer, he shall bear all costs arising therefrom_ GC-9. PERIVllTS AND LICENSES: A. The Contractor shall obtain and pay for all permits and licenses of a temporary nature which are required for the execution of the work. B. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. GC-IO. PLANS AND SPECIFIC-'\. TIONS: A. Drawings that comprise the original plans for the Contract are listed in the Special Conditions_ Unless otherwise provided in the Contract Documents, the Engineer \vill furnish to the Contractor, free of charge, a reasonable number of drawings and specifications for the execution of the \vork. All drawings, specifications and copies thereof so furnished shall not be reused on other \vork, and, with the exception of the signed Contract, all sets are to be returned to him on request at the completion of the work. GC-l1. SURVEYS: A. Unless otherwise specified, the Owner shall fumish allland surveys. The Engineer shall establish all base lines for locating the principal component pal1s of the work together with a suitable number of bench marks adjacent to the \vork. From the information this provided, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineers to perform all detail surveys. B. The Contractor \vill diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. GC-12. J\1A TERJALS AND APPLIANCES: A. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work. Unless otherwise specified, all materials GC-5 I 1 1 I I I I 1 I I I I I I I I I I I incorporated in the permanent work shall be new and both workmanship and materials shall be of good quality. B. Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with Specifications and suitability for uses, intended_ Satisfactory evidence as to the kind and quality of materials shall be furnished by the Contractor in the form of certificates from the manufacturer or reports from the testing laboratories. Such inspections and testing, as \vell as the obligations for payment thereof, shall be as specified in the respective sections of the Specifications. C. Approval of the Engineer of any materials, plant, equipment, drawings, or of any other items executed, or proposed by Contractor, shall be construed only to constitute as approval of general design. Such approval shall not relieve Contractor from the performance of the work. GC-13. SCHEDULE OF \VORK: A. Contractor shall, \vithin five (5) days after receipt of the notice to proceed with the work, prepare and submit to the Engineer for approval, a practicable and feasible schedule, showing the order in \vhich he proposes to can)' on the work, the date which he will start salient features and the contemplated dates for completing the same. The schedule shall be in the form of a progress chart of suitable scale to indicate approximately the percentage of work scheduled for completion at any time. Contractor shall enter on the chart the actual progress at the end of each \veek or at such intervals as directed by the Engineer and shall deliver three (3) copies thereof with each periodic request for payment. B. Contractor shall furnish sufficient forces, construction plant and equipment, as may be necessary to insure the progress of the work in accordance \vith the approved progress schedule_ If, in the opinion of the Engineer, the Contractor falls.behind the progress schedule, the Contractor shall do \vhatever is necessary to improve his progress, and the Engineer may require him to increase the number of shifts, days of work week, length of the daily \vorking period or the amount of the construction plant, all \vithout additional cost to the Owner. C. Failure of Contractor to comply with the requirements of the Engineer under this provision \vill be grounds for determination by the Engineer that the Contractor is not prosecuting the work \vith such diligence as will insure completion \vithin the specified time limits_ Upon such determination by the Engineer, the Owner may terminate the Contractor's right to proceed \vith the work, in accordance \vith the requirements of paragraph entitled "Owner's Right to Terminate Contract" of the General Conditions_ The attention of the Contractor is particularly directed to this provision of the Contract GC-6 I I I I I I I 1 I I I 1 I I I I 1 I I because of the absolute necessity for completion of the \vork covered. by these specifications within the time agreed upon. GC-14. FIELD OFFICE FACILITIES: A. The Contractor shall provide, at a point convenient to the \vork, suitable office facilities for housing records, plans and contract documents. A telephone shall be provided at the Contractor's office for expediting the \vork and be made available for the use of the Engineer. A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress. GC-15. LANDS FOR \VORK: A. The Owner shall provide as indicated on the drawings and not later than the date \vhen needed by the Contractor lands or rights-of-way upon which the work under the Contract is to be done, rights-of-way for access to same, and such other lands \vhich are designated on the dra\ving for the use of the Contractor. Any delay in the furnishing of these lands by the Owner shall be deemed proper cause for equitable adjustment in both contract price and time of completion. B. The Contractor shall provide at his o\vn expense and without liability to the Owner any additional land and access thereto that may be required for temporary construction facilities or for storage of materials. GC-16. CONTRACTOR'S PERSONNEL: A. Supervision: An experienced superintendent and necessary assistants competent to supervise the particular types of \vork involved shall be assigned to the project by the Contractor and shall be available at all times when work is in progress_ Communications given to the superintendent shall be as binding as if given directly to the Contractor. B. \Vorkmen: Only persons skilled in the type of work which they are to perform shall be employed. The Contractor shall at all times, maintain discipline and good order among his employees, and shall not employ on the work any unfit person or persons or anyone unskilled in the \vork assigned him. Adequate sanitary facilities shall be provided by the Contractor. GC-17. PROTECTION OF THE PUBLIC AND OF \VORK AND PROPERTY: A. The Contractor shall provide and maintain all necessary \vatchmen, barricades, red lights and \varning signs and take all necessal)' precautions for the protection and safety of the public. He shall continuously maintain adequate protection of all work from damage, and shall take all reasonable precautions to protect the Owner's property from injury or GC-7 1 I 1 I I I 1 I I I I 1 I I I 1 I I I loss arising in connection with this contract. He shall make good any damage, injury or loss to his work and to the property of the Owner resulting from lack of reasonable protective precautions, except such as may be due to errors in the Contract Documents, or caused by agents or employees of the Owner. He shall adequately protect adjacent private or public property, as provjded by law and the contract documents. B. In an emergency affecting the safety of life, of the \Nork, or of adjoining property, the Contractor is, without special instructions or authorization from the Engineer, hereby pern1itted to act at his discretion to prevent such threatened loss or injury_ He shall also so act, without appeal, if so authorized or instructed by the Engineer. C. Any compensation claimed by the Contractor on account of emergency work, shall be determined by agreement or by arbitration. GC-18. EXISTING STRUCTURES AND UTILITIES: A. The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor before starting \Nork. B. All existing utilities, both public and private; including sewer, gas, water, electrical and telephone services, etc., shall be protected and their operation shall be maintained throughout the course of the work. Any temporary shutdown of an existing service shall be arranged bet\veen the Contractor and the responsible agency. The Contractor shall assume full responsibility and hold the Ovmer harmless from the result of any damage that may occur as a result of the Contractor's activities. GC-19. CHANGED CONDITIONS: A. The Contractor shall promptly, and