HomeMy WebLinkAboutOSCAR RENDA CONRACTING PROJECT 60115
"'....
.'
~.
C."
,~..
-I.. ~
, I
/'
PROJECT MANUAL
Main Interceptor
Upgrade Replacement Phase 1
Augusta Utilities Department
Project No. 60115
PREPARED FOR:
AUGUSTA-RICHMOND COUNTY COMMISSION
Deke S. Copenhaver, Mayor
Betty Beard - District 1
Marion F. Williams - District 2
Joe Bowles - District 3
C. Keith Brown District 4
Calvin Holland, SL District 5
Andy Cheek. - District 6
Jerry Brigham District 7
Jimmy Smith - District 8
J. R. Hatney - District 9
Don A. Grantham - District 10
N. Max Hicks, P.E. - AUD Director
August 2006
PREPARED BY:
Stevenson' Palmer
. Engineering, Inc.
360 Bay Street, Suite 400/Augusta, Georgia 309011706-261-4040IFax 706-261-4042
"
..
.~
~me(Pm71Wilt !dlF~8'nt
!)f:f;: @eR- ~(l//tt&, ~eetQ4t
. ADDENDUM
TO:
FROM:
DATE:
All Bidders
Geri A. Sams
October 3, 2006
SUBJ:
ADDENDUM #1
BID ITEM #06-171 Main Interceptor Upgrade Phase 1 for
Augusta Utilities Department
BID DUE Friday, October 27,2006 @ 11 :00 a.m.
.
Please add the following attachments to your bid package:
Conflict of Interest
Local Vendor Preference
Sealed Bids Selection Method
Disadvantaged Business Enterprise Language
These forms are required to be completed and returned as a part of your bid package
We would like to dig several test holes within the easement along this project to investigate ground
conditions prior to the bid. We will get all areas located for existing utilities prior to any excavation
and maintain traffic control per Ga. DOT requirements during these test excavations.
We have no objections to the c~'!1tractors digging test pits along the pipeline route assuming that
they comply with all Georgia regulations regarding underground utilities and traffic control.
Prior to digging in the Right of Way (ROW) it is critical that they contact Jerry Clay with the
Augusta Engineering Services Department (for work in the ROW of the City of Augusta) at 706-
821-1706 or Byron Sullivan with the Georgia Department of Transportation (for work in the ROW
of the Georgia DOT) at 706-855-3466. If the contractor is planning on digging in the easements
offsite please be sure to have them coordinate with the property owner prior to any excavation
efforts. Please have the contractor call our office at 706-303-2426 and contact Jim Rush or Reiny
Dahlke 24-hours prior to any excavation efforts.
Please acknowledge receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 82~ -2422.
cc:
Tameka Allen
Max Hicks
Wes Byne
Yvonne Gentry
Interim Deputy Administrator
Utilities Department
Utilities Department
DBE Coordinator
.
Room 605 - 530 Greene Street, Augusta, Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www.aulrustaea.eov
Register at www demandstar.com/supplier for automatic bid notification
'"
.
.
.
~,
EMPLOYEE CONFLICT OF INTEREST:
It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement
contract when the employee or official knows that:
(a) the employee or official or any member of the employee's or official's immediate family has a
substantial interest or financial interest pertaining to the procurement contract, except that the
purchase of goods and services from businesses which a member of the Commission or other
City of Augusta employee has a financial interest is authorized as perO.c.G.A. 36-1-14, or the
procurement contract is awarded pursuant to O.C.G.A. 45-10-22 and 45-10-24, or the transaction
is excepted from said restrictions by O.C.G.A. 45-10-25;
(b) Any other person, business, or organization with whom the employee or official of any member
of an employee's or officials immediate family is negotiating or has an arrangement concerning
prospective employment is involved in the procurement contract.
Any employee or official or any member of an employee's or official immediate family who
holds a substantial interest or fmancial interest in a disclosed blind trust shall not be deemed to
have a conflict of interest with regard to matters pertaining to that substantial interest or financial
interest.
I, (vendor)
information contained in the bid specifications.
have read and understand the
Vendor Name:
Address:
City & State:
Phone #: (
Fax # (
)
)
Signature:
Date:
Bid Item Number and Name:
TIDS FROM MUST BE SUBMITTED WITH BID PACKAGE. NO EXCEPTION(S) WILL BE GRANTED
"\
.
.
.
~
Certification Statement
Local Vendor Preference
I certify that my company meets all of the following qualifications to be eligible for the local vendor
preference:
II
(1) That my company has a fixed office or distribution point located in and having a street address
within Augusta for at least six (6) months immediately prior to the issuance of the request for
competitive bids or request for proposals by Augusta; and
(2) That my company holds any business license required by the Augusta Richmond County Code
for at least 6 months
Vendor Certified:
(3) That my company employs at least one (1) full time employee, or two (2) part time employees
whose primary residence is in Augusta, or if the business has no employees, the business shall be at
least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta.
(4) Attached is a copy of my Augusta Business License.
Company Name:
Address:
Business License Number
Fax Number:
Owner's Name:
day of
Phone Number:
Signature:
Sworn to before me this
Notary Public for the State of
Notary Public Signature
Printed Name:
,20
My Commission Expires
VENDOR DO NOT COMPLETE
II
To be completed by Authorized City Representative from Business License & Inspection
Department: '
Date:
Authorized Signature
This form MUST be submitted with bid package. NO Exception(s) will be granted
.
.
.
SEALED BIDS SELECTION METHOD
A method for submitting a bid to perform work on a proposed contract. In general, each party interested
submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable
responsible bid is accepted. All bid responses will be retained as property of Augusta Richmond County.
Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed
bidding except as otherwise provided elsewhere in this article (see S 1-10-45 - Sealed Proposals; 1-10-46 -
Professional Services; 1-10-47 - Quotations; 1-10-49 - Sole Source Procurement; and 1-10-50 - Emergency
Procurements, of this chapter).
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement
Office and shall include specifications prepared in accordance with Article 4 (product
Specifications), and all contractual terms and conditions, applicable to the procurement.
Pre-bid conference and addendum. A conference to be conducted by the Procurement Director and using
agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids.
While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further
acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any
substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions
shall be documented in an addendum and communicated to all bidders registered for the procurement action.
Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and
place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant
information as the Procurement Director deems appropriate, together with the name of each bidder shall be
recorded; the record and each'bid shall be open to public inspection in accordance with S 1-10-5 (public
Access to Procurement Information).
Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the
time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally
accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the
requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past
performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery,
and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in
evaluation for award shall be objective and clearly measurable, including but not limited to discounts,
transportation costs, and total or life cycle costs. The main advantage of using life-cycle costing is that both
initial costs and related costs for the life of the item are considered. When the criterion for awarding the
contract is based on lowest responsive bidder, it may mean that the contract specifications are just minimally
complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-
time could eat up any savings made if the Procurement process considers only the initial cost. Under no
circumstance will any bid be accepted by fax or email. All bids must be labeled and received in the
Procurement office bv the due date and time. There will be no exceptions made for anv late, lost bv the post
office or express carrier, or misdirected submittals.
Please be aware that vendors shall be removed from the vendor list for the following reasons:
(1) Declining to offer bids for the period of time listed in specifications.
(2) Suspension for the following shall not be for less than three (3) months or more than three (3)
years:
(a)
Failing to satisfactorily meet terms, agreements, or contracts made with the
Procurement department or the using agency.
Being convicted of criminal offenses in obtaining contracts or convicted of
embezzlement, violation of state or federal anti-trust statutes, or any other crime
which indicates a lack of business integrity or honesty.
Violating contract provisions or failing to perform without good cause or any other
cause which the Procurement Director deems to be so serious as to affect the
responsibility of a contractor, including disbarment or suspension from a vendor list
by another government entity.
(b)
(c)
.
.
.
PREFERENCE FOR LOCAL SUPPLIERS AND CONTRACTORS
(a) Augusta encourages the use oflocal suppliers of goods, services and construction products whenever
possible. Augusta also vigorously supports the advantages of an open competitive market place. Nothing in
this Section shall be interpreted to mean that the City Administrator or Purchasing Director is restricted in any
way from seeking formal bids or proposals from outside the Augusta market area.
(b) When the quotation or infopnal bids selection method is used by the Purchasing Director or using
agency head to seek fIrms to quote on Augusta commodity, service and construction products, local firms
should be contacted, if possible, fIrst. Then if the Purchasing Director or using agency head believes that there
may not be at least three qualifIed informal bidders, quotes shall be sought from outside the Augusta market
area.
. (c) In the event ofa tie of bid (see 1-10-43 (h)), when all other factors are equal, the City Administratoris
encouraged to select the bid from within the local market area. The City Administrator shall retain the
flexibility to make the award of contract to a bidder outside of the local market area if evidence supports
collusive bidding in favor of a local source.
(d) The local vendor preference policy shall be applied when the lowest local bidder is within 5% or
$10,000, whichever is less, ofthe lowest non-local bidder. The lowest local bidder will be allowed to match
the bid of the lowest non-local bidder; if matched, the lowest local bidder will be awarded the contract.
For purposes of this section, "local bidder" shall mean a business which:
1) Has had a fIxed offIce or distribution point located in and having a street address within Augusta
for at least six (6) months immediately prior to the issuance of the request for competitive bids or
request for proposals by. Augusta; and
2) Holds any business license required by the Augusta-Richmond County Code and
3) Employs at least one (1) full time employee, or two (2) part time employees whose primary
residence is in Augusta, or if the business has no employees, the business shall be at least fIfty percent
(50%) owned by one or more persons whose primary residence is in Augusta.
BACKGROUND INFORMATION ON VENDORS.
The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information
concerning the vendor's previous p~rform.ance, the service and quality ofthe products offered, the availability
of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that
particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's
consideration. The information is to be included in the backup documents for the Commission's consideration
in awarding the contract.
INSPECTION OF PURCHASES.
The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise the
inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with
the specifIcations set forth in the pertinent purchase order or contract. The Procurement agent may require
chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are
necessary to determine quality of the samples and conformance with specifIcations.
Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein.
Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and
responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids.
In addition to price and other material factors, the Procurement Director, in consultation with
the using agency, shall consider the following in the context of award recommendations:
(1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required,
(2) The capability of the bidder to perform the contract or provide the service promptly, or within the time
specifIed, without delay or interference,
(3) The character, integrity, reputation, judgment, experience, and effIciency of the bidder,
(4) The quality of performance on previous contracts,
(5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or
servIces,
. (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract,
(7) The quality, availability, and adaptability of the supplies or services to the particular use required,
(8) The number and scope of conditions attached to the bid by the bidder, and
(9) Service availability may be considered in determining the most responsible bid, and the bidders shall be
required to submit information concerning their ability to service and maintain the product of the equipment.
Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete
statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed
by the Procurement Director and/or Administrator and made part of the record file for audit proposes.
It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the
work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase
the cost of the work. The Owner supports a healthy free market system that seeks to include responsible
businesses and provide ample opportunity for business growth and development.
.
.
.
(ffJl'rMt"mmt7JlI
...
ADIJEND'UM
TO:
AU Bidders
FROM:
deri A. Sauls
. ,- - -.
DATE: A
October 20; 2006
St1BJ;
ADDENllOM:J4
BID ITEM #06ic 17'1 Main Interceptor Upgrade;,rhaseI
NEW BIDDAT'E: - Thursday, Novembet9. 200~6 @ 3:00p:m.
Plea-se: note the following ,dlange to your bid package:
Th~ bidQP .u~~tQr Bb:llt~Prt4f().fj..~71ltflSi Qeen~hmlgetlff'om.
Friday, Gctob.elf2JJ,.. :ZOOti. to 1'bUltSdn~~.N()-rem&er9,2006 i@i ~~OOp.lU.
.
Please acknowledge receiptor addendum in your bid package~
If questions regarding this
lnterim Dc~uty Administrator
Deparuneot
.
Room
Register ilt
~
~me(pJlWJU}'llt Wrjxvl<Wle-nt
!)f:f;: @eR- ~tt&, Q;Ji'/!ee((P1'
ADDENDUM
TO: All Bidders
FROM: Oeri A. Sams
DATE:;1: October 23,2006
SUBJ: ADDENDUM #3
BID ITEM #06-171 Main Interceptor Upgrade, Phase I
NEW BID DATE: - Thursday, November 9, 2006 @ 3:00 p.m.
Please note the following changes to your bid package:
.,
Please acknowledge receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 821-2422.
cc:
Tameka Allen
Max Hicks
Wes Byne
Jim Rush
Yvonne Gentry
. Interim Deputy Administrator
Director, Utilities Department
Augusta Utilities
CH2M Hill
DBE Coordinator
.
Room 605 - 530 Greene Street, Augusta, Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www.aulPIstae:a.e:ov ,
Register at wwwdemandstar.com/supplierforautomatic bid notification :
'"',
i'
.
.
.
Bidders on this Project are hereby notified that this Addendum shall be attached to and made part
of the above-named Bid Package, dated July 2006.
The following items are issued to add to, modify, and clarify the Bidding and Contract
Documents. These items shall have full force and effect as the Bidding and Contract Documents,
and costs involved shall be included in the bid prices. Bids to be submitted by the specified bid
due date shall conform to the additions and revisions listed herein.
Acknowledge receipt of this addendum by inserting its number and date in Section 00120, page
13 of the Bid Ptoposal and returning it with your bid. .
SPECIFICATIONS
Section 00120 - Bid Proposal:
Item No.1 - Replace Section 00120 pages 1 through 13, inclusive, in their entirety with
Section 00120 pages 1 through 14, inclusive. as issued as Attachment No. 1 of this
Addendum No.2.