before conditions are disturbed, notify the Engineer in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicated in the Contract; (2) unknown physical conditions, at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of Contractor provided for in the Contract; or (3) unknoyvn physical conditions at the site which, for any reason, require a variation in the plans and specifications, or an increase or decrease in the work necessary to satisfy the Contractors' obligations under the Contract. The Engineer shall promptly investigate the conditions, and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or the time required for, performance of the Contract, an equitable adjustment shall be made and the Contract modified in writing accordingly. Any claim of the Contractor for adjustment hereunder shall not be allowed unless he has given notice as above required; provided that the Engineer may, if he determines the facts so justify, consider and adjust any such claims asserted before the date of final GC-8 I 1 I I I 1 1 I I 1 I I I I 1 I I I 1 settlement to be made, the dispute shall be determined as provided in Section GC-37 hereof. B. If the Contractor, in the course of the work, finds any discrepancy between the plans and the physical conditions of the locality, or any error or omissions in plans or in the layout as given by survey points and instructions, he shall immediately inform the Engineer, and the Engineer shall promptly verify the same. Any work done after such discovery, until authorized, will be done at the Contractor's risk. GC-20. INSPECTION OF \VORK: A The Owner shalJ provide sufficient competent engineering personnel for the inspection of the \vork. B. The Engineer and his representatives shall at all times have access to the work \vhenever it is in preparation or progress, and the Contractor shalJ provide proper facilities for such access, and for inspection C. Inspectors shall have the power to stop work on account of a \vorkman's incompetency, drunkenness, or wiIJfulnegligence or disregard of orders_ An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Ovmer any material or \vorkmanship \vhich does not conform fulJy to the requirements of the contract and they shaJl give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for the thorough examination into any of the work performed or for any other purpose requiring discharge of their duties for \vhich service no additional allowance shall be made_ The inspector shall, at all times, have fuJl permission to take samples of the materials that mayor might be used in the work. D. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances used by the Contractor, or for the safety of the job. E. If the specifications, the Engineer's instructions, la\vs, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection_ Inspections by the Engineer shall be made promptly, and \vhere practicable at the source of the supply. If any work should be covered up \vithout approval or consent of the Engineer, it must, GC-9 I I I I I I I I I I I I I if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense_ F. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered py the Contractor. If such \vork is found to be in accordance with the Contract Documents, the O\vner shall pay the cost of reexamination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. GC-21. CORRECTION OF 'VORK BEFORE FINAL PA YJVIENT: A. The Contractor shall promptly remove from the premises all materials condemned by the Engineer as failing to meet contract requirements, whether incorporated in the v\iork or not, and the Contractor shall promptly replace and re-execute his own \vork in accordance with the contract and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. B. If the Contractor does not remove such condemned \vork and materials within ten (10) days after \vritten notice, the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expense of such removal within ten (l0) day's time thereafter, the Owner may, upon ten (10) days \vritten notice, sell such materials at auction or at private sale, and shall pay to the Contractor the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the Contractor. GC-22. DEDUCTIONS FOR UNCORRECTED \VORK: A. If the Engineer deems it inexpedient to correct work that has been damaged or that was not done in accordance with the contract, an equitable deduction from the contract price shall be made therefor. I I I I I I GC-23. CHANGES IN THE \VORK: A. The Owner may make changes in the plans and specifications of the contract \vithin the general scope at any time by written order and without notice to the sureties. If such changes add to or deduct from the extent of the work, the contract shall be adjusted accordingly. All such work shall be executed under the conditions of the original contract except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. B. [n giving instructions, the Engineer shall have authority to make minor changes in the work not involving extra cost, and not inconsistent with the purposes of the work, but GC- I 0 I I I 1 I I I I I I I 1 I othef\vise, except in an emergency endangering life or propeI1y, no extra work or change shall be made unless in pursuance of a written order by the Engineer, and no claim for an addition to the contract sum shall be valid unless the additional work was so ordered. C. The Contractor shall proceed with the work as changed and the value of any change which cannot be adjusted by an increase or a decrease in contract unit items shall be determined in one of the folIo-wing ways: ]. By estimate and acceptance in a lump sum_ 2. The actual cost, by keeping a correct account, including all vouchers for: a. The actual payroll costs of all workmen, including foreman. b_ The Contractor's net cost for materials entering permanently into the work. c. The o\vnership or rental cost of construction plant and equipment during period of actual use on the extra work d_ The charges for extra power and consumable supplies_ 3. To the cost of items enumerated under (b) above shall be added a fixed fee for combined overhead and profit, not to exceed twenty percent (20%) of the enumerated items_ The allowance for combined overhead and profit so calculated shall be the only allowance included in the total cost to the Owner. Among the items considered overhead are cost for insurance, social security taxes, bond, superintendence, time keeping, clerical work, \vatchman, use of small tools, general office expense and miscellaneous. 1 1 I I I I D. If none of the above methods are agreed upon, the Contractor, providing he receives an order in writing, shall proceed with the -work. In such cases and also under case 2 he shall keep a record of and present in such form as the Engineer may require, a correct amount of net cost of labor and materials, together with vouchers. In any case, the Engineer shall certify to the amount, including a reasonable allowance for overhead and profit to the Contractor. Pending final determination of value, no payment on account of changes shall be made on any estimate. GC-24. EXTENSION OF TIME: A. Extension of time stipulated in the contract for completion of the work will be made if and as the Engineer may deem proper, when \vork under change order as herein before provided is added to the work under this contract; and when the work of the Contractor is delayed on account of conditions which could not have been foreseen, or which were beyond the control of the Contractor, and which were not the result of his fault or GC-ll I I 1 1 I 1 I I I I I I I I I I I 1 I negligence. Extension of time for completion shall also be allowed for any delays in the progress of the work caused by any act or neglect of the Owner or of his employees or by other Contractors employed by the Owner, or delay due to an act of Government, or by any delay in the furnishing of plans and necessary information by the Engineer, or by any other cau~e which in the opinion of the Engineer entitles the Contractor to an extension of time. Strikes and other labor disputes shall be cause for an extension of time. B. The Contractor shall notify the Engineer promptly of any occurrence or conditions which in the Contractor's opinion entitle him to an extension of time_ Such notice shall be in writing and shall be submitted in ample time to permit full investigation and evaluation of the Contractor's claim. The Engineer shall acknowledge receipt of the Contractor's notice within five (5) days of its receipt. Failure to provide such notice shall constitute a waiver by the Contractor of any claim_ GC-25. CLEAN-UP: A. Contractor shall keep the premises free from the accumulation of waste material and rubbish, and upon completion of the \vork, prior to final acceptance of the completed project by the Ovmer, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc, and leave his work in a clean condition, satisfactory to the Engineer. GC-26. GUARA.NTEE: CORRECTION OF THE \VORK: A. Contractor shall guarantee all items of work to be free from defects in \vorkmanship and material for a period of one year after final acceptance by the Owner. Contractor shall re-execute at his own expense, any work that fails to conform to the requirements of the Contract Documents, including any defects which appear up to one year after the date offinal acceptance of the completed project. Provisions of this article apply to all \vork executed by subcontractors, vendors and direct employees of Contractor. GC-27. CLAIMS FOR EXTRA COST: A. If the Contractor claims that any instructions by drawings or other media issued after the date of the Contract involved extra cost under this Contract, he shall give the Engineer written notice thereof within seven (7) days after the receipt of such instructions, and in any event before proceeding to execute the work, except in emergencies endangering life or property, and the procedure shall then be as provided for changes in the work. No such claims shall be valid unless so made_ GC-12 I I I I I I I I I I I I I I I I 1 1 I GC-28. SEP ARA TE CONTRACTS: A. The Owner reserves the right to let other contracts in connection with this work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage ofth~ir materials and the execution of their \vork, and shall properly connect and coordinate his work with theirs. B. If any part of the Contractor's work depends for proper execution or results upon the work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work tbat render it unsuitable for such proper execution and results. His failure so to inspect and report shall constitute an acceptance of the other Contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other Contractor's work after the execution of his \vork. C. To insure the proper execution of his subsequent work the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between the executed work and the drawings. GC-29. RIGHTS OF VARIOUS INTERESTS: A. \Vhenever work being done by the Owner's forces or by other Contractors is contiguous to work covered by the Contract, the respective rights of the various interests involved shall be established by the Engineer, to secure the completion of the various portions of the \vork in general harmony. B. If, through acts of neglect on the part of the Contractor, any other Contractor or any subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration if such other Contractor or Subcontractor will so settle. If such other Contractor or Subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall notify the Contractor, \vho shall indemnify and save harml ess, the Owner against any such claim. GC-30. THE OWNER'S RIGHT TO T ERMIN A TE CONTRACT: A. If the Contractor should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or jfhe should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payments to Subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner, upon the certificate of the Engineer that GC-13 1 I I I 1 I I I I I I I I I I I I I I sufficient cause exists to justify such action may, without prejudice to any other right or remedy and after giving the Contractor seven (7) days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the \vork by whatever method he may deem expedieqt. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the \vork, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. The expense incurred by the Owner as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer.. GC-31. CONTRACTOR'S RIGHT TO STOP 'VORK OR TE RNfIN A TE CONTRACT: A. If the work should be stopped under an order of any COllrt, or other public authority, for a period of three months, through no act or fault of the Contractor or of anyone employed by him, or if the Engineer should fail to issue any estimate within ten (10) days after it is due, or if the Owner should fail to pay the Contractor within fifteen (15) days of its maturity and presentation any sum certified by the Engineer or a\varded by arbitrators, then the Contractor may, upon seven (7) days' written notice to the Owner and the Engineer, stop work or terminate this contract and recover from the Ov.mer payment for all \vork executed, plus any loss sustained upon any plant or materials plus reasonable profit and damages. GC-32. REMOVAL OF EOUfPJVfENT: A. In the case oftem1ination of this Contract before completion from any cause whatever, the Contractor, jf notified to do so by the Ov-mer, shall promptly remove any part or all of his equipment and supplies from the property of the Owner, failing \vhich the Ov-mer shall have the right to remove such equipment and supplies at the expense of the Contractor. GC-33. ROYALTIES AND PATENTS: A. The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Ov.mer harmless from loss on account thereof except that the Ov-mer shall be responsible for all such loss when a paI1icular process or the product of a particular manufacturer or manufacturers is specified unless the Owner has notified the Contractor prior to the signing of the Contract that the pm1icular process or product is patented or is believed to be patented. GC-14 I I I 1 I I I I I I I I I I 1 I I 1 1 GC-34. LIENS: A Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the Ovmer a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit which certifies so far as he has knowledge or information that the releases and receipts include all the labor and materials for which a lien could be filed; but the Contractor may, if any Subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the Engineer, to indemnify the Ovmer against any such lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Ovmer all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. GC-35. ASSIGNMENT: A Neither party to the Contract shall assign the Contract or sublet it as a whole \vithout the \vritten consent of the other, nor shall the Contractor assign any monies due him hereunder, except to a bank or financial institution acceptab Ie to the O\vner. In case the Contractor assigns all or any part of any monies due or to become due under this contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to prior liens of all persons, firms and corporations for services rendered or materials supplied for the perfonnance of the work called for in this Contract. GC-36. PA YMENTS \VITHHELD PRIOR TO FINAL ACCEPTANCE OF \VORK: A The Ovmer may withhold or, on account of subsequently discovered evidence, nullify the \vhole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: 1. Defective work not remedied. 2. Claims filed or reasonable evidence indicating probable filing of claims by other parties against the Contractor. 3. Failure of the Contractor to make payments properly to Subcontractors or for material or labor. 