Section 01002 - Supplementary Conditions:
Item No.2 - In Section 01002, Paragraph SC-6.13.A. Add the following new paragraphs
after Paragraph SC-6.13.A.3: '
2.
CSX; Transportation Utility Crossing Permits. See Attachment No.4 of this
Addendum No.2.
Norfolk Southern Railroad Utility Crossing Permit. See Attachment No.4 of this
Addendum No.2.
Soil Erosion Control Permit.
Stormwater Discharge Permit.
3.
4.
5.
Item No.3 - In Section 01002, Paragraph SC-6.13.B. Delete Paragraphs SC-6.13.Rl.
and SC-6.13.B.2. in their entirety.
Item No.4 - In Section 01002, Paragraph SC-6.16.B. Add the following new paragraph:
1. Copies of signed easements are included as Attachment No.3 of this Addendum
No.2
Section 01150 -Measurement and'Payment:
Item No.5 - In Section 01150, Paragraphl.07.A. Add the following paragraph to the end
of Paragraph 1.07.A. "
"Payment of the 'pay item will be measured per month and will be prorated based upon
the length of the Contract Duration. For examfle: If the Contract is for a 365 calendar
day period, then the pay item will be l/li of the lump sum amount per month,
regardless of actual costs incurred by Contractor."
A-I
.
.
.
DRA WINGS
Item No.6 - The following note shall be added to the Construction Notes on Sheet C2:
49. Outside of NormalW orking Hours - The cost of inspection by the City of Augusta,
Georgia before or after regular working hours, on Saturdays, Sundays, or Augusta,
Georgia Legal Holidays, shall be paid for by the applicant requiring the inspection at a
rate of'I-~ times the regular salary per hour of the inspector plus 7.65% for the
employ"br's FICAlMedicare match. Approval for the inspection outside of normal
working hours shall be obtained from the City Engineer forty-eight (48) hours in
advance. Prior to the co~encement of work requiring inspection outside of normal
working hours, the applicant shall sign a form which is furnished by the Department of
Public Works and Engineering agreeing to pay the overtime. The Department of Public
Works and Engineering will bill the Contractor for payment.
Item No.7 - On Sheet C17: Reference Drop MH 38. Change the Inv = 118.45 (8") to "Inv =
118.32 :f: (8")"
Item No.8 - Add Attachment No.2, Drawings SE01 through SE07, inclusive.' These Drawings
supersede all soil erosion control measures as indicated on Drawings CO 1 through C29,
inclusive. Drawings SEOl through SE07 form the basis for Pay Item LS-l, Item No.8.
Item No.9 - Add Attachment No.6, AUD - Detail 1, Drop Manhole to the standard details on
Sheet C24.
ANSWERS TO BIDDERS QUESTIONS
The answers to Bidder's questions from John D. Stephens, Inc. and Garney Construction are
included with this Addendum No.2 as Attachment No.5. Answers to Bidder's questions are for
reference only and are not intended to be relied upon as a condition of the contract, unless they
are specifically answered by reference to statements within the Contract Documents or issued as
an Addendum item.
List of Attachments:
Attachment No.1 - Specification Section 00120, Pages 1 through 14, inclusive
. Attachment No.2 - Drawings SEOl through SE07, inclusive
Attachment No.3 - Project Easements
Attachment No.4 - Executed Railroad Permits
Attachment No.5 - Questions and answers from John D. Stephens, Inc. and Garney
Construction, for reference only
Attachment No.6 - Sheet C24, AUD - Detail 1 , Drop Manhole
A-2
.
:~
.1
ATTACHMENT.l
.
r
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
. SECTION 00120 - BID PROPOSAL
AUGUSTA-RICHMOND COUNTY COMMISSION
MUNICIPAL BUILDING
AUGUSTA, GEORGIA 30911
PROJECT TITLE: Bid Item # 06-171
MAIN INTERCEPTOR UPGRADE REPLACEMENT PHASE 1
. '" Augusta, Georgia
Gentlemen:
The undersigned Bidder, herein referred to as singular and masculine, declares the following:
1. The only parties interested in the proposal as principals are named herein;
2. He has carefully examined and fully understands the contract documents, including the
drawings and specifications;
.
3. He understands that information relative to existing structures and underground utilities
as furnished to him on the drawings, Contract Documents or by the Augusta-Richmond
County Utilities Engineer/Director, carries no guarantee expressed or implied as to its
completeness:or accuracy and he has made due allowances therefore;
4. He has made a personal examination of the site of the proposed work and has satisfied
himself as to the actual conditions and requirements of the work;
5. He agrees to hold the Owner harmless for accidents or damages to property;
6. He will comply with all State and Federal regulations pertaining to but not limited to.
asbestos containing material removal and disposal, regulations regarding disposal of all
debris and OSHA requiremen,ts;
7. He will complete the work in a timely manner. The required time of completion is
indicated in the Bid Proposal Form;
8. He will maintain the site as clean as possible by not allowing debris to accumulate before
making trips to his disposal site. Materials sold for salvage shall not be accumulated on
the project site;
.
9. He will not burn any materials on site without written approval from proper authorities;
and hereby proposes and agrees to furnish all materials, labor, skill, equipment, tools, -
and other things of every kind and description specified, needed or used for the complete
execution of all work covered by and in conformity with the Plans, specifications, and
other Contract Documents prepared by Stevenson & Palmer Enqineerinq, Inc. and all
Amendments and Addenda thereto, for the sum$ hereinafter stated.
BID PROPOSAL
00120-1
S&P Project No. 8124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
. BASE BID: SCHEDULE OF UNIT PRICES:
10" diameter PVC sanitary sewer pipe LF 770
SDR 35, Depth 0' to 6', including Type II
No. 67 stone bed din material
10" diamete,r PVC sanitary sewer pipe LF 470
SDR 35, Depth 6' to 8', including Type II
No. 67 stone beddin material
S-3A 8" diameter PVC sanitary sewer pipe LF 224
SDR 35, Depth 8' to 10', including Type
II No. 67 stone beddin material
S-3B 10" diameter PVC sanitary sewer pipe LF 150
SDR 35, Depth 8' to 10', including Type
II No. 67 stone bedding material
S-5B 10" diameter PVC sanitary sewer pipe LF 390
SDR 35, Depth 12' to 14', including Type
II No. 67 stone beddin material
S-9B 10" diameter ductile iron sanitary sewer LF 189
pipe Class 350 Depth 0' to 6', including
T e II No. 67 stone beddin material
. S-11 E 16" diameter ductile iron sanitary sewer LF 83
pipe Class 150, Depth 8' to 10', including
T e 1/ No. 67 stone beddin material
S-111 30" diameter ductile iron sanitary sewer LF 411
pipe Class.150, Depth 8' to 10', including
T e 1/ No. 67 stone beddin material
S-12E 64" diameter ductile iron sanitary sewer LF 582
pipe Class 150, Depth 6' to 8', including
T e 1/ No. 67 stone beddin material
S-12K 64" diameter ductile iron sanitary sewer LF 670
pipe Class 150, Depth 10' to 12',
including Type II (No. 67 stone) bedding
material
S-131 54" diameter ductile iron sanitary sewer LF 61
pipe Class 150, Depth 10' to 12',
including Type II (No. 67 stone) bedding
material
S-13K 54" diameter ductile iron sanitary sewer LF 21
pipe Class 150, Depth 16' to 18',
including Type II (No. 67 stone) bedding
material
S-13L 64" diameter ductile iron sanitary sewer LF 2377
pipe Class 150, Depth 12' to 14',
including Type II (No. 67 stone) bedding
material
.
BID PROPOSAL
00120-2
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
. BASE BID: SCHEDULE OF UNIT PRICES:
S-15L 64" diameter ductile iron sanitary sewer LF 420
pipe Class 150, Depth 16' to 18',
including Type II (No. 67 stone) bedding
material
S-16H 24" diameter ductile iron sanitary sewer LF 57
pipe Class 200, Depth 18' to 20',
including Type II (No. 67 stone) bedding
material
S-161 30" diameter ductile iron sanitary sewer LF 32
pipe Class 150, Depth 20' to 22',
including Type II (No. 67 stone) bedding
material
S-16L 64" diameter ductile iron sanitary sewer LF 701
pipe Class 150, Depth 18' to 20',
including Type II (No. 67 stone) bedding
material
S-16M 64" diameter ductile iron sanitary sewer LF 907
pipe Class 200, Depth 20' to 22',
including Type II (No. 67 stone) bedding
material
. S-18 Select backfill, GA DOT Type I, Class I & CY 44800
" (Sand/Clay) - Measured by in-place
volume.
S-20A Pre-cast sanitary manhole, GA DOT EA 8
STD 1011A, Type 1, Depth 0' to 6' (48"
Diameter
S-20C Pre-cast sanitary manhole, GA DOT EA 2
STD 1011A, Type 1, Depth 0' to 6' (72"
Diameter
S.20F Pre-cast sanitary manhole, GA DOT EA 1
STD 1011A, Type 1, Depth 0' to 6' (120"
Diameter
S-21A Additional sanitary manhole depth, Type VF 15
1, Depth Class 1 (48" Dia.)
S-21C Additional sanitary manhole depth, Type VF 12
1, Depth Class 1 (72" Dia.)
S-21 F Additional sanitary manhole depth, Type VF 6
1, Depth Class 1 (120" Dia.)
S-27 A 48" Diameter sanitary manhole interior VF 15
protective coating
S-27C 72" Diameter sanitary manhole interior VF 24
rotective coatin
. S-27F 120" Diameter sanitary manhole interior VF 6
rotective coatin
BID PROPOSAL
00120-3
S&P Project No. 8124-02-01
Main Interceptor Upgrage Replacement Phase I
Augusta Utilities Department Project No. 60115
. . BASE BID: SCHEDULE OF UNIT PRICES:
BID PROPOSAL
00120-4
S&P Project No. 8124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
. BASE BID: SCHEDULE OF UNIT PRICES:
.
S-78N 63" Diameter fiberglass reinforced LF
polymer mortar pipe (12-14" cut),
including Type II (No. 57 stone) bedding
material
S-49N 72" Diame1er fiberglass reinforced LF
polymer mdrtar pipe (10-12' cut),
including Type II (No. 57 stone) bedding
material
S-50N 72" Diameter fiberglass reinforced LF
polymer mortar pipe (12-14' cut),
including Type II (No. 57 stone) bedding
material
S-51 N 72" Diameter fiberglass reinforced LF
polymer mortar pipe (14-16' cut),
including Type II (No. 57 stone) bedding
material
S-52N 72" Diameter fiberglass reinforced LF
polymer mortar pipe (16-18' cut),
including Type II (No. 57 stone) bedding
material
S-53N 72" Diameter fib13rglass reinforced LF
polymer mortar pipe (18-20' cut),
including Type II (No. 57 stone) bedding
material
S-54N 72" Diameter fiberglass reinforced LF
polymer mortar pipe (20-22' cut),
including Type II (No. 57 stone) bedding
material
S-55N 72" Diameter fiberglass reinforced LF
polymer mortar pipe (22-24' cut),
including Type II (No. 57 stone) bedding
material
S-56B 36" FRPM tee base MH (2-miter) with EA
24" neck, including concrete
encasement, fiberglass bench, and cast-
in FWC cou lin
S-57A 64" FRPM tee base (straight-thru) with EA
24" neck, including concrete
encasement, fiberglass bench, and cast-
in FWC cou lin
S-57B 64" FRPM tee base (1-miter) with 24" EA
neck, including concrete encasement,
fiberglass bench, and cast-in FWC
cou lin
S-57C 64" FRPM tee base (2-miter) with 24" EA
neck, including concrete encasement,
fiberglass bench, and cast-in FWC
cou lin
.
BID' PROPOSAL
168
244
265
630
.1160
3660
790
540
1
10
3
1
00120-5
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
. BASE BID: SCHEDULE OF UNIT PRICES:
S-57D64" FRPM tee base (3-miter) with 24"
neck, including concrete encasement,
fiberglass bench, and cast-in FWC
cou lin
S-58A 72" FRP~tee base (straight-thru) with EA 8
24" neck, including concrete
encasement, fiberglass bench, and cast-
in FWC cou !in
S-58B' 72" FRPM tee base (1-miter) with 24" EA 12
neck, including concrete encasement,
fiberglass bench, and cast-in FWC
cou lin
S-58C 72" FRPM tee base (2-miter) with 24" EA 3
neck, including concrete encasement,
fiberglass bench, and cast-in FWC
cou lin
S..59A 24" fiberglass MH risers VF 25
S-59B 48" fiberglass MH risers VF 450
.
S-60A Stubout on tee base (invert at bottom) EA 5
. S-60B Stubout on tee base (invert not at EA 3
bottom)
S-61A Jack and Bore 48" diameter steel casing, LF 113
Minimum wall thickness 0.625 incn,
Carrier pipe included, 36" diameter
ductile iron sanitary sewer pipe Class
150, end seals
S-61 B Jack and Bore 72" diameter steel casing, LF 109
Minimum wall thickness 1.00 inch,
Carrier pipe included, 63" diameter
fiberglass reinforced polymer mortar
sa n ita sewer i e, end seals
S-62 Direct jack 72" diameter, jacking FRPM LF 278
sanitary sewer pipe, across Gordon
Hi 'hwa at an Ie
S-63 Tunnel and Jack 96"x36" precast box LF 150
culvert, Minimum wall thickness 8
inches, under RR tracks
S-64 Linabond lining of special structures SF 5415
.
BID PROPOSAL
00120-6
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
. BASE BID: SCHEDULE OF UNIT PRICES:
8-65 Abandonment of existing interceptor L8 1
8-66 No.4 surge stone for trench stabilization LF 2310
alan New:8avannah Road, 1" thick
8-67 Remove exrsting MH (for installation of EA 1
MH 44)
WATER MAIN
W-108 8" in-line gate valve, including valve box, EA l'
installed, com Jete, 0 en ri htfleft
W-15 New long side water service, installed, EA 11
includin re-connection, com lete
W-16 New short side water service, installed, EA 1
includin re-connection, com lete
W-22A Remove 8" AC water line and replace wi LF 390
8" DIP, Class 350
W-228 Remove 12" AC water line and replace LF 560
wi 12" DIP, Class 350
W-23 Remove and Relocate offset Water main EA 2
. 12" DIP, Class 350 standard Joint
Secial Connectin to AC Water Line
PAVEMENTSTRUCTU~ES
P-1 Asphalt overlay, type' F, 1 W'thick, 8Y 22100
minimum
P-2 Trench restoration, 8" min. aggregate 8Y 6980
base, 5" min Type 8 leveling course,
sawcutting of trench, tacking of existing
as halt
P-4 Milling, 0 - 2.5" 8Y 22100
P-6 6" thick concrete driveway replacement, 8Y 280
replace in kind, 3000 psi mix
P-7 4" asphalt pavement driveway 8Y 300
replacement
P-9 24" wide concrete curb andlor gutter LF 350
removal ana replacement (as
a ro riate and necessa
P-10 Patching per GA DOT detail, includes 8Y 415
min. 8" Class 8 Portland cement
concrete or 12" soil cement base, 7'
. wide and subbase & sub rade
P-11 Dirt Road Replacement to match 8Y 50
existin
BID PROPOSAL
00120-7
S&P Project No. 8124-02-01
Main Interceptor Upgrade Replacement Phase I .
Augusta Utilities Department Project No. 60115
. BASE BID: SCHEDULE OF UNIT PRICES:
MISCELLANEOUS
M-1 Flowable fill CY 600
M-2 Rock excavation CY 100
.,
M-4 Clearing and Grubbing ACRE 6
M-6 Remove & replace 12" storm CMP LF 70
(outside ROW)
M-7 Remove & replace 15" storm RCP LF 85
M-8 Remove & replace 18" storm RCP LF- 160
M-10 Remove & replace 48" storm RCP LF 30
.
M-11 Remove four (4) storm pipes near LS 1
Shapiro entrance; replace with three (3)
36" RCPs,complete with bypass
um in
M-12 Remove 48" CMPs near National LF 315
Avenue & replace with 48" RCPs,
com lete with b ass um in
M-13 Remove Three (3) 30" Storm pipes and LS 1
end Section and Replace with Three (3)
New 36" Storm RCP and End Sections,
com lete with b ass um in
LUMP SUM
LS-1 Lump sum construction (includes but is LS 1
not limited to the listing continued below
.
(Lump Sum Construction Next Page)
BID PROPOSAL
00120-8
S&P Project No. 8124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
. BASE BID: SCHEDULE OF UNIT PRICES:
1
2
3
4
5
6
7
8
. 9
10
11
12
.
Lump Sum Construction
Mobilization, Demobilization
!=Wnds, Insurance, Permits
. "
Permanent grassing
Remove and reset/replace in kind fences, All types
Remove & replace ROW monuments (by RLS)
Remove and reset signs, Type vades
Remove and reset mailboxes, Type varies
Erosion and sediment control (temporary grassing, construction entrance/exits, silt
fences, check dams, rip-rap, misc. erosion control structures)
Traffic control
Miscellaneous grading
Raise manholes and valves boxes to grade
Remove and relocate water meter
1. TOTAL BASE BID FOR ALL UNIT PRICES
($
(use words)
(figures)
2. Unit Prices have been computed in accordance with Paragraphs 11.9.1 through 11.9.3, inclusive of the
General Conditions.
3. Bidder acknowledges that estimated quantities are not guaranteed, and are solely. for the purpose of
comparison of Bids, and final payment for all Unit Price Bid .items will be based on actual quantities
provided, determined as provided in the Contract Documents.
4. Bidder acknowledges that discrepancies between the multiplication of units of Work and unit prices
will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of
figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies
between words and figures will be resolved in favor of the words.
BID PROPOSAL
00120-9
S&P Project No. 8124-02-01 ,
Main Interceptor Upgrade Replacement Phase I
. Augusta Utilities Department Project No. 60115
. ALTERNATE NO.1:
1. Alternate No. 1 generally consists of providing Fiberglass Reinforced Polymer Mortar (FRPM) pipe in
lieu of Ductile Iron Pipe based upon the quantities provided in the follQwing unit price table. Bidder shall
delete the corresponding pay items and replace them with the Alternate No. 1 unit price table. Items
not changed remain as stated in the Base Bid Unit Price Table. The price for each Alternate will be the
amount added to or deleted from the base Bid if OWNER selects the Alternate.
ALTERNATE NO.1 UNIT PRICE TABLE:
S-12E 63" diameter fiberglass reinforced LF 582
polymer mortar pipe, Depth 6' to 8',
including Type II (No. 57 stone) bedding
material
S-12K 63" diameter fiberglass reinforced LF 670
polymer mortar pipe, Depth 10' to 12',
including Type II (No. 57 stone) bedding
material
S-131 54" diameter fiberglass reinforced LF 61
polymer mortar pipe, Depth 10' to 12',
including Type II (No. 57 stone) bedding
. material
S-13K 54" diameter fi.berglass reinforced LF 21
polymer mortar pipe, Depth 16' to 18',
including Type II (No. 57 $tone) bedding
material
S-13L 63" diameter fiberglass reinforced LF 2377
polymer mortar pipe, Depth 12',to 14',
including Type II (No. 57 stone) bedding
material
S-15L 63" diameter fiberglass reinforced LF 420
polymer mortar pipe, Depth 16' to 18',
including Type II (No. 57 stone) bedding
material
S-16L 63" diameter fiberglass reinforced LF 701
polymer mortar pipe, Depth 18' to 20'"
including Type II (No. 57 stone) bedding
material
S-16M 63" diameter fiberglass reinforced LF 907
polymer mortar, Depth 20' to 22',
including Type II (No. 57 stone) bedding
material
S-37 Granular fill for FRPM pipe installation CY 17,500
S-57A 63" FRPM tee base (straight-thru) with EA 10
24" neck, including concrete
. encasement, fiberglass bench, and cast-
in FWC cou !in
BID PROPOSAL
00120-10
.
.
.
S&P Project No. 8124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
8-57B 63" FRPM tee base (1-miter) with 24"
neck, including concrete encasement,
fiberglass bench, and cast-in FWC
cou Iin
8-57C 63" FRPM tee base (2-miter) with 24"
neck, including concrete encasement,
fiberglas$ pench, and cast-in FWC
cou Iin .1
8-57D 63" FRPM tee base (3-miter) with 24" .
neck, including concrete encasement,
fiberglass bench, and cast-in PWC
cou ling
8-69 Deduct from base bid unit price table for
above items .
EA
3
EA
1
EA
1
L8
1
1 . Alternate 1:
(add) (deduct)
(circle one)
($
'words
figures
ALTERNATE NO.2:
Alternate No.2 generally consists of providing an alternate sewer routing from FPL Foods, LLC. from existing SA
MH to manhole No. 22 as shown on 8heet C12. Bidder shall use the following modified unit price table to
determine price of Alternate No.2. Items in parenthesis denote deducts from Base Bid Unit Price Table. Items not
changed remain as stated in the Base Bid Unit Price Table. The price for each Alternate will be the amount added
or deleted from the Base Bid if Owner selects the Alternate.
AtTERNA TE NO.2 UNIT PRICE TABLE:
30" diameter ductile iron sanitary sewer LF (93)
pipe Class 150, Depth 8' to 10', including
Tell No. 67 stone beddin material
8-20C Pre-cast sanitary manhole, GA DOT EA 1
STD 1011 A, Type 1, Depth 0' to 6' (72"
Diameter
S-21 C Additional sanitary manhole depth, Type VF 4
1, Depth Class 1 (72" Dia.)
S-27C 72" Diameter sanitary manhole interior VF (2)
protective coating
BID PROPOSAL
00120-11
.
.
.
S&P Project No. 8124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
S-29A Doghouse/Connector Manhole, including EA (1)
base, cone, and ring and cover, Type 1,
De th 0" to 6' 72" Diameter
S-31a Bulkhead existing sanitary sewer, 8" to EA (1)
3D"
S-31 b Bulkhead: ~xisting sanitary sewer, over EA 1
3D"
S-68 30'" HDPE SDR 21 Carrier Pipe inside
exist. 54" casing pipe including' spiders,
flow fill annular space, end seals and
a urtenances
Pavement Structures
P-1 Granular fill for FRPM pipe installation
LF
130
Sy
(50)
2. Alternate 2:
(add) (deduct)
(circle o~e)
words
3. The Lump Sum Bid Price for this Contract will be:
If only Alternate 1 is selected:
words
If only" Alternate 2 is selected:
words
If Altemate 1 and 2 are selected:
words
($
figures
($
figures
($
figures
($
figures
The undersigned agrees that this Proposal may not be revoked or withdrawn after the time is set
for the opening of bids but shall remain open for acceptance for a period of sixty (60) calendar
days following such time.
In case the bidder is given in writing by mail, telegraph, or delivery the Notice of Acceptance of
the Bid Proposal within sixty (60) days after the time for the opening of bids, the undersigned
BID PROPOSAL
00120-12
.
.
..
S&P project No. 8124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
agrees to execute within ten (10) calendar days a Contract (Form of Agreement between
Contractor and Owner) for the work for the above-stated compensation and at the same time to
furnish and deliver to the Owner a Performance Bond, Payment Bond, .Certificate of Insurance,
and Contractor Certification forms in accordance with the instruction bound ih the Project
Manual. .
The undersigned agrees to commence actual physical work on the site with an adequate force
and equipment within ten (10) calendar days from the date to be specified in the Notice to
Proceed from t~e Owner and to complete fully all work within 365 calendar days. It is also
agreed that 35 days are included in the specified contract time for adverse weather days based
on National Oceanographic and Atmospheric Administration (NOAA) historical data.
Enclosed herewith is a Bid Bond in the amount of DOLLARS
($ ) being not less than 10% of the Base Bid. The Bid Bond must be
submitted on the required form provided with the Invitation to Bid.
If this Proposal is accepted within sixty (60) days after the date set for the opening of bids and
the undersigned fails to execute the Contract within ten (10) calendar days after receipt from the
OWNER/Engineer, or if he fails to furnish both a Performance Bond and Payment Bond, the
obligation of the Bid Bond will remain in full force and effect and the -money payable thereon
shall be paid into the funds of the Owner as liquidated damages for such failure; otherwise the
obligation of the Bid Bond will be null and void.
Receipt is acknowledged of the following addenda:
Addendum
(Date)
(Date)
(Date)
(Date)
(Date)
Addendum
Addendum
Addendum
Addendum
(See Next Page for Signatures)
BID PROPOSAL
00120-13
S&P Project No. G124-02-01-
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
. This Bid Proposal is respectfully submitted by:
.
~
Bidder (Print Name)
.'~
Signature (Owner, Partner or
Corp. Officer)
Title
If Corporation, affix seal here
(SEAL)
BID PROPOSAL
Address
Telephone Number
Fax Number
00120-14
.
.~
./
ATTACHMENT 2
.
.
.
ATTACHMENT 3
.
'1.
<0
.~
o
T""
.
.
rJJ
Z
o
~
E-i
U
~
E-i
rJJ
~
Z
o
~
E-i
U
P
~
E-i
00
Z
o
u
<D
0>
<Il
0..
(f)1.?;
I- .;::
dJ 5
2 2l
~.E
o <D
o U
C
<D
~
<Il
~
E
~
"0"0
S'g
ci.-
E C
<D _E
I-W
Ec en en en
cLE g; ~ ~
o..w
000
C C C
'000
C C C
WN-r-LO
ZV<OLO
0C\i~~
I..J...J...J.
0.. C\l C\l C\l
W 1'--1'--1'--
-:JcDcbcb
WOOO
1-1'--1'--1'--
<0
o
o
C\l
'as
C\l
>.
"5
-,
>:
<Il
"0
it
en
W 0
2 (5
~ ~ 2
>- as .g
~~~g
c.. ~ ill -
5 ~ ~ ~
o ~~~
-,~u
<Il.!!1
coCi5u:
a:tn~
~ ~ ~.~
~:?;~5
~..9.1 0
u..=<D
en ij; ~
<D <D ,u
E .S 3:
~~u.i
.8
CI)
CI) -ci -ci -ci
Wa:a:a:
a:..c..c..c
o <Il <Il <Il
o C C C
<(ccc
>- ~~~
I- <Il <Il <Il
a:(f)(f)(f)
w======
c.. <D <D <D
Ozzz
a:
c..
<D
U
CD
E
c
'ro
2
LO 0> T""
C\lvLO
C\lC\lC\l
LO
T""
o
co
~
o
W
-,
o
a:
c..
999
OOT""
000
d,J,J,
~ggg
0..666
cnmm
LOLOLO
CD
==
c
o
1~<Il
-E:
g co
I~-g
:; ==
U C
<D .-
en en
~~ai"5.