4. Damage to another Contractor. GC-15 I I I I I I I I I I I I I B. \\Then the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner \vhich will protect the Owner in the amount withheld, payment shall be made for amounts \:vithheld, because of them. GC-37. APPEAL: A. General: Both parties of the Contract agree that as conditions precedent to the filing of an action in any court involving the amount or rate of payment of settlement for \vork performed by the Contractor under these contract documents, and as a condition precedent to the liability of the Owner for any amount other than contained in the estimates approved by the Engineer, any questions at issue involving the amount or rate of settlement of liability of the Owner for an amount other than as shown by the estimates approved by the Engineer, shall be referred to arbitration for decision and award. The arbitrator or board of arbitration shall have authority only to pass upon questions involving compensation to the Contractor for work actually performed but not allo\ved by the Engineer, and its authority shall not extend to the interpretation of the plans and specifications or the determination of the qualities of materials or workmanship furnished, nor shall it have authority to set aside or modify the terms or requirements of the contract. Notwithstanding any provision of this contract, the Ovmer shall have the right at any time to file suit for breach of contract, should any of the terms and conditions of this contract be breached by the Contractor, and that no provision of this contract shall be so construed as to prevent the Owner from filing suit for breach of contract at any time the terms and conditions of this contract are breached by the Contractor. B. Selection of Arbitrators: The parties may agree on one arbitrator; othef\:vise a board of arbitration shall consist of three persons, one to be named in \:vriting by each party to this contract within five (5) days after notice of arbitration is sef\/ed by either party upon the other, and the third member chosen by the first two so named within five (5) days after notice of selection. In determining the award, the majority of the board shall govern. Certified copies of the findings and a\vard shall be filed v.,Iith the Owner and the Contractor. I I I I I I C. Compensation: The arbitrator or board of arbitration shall make such rules as it shall detem1ine equitable to govern itself in the conduct of the investigation and determ ination of the award. Said member or members shall fix the amount of the cost of the proceedings including a fair and reasonable compensation to the arbitrators, and shall determine how the total cost shall be borne. GC-38. TAXES AND FEES: A. The Contractor shall pay all sales taxes and other applicable taxes and fees. GC-16 1 I I I I 1 I I I 1 I I I I I 1 I I I GC-39. GEORGIA PROMPT PAY ACT: A. This Agreement is intended by the Parties to, and does., 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 this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. GC-40. DISPUTES: A. All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. GC-41. INTEREST NOT EARl'lfED ON RET AINAGE: A. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retain age pursuant to this Agreement and Contractor specifically waive any claim to same. GC-17 I 1 I I I I I I I 1 I 1 I I I I 1 I I SECTION SC-OI. SC-02. SC-03. SC-04. SC-05. SC-06. SC-07. Scope of the Work List of Drawings Protection of the Environment Record Drawings County Acceptance Specified Materials Basis of Payment SC-O SECTION SC-O INDEX TO SPECIAL CONDITIONS I I I 1 1 I 1 1 I I 1 1 1 I I 1 I I I SECTION SC SPECIAL CONDITIONS , -01. SCOPE OF THE 'VORK: The project referred to in the Agreement shall consist of the following major elements or portion thereof as outlined in each contract. The construction and installation of sanitary sewer lines, water mains, respective appurtenances, and property restoration. -02. LIST OF DRA'VINGS: SHEET NO. 1. 2. 3. 4. 5. TITLE DATE ORlGINAL REVISED 1/29/98 1/29/98 1/30/98 2/20/98 2/20/98 5/11/98 5/11/98 Cover Plan - Highway 56 Plan - Old \Vaynesboro Road Plan - Old Waynesboro Road Detail -03. PROTECTION OF THE ENVIRON1\1ENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds and lake below the project. -04. RECORD DRAWINGS: The Contractor will mainta:tn in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction and at the completion of construction. Prior to submitting his estimate for final payment, as-built drawings are to be SC-1 1 I 1 1 1 I I I I 1 I I I I I I I I I prepared and submitted by the contractor to the engineer. As-built drawings shall include tap locations. -05. COUNTY ACCEPTANCE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta-Richmond County Water and Sewerage Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. -06. SPECIFIED MA TERlALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawlllgs. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation from the product specified will be allowed. -07. BASIS OF PAYMENT: As explained in the section "Instructions to Bidders," payment for all items of construction will be made at the total of the lump sum prices stated in the Bid Schedule to the Proposal. The partial payments described in the Agreement will be made based on the actual number of units of work completed during the month and in-place at the unit prices stated in the Bid Schedule. SC-2 1 1 I I I 1 I I I 1 I I I I 1 I 1 I 1 SECTION TS-l TS-2 TS-3 TS-4 TS-5 Clearing and Grubbing SECTION TS-O lNDEX TO TECHNICAL SPEClFICA TIONS TITLE NO. OF PAGES 2 Excavating, Trenching and Backfilling for Pipe Lines Water Distribution System Grassing Erosion Control Measures 5 9 3 2 TS-O-O 1 1 I I I I I I I 1 I 1 I I I 1 I I 1 I SECTION TS-l CLEARING AND GRUBBING -01. SCOPE: Clearing and grubbing shall consist of the removal and disposal of all trees, brush, stumps, logs, grass, weeds, roots, decayed vegetable matter, posts, fences, stubs, rubbish and all other objectional matter resting em or protruding through the original ground surface and occurring within the construction limits or rights-of-way of any excavation, borrow area, or embankment. -02. CONSTRUCTION METHODS: 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 occuIDng 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. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted roots from the site as indicated on the drawings. In foundation areas, stumps, roots, logs or other timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to a depth of not less than 18 inches below any subgrade, shoulder or slopes. 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. -03. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to clearing and grubbing shall become the property of the Contractor and may be sold by him, TS-l-l I I I I I I 1 I I I 1 I I I 1 I I I 1 provided such disposal is otherwise in accordance with these specifications. All incombustible . matter removed shall be hauled away and deposited at locations approved by the Engineer. Combustible matter may be bumed or may be disposed of as stated above. Burning shall be done at such time and such manner as to prevent fire from spreading and to prevent any damage to adjacent cover and shall further be subject to all requirements of Slate and Federal Govenmlents pertaining to the burning. No buming will be allowed on the site unless all fires are kept under constant attendance by persons having equipment necessary to prevent the spreading of fire. Such 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 buming shall be kept under constant attendance until all fires have bumed out or have been extinguished. -04. 1\1EASUREMENT AND PAYMENT: Payment shall be made according to the lump sum price as included in the bid schedule under Property Restoration. TS-1-2 I I I I I I I I I I 1 I I 1 1 I I I I them. Where damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. Except at loca:ions 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 overdepth of 4 inches below the normal required trench depth. The overdepth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented that the excavation of such material requires blasting. The excavation shall proceed in a conventional maImer with satisfactory effort made to remove hard materials before the Engineer makes a detern1ination of need for blasting. Predrilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs can and will show that the material can or caImot be excavated. Evidence will be provided for the Engineer's review and approval before predrilling 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 detemlined 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 pennitted and any unauthorized excess excavation below the levels indicated for the foundation of such structures shall be filled with sand, gravel, or concrete, as directed. 