.g '5: Ei 0
~<DE.g
~~.eQ)
~E:Q~
~ ~ ~~
~ U ~ ~
E~==c
~ g~8
~
.~
U
<D
en
rJigu
~ :~~
u <Il ~
u--
~ro5Q)
<Dc<llc:;
u'roE:;::
fJE-S~
en <Il ol~
~E.g~~
,sl::; ~ <D :;
CJ)cu~..cu
.5~==~3l
.~.~~g.s
-E-o.s:E~
'ca~g5'@
20uu2
C
<D
E
<D
en
<Il
<D
g
'iij
en
o
U
o 0 0 0 0
c c: c c c
en en rn en en
19;1g;1~!~I~
(I) CI) (/) CI) 0
!~ ~i~~ C
O>I'--I'--<')LO
<')0>0>0<')
COCOCOO>C\l
MCO CO 0>C\l
Nc:\JNcb~
C\lC\lC\lC\lC\l
I'--I'--I'--COI'--
chcbcbcbcb
00000
1'--1'--1'--1'-1'-
~ <D
E <D U
2 E.~
~ &lID
(f) ~~
g ~ E
~>_..9.1~
<Il 0 0 '0 u..
m~=(O~
oo;c<(en
en'c~a:~
~~~~~
c
<Il
E
"0
o ~Q;
~ c:lx
ol~ ~ <D <Il
o.s.s~tO
m:2:2O<
o o,~ en
I ~ I I '-EO ..9.1
oa:a:~C5
<3~~~6
-0
a:
..c
<D <D..c <Il
.~~~~~
C5o@i5~
~~~==~
~~~.~~
(f)CI)<D-><::Z
Z(f)o
~~ ~
LOLO T""
00000
6~",6o
00000
c?Mch~cb
~""'-r-T-C\1
00000
66600
mmcnd>d>
LOLOLOLOLO
-0
a:
~
c
Q)
B
(:;
'i:i
en
CD
c
==
o
"0
<Il
C
o
o
.s
I~
o
"0
"0
Cii
1~15,
cl@-
<D Q)
.8-><::
~ 0
.gl~
10. ,s
en U
~ c
~~
== ~
o co
g~
cE
o Q)
01-
000 0 0 0 000 000
c c c c c c c c c c c c
CI) (I) en (I) en 0 0 en w en' en CI)
~.~ g;. ~ ~ c c ~ g;. ~.~.~
o 0 C/J ,en f/) U1 (I) (f) tfJ 0 CI.I CI)
c CI~ ~ ~ ~ g;. g;. g;. c~ ~
.,-'I""""........OC\JLOCOLO"'d'"COtav
<OCOO>I'-C\lC\lC\lMvOOO>
vvvLOI'-COOLOvLOLO<O
CDCOC\lf'-'T""'"OOC\l,....ococoC\J
NN...tro...tNNcboMMc\J
C\lC\/C\lC\J1'-C\lC\/0>0><,)<,)C\l
I'-I'-I'-COI'-I'-I'-LOI'-1'-1'-1'-
cbcbcD cD cbcbd,..J.cbcbwcD
ooooooocooooo
1'-I'-I'-I'-I'-I'-I'-COl'-I'-I'-I'-
ci en
<:! ~ --'0
-a f5. c '~
(f)e.::l_~Uc .Q ~
CO ~ -_<Il
000"5--: ~
g CDEO-S '~ 0
;,= :2 Q)I~~ (f) ....J
g ~62C1) Q) -S ~ ....J
CI:+-'> ocn~--Q)-'"C
c.Qlij~ c';::.QE.s.Q0
CDccc~E~c~~cG:
"0 co.Q ~ en E Q) co ;:::.a <Il ....J
o~Eti""02:J~gQ)o~a..
2>Z<(1-0u..>tOZ>u..
o
o
~ ~
c75 .g- ~ =:
~_~5Q)..c2
J-"Q)~=Scuo. ~~o
-><::-~:2 E2'6G:Ie. co l\1....J
g g~ 0 .2 .0..c3:3:....J
22>..c1- .3:0"" . '"0
-f-~-' I;:::Ea:a:o
~~ ~ 0 ~-a,~g(j) _t:&
.!!L!!!.Q:2..c';:: 0 ~1,=,2 2:..J
o 0 e;; .g! c e;; Q):E l\1 0 0 c..
Z><(c..O(f)2a:a:u..
-ci ~~~~~~~ ~
-o~ "@"@"@..c..c"@..c "@
~ co <Ji c: c c ~ ~ c ~I;:::, c
~ ~ > ~ ~ ~ ~ ~ @ ~ ~ ~
o..co<(>>>>>>>I>
>lij<ll<ll<llCO<llCOCO <Il
C~cCl)CI)(f)CI)CI)CI)(f)5C1)
-E==,g~~~====~=="E~
OQ)COZZzQ)<Dz<DOz
c:lZZ ZZ zo
o>~col2 ;g 0
U;C\I~C\J ;2 ~
000000000000
666000666666
000000000000
<66Lbrod>c\J",cb6ch~",
l[)COCOCOCOOOOC\lC\lC\lv
000000000000
666006666666-
a,o,mo,d>",chd,d-;chdlch
LOLOLOLOLOI'--I'-I'-I'-I'-I'-I'-
Ig
'Q.
l\1
U
{ll~
c-
<Il c
- <D
<D 0
u-
l\1 ~
I"Q. .Q
E:c.
cl~
,9 <Il
en c
I~ E
co
'I~ ~
81~
- U
U <Il
<D_
- c
e 0
c..o
o
c
en
~
o
c
0>
0>
0>
CO
..J.
C\l
I'-
ID
o
I'-
~
en
c
<Il
..=:
~
o
o
o
<(
<(
<(
d
E
<5
U
en
<Il
<D
....J
CI)
....J
o
-0
a:
..c
CO
c
c
CO
>
l\1
(f)
==
<D
Z
o
c\J
o
c\J
o
o
6
ro
CO
CD
o
.~
.
.
00
z
o
~
E-I
U
S
E-I
00
~
z
o
~
E-I
U
~
E-I
00
Z
o
u
(\/
(])
OJ
Ol
a..
>-
cO:
c(c(
0U)
o:U)
.W
..JU
UJ ::::lW
I- C(Z
Z :I:>-
W W..J
:2 :I:W
:2 1-1-
0 z3
0 00.
I-U)
Wal
Gc(
I-U)
oU)
ZW
..J
oz
C::::l
"0 "0 0 0 0 0 0 0 0
c73~ c: c: c: c: c: c: c:
ci.- '" '" '" '" '" '" '"
E c:
(]) _E I~I~ I~ I~ I~ I~ ~
I-W
Ec '" '" 0 '" '" '" '"
,LE ,~!~ C:I~ I~ I~ ~
CLW
W e?e? e?e? e?
Z "<t"<t "<t"<t "<t
00 o 0 0
0 o 0 o 0 0
I ..td, d,d, d,
CL (\/(\/ (\/(\/ (\/
W 1'-1'- 1'-'1'- I'-
..J cbd, cbeb <b
W 00 00 0
I- 1'-1'- I'- I'- I'-
W
:2
c(
z
>-
z
c(
CL
:2 ~.:.:; ~ .:.:; .:.:;
0 00 2 o 0
0 ~~ m ~~
OJ OJ OJ OJ OJ
o 0 (; (; <5
moo 00 moo
e?
co
0
a: I~ c: c: ~
o 0 e?
W ~~ E E ~
Z E '" <i
~ '" I~ - (]) CD C
.'" I~ ..c: ..c:
0 0 5"5 CD ;:
0 '" '" o 0 E 0
.i::..c: ..c: ..c: ..c: c: c: en en ..c: CL
"5"5 ::; "55 1:l Ol Ol 0 Ol
Ol ~ ~ .:.:; .:.:; Ol .~
0 0 0 0 0 g :E:E 0
enU) en en en x x t; 0
..J ..J ..J ..J ..J tii en en .00 c: (])
:2 :2 :2 :2:2 a: 0 0 zz W C!J
-c -c
en a: a:
en
W -c -c-c -:> :> itt
a: Ol ,Ol Ol
0 a: a: a: c:en en ;:
0 ..c: ..c: ..c: Ol . :Z .:.:;
<C Ol :i- Ol Ol oz (;;
-c c: c: c: oi:Soi:S oi:S CL
>- c: ;: c: c:
I- a: Ol I Ol Ol -c Q; Q; 1:l
itt > > (;;
a: Q; c: Ol Ol a:~ .:.:;
W ii) en 0 en en Ol ca c:
CL 0 ;: 1:l ;: ;: ~~ ~ (;;
0 u.. (]) (; CD (]) en~ I? 00
a: "<t z C!J zz ;: CD CD g
a.. 0 (]) ~ c:
0 Ol 0
C\l z..J ..J 0
0 9 0 00 0 0
d, ~ 6 oc\J 6 6
9 9 0 99 0
N 0 6
z ~ ~ e?~ 6
0 0 0 o~ 0
a: 0 0 0 00 0 0
6 6 6 00 0 6
N
..t ro ro roo d, 6
I'- co co co 0 0
~ I~ ~
CD
o
o
CIl
ai
(\/
>..
:5
...,
:>.
Ol
-0
;t
.8
CD
.0
Q;
.E
c:
'ca
:2
I!)
~
~
o
CD
~
o
W
...,
o
a:
a..
.
.
.
. ATTACHMENT 4
Note: CSX and Norfolk Southern Railroad Permits at Laney
Walker Blvd are in the Process of being acquired and will be
made available as soon as they are execut~d.
.
.
LICENSE AGREEMENT
THIS INDENTURE, made and entered into this 29th day of
June
2006, .
by and betWeen CSX TRANSPORT A TION, INC., a corporation organized and existing under
the laws of the Commonwealth of Virginia, whose mailing address is 500 Water Street, J -150,
Jacksonville, FL 32202, Grantor, and AUGUSTA, GEORGIA, a Political Subdivision of the
State of Georgia, Grantee:
WITNESSETH: That the said Grantor, for and in consideration of the sum of FOUR
THOUSAND' DOLLARS ($4,000.00), and other valuable consideration, paid by Grantee to
Grantor, the receipt whereof is hereby acknowledged, does by these presents, COVENANT unto
.'
Grantee, a 789 square feetofnonexclusive li~ense and 1,087 square feet of nonexclusive license,
for the construction, operation and maintenance of a precast concrete box culvert in, under and
across the land as hereinafter described, being situated at or near Augus~ Richmond County,
Georgia, to wit:
Starting at the Point of Beginning N-1,253,777.88 E-713,874.11; thence
running S22046'OO"W for a distance of 105.26 feet to a point; thence
turning and running N85015'13"W a distance of 21.85 feet to a point;
thence turning and running N22046'OO"E a distance of 105.27 feet to a
point; thence turning and running S85015'13"E for a distance of 21.81 feet
back to the Point of Beginning, as shown on an application drawing
prepared by Stevenson & Palmer Engineering Incorporated, dated July 15,
2005, iIIed contemporaneously herewith and incorporated herein,. and to
which reference is hereby made for a more accurate description of metes,
bounds and courses.
SUBJECT, however, to such easements and restrictions as may appear of record or as
may be apparent from an examination of the premises.
.
.
.
operate a railroad and appurtenances across the license area and .to construct such additional
track(s) and other railroad facilities across said license area and to maintain, repair, renew and
operate the same as in the judgment of Grantor, its affiliates, subsidiaries, parent corporations,
successors, assigns, licensees and/or lessees may be requisite.
RESERVING, further,. unto Grantor, its affiliates, subsidiaries, parent corporations,
successors, assigns, licensees and/or lessees the right to install, construct, locate, maintain, repair
and renew any fiber optic communications lines and associated structures and facilities related
thereto across, under or over said license' area and to maintain, repair, renew and operate the
same as in the judgment of Grantor, its affiliates, subsidiaries, parent corporations, successors,
assigns, licensees and/or lessees may be requisite.
TO HA VB AND TO HOLD the above described nonexclusive license unto Grantee, its.
successors and assigns, so long as it or they may require the same for the purposes granted;
PROVIDED, however, that this conveyance is made by Grantor upon the following conditions:
1. Grantor shall not be required to assume any expense in connection with or
incident to any construction, maintenance, use or repair of any facilities located within said
license area and shall be exempt from any and all charges, costs or assessments of any kind or
. character on account of the construction, maintenance, use or repair of any facilities located within
said license area under and across the aforesaid parcel ofland or adjacent property of Grantor.
2. If, at any time, the licenses herein granted or any part thereof, shall no longer be
used or required by Grantee, its successors or assigns, for the purposes which granted, the same
shall terminate and Grantee, its successors or assigns, shall execute' such instruments as now
provided or as may be hereinafter provided by law to clear title to the aforesaid property.
3. Upon termination of the license for any reason, Grantee shall properly fill in the
pipes so that proper support for Grantor's facilities is maintained.
4. Grantor's Terminal Manager at 907 East Boundary Street, Augusta, Georgia,
shall be given at least forty-eight (48) hours' advance notice before entry upon the property. The
Terminal Manager is Joey Reyes, 'whose telephone number is (706) 828-4200 (office);
(843) 745,.5313 (cell).
2
.
.,
.
5. All reasonable care shall be exercised and such precautions taken as said
Terminal Manager, or his authorized representative, may deem necessary to protect Grantor's
facilities and operations. Grantor reserves the right to place watchmen, flagmen, inspectors 'and .
supervisors for protection purposes during the operations hereunder and the expense thereof,
including the expense of any material furnished, shall be promptly paid by Grantee upon receipt
of Grantor's bill therefor. In addition to direct wage and material cost, such expense shall
include, but shall not be limited to, cost of supervision, traveling expenses, Federal Railroad
Retirement and Unemployment Taxes, vacation allowances and all other expense incidental
thereto.
6. (a) Without limiting in any manner the liability and obligations assumed by
Grantee under .any other proVision of this Agreement, and as additional protection to Grantor,
Grantee shall, at its expense, pay the Railroad Protective Liability (RPL) Fee .set forth in
subparagraph (ii) below and shall procure and maintain with insurance companies satisfactory to
Grantor, the insurance policies described in subparagraphs (i) and (ii).
(i) Prior to commencement of installation or maintenance of the
Facilities or entry on Grantor's property, Grantee, and its contractor if it
employs one, shall procure and maintain for the course of said installation'
and maintenance, a general liability insurance policy naming Grantor
both as a certificate holder and as an additional insured, and containing
products and completed operations and contractual liability coverage,
with a combined single limit of not less than $2,000,000 for each
occurrence. Subject to Grantor's approval, Grantee may self-insure its
obligation as required by this subparagraph (i).
(ii) Upon execution of this Agreement, Grantee shall pay Grantor the
sum of $750.00 to provide for Railroad Protective Liability Insurance.
(iii) Subject to Railway's approval, Grantee may self-insurance its
obligation as provided by'this agreement.
(b) All insurance required under preceding subsection (a) shall be underwritten
by insurers and be of such form and. content as may be acceptable to Grantor. Prior t,o
commencement of installation or. maintenance of the Facilities or any entry on Grantor s
property, Grantee, or its contractor if it employs one, shall:
Furnish to Grantor's Risk Manager, Walter Tyler, 500 Water Street, J-150, Jacksonville, FL
32202 (or such other representative and/or address as subsequently given by Grantor to Grantee
in writing), for approval, the original policy described in subsection (a)(ii) and a certificate of
insurance evidencing the existence of a policy with the coverage described in subsection (a)(i).
7. No drainage conditions shall be created or allowed to exist which would be
adverse to Grantor's property.
8. A minimum clearance of fifteen (IS) feet from the centerline of the nearest track
shall be maintained at all times for any material, equipment or vehicles of Grantee occupying
Grantor's property unless authorized in writing by Grantor or Grantor's Terminal Manager.
3
.
.
.
9. Grantee will construct and maintain the pipelines, at its expense, in such a
manner as will not .interfere with the operations of Grantor or endanger persons or property of
Grantor, and in accordance W!th (a) plans and specifications prescribed by Grantor, (b)
applicable governmental regulations ot laws, and (c) applicable specifications adopted by the
American Railway Engineering Association when not in conflict with plans, specifications or
regulations mentioned in (a) imd (b) above.
10. If Grantor shall make any changes, alterations in or additions to the .line, grade,
tracks, structures, roadbed, installations or works of Grantor at or near the pipelines, Grantor
shall, at its own cost and expense, make such changes in the location and character of the
Facilities as, in the opinion of'the chief engineering officer .of Grantor, shall be necessary or
appropriate to accommodate any canstruction, improvements, alterations, changes or additions
of Grantor.
11. Grantee will notify Grantor priar to the installation and placing in service .of
cathodic protection in order that tests may be conducted an Grantar's signal, communications
and other electronic systems for passible interference. If the pipelines cause degradation of the
signal, communications or other electranic facilities .of Grantor, Grantee, at its expense, will
relocate the cathodic protection and/or madify the Facilities to the satisfactian of Grantor so as
to eliminate such degradatian. Such modifications may include, withaut limiting the generality
of the foregoing, providing additional shielding, reactances or other corrective measures deemed
necessary by Grantor. This provision applies to the existing signal, communications and
electronic equipment .of Grantor and to any signal, cammunicatians .or electronic equipment
which Grantor may install in the future.
12. If Grantee fails to take any corrective measures requested by Grantor in a' timely
manner or if an emergency situation is presented which, in the Grantar's judgment, requires
immediate repairs to the facilities, Grantor, at Grantee's expense, may undertake such carrective
measures or repairs as it deems necessary .or desirable.
13. It is further agreed between the parties that the premises shall be used by
Grantee only far the pipelines and for no ather purpose without the written permission .of the
chief engineering .office .of Grantor.
(THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK.) .
4
.
.
.
IN WITNESS WHEREOF, the said Grantor, have caused these presents to be signed by
its President-CSX Real Property, Inc. and its corporate seal attested by its Corporate Secretary;
to be hereunto affixed the day and year first above written.
ATTEST:
".
=-~~ 'tJ. !0ur-1lv
Donna W. Melton .
Corporate Secretaiy
Swornto and subscribed
Before me this 29# day of
. ~~e 2006.'
NO~
Sworn to and subscriby,d b, efore me
this /0:b 'day of t!v-tJt.6J:C 2006.
(/
)/;~(i~ LI >5?t9'l~
Notary P~lic ' ,
;JSt~IJ~' -
.~Q \4 ~
~':;.~l
-"0,,\.0
CSX TRANSPORTATION, INC.
By:
Stepn A. Crosby .
President - CSX Real Property, C.,
signing on behalf of CSXT
Nolary Public Slale of Florida
Cannen Elena Benitez
My Commission 00482409
Expires 10/1612009
~~.
AUGUSTA, GEORGIA
By: (9~ -1e'-
Deke S. Copenhaver,.Mayor
, .. . Notary Public, Columbia County, Georgia
My ComnusslOn ExpIres: ,My Cgmmiilikm Expires JUly 27, 2010
5
,
. ~
~~ ~
...0 .,j5....
di:: ~ . ~"
ei~ G :Jg
~ (I), ~
~(i) f'; ':~~~~~~~:J
~~ ~
tJ~
'\ I
. ~I ~I '0
. :1 ~
f1attl -1.. I
rr.u - 'I$'
m f&wr.
..J _ 1i1I
~ ~ """,,"'"oW1r-:
g
g ~
...: I.
vi ...:
,,... en
<0 01
t:!. CO
,...
d "0
< <
~ CO
5
d d
. ~I ~I
~I
.4t
~
~
0..
u-
B
~~
C)
!tJ't~
~5~
o....g
~~C!l
<::
>-~I=::
Il:~O .
~ :::>
a~~
.w- 8
IUkI.
:c:~~
.~.~~
g~~
~~
.10W! I!!
f~~
~NU
~,0Rt .
~
a.>
~~J~
~ . ~.S.~ I.
! ~~~~. .
~'I @.S:~ I
.~ ~ tWo
'~r~l~
1>.......-
.Q) .
....,
en .
~f
>:- .
~
~
~...
-c::~
(:)
(.:)6
~~
i;2.f
uJ:
~~
a.:~
.02
.9::~
Q::...
~
V?
_'/1 I
--=._ -,/1 I'
, ,.
.,
~~.
~~~, ~ !
liil~ M J t
~~I~ ~ , ,
lil", 1-' . I
.... . .' j~. U ~.
. .;:a ~ll.
. li~ ~.
.
~ I-
W
Q w
~ ~ ',t...
t)
.~~ I z
-:sa
t ~.- 0
<:: G.f Cl: S
~
0... ~ G w
0- ~ Ii) b" ..J
. El .N
~!ii <
Oa. U
~N b In
~,.l; 'Of"
...
t)
. .....
ti
.IJJ'
I
In.
.
ATTACHMENT 5
.
\..
.
.
.
Answers to Bidders. Questions
Main Interceptor Upgrade Replacement Phase I
Bid Item No. 06-171
AUD Project No. 60115
The following are answers to questions from John D. Stephens, Inc. received by Augusta Procurement
Departmenton October 4,2006:
Question #1 - Measure & Payment Item S-66: This item calls for No.4 surge stone for trench
stabilization to be I" thick. Is this pay item per inch of thickness of stabilization?
1. -The method of payment for Bid Item No. S-66 is included in Section 01150. Paragraph 1.03.V
states that the pay item "shall be measured in lineal feet at 1 inch depth ...."
Question #2 - Are easement agreements available to the contractors before the bid that we might see
any easement stipulations that would affect bid pricing?
2. Easement agreements are included as Attachment No.3 issued in Addendum No. 2.
Question #3 - Are railroad permits available to the contractors before the bid in order to see the permit
stipulations?
3. Railroad permits are included as Attachment No.4 issued in Addendum No.2.
Question #4 - Can New Savannah Road be closed to all but local traffic during this portion of the
construction? .
4. Access to local traffic must be maintained at all' times. A'suggested traffic control plan is
indicated on Drawing C28. If Contractors desire to present an alternate traffic control plan, then
it must be approved by the Engineer and ADD prior to implementation.
Question #5 - Is New Savannah Road a city street, county road, or GDOT road?
5. New Savannah Road is a city street.
Question #6 - Areas of New Savannah Road are to have one lane maintained open at all tiines. This
will be virtually impossible due to the pipe being placed in the center of the road and the size of ditch
required to install the pipe. Can the road be closed for construction with access to residences and
businesses maintained from either the front ot rear of the pipe laying operation?
6. Access to local traffic must be maintained at. all times. A suggested traffic control plan is
indicated on Drawing C28. If Contractors desire to present an alternate traffic control plan, then
it must be approved by the Engineer and AUD prior t,9 implementation.
. Question #7 - The Augusta Utilities Dept. Bond Project Road Cut Detail on plan sheet C25 calls for
2-1/2" of type B binder. Bid item P2 calls for 5" of type B binder. What is the correct thickness'
required? .
7. Drawing C28 contains a typical roadway sections for New Savannah Road Bid, which indicates
providing two layers of 2-1/2" type "B" binder. Pay Item P-2 pays for 5" of type "B" binder.
The 2-1/2" type "B" binder depth in the AUD Dept. Bond Project Road Cut Detail on Drawing
C25 shall be used in areas not specifically detailed elsewhere on the Drawings. '
Question #8 - Can sheeting that is installed for trench shoring along West Gordon Lake -be left in
place?
.
8. It is at the discretion of the Contractor to use and leave in-place trench shoring along West
Gordon Lake. If the Contractor decides to use and leave in-place sheeting, then the sheeting
shall be cut-off a minimum of 2-feet below grade. In addition, all sheeting left-in-place must
meet requirements of Section 02221-3.01.L. and be located on the as-built drawings.
Question #9 - Specification section 02221-5, 2.01.A-2 states that "excavated soils that are to wet for
compaction shall not be classified unsuitable due to'high moisture content alone." If soils are to wet to
compact to required specifications, what will be the criteria for determining when select backfill (Bid
Item S-18) will be used?
.
9. It will be the discretion of the Engineer when select backfill will be used on this project.
Unsuitable backfill is classified in Section 02221, Paragraph 2.01.A.2.
Question #10 - I fmd no detail for "Class 2 Bedding." What is Class 2 Bedding?
10. Refer to Drawing C25, Backfill Classes for Piping Installation. Type II and Class 2 are the
same bedding definition.
Question #11 - We do not have any information in bur bid package regarding DBE participation. Do
DBE requirements apply to this project and if so we need the DBE package.
11. This w'as provided in Addendum No.1 issued on October 3, 2006.
Question #12 - Alternated #2 bid item S-29 is the deletion of one 48" dia. doghouse manhole. Plans
show MH-24B to be a 72" dia. Please clarify.
12. Pay Item S-29 is correct. The 48" diameter doghouse m~ole (MH24B) is being deleted. See
Addendum No.2, Item No.1 for changes to Bid Form. Items No. S-20C and S-2QA were added
and Item No. S-29 was deleted.
.
Question #13 - Plans indicated using FRPM Tee Base manholes on the 64" ductile iron pipe. Is this
correct? .
j
. 13. This is correct. Spedfications for the manhole connections are included in Section 02720,
Paragraph 2.01.B.2. and Section 02732, Paragraph 2.02.P.1.
Question #14 - Is the 44,800 cy of select backfill in pay item S-18 anticipated to be used in New
Savannah Road? .
14. Select backfill is to be used where unsuitable soils are encountered and at the discretion of the
Engineer. Refer to requirements of Section 02221, Paragraph 3.01.C.
.Question #15 - Petroleum odor' was present in borings SB5 & SBI0. If hazardous material is
encountered on the project who is responsible for the cost associated with down time, handling,
storing, disposal, and backfilling contaminated areas?
15. If hazardous materials are encountered on this project, Contractor shall comply with
requirements indicated in the General Conditions and as supplemented in Section 01002 of the
Supplementary Conditions in Paragraph SC-4.2.1.
Question #16 - If more waterline has to be removed & replaced than what is shown on the plans will
the contractor be paid under the items established in the bid?
.
16. Bid Item quantities for water main replacement. are indicated in the Bid Form. Contractor will
be paid for installed quantities in accordance with the Contract Documents.
Question #17 - Please clarify type IT bedding for DIP and FRPM pipe.
17. Refer to Drawing C25. DIP pipe bedding shall be in accordance with the "Bedding Classes for
Flexible Sewer Pipe" d~tai1. FRPM pipe bedding shall be in accordance with the "Alternate
Bedding" detail as indicated on the right side of the detail. Note that' a minimum of 24" of
compacted backfill over both pipes are required.
Question #18 - Please clarify the pipe zone, is it 6" below the pipe & 24" above the pipe?
18. The pipe zone is 6" below the pipe and 24" above the pipe as indicated on the typical details on
Drawing C25. .
Question #19 - Please clarify that type A backfill is under roads and structures and type B backfill is in
non-structure areas.
19. Type "A" backfill is required under and within the influence of all roads. Type "B" backfill is
required in areas outside of roadways. .
Question #20 - Is it the owners intent to' import/export backfill materials in areas outside roads, %/W,
or underneath structures?
.