1. GRADING A1\TJ) STACKIKG: All grading in the vicinity of trench excavation shall be controlled to prevent surface ground \vater from flowing into the trenches. Any water accunmlated ip 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 minimunl distance of one ,md 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 maImer as approved by the Engineer. 2. SHORING A1\'D SHEETING: All shoring, sheeting, and bracing required to perfonn and protect the excavation and to safeguard employees and the public shall be perfornled. The failure of the Engineer to direct the placing of such protection shall not relieve the Contractor of his responsibility for damage resulting from its omission. Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. 3. WATER REMOVAL: Where water is encountered, it shall be prevented from accumulating in excavated areas by pumping, well-pointing and pumping, or by other TS-2-2 I I I I 1 I I I I I I I I I I I I 1 1 SECTION TS-2 EXCAVATING, TRENCHING AND BACKFILLING FOR PIPE LINES -01. SCOPE: This section covers all excavation, trenching and backfilling for pIpe lines, complete. -02. EXISTING IMPROVEl\1ENTS: The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, roads, streets, sidewalks, drives, pO\ver 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 \vork. \\7here 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 detennine and/or verify such infonnation Plior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed. -03. EXCAVATION: All excavation of every description and of whatever substances encountered shall be 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. All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and braced. Except where otherwise indicated, trenches 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 nor more than 8 inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and 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 sufficient to pern1it accurate work in the making of the joints and to insme 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 ma.nufacturers 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 out surfaces and the embankment or timber which may be used to hold the bank and protect TS-2-1 I I I I I I 1 1 I I I 1 I I 1 1 I 1 I 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. Under no circumstances shall trench bottoms be prepared, pipes :aid, or appurtenances installed in water. Water shall not be allowed to rise in unbackfilled excavations after pipe or structures have been placed. 4. BLASTING: Explosives are to used only within legal limitations. Before explosives are used, all necessary permits for this work shall be secured and all precautions taken in the blasting operations to prevent damage to private or public property or to persons. The 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 alTeady laid in the trench. 5. TREE PROTECTION: Care shall be exercised to protect the roots of trees to be left standing. Within the branch spread of the tree, trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly and backfill placed as soon as possible. -04. BACKFILLING: Trenches and other excavations shall not be backfilled until all required tests are performed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materi als 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. 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 sources. The backfill shall be placed in uniform layers not exceeding 6 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 thorouglmess so as to eliminate the possibility of voids or lateral displacement. The remainder of the backfill material shall then be placed and compacted above the level specified above. In areas not subject to traffic, the backfill shall be placed in 12 inch layers and each layer moistened and compacted to a density approximating that of the surrounding earth. Under roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 6 inch layers and each layer moistened and compacted to density at least equal to that of the surrounding earth so that traffic can be resumed immediately after backfilling is completed. Any trenches which are TS-2-3 1 I I 1 1 I 1 I 1 I I 1 I I I I 1 I 1 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 unifornlity and the mounding over the trenches left in a neat condition satisfactory to the Engineer. Sheeting not specified to be left in place shall be removed as the backfilling progresses. Sheeting shall be removed in such a 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. -05. BORING AND JACKING: Where required by the drawings, the pipeline will be installed in a steel casing, placed by boring and jacking. Wl1ere boring is required under highways, the materials and workmanship will be in accordance \.vith the standards of the State Highway Department 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. -06. PAVEMENT REMOVAL AND REPLACEMENT: Where necessary existing pavements shall be removed and replaced, the applicable sections of the Georgia Department of Transportation Standard Specifications for the Construction of Roads and Bridges, latest edition, shall govern this work. Joints shall be sawed, unless joints equally unifornl in the opinion of the Engineer result from other means. All street pavement repairs shall consist of a concrete slab no less than eight inches thick. Where the parent pavement is concrete, the slab surface shall be smoothly finished flush with the surrounding pavement. Where the parent pavement is asphalt, the concrete slab shall be raked finished and topped with 1 Yz inches Type "E" asphalt paving rolled flush with the surrounding pavement. All sidewalks driveways, etc., outside 0:: streets will be replaced as described above except a 6 inch concrete slab can be substituted for the 8 inch concrete slab. -06. MEASUREMENT AND PAYMENT: Excavation and backfilling for pipelines and appurtenances, except as hereinafter provided for, will be considered as incidental to the construction of the various elements of the installation it is associated with, and no separate payment will be made therefor. VVhen made at the direction of Engineer, overcut, rock excavation and backfill to compensate for rock will be made at the unit contract price for rock excavation per cubic yard measured in place. TS-2-4 1 I I I I I I I I I I I I I 1 I I 1 1 When made at the direction of the Engineer, overcut and backfill to compensate _ for inadequate foundation will be paid for at the unit contract price for overcut and clean stone bedding, per ton of stone. Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting left in place, per board foot. TS-2-5 I 1 I I I I 1 1 1 I 1 I I 1 I 1 I I I SECTION TS-3 WATER DISTRIBUTION SYSTEM -01. SCOPE: Tlus section covers the installation of all piping, fittings, valves and appurtenances for water distribution, complete. -02. MA TERIALS: Except as othef\vise indicated on the drawings, all underground water lines shall be constructed of ductile iron pipe suitable for the \vorking pressures shown on the drawings. 1. PIPE Al\1J) JOINTS: A. Ductile Iron Pipe: Ductile iron pipe shall be designed in accordance with ANSI Specification A21.50, using 60,000 psi tensile strength, 42,000 psi yield strength and 10 percent elongation. All pipe shall be designed for a minimum 200 psi water pressure, 2Y2 foot to 8 foot cover, laying condition Type 2 and at least 100 psi surge allowance, and a 2 to 1 factor of safety. Ductile iron pipe is to be manufactured in accordance with ANSI A21.51 with 60,000 psi minimum tensile strength, 42,000 psi minimum yield strength and 10 percent minimum elongation. Each pipe shall be pressure tested at 500 psi minimum at point of manufacture. Pipe shall have bituminous coating outside and be cement lined and seal coated inside in accordance with ANSI Specification A2IA. The class or nominal thickness, net weight without lining and name of manufacturer shall be clearly marked on each length of pipe. The letters "D.I." or "Ductile" shall be cast or stamped on the pipe. Joints in ductile iron pipe shall be mechanical joint or push-on type, such as U.S. Pipe's "Tyton Joint," American's Fastite or Clow's Bell Tite. Joints to be fumished according to ANSI Specifications A21.11, complete with all necessary accessones. TS-3-1 I I 1 I I I I I I 1 1 I I I I I I I I 2. FITTINGS: Fittings for all underground piping, except steel shall be Ductile Iron Class 350 (4 inch through 24 inch) and Class 250 (30 inch and larger) in accordance with ANSI Specification A21.1 O. Fittings will be cement lined in accordance with A21A as shown above. 