20. Where suitable materials of backfill are encountered during ditch excavation, Contractor may
stockpile and use these materials as backfill. Unsuitable materials shall be legally disposed of
. in accordance with the Contract Documents. Where unsuitable materials are encountered, select
backfill will be used, at the discretion of the Engineer.
Question #21 - Is it the owners intent to irriportlexport backfill materials to obtain compaction in the
ditch above the pipe zone?
21. Where suitable materials of backfill are encountered during ditch excavation, Contractor may
stockpile and use these materials as backfill. Unsuitable materials shall be legally disposed of
in accordance with the Contract Documents. Where unsuitable materials are encountered, select
backfill will be used, at the discretion of the Engineer.
Question #22 - When and how will Bid Item LS-l be paid?
22. See Item No.5 in Addendum No.2.
Question #23 - If more questions are raised by addendum no. 1, will they be answered?
23. Reasonable written questions submitted to City of Augusta Procurement Department that affect
technical requirements and bid price will be addressed, if deemed necessary.
,.
.
.
.
I.
"
The following are answers to questions from Garney Construction received by Augusta Procurement
Departnient on October 4, 2006:
Question #1 - Please confIrm 365 calendar days is allowed for construction?
1. Time of Completion is 365 calendar days in accordance with Section 00135, Article n. See
Addendum No.2, Attachment No.1 for changes to Section 00120, Page 11.
Question #2 - Are any of the prequalifIed bidders considered "local-bidders" as outlined in the
Invitation to Bid? '
2. Currently none of the pre-qualifIed general contractors are deemed meeting the requirements of
Local Vendor Preference. A list of MBEIWBE/SBE Contractors was provided in Addendum
No.1, dated October 3, 2006, along with the Certification Statement for La.cal Vendor
Preference.
Question #3 - Please provide a copy of the local bidder preference pro gram?
3. This was provided in Addendum No.1, dated October 3,2006.
Question #4 - Will bids/proposals be allowed from firms or entities that have not been previously pre-
qualified for the project?
4. All general contractors must be a pre-qualified bidder. Subcontractors do not have to be pre-
qualified to bid to any general contractor.
Question #5 - Will someone have to be on-site 24 hours per day, 7 days per week if and when by-pass
pumps are running? .
5. Requirements for Sanitary Sewer Overflow Prevention as indicated in the General Conditions,
Paragraph 17.9.1 through 17.9.8 .will be enforced on this project. In addition, other
requirements for bypass pumping are located in other areas of the Contract Documents.
Question #6 - Please provide copies of all permits being provided by the Owner/Engineer so the
, Contractor will know the terms and conditions of any special obligations?
6. Copies of the permits are included in Attachments No.3 and 4 of this Addendum No.2.
Question #7 - Sheet No. C02, note 7 - Is the contractor expected to test-pit and provide elevations for
all utilities prior to construction? If so, have many days prior to construction?
7. Note No.7 on Sheet C02 will be required. All utility coordination and test-pits shall be required
prior to installing the sewer or other utility within that area.
\)
.
Question #8 - How much are the water meters referenced in Construction Note # 29 on plan sheet No.
C02 that we are to purchase from the Owner, as required?
8. Water meters are not anticipated to be replaced on this project. If contractor damages a water
meter during construction, they shall be replaced at contractor's expense and purchased from
the Augusta Utilities Department.
Question #9 - Section 02221 Part 3.01 L. make reference to permanent sheet left in place. Please
provide a unit price pay item for this work?
9. It is not intended to leave temponiry sheeting in-place. It is at the discretion of the Contractor to
use' and leave in-place trench shoring along West Gordon Lake. If the Contractor decides to use
and leave in-place sheeting, then the sheeting shall be cut-off a minimum of 2-feet below grade.
In addition., all sheeting left-in-place must meet requirements of Section 02221-3.01.L. and be
located on the as-built drawings.
Question #10 - Please provide a couple of examples/calculations of the local vendor preferenc~ policy
to clarify how this policy is applied?
10. See Addendum No.1, dated October 3, 2006, Certification Statement for Local Vendor
Preference.
. Question #11 - Is there a specific DBE goal (percentage) for the project?
11. There is no current specific DBE goal (percentage) for this project~ Contractor is to comply
with the requirements of the DBE program as distributed in Addendum No.1 issued October 3,
2006.
Question #12 ...,.. When is "Alternate Bedding" detail on sheet C25 used?
12. Refer to Drawing C25. DIP pipe bedding shall be in accordance with the "Bedding Classes for
Flexible Sewer Pipe" detail. FRPM pipe bedding shall be 'in accordance with the "Altemate
. Bedd,ing" detail as indicated on the right side of the detail. Note that a minimum of 24" of
compacted backfill over both pipes are required.
Qll;estion #13 - When are Backfill Classes for Piping Installation details sheet C25 used?
13. Classes are the same as Types as listed in the Pay Item in the Bid Form.
Question #14 - How is "Pipe Bedding" per Bond Project Road Cut Detail sheet C25 defined?
.
14. Drawing C28 contains a typical roadway sections for New' Savannah Road Bid, which indicates
providing two layers of 2-1/2" type "B" binder. Pay Item P-2 pays for 5" of type "B" binder.
The 2-1/2" type "B" binder depth in the ADD Dept. Bond Project Road Cut Detail on Drawing
C25 shall be used in areas not specifically detailed elsewhere on the Drawings.
~.. \1
. Question #15 - What is anticipated date of award?
15. Anticipated date of award will be approximately the week of November 6,2006.
.
.
Question #16 - What is anticipated date of Notice to Proceed?
. 16. Anticipated date of Notice to Proceed will be approximately the week of November 27; 2006.
Question #17 - Where on project is it anticipated to use the Select backfill item S-18?
17. Select backfIll is to be used where unsuitable soils are encountered and at the discretion of the
Engineer. Refer to requirements of Section 02221, Paragraph 3.01.C.
Question #18 - How was the 44,800 CY for item S-18 calculated?
18. The quantity listed in Pay Item S-18 is the Engineer's estimate of the quantity to be used.
Question #19 - Are all dewatering pumps to be equipment with noise suppression devices?
19. Requirements for Sanitary Sewer Overflow Prevention as indicated in the General Conditions,
Paragraph 17.9.1. through 17.9.8 will be enforced on this' project. In addition, other
requirements for bypass pumping are located in other areas of the Contract Documents.
\r
I,' .,
.
ATTACHMENT 6
.
.
'",' \:
GROUT
c=::=:::J
USE A MAXIMUM OF 3 ~
BRICK COURSES AS RE-
QUIRED TO ADJUST TO
FINISHED GRADE
c=::=:::J
c:=:=:=J
. .
<f
c=::=:::J
4'
<f
.'
c=::=:::J
4 .
_RICK DAM NOT
_ESS THAN 2/3
, D
2
c=::=:::J
. ..<is
4 '.
.4. .
c=::=:::J
.~.
c=::=:::J
r
<f~
c=::=:::J
'.
..
<f~
C
<f~
TYPICAL SECTION
.
ATTACHMENT NO. 6
ADDENDUM NO. 2
"" .
"" .
"" .
. "'.
, '.
A .
A .
.' ...
. .
o
o
...
~
o
. .
.' ...
"" '
~ ' ""
. .
SECTION C~C
...
PRECAST CONCRETE
~ 1 JOINT DIP MIN.
T'~ .
... .
'4
N
o
N
z
-<
:c
.....
n:::
w
~
w
n:::
C!)
o
00
00
. 00
4.00
4. 0
: 00
" 00
'. 0
00
00
," O'
00
, ',' 0
OQ'
--.
DROP PIPE TO BE DUCTILE
IRON OF NEXT STD. SIZE
SMALLER THAN D2 (6" MIN.)
TYPICAL
THREADED ROD
DIP DROP TO BE
ENCASED IN STONE
C
AUD - DETAIL 1
DROP MANHOLE
NOT to SCALE
SHEET NO. C24
. PROJECT NO. 60115
RECEIVED: 111 3106 15:54; ->CH2MHILL; #651; PAGE 2
NDV-03-2006 14:58 ARC PURCHASING P.02/03
.
@?~(;1f(>>nellt YlF~Jtm('f)'tt
9ttJ: ~~ r;/amJ, ~~...
ADDENDUM
TO:
All Bidders
FROM:
Geri A. Sams
DATE:
. 2, November 3, 2006
(
SUBJ:
ADDENDUM #4
BID ITEM #06- t"71 Main Interceptor Upgrade, Phase 1
NEW BID DATE; - Thursday, November 9, 2006 @ 3:00 p.m.
Please note the following changes to your bid package:
Bidders 00 this Project are hereby notified that this Addendum shall be attached to and made part of the
above-named Bid Package, dated August 2006.
.
The following items are issued to add to, modify, and clarify the Bidding and Contract Documents. These
items shall have full force and effect as the Bidding and Contract Documents, and costs involved shall be
included in the bid prices. Bids to be submitted by the specified bid due date shall conform to the
additions and revisions listed herein.
Acknowledge receipt of this addendum by inserting its number and date in Section 00120. page 13 of the
Bid Proposal and returning it with your bid.
ANSWERS TO BIDDERS QUESTIONS
The answers to Bidder's questions from John D. Stephens, Inc. are included with this Addendum No.4 as
Attachment No. 1. Answers to Bidder's questions are for reference only and are not intended to be relied
upon as a condition of the contract, unless they are specifically answered by reference to statements
within the Contract Documents or issued as an Addendum item.
List of Attachments:
Attachment No.1- -Questions and answers from John D. Stephens, Inc., for reference only
The following are answers to questions from John D. Stephens, Inc. received by Augusta Procurement
Department on November 2, 2006:
Question #1 - Bid items S-60A aod S-60B are for stub out.':l on FRPM Manholes. It is this item for stub
out only or complete manhole with stub out?
1. The method of payment for Bid Item No. S~60A and 60B is included in Section 011 SO.
Paragraph 1.03.P is for the cost of the stub outs on the lee base manholes. The item does not
include the cost of the manhole, but does include the cost of the FRPM tee base manhole
manufacturer for fabrication of the stubout on tIle manhole.
.
Room 605 - 530 Greene Stteet, Augusta, Georgia 30913
(706) 821-24~2 - Fax (706) 821.2811
www.au~sta~a.~ov
Register at www dllm~9dRt",. "nm h'"W1ier for aUtomatic: bid notification
RECEIVED: 11/ 3/06 15:54; ->CH2MHILL; #651; PAGE 3
NOV-03~2006 14:58 ARC PURCHASING P.03/03
.
.
.
Question #2 - In manholes that receive protective coatings, are the inverts and bench to be coated or just
the walls?
2. The entire manhole, including the inverts and bench, are to be coated as specified.
Question #3 - Addendum No.3 identified the alternate bedding detail as the bedding required for FRPM
pipe. Is there any other bedding that could be used to eliminate the fabric in the alternate bedding detail
such as additional surge stone or additional thickness of bedding stone? The use of this detail with fabric
will cut production considerably and increase the cost of installation substantially. Your consideration of
an alternate bedding method would create a substantial savings to the owner.
3. The use of fabric, as indicated ;n the alternate bedding detail, is intended to be used ;n areas
where marginal soils are encountered that may be more cost beneficial to fabric than undercut and
bridge with surge stone or additional bedding depth. The use of fabric will be up to the discretion
of the engineer, but it is anticipated that the main interceptor piping between stations 77+00 to
97+00 may require the use of fabric. The use of fabric will not be measured separately, but shall
be included in the cost of the piping line items. \.
PI~e acknowledge receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 8:?1-2422.
cc:
Tameka Allen
Max Hicks
Wes Byne
Jim Rush
Yvonne Gentry
Interim Deputy Administrator
Director, Utilitie~ Department
Augusta Utilities
CH2M Hill
DBB Coordinator
TnTClI p lA~
'I'
i
:.
PROJECT MANUAL
MAIN INTERCEPTOR UPGRADEREPLACEMENTi=>>HASEI
AUGUSTA UTILITIES DEPARTMENT PROJECT NO. 60115
AUGUSTA,GA
TABLE OF CONTENTS.
SECTION & TITLE
PAGE NUMBERS"
DIVISION 1 - GENERAL REQUIREMENTS
00100
00110
00120
00125
00130
00135
00140
00145
00147
00150
00155
00160
00170
01001
01002
01150
01710
01780
01800
. 01800A
01800B
Advertisement for Bids........................................................................ 00100-1 thru 00100':'2
Instruction to Bidders.......................................................................... 00110-1 thru 00110-3
Bid Proposal........................................................................................ 00120-1 thru 0012():1?
Bid Bond .......... ............ ..... ...... ........ ...~... ...... ........... ............... .............. 00 125-1
Notice of Award................................................................................... 00130-1
Agreement...........~..............................,...~........................u.................. 00135-1 thru 00135-4
Performance Bond.............................................................................. 00140-1 thru 00140-2
Labor & Material Payment Bond ..............~......................................... 00145-1 thru 00145-3
Performance Bond - Boral Brick........................................................ 00147-1 thru 00147-2
Certificate of Owner's Attorney........................................................... 00150-1
Notice to Proceed.............................................................................:.. 00155-1
Affidavit of Payment of Claims ........................................................... 00160-1
Certificate of Insurance....................................................................... 00170-1 thru 00170-2
General Conditions (Articles 1 - 17}.................................................. 01001-1 thru 01001-53
Special Conditions............................................................................... 01002-1 thru 01002-15
with Subsurface Investigation Reports............................................... ( 18 Pages)
Measurement and Paym.ent...............................................................01150-1 thru 01150'-8
Contract Closeout,.........................................,..................................... 01710-1 thru 01710-3
Closeout Submittals............................................................................ 01780-1 thru 01780-2
Submittals............................................................................................ 0 1800-1 thru 01800-4
Submittal Transmittal Form...................~............................................1 Page
Product Data Transmittal Form..........................................................1 Page
DIVISION 2 - SITE WORK.
02110
02210
02221
02310
02311
02480
02513
02666
02705
02706
02720
02730
02731
02732
02733
Site Clearing........................................................................................ 02110-1 thru 02110-4
Erosion Control.................................................................................... 02210-1 thru 02210-2
Excavation, Trenching & Backfill for Utility Systems.........................02221-1 thru 02221-18
Boring and Jacking.............................................................................. 02310-1 thru 02310-13
Reinforced Concrete Box Boring and Jacking...................................02311..1 thru 02311-3
Grassing ........................ ......................... .......... ........ .............. ....... ......02480-1 thru 02480-4
Asphalt Concrete Paving.................................................................... 02513-1 thru 02513-5
Water Distribution System.................................................................. 02666-1 thru 02666-20
Protective Coating for Sanitary Sewer Structures.............................02705-1 thru 02705-4
Plastic Lining of Concrete................................................................... 02706-1 thru 02706-13
Storm Sewage Systems ..................................................................... 02720-1 thru 02720-11
Sanitary Sewers .................................................................................. 02730-1 thru 02730-12
Fiberglass Reinforced Polymer Mortar Pipe..................................o.D2731-1 thru 02731-6
Fiberglass Reinforced Polymer Mortar Manhole (FRPML...............02732-1 thru 02732-7
Fiberglass Reinforced Polymer Mortar Jacking Pipe........................02733-1 thru 02733-3
(
TABLE OF CONTENTS/Rev. 7/06
Page 1 of 2
.
.
.
Invitation to Bid
Sealed bids will be received at this office until Friday, October 27, 2006 @ 11 :00 a.m.
BID ITEM #06-171 Main Interceptor Upgrade for Augusta Utilities Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30911
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street-Room (l05,
Augusta, GA 30911. Plans and specifications for the project can be made available upon request to Digital Blue Print. The
fees for the plans and specifications which are non-refundable are $100.00.
Documents may be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA
30904;F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30904. ltis the wish of the Owner that all businesses are given
the opportunity to submit on this project To facilitate this policy, the Owner is providing the opportunity to view plans online
(www.dil!blueprint.cont) at no charge through Digital Blue Print (706-821-0405) beginning Thursday, September 7, 2006.
Bidders are .Cautioned that only the pre-qualified bidders will be allowed to purchase and bid as a general contractor on
this project. Pre-qualified bidders are cautioned that submitting a package without procurement of a complete set are likely to
overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the
successful completion of the project Bidders are cautioned that sequestration of documents through any other source is not
advisable. Acquisition of documents from unauthoriz6d'sources places the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his bid. No BID's will be accepted by fax, all must be received by mail or hand delivered.
A mandatory pre-bid conference will be held on Friday, September 22,2006 @ 10:00 am. in the conference room of the
Procurement Department. All questions must be submitted in writing to the office of the Procurement Department by fax
at 706-821-2888 or by mail. The last day to submit questions is Wednesday, October 4,2006 @ 4:00 p.m.
The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid
preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be
submitted to the ProciIrement Department with your bonafide bid package.
It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of the work. This
desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The
Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for
business growth and development '
No BID'S may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid Bond is
required to be submitted in a separate envelope so marked along with the bidder's qualifications; a 100% performance
bond and a 100% payment bond will be required for award. All bid responses will be retained as property of Augusta
Richmond County.
Bidders will please note that the number of copies requested; all supporting documents including financial statements and
references and such other attachments that may be required by the bid invitation are material conditions of the BID. Any package
found incomplete or submitted late shall be rejected by the Procurement Office. . Any bidder allegedly contending that he/she has
been improperly disqualified from bidding due to an incomplete BID submission shall have the right to appeal to the appropriate
committee of the Augusta Commission. Please mark BID number on the outside of the envelope.
Augusta has a Link: Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses.
For more information about this program contact the Office of Disadvantage Business Enterprise at 706-821-2406.
GERI A. SAMS, Procurement Director
cc:
Tameka Allen
Max Hicks
Wes Byne
Jim Rush
Yvonne Gentry
Interim Deputy Administrator
Augusta Utilities
Augusta Utilities
CH2M Hill
DBE Coordinator
.
;.
r.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase 1- -
Augusta Utilities Department Project No. 60115
SECTION 00100 - ADVERTISEMENT FOR BIDS,
Sealed bids for construction of wastewater system improvements at Augusta, Georgia,
her~inafter referred to by project name as: "
Bid Item #
Main Interceptor Upgrade Replacement Phase 1
Augusta-Richmond County, Georgia
r '_.. , ~ ~ ~ .-\
will be received by the Augusta-Richmond, County, Commission,' hereinafter referred to 'as
the OWNER at the office of the Director of, Purchasing, Room605,:'MuriicipaIBuilding
until (a.m.) (p.m.) on , 200_, at which time all bids will be publicly
opened and read in the presence of those interested. ~ , ,.'
The work to be done consists of the following generally described items:
Main Interceptor Upgrade Replacement
Phase 1
-
Plans and specifications are open for public inspection at the office of the Augusta-
Richmond County Utilities Dept., 360 Bay Street, Suite 180, Augusta, Georgia; at the
Augusta-Richmond County Purchasing Dept., Room 605 Municipal Building, Augusta,
Georgia; and at the following locations:
F.W. Dodge Division Plan Room
Augusta, Georgia
Augusta .Builders Exchange
Augusta, Georgia
Copies of, Contract Documents may be obtained at the Augusta-Richmond County
Purchasing Department upon a deposit of'$50.00 for each set (non-refundable).
Bids shall be enclosed in a sealed envelope and addressed as follows:
AUGUSTA-RICHMOND COUNTY COMMISSION
clo Director of Purchasing
530 Greene Street
Room 605 - Municipal Building
Augusta, Georgia 30911
Mark the outside of the envelope as follows:
Bid Item #
Main Interceptor Upgrade Replacement Phase 1
Bids must be accompanied by a Bid Bond secured by a surety company, certified check,
or cashier's check in an amount equal to at least 10% of the amount of the bid. A
ADVERTISEMENT FOR BIDS
'00100-1
.
.
.
~
EMPLOYEE CONFLI€T OF INTEREST:
It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement
contract when the employee or official knows that:
I
(a) the employee or official or any member of the employee's or official's immediate family has a
substantial interest or financial interest pertaining to the procurement contract, except that the
purchase of goods and services from businesses which a member of the Commission or other
, City of Augusta employee has a financial interest is authorized as per a.c.G.A. 36-1-14, or the
procurement contract is awarded pursuant to a.c.G.A. 45-10-22 and 45-10-24, or the transaction
is excepted from said restrictions by a.c.G.A. 45-10'-25;
(b) Any other person, business, or organization with whom the employee or official of any member
of an employee's or officials immediate family is negotiating or has an arrangement concerning
prospective employment is involved in the procurement contract.
Any employee or official or any member of an employee's or official immediate family who
holds a substantial interest or fmancial interest in a disclosed blind trust shall not be deemed to
have a conflict of interest with regard to matters pertaining to that substantial interest or financial
interest.
I, (vendor) Oscar Renda Contractinq r Inc.
information contained in the bid specifications.
have read and understand the
Vendor Name:
Oscar Renda Contractinq, Inc.
Address:
522 Benson Lane
City & State:
Roanoke, TX 76262
Phone #: (817) 4q1 7701
Signature: 7r I?r
Fax #
(817) 491 1627
Date:
11....9-06
Bid Item Number and Name: Main 'Interceptor Upgrade Rep] Flcpmpnt Phase I
Bid Item # 06-171
TffiS FRQM MUST BE SUBMITTED WITH BID PACKAGE. NO EXCEPTION(S) WILL BE GRANTED
.
.
.
~
Certification Statement
Local Vendor Preference
I certify that my company meets all ofthe following qualifications to be eligible for the local vendor
preference:
(1) That my company has a fixed office or distribution point located in and having a street address
within Augusta for at least six (6) months immediately prior to the issuance of the request for
competitive bids or request for proposals by Augusta; and
(2) That my company holds any business license required by the Augusta Richmond County Code
for at least 6 months
(3) That my company employs at least one (1) full time employee, or two (2) part time employees
whose primary residence is in Augusta, or if the business has no employees, the business shall be at
least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta.
(4) Attached is a copy of my Augusta Business License.
-C-empany-N-ame:
Address:
Business License Number
Phone Number:
Fax Number:
Owner's Name:
Signature:
Sworn to before me this
day of
,20
Notary Public for the State of
Notary Public Signature
Printed Name:
My Commission Expires
II
VENDORDONOTCO~LETE
II
To be completed by Authorized City Representative from Business License & Inspection
Department: .
Vendor Certified:
Date:
Authorized Signature
This form MUST be submitted with bid package. NO Exception(s) will be granted
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I - -
Augusta Utilities Department ProjectNo. 60115
SECTION 0011 0 ~ INSTRUCTION TO BIDDERS
i 1.01 GENERAL
All proposals must be presented in a sealed envelope, addressed to. the Owner.
The proposal must be filed with, the Owner on or before the time stated in the
invitation for bids~ Mailed proposals willQe treatedin 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 periodofsixty (60) days afterbids have been
opened, pending the execution of contract with the successful bidder.
1.02 EXAMINATION OF WORK
Each bidder shall, by careful examination, satisfy himself as to the nature and
location of the work, the conformation of the ground, the.character,"quality and
quantity of the facilities needed preliminary to and during the prosecution of the
work, the general and local conditions, and all other matters which can in any way
affect the work or the cost thereof under the contract. No oral ag'reement or
conversation with any officer, agent, or employee.ofthe Owner, either before or
after. the execution of the contract, shall affect or modify any of the. terms or
obligations therein.
1.03. ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of plans, specifications or other prebid documents
will be made to any bidder o(ally.
~ve!y request for such interpretation should be in writing addressed to the Director
of Utilities, and to be given consideration must be received at least five days priorto
the date fixed for the opening of bids. Any and all such interpretations and any
supplemental instructions will be in the form ofw!itten addendato-the.sp~9ifications
which, if issued, will be sent by certified mail with return receipt requested to all
prospective bidders (at the respective addresses furnished for such purposes), not
later than three days prior to the date fixed for the opening of bids. Failure of any
bldderto receive any such addendum or interpretation shall not relieve such bidder
from any obligation under his bid as submitted. All aodenda so issued shall become
part of the Contract Documents. .
1.04 PREPARATION OF BIDS .
Bids shall be submitted on the forms provided and must be signed by the bidder or
his authorized representative. Any corrections to entries made on bid forms should
be initialed by the person signing the bid.
INSTRUCTION TO BIDDERS
00110,:,1
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I - -
Augusta Utilities Department Project No. 60115
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.
1.07 PERFORMANCE BOND
At the time of entering into the contract, the Contractor shall give bond to the Owner
for the use of the Owner and all persons doing work or furnishing skill, tools,
machinery or materials under or for the purpose of such contract, conditional for the
payment as they become due, of all just claims for such work, tools, machinery, skill
and terms, for saving the Owner harmless from all cost and charges' that may
accrue on account of the doing of the work specified, and for compliance with the
laws pertaining thereto. Said bond shall be for the amount. of the contract .
satisfactory to the Owner 'and authorized by law to do business in the State of
Georgia. '
.r
Attorneys-in-fact who sign bonds must file with each copy thereof a certified and
effectively dated copy of the power of attorney.
1.08 REJECTION OF BIDS
These proposals are asked for in good faith, and awards will be made as soon as
practicable, provided satisfactory bids are received. The right is reserved, however
to waive any informalities in bidding, to reject any and 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.
1.09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT
It is the intent of the Augusta-Richmond County Commission to increase the
involvement of qualified minority and economically disadvantaged businesses in the
contracted work of County Government.
In an effort to support this intention, this project is offered to all qualified firms. The
bids will be evaluated based on qualifications, price and construction time. With all
other items being considered equal, the contract, if awarded will be awarded to a
minority and economically disadvantaged firm or a firm that has included such firms
as subcontractors on this project.
The bidders shall include with their bid a statement of qualification for themselves
and/or any qualified subcontractors explaining why they should be considered a
minority or economically disadvantaged firm. If the firm does not fall into this
category, no information is necessary.
END OF SECTION 00110
INSTRUCTION TO BIDDERS
00110-3
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 00120 - BID PROPOSAL
AUGUSTA-RICHMOND COUNTY COMMISSION
MUNICIPAL BUILDING
AUGUSTA, GEORGIA 30911
PROJECT TITLE: Bid Item # 06-171
MAIN INTERCEPTOR UPGRADE REPLACEMENT PHASE 1
::<\: Augusta, Georgia
.,
Gentlemen:
The undersigned Bidder, herein referred to as singular and masculine, declares the following:
1. The only parties interested in the proposal as principals are named herein;
2. He has carefully examined and fully understands the contract documents, including the
drawings and specifications;
3. He understands that information relative to existing structures and underground utilities
as furnished to him on the drawings, Contract Documents or by the Augusta-Richmond
County Utilities Engineer/Director,. carries no guarantee expressed or implied as to its
completeness:or accuracy and he has made due allowances therefore;
4. He has made a personal examination of the site of the proposed work and has satisfied
himself as to the actual conditions and requirements of the work;
5. He agrees to hold the Owner harmless for accidents or damages to property;
6. He will comply with all State and Federal regulations pertaining to but not limited to
asbestos containing material removal and disposal, regulations regarding disposal of all
debris and OSHA requirements;
7. He will complete the work in a timely manner. The required time of completion is
indicated in the Bid Proposal Form;
8. He will maintain the site as clean as possible by not allowing debris to accumulate before
making trips to his disposal site. Materials sold for salvage shall not be accumulated on
the project site;
9. He will not burn any materials on site without written approval from proper authorities;
and hereby proposes and agrees to furnish all materials, labor, skill, equipment, tools,
and other' things of every kind and description specified, needed or used for the complete
execution of all work covered by and in conformity with the Plans, specifications, and
other Contract Documents prepared by Stevenson & Palmer Enqineerinq, Inc. and all
Amendments and Addenda thereto, for the sums hereinafter stated.
BID PROPOSAL
00120-1
10" diameter PVCsanitary sewer pipe LF 770 Cfo- ~q, 3DO-
SDR 35, Depth 0' to 6', including Type II
No. 67 stone beddin material
S-28 10" diamefE;r PVC sanitary sewer pipe LF 470 qZ- #3,7.JfO-
SDR 35, Depth 6' to 8', including Type II
No. 67 stone beddin material
S-3A 8" diameter PVC sanitary sewer pipe LF 224 1D- 15, (PSO'
SDR 35, Depth 8' to 10', inCluding Type
II No. 67 stone beddin material
S-38 10" diameter PVC sanitary sewer pipe LF 150 Qlf' 14,100-
SDR 35, Depth 8' to 10', including Type
II No. 67 stone bedding material
10" diameter PVC sanitary sewer pipe LF 390 '1 (., - 3 r It.l-lfO''
SDR 35, Depth 12' to 14', including Type
II No. 67 stone beddin material
S-98 10" diameter ductile iron sanitary sewer LF 189 '10- ''1.0 ID-
pipe Class 350 Depth 0' to 6', including
T e II No. 67 stone beddin material
S-11 E 16" diameter ductile iron sanitary sewer LF 83 lSD- IZ ,4SD~
. pipe Class 150, bepth 8' to 10', including
T e II No. 67 stone beddin material
30" diameter ductile iron sanitary sewer LF 411 gZllOO-"'
pipe (;lass150, Depth 8' to 10', including ZDO ..
T e II No. 67 stone beddin material
'S-12E 64" diameter ductile iron sanitary sewer LF 582 t.J 3lP,5tD-
pipe Class 150, Depth 6' to 8', including ,50:-
T e II No. 67 stone beddin material
S-12K 64" diameter ductile iron sanitary sewer LF 670
pipe Class 150, Depth 10' to 12', ""7'55- . '5D~/B~D
including Type II (No. 67 stone) bedding
material
S-131 54" diameter ductile iron sanitary sewer LF 61
pipe Class 150, Depth 10' to 12', --, CO - \.j2/7CO-
including Type II (No. 67 stone) bedding
material
S-13K 54" diameter ductile iron sanitary sewer LF 21
pipe Class 150, Depth 16' to 18', 750- 15/75D -
including Type II (No. 67 stone) bedding
material
S-13L 64" diameter ductile iron sanitary sewer LF 2377
pipe Class 150, Depth 12' to 14', 510- . 1 } q Z5, "37D
including Type II (No. 67 stone) bedding
material
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
BASE BID: SCHEDULE OF UNIT PRICES:
BID PROPOSAL
00120-2
S&P Project No. G124-02-01
Main- Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
.
BASE BID: SCHEDULE OF UNIT PRICES:
S-15L 64" diameter ductile iron sanitary sewer
pipe Class 150, Depth 16' to 18', ?}.J ~ I ~CD --
including Type II (No. 67 stone) bedding
material
S-16H 24" diameter ductile iron sanitary sewer LF 57 , 5 D- 8, 55"0 .,.
pipe Class 200, Depth 18' to 20',
including Type II (No. 67 stone) bedding
material
S-161 30" diameter ductile iron sanitary sewer LF 32 !fOC)' IZ,seo-
pipe Class 150, Depth 20' to 22',
including Type II (No. 67 stone) bedding
material-
S-16L 64" diameter ductile iron sanitary sewer LF 701
pipe Class 150, Depth 18' to 20', \Q~O- s ~'B ( l6~D"--
including Type II (No. 67 stone) bedding
material
S-16M 64" diameter ductile iron sanitary sewer LF 907
pipe Class 200, Depth 20' to 22', "O'5D - LlD/l~D-
including Type II (No. 67 stone) bedding
material
. S-18 Select backfill, GA DOT Type I, Class I & CY 44800 3~ \ ~4-}4CO-
II (Sand/Clay) - Measured by in-place
volume.
S-20A Pre-cast sanitary manhole, GA DOT EA 8 ZDOO- \ G:;. ocx::> -
STD 1011A, Type 1, Depth 0' to 6' (48"
Diameter
S-20C Pre-cast sanitary manhole, GA DOT EA 2 S. CXJb~ \0. DDD ~
STD 1011A, Type 1, Depth 0' to 6' (72"
Diameter
S-20F Pre-cast sanitary manhole, GA DOT EA 1 q.Doo- tt . Oec>-
STD 1011A, Type 1, Depth 0' to 6' (120"
Diameter
S-21A Additional ~anitary manhole depth, Type VF 15 100 - I. 5 OD -
1, Depth Class 1 (48" Dia.)
S-21C Additional sanitary manhole depth, Type VF 12 'Z-Ob" 2,400-
1, Depth Class 1 (72" Dia.)
S-21 F Additional sanitary manhole depth, Type VF 6 JtbO- Z.lfDo-
1, Depth Class 1 (120" Dia.)
S-27 A 48" Diameter sanitary manhole interior VF 15 lbo' L '5"bb -
protective coating
S-27C 72" Diameter sanitary manhole interior VF 24 l -fo 3U:\:?-
rotective coatin
. S-27F 120" Diameter sanitary manhole interior VF 6 ~DO /ZOO-
rotective coatin
BID PROPOSAL 00120-3
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
.
BASE BID: SCHEDULE OF UNIT PRICES:
S-28 Outside Drop Piping - Complete EA 5 \ '50D'" 1.500-
S-29 Doghouse/Connector Manhole, including EA 4 ZJXY> - g, ODD -
base, cone;; and ring and cover, Type 1,
De th 0" to'6' 48" Diameter
S-29A Doghouse/Connector Manhole, including EA 1 L.J. I ()X) .. If,DOO ~
base, cone, and ring and cove~, Type 1,
De th 0" to 6' 72" Diameter
S-30 6" sanitary sewer service, complete EA 10 100- ,/oeo-
S-31a Bulkhead existing sanitary sewer, 8" to EA 5 500- "Z,sro'"
30"
S-31 b Bulkhead existing sanitary sewer, over EA 14 \000' \4-.0c0-
30"
S-33 Tie new sanitary sewer to existing EA 4 \000- J.tl ()OO ...
. manholes, diameter varies
S-37 Granular fill for FRPM pipe installation CY 8550 ,~,.J 5'I,300d
S-38 Special Structure #1 @ outfall, including LS 1 'ZO. 000 ~ '20,0(;0-
connection to existing interceptor
S-39 Special Structure #2 over existing LS 2 I,Q:)o~ \*",ooD-
collector sewer
S-40 Special Structure #3 under Oates Creek LS 2 9.000' \~.ODO-
& CSXT
S-41 Special Structure #4 under storm pipes LS 2 g,cxo- \ (.,. . ceo .
in front of Shapiro
S-42 Special Structure #5 transition collar LS 1 g.tc:o- ~~~
from CMP to RCP at National Avenue
S-43 Special Structure #6 - Connector MH LS 1 <\.000- qDa>~
over 54" at Laney Walker Blvd. ,
S-44' Special Structure #7 - Connector MH LS 1 5. CXJJ' 'i,OOO -
over exist FM
S-451 96"x36" Precast Box Culvert (10-12' cut) LF 121 foDD- -rl.. ~OD ~
. including Type II (No. 57 stone) bedding
material
BID PROPOSAL 00120-4
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
.
BASE BID: SCHEDULE OF UNIT PRICES:
S-78N 63" Diameter fiberglass reinforced LF 168
polymer' mortar pipe (12-14' cut), 600- 13~/qcD-
including Type II (No. 57 stone) bedding
material
S-49N 72" Diameter fiberglass reinforced LF 244
polymer mdrtar pipe (10-12' cut), ,qO- ,q 2.., 71.,;D ~
including Type II (No. 57 stone) bedding
material
. S-50N 72" Diameter fiberglass reinforced LF 265
polymer mortar pipe (12-14' cut), 7Q5"- 21D, 10 75'-
including Type II (No. 57 stone) bedding
material
S-51 N 72" Diameter fiberglass reinforced LF 630
polymer mortar pipe (14-16' cut), BCO-
including Type II (No. 57 stone) bedding 5DL},DDO~
material
S-52N 72" Diameter fiberglass reinforced LF 1160
polymer mortar pipe (16-18' cut), <aD~- q to CO I ft;OO --
including Type II (No. 57 stone) bedding
material
. S-53N 72" Diameter fibj;}rglass reinforced LF 3660
polymer mortar pipe (18-20' cut), 'BYO- 3,DiY, ~fV-
including Type II (No. 57 stone) bedding
material
S-54N 72" Diameter fiberglass reinforced LF 790
polymer mortar pipe (20-22' cut), 845- lob 7,560-
including Type \I (No. 57 stone) bedding
material
S-55N 72" Diameter fiberglass reinforced LF 540
polymer mortar pipe (22-24' cut), 8'5"0- YSCf,COD
including Type II (No. 57 stone) bedding
material
S-568 36" FRPM tee base MH (2-miter) with EA 1 5000- SCX;>b-
24" neck, including concrete
encasement, fiberglass bench, and cast-
in FWC cou tin
S-57A 64" FRPM tee base (straight-thru)with EA 10 SCro- SO,ceo-
24" neck, including concrete
encasement, fiberglass bench, and cast-
in FWC cou tin
S-578 64" FRPM tee base (1-miter) with 24" EA 3 '(Q))- -z. \. 000-
neck, including concrete encasement,
fiberglass belich, and cast-in FWC
cou tin
S-57C 64" FRPM tee base (2-miter) with 24" EA 1 95'00- 8500-
neck, including concrete encasement,
'. fiberglass bench, and cast-in FWC
cou lin
BID PROPOSAL 00120-5
. I
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
.
BASE BID: SCHEDULE OF UNIT PRICES:
S-57D 64" FRPM tee base (3-miter) with 24" EA 1 Ct sro ~ q Sa:>-
neck, including concrete encasement, , I
fiberglass bench, and cast-in FWC
cou lin
S-58A 72" FRP~tee base (straight-thru) with EA 8 45CO" 3~ f.()CX:>-
24" neck, including concrete
encasement, fiberglass bench, and cast-
in FWC cou lin
S-58B' 72" FRPM tee base (1-miter) with 24" EA 12 fo.cm- -rz.cco-
neck, including concrete encasement,
fiberglass bench, and cast-in FWC
cou lin
S-58C 72" FRPM tee base (2-miter) with 24" EA 3 "1 otx:>- 'Z 1,000-
neck, including concrete encasement, I
fiberglass bench, and cast-in FWC
cou tin
S-59A 24" fiberglass MH risers VF 25 \OO~ Z, SDO r
S-59B 48" fiberglass MH risers VF 450 \bO'" 4-5:fX:;O-
. S-60A Stubout on tee base (invert at bottom) EA 5 \00.... 5"a::>-
S-60B Stubout on tee base (invert not at EA 3 \00- "'5OD -
bottom)
S-61A Jack and Bore 48" diameter steel casing, LF 113 "'3 'CO- Jf \8,\00-
Minimum wall thickness 0.625 incll,
Carrier pipe included, 36" diameter
ductile iron sanitary sewer pipe Class
150, end seals
S-61 B Jack and Bore 72" diameter steel casing, LF 109 L\- 000- Lt3G:>,CCO-
Minimum wall thickness 1.00 inch, .
Carrier pipe included, 63" diameter
fiberglass reinforced polymer mortar
sanita sewer i e, end seals \. '33" .l\CO- ~J(
S-62 Direct jack 72" diameter, jacking FRPM LF 278 )~J)~ .
sanitary sewer pipe, across Gordon ~ CtO g=> 1
Hi 'hwa at an Ie 112. DCO-
S-63 Tunnel and Jack 96"x36" precast box LF 150 "'1. \DD- \ \\S5.0c0-
culvert, Minimum wall thickness 8
inches, under RR tracks
S-64 Linabond lining of special structures SF 5415 \5- 8\.225 -
.
BID PROPOSAL 00120-6
I
S&PProject No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
.
BASE BU): SCHEDULE OF UNIT PRICES:
8-66 No.4 surge stone for trench stabilization LF 2310 1- 2.,~\O-
alon Ne~Savannah Road, 1" thick
S-67 Remove eXisting MH (for installation of EA 1 500~ 5~-
MH 44)
WATER MAIN
W-10B 8" in-line gate valve, including valve box, EA l' Z d){X) 'ZtOCO-
installed, com lete, 0 en ri htlleft
W-15 New long side water service, installed, EA . 11 .00- f,cCO'
includin re-connection, com lete
W-16 New short side water service, installed, EA 1 ~DO- (000-
includin re-connection, com lete
W-22A Remove 8" AC water line and replace w/ LF 390 1J5""- 11. 55D-
8" DIP, Class 350
W-22B Remove 12" AC water line and replace LF 560 (PD- 3 s. Ce:.OO-
w/12" DIP, Class 350
W-23 Remove and Relocate offset Water main EA 2 3CXX:? to CCC