4 inch through 12 inch fittings may be made from Ductile Iron Grade 70-50-05 in accordance with ANSI!A W\V A A21.53/CI53. Fittings and accessories shall be mechanical joint or push-on joint in accordance with ANSI/AWWA A21.10/CII0 and ANSI/AWWA A21.11/Clll. The wall thickness of fittings shall be the equivalent of Ductile Iron Class 54. The working pressure rating shall be 350 psi. Fittings shall have a bituminous outside coating in accordance \vith ANSI! A WW A A21.1 O/Cl 04. Fittings shall be equal to U. S. Pipe':; "Tlim-Tyte" or "Trim-Tyton" or Engineer's approved equal. 3. RESTRAINED JOINT PIPE AJ\TJ) FITTINGS: Restrained joints in pipe and fittings shall be of the single gasket push-on type, and shall conforn1 to all applicable provisions of ANSI/A WW A Standard A21.1l/Cll1. Thickness of the pipe banel remaining at grooves cut, if required in the design of the restrained end joints, shall not be less than the nominal thickness of equa:~ sized non-restrained pipe as specified hereinabove for the centrifugally cast ductile iron pipe. Restrained joints using set screws, or bolts, or expanding metal inserts \viU not be acceptable. The restraining components, when not cast integrally with the pipe and fittings, shall be ductile iron or a high strength non- corrosive alloy steel. Tee head bolts and hexagonal nuts for all restrained joints in pipe and fittings shall be of high strength cast iron \vith composition, dimensions and threading as specified in ANSI/AWWA Standard A21.11/Cl1l, except that the length of the bolts shall meet the requirements for the restrained joint design. The proper number of gaskets, bolts, nuts and all necessary joint material shall be furnished. Each thrust-resistant joint and the pipe and fitting of which it is a part, shall be designed to withstand the axial thrust from an integral pipeline pressure of at least 350 psi, 4 inch through 24 inch, and 250 psi, 30 inch and above, at bulkhead conditions without reduction because of its position in the pipeline nor for support from external thrust blocks. Restrained push-on joint pipe and fittings shall be capable of being deflected after assembly. Fittings for restrained joints shall be manufacturer's standard to accol1Unodate job conditions and shall be ductile iron. Lining shall be as specified for balance of pipe and fittings as specified elsewhere. Manufacturer shall furnish to the Owner, certification that two pipes joined by the restrained joint have been successfully tested to 70 psi, for sizes 4 inch through 24 inch and/or 500 psi, for sizes 30 inch through 54 inch, without any external support or blocking. Such testing and certification shall be witnessed and attested by an outside testing laboratory such as PTL, Outlaw or approved testing laboratory. Restrained joint pipe and fittings shall be U. S. Pipe TR Flex of American Lock-Fast. TS-3-2 I I I I I I 1 I I I I I I I 1 I I 1 I 4. VALVES: Valves shall be set at the locations indicated on the drawings. Valves shall be of the gate type or of the butterfly type, as indicated. Before setting each valve the interior shall be wiped clean and the opening and closing mechanism shall be treated. Valves shall be set with the stems plumb and at the exact locations shown. The required concrete footpiece shall be provided under each valve. Valve boxes shall be installed as shown on the drawing standard details, being plumb, with tops at finished grade and the trench backfill thoroughly tamped for a distance of three feet on each side of boxes. A. Gate Valves: At the Contractor's option, either of the following types of gate valves can be used. 1) Resilient Seated Type Gate Valves: Gate valves, 4 inch to 12 inch, shall be of the iron body, non-rising bronze stem, resilient seated wedge type conforming to A W\V A C509, latest revision. They shall have a working pressure rating of 200 psi with the valve body, bOlmet, stuffing box and disc castings manufactured of ASTM A-126 Class B grey iron. Valves shall be provided with operating nut unless otherwise shown on the drawings and shall open by counterclockwise rotation of the valve stem. They shall have a full opening flow way of equal diameter of the norn1al size of conr.ecting pipe. End connections shall be furnished \vith all necessary joint materials. Stuffing boxes shall have o-ring stem seals and shall be bolted and constructed so as to pern1it easy removal of parts for repaIr. All internal f,~rrous metal surfaces shall be fully coated, holiday free, to a minimum thickness of 4 mils with a two part thennosetting epoxy coating. Said coating shall be non-toxic, impart no taste to water and protect all seating and adjacent surfaces from cOlTosion and prevent buildup of scale or tuberculation. The coating must be formulated from materials deemed acceptable per the FOOD AND DRUG ADMINISTRATION DOCUMENT TITLE 21 of the FEDERAL REGULATIONS ON FOOD ADDITIVES, SECTION 1:21.2514 entitled, RESINS AND POLYMERIC COATINGS. Gate valves inside structures shall be supplied with handwheels, and shall have flanged ends. Valves to be installed underground shall have mechanical joints and be of one make. The manufacturer shall subject each valve to two hydrostatic pressure tests: a. Seat Test: There shall be no leakage past the seat from either side of the disc or at the bonnet flange or steam packing at 300 psi. TS-3-3 I I 1 I I I I I 1 I I I I I 1 I I I I b. Shall (bulkhead) Test: There shall be no leakage through the metal, bonnet flange or stem packing at 400 psi. 2) Double-Disc Type Gate Valves: Gate valves shall be of the double-disc type designed for working pressure of 200 psi. All gate valves shall have a clear waterway equal to the full nominal diameter of the pipe and shall be opened by turning valve counterclockwise. Each valve shall have the initial of the maker, pressure rating and year of manufacture, cast on the body. Prior to shipment from the factory, each valve shall be tested by hydraulic pressure equal to twice the specified working pressure. Valves to be operated by handwheel or operating nut shall have an arrow cast in the metal indicating the direction of opening, which shall be counterclockwise. a. Unless otherwise shown on the drawings, valves 3 inches and larger shall be iron body brass mounted and shall conform to the Specifications for Gate Valves, 3 through 48 inch 1\TJ>S, For Water and Se\vage Systems, A \VW A, C500. Valves to be installed underground shall be non-rising stem type with 2 inch square operating nut with mechanical joint ends. Gate valves located inside structures shall be supplied with handwheels, and shall have flanged ends. b. Valves smaller than 3 inches shall be all brass and shall conforn1 to the requirements of Federal Specification WW-V-54. B. Butterfly Valves: All butterfly valves shall be of the rubber seated, tight closing type designed for a working pressure of 150 psi. The valve disc shall rotate 90 degrees from the full open to the full shut positions and shall be suitable for direct burial. Valves shall meet or exceed the requirements of A W\V A Standard C504 for Class 150B. The manufacturer of the valves shall have been manufacturing direct burial butterfly valves for at least five years. Prior to shipment from the factory, each valve shall be bubble tight with flow in either direction according to the testing requirements of A WW A Standard 504. Valve bodies shall be of cast iron according to ASTM Specification A-126 Class B and shall have integrally cast mechanical joint ends. The trunnions for the shaft beming shall be integral with the body. Bearings shall be of the sleeve corrosion- resistant, and self lubricating type. Shafts shall be polished stainless steel, extending the full diameter through the valve disc. Valve discs shall be an alloy cast iron according to ASTM Specifications A-436, Type 1. Valve seats shall be of rubber and shall be molded, vulcanized and bonded to the body of the valve or mechanically retained to the disc by a stainless steel retaining ring \vith set screws. The bond shall have a minimum tensile strength of 75 pounds when tested under TS-3-4 I 1 I 1 I 1 1 I I I I I I I I I 1 I I ASTM D-429, Method B. Valve operators shall develop the minimum torques of Table 1 of A W\V A Standard operating nut and shall be gasketted and grease packed. A mechanical limit device to prevent overtravel of the disc in the open and shut positions shall be provided. The valve shall open turning the operating nut counterclockwise. C. Check Valves: Check valves shall be designed for a working pressure of not less than 150 psi, or as indicated or directed, with a clear watenvay equal to the full nominal diameter of the valve. Valves shall be designed to permit flow in one direction, when the inlet pressure is greater than the discharge pressure, and to close tightly to prevent return flow when discharge pre~:sure exceeds inlet pressure. Cast on the body of each valve shall be the manufacturer's name, initials, or trademark by which he can be identified readily, valve size, working pressure, and direction of flow. Valves 2 inches and smaller shall be all bronze, designed for screwed fittings. Valves larger than 2 inches shall be iron body, bronze mounted, with flanged ends of the non-slam type, with Class 125 flanges complying \vith ANSI B-156.1. 5. FIRE HYDRANTS: Fire hydrants cOlmected to 6 inch or larger mains shall comply with the requirements of A W\V A C-502 and shall be of the Traffic Model Type, incorporating a break-a\""ay feature. Hydrant shall be of the dry-barrel type suitable for 150 psi working pressure with 5Y2 inch valve opening and they shall be equal to Mueller Catalog No. A- 423. Each hydrant shall have two 2Y2 inch hose nozzles and 1 steamer nozzle. Bury to bottom of ditch shall be 3'-6". Fire hydrants connected to 4 inch or smaller mains shall be of the dry-barrel type \vith 2 1/a inch valve opening, suitable for 150 psi working pressure, similar to Mueller No. A- 411 with single 2'i1 inch hose nozzle. Threads and other requirements shall be as for 4;12 inch hydrants. 6. SERVICE STOPS: Service stops shall be of the ball or plug type having a-ring seals and seats. Replacement of plugs and seals shall be made from the top without disconnecting the valve from the line pipe or, where end-entry stops are used, shall be inmlediately followed by a union. Stops shall be constructed of standard \vatef\vorks brass or bronze. All stops shall be suitable for a working pressure of 200 psi. 7. VAL VE BOXES: A cast iron valve box similar and equal to Clow F2450 shall be installed over each w1dergrOlmd valve. The word "Water" shall be cast on the valve box cover. TS-3-5 I 1 1 I I I I I I I 1 1 I I I I I 1 I -03. 'VATER DISTRIBUTION SYSTEM INSTALLATION: 1. HAl\TDLING Al\TD STORlNG MATERlALS: 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 stoml drainage level and deliver for laying after the trench is excavated. Valves shall be drained and so stored as to protect them from freezing. 2. PIPE LAYING - GENERAL: The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be not less than 3 feet, or as shown on the drawings. Give all plpes a uniforn1 bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. 3. BORlNG AND JACKING: Where required by the drawings, the \vater line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the State Highway Department or local authority. 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. A. Casing Pipe: The casing pipe shall confoml to the materials standard of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. B. Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. C. Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of the pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. When installing water line through casing, Contractor shall use mechanical joint pipe with retained glands through length of casing. The water main shall be strapped to 8 foot lor,g treated wooden skids with metal straps throughout length of casing. The ends of the casing shall be sealed with rock and mortar. 4. REACTION BLOCKING: All plugs, caps, tees, bends and other fittings shall be provided with adequate reac:jon blocking as shown on the drawings. Reaction blocking shall be made to bear directly against the undisturbed trench \vall. Where trench conditions are, in the opinion of the Engineer, unsuitable for reaction blocking, the TS-3-6 1 I 1 1 I I 1 I I I 1 I 1 I I I I I 1 Contractor shall provide tied joints to adequately anchor the piping as shov.,rn on the drawings. All the rods and clamps shall be given a bituminous protective coating. 5. PRESSURE TEST: Before any work will be accepted for payment, the Contractor will fill the piping with water, open outlet as necessary for expelling the entrapped air. No fire hydrant shall be opened fullforce during charging operations. Thereafter, furnish the necessary equipment and test the piping under the supervision of the Engineer for a period of at least 2 hours at 1.5 times the design pressure in pounds per square inch, based upon the lowest elevation of the section under test. Pressure testing shall be in accordance with A WW A Standard C600, Section 4.1. Inspect all joints, and remedy to the satisfaction of the Engineer any defects discovered. Continue the test until all visible leaks bave been eliminated from the part of the system under test, and the pressure remains constant. 6. LEAKAGE TEST: Inm1ediately following the pressure test, and before any work will be accepted for payment, the Contractor shall perform the following leakage test. The duration of the leakage test shall be two hours and during the test the main or section of the main under test shall be subjected to a pressure of 200 psi or as otherwise specified based on the lowest point in the line or section under test and corrected to the elevation of the test gauge. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof necessary to maintain the specified leakage test filled with water at the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as detern1ined by the fonnula L_ND{P 7400 L = Allowable leakage in gallons per hour. N = The number of joints in the section of pipe tested. D = The nominal diameter of the pipe in inches. P = The average test pressure during the leakage test in pounds per square inch gauge. The leakage test shall be conducted in accordance with A WW A Standard C-600, Section 4.1. -04. STERILIZATION: TS-3-7 I I I I I I I I 1 I 1 1 1 I I I I I I All piping complete with fittings and appurtenances shall be flushed w1til clean and sterilized as specified in the applicable sections of A WW A Specification C601. "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 distJibution 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 a chlorine residual of 10 ppm should be available at this time. The system shall then be flushed with potable water and the sampling program started. The provisions of this paragraph apply equally to new pipe and fittings and to existing pipelines into which cOlmections 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. Two or more succes:;ive sets of samples, taken at 24 hour intervals and tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results submitted to the Riclm10nd County Water and Sewerage Department. -05. 'VATERlSE'VER SEPARATION: A 10 foot horizontal separation shall be maintained between water and sewer lines. "Where the horizontal separation cannot be met or where water and sewer lines must cross, an 18 inch vertical separation, water over sewer must be maintained. \Vhere the above conditions caJmot be met, water and sewer lines shall be cast iron or ductile iron pipe with joints staggered such that maximum separation bel',veen joints exists. The water line shall be installed over the sewer line. -06. AS-BUILT DRA'VINGS: As the work progresses, record on one set of utility drawings all changes and deviations from the contract dra-wings 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 lines, etc. at a maximum interval of 200 feet. Make sufficient measurements to locate definitely all water lines etc., to permanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc. Transfer accurately all such records in red pencil to white prints of the utility drawings and deliver them to the Engineer with monthly payment estimate. -07. MEASUREMENT AND PAYMENT: Payment will be made only for elements in place and tested as follows: 1. Pipelines will be paid for at the unit contract Plice, per linear foot, for each size, type and class installed, completed including fittings. No deduction will be made for the laying length of valves and fittings installed within a pipe line. TS-3-8 I I 1 I I I I I I I 1 1 I I I I I I I 2. Valves will be paid for at the unit contract price for each size and type installed. Payment therefore will include box or vault as shown on the plans. 3. Fire hydrants \vill be paid for at the unit contract price for each size installed, complete with lead piping, valve, and main tee, in place as shown on the plans. 4. Service lines will be paid for at the unit contract price for each size and type installed, complete as shO\vn on the plans. TS-3-9 I 1 1 I 1 I 1 1 I I 1 I I I 1 I I I 1 SECTION TS-4 GRASSING (BERMUDA) -01. SCOPE: This section covers the furnishing of all labor and materials and the perfonnance of all work required to assure the establishment of a dense pem1anent cover of Bennuda grass on all areas of the site disturbed by construction operations. -02. SEED BED PREPARATION: final grades will be established as shown on the plans prior to any seed bed preparation. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate unifonn drainage after establislm1ent of the turf. Graded surfaces will be maintained in a smooth and even condition until the required cover is established. After the areas to be seeded have been brought to an even and smooth grade, they shall be thoroughly loosened to a depth of at least six (6) inches by plowing, disking, harrowing, or other approved methods until the tillage is acceptable as suitable for seeding. During tillage operation, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations. Any operations of the Contractor, shall be smoothed out before seeding operations are begun. -03. FERTILIZATION: At least two soil samples per acre shall be taken by the Contractor and analyzed to determine the suitability of the particular soil for planting. fertilization and lime application rates shall be set accordingly. The rates given in the following paragraphs shall be used for bidding pmposes and differing quantities will become the basis for an equitable adjustment in the contract price. fertilizer shall be distributed uniforn1ly at a rate of 1500 pounds of commercial 10.10.10 analysis fertilizer per acre, and shall be incorporated into the soil to a depth of approximately three (3) inches by disking, harrowing, or other approved methods. The incorporation of fertilizer may be a part of the tillage operation specified above, or a part of the hydro seeding procedure as described below. Immediately following, or simultaneously with, the incorporation of fertilizer, lime shall be distributed at the rate of 1500 pounds per acre and shall be incorporated into the soil to a depth of at least three inches '~y disking, harrowing, or other acceptable methods. The incorporation of lime along \'o/ith the fertilizer may f0l111 a part of the tillage operation specified above. TS-4-1 I I I 1 1 I I I I I I I I I I I I I I 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 no'~ less than 16 percent Nitrogen and Anm10nium Sulphate not less than 20 percent Nitrogen. The Nitrogen fertilizer shall be uniforn1ly spread and distributed with approved equipment at a rate that \vill 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. -04. SEEDING: Pem1anent grass cover \vill consist of Common Bem1Uda seeded in accordance with one of the following methods: 1. Between the dates of April 15 and September 15, Hulled Common Bennuda seed shall be applied at a rate of 40 to 45 pounds of seed per acre. 2. If seeding is undertaken between September 15, and April 15, unhulled Common Bemmda seed shall be applied at a rate of 40 to 45 pounds of seed per acre simultaneously with abruzzi Rye seed at a rate of 200 pounds per acre. Seed may be applied by means of a Hydro-seeder or other means approved by the Engineer. -05. COMPACTION: Immediately after seeding operations have been completed, the areas shall be compacted by means of a cultipacker, roller wood float, or other approved equipment sufficiently weighted, or compacted by hand methods, to reduce air pockets to a minimum. The complete planted area shall be left with a fiml, even surface, free from abrupt humps and hollo\vs, and to the established grade. -06. MULCHING: All areas planted for temporary or pennanent grass shall be uniforn1ly mulched with hay or straw at the rate of 1 1/2 tons per acre, except where hydroseeding is employed using a cellulose mulch mixed with the E:eed and fertilizer. -07. ACCEPTAt~CE: Grassed areas will be accepted when a 95% cover by penmment grasses is obtained and weeds are not dominant. TS-4-2 I I I I I I I I I I I I I I I I I I I -08. MEASUREMENT AND PAYMENT: Work performed under this section will be included in the lump sum price for Property Restoration appearing in the Proposal Bid Schedule. Payment, therefore, will include full compensation for all materials, labor and equipment required to establish the required permanent stand of grass. TS-4-3 I I I I I I I I I I I I I I I I I I I SECTION TS-5 EROSION CONTROL MEASURES -01. GENERAL: This section covers erosion control measures required on the job. These measures shall be suitable to the Engineer aDd will be in accordance with the following guidelines. -02. EROSION AND SEDIMENT CONTROL PLAN: The following guidelines for reducing erosion and contammg sediment are recommended for use during construction, and until the earth areas can be stabilized with vegetation. A. Earth areas which are not to be paved should be grassed at the earliest possible time during the construction phase, so as to minimize exposure to rainfall and runoff. B. Temporary bem1s, wherever possible, should be constructed at the end of each day of grading, in order to contain sediment and slow down erosion in the cut and fill areas, should rainfall occur during the night. Benns should also be constructed, where needed, to prevent sediment from being transported onto areas outside the actual construction limits. At a minimum suitable checks shall be placed at least 200 feet apart in drainage ditch lines if disturbed by construction activity. C. Silt and erosion barriers of the type which tend to filter suspended solids from the water flowing through them should be employed to the extent necessary to contain most of the water-borne silt. Examples of this type of barrier include "silt" fence, hay or straw bales, '\vindro\vs of limbs and laps, and stone or rubble riprap. D. Erosion due to wind is not likely to be of concem on this project, considering the types of soils expected and the strip-like geometry of construction areas. E. Ditch slopes and di~turbed earth areas shall be grassed as required under section entitled "Grassing." The Contractor shall be responsible for maintaining these newly constructed ditches and take immediate action subject to approval to keep erosion of the ditc~ bottom and slopes to a minimum during the life of the contract. No additional compensation will be given to the Contractor for the required maintenance. F. All grassing will be performed in accordance with the section of the specifications entitled "Grassing." Should seasonal limitations prevent the establishment of the pern1anent grass cover, the area to be grassed should be covered with a temporary TS-5- 1 I I I I I I I I I I I I I I I I I I I grass cover; then the permanent grass should be established as soon as its growing season is reach. G. All silt retention basins, traps, barriers, etc., should be inspected daily and cleaned at least weekly. H. All work shall be in accordance with good grading practice and should conform to accepted practices in Erosion Control. -03. MEASUREMENT AND PAYMENT: Payment for soil ero~:ion and sedimentation control measures shall be included in the lump sum price in the bid schedule for Property Restoration. TS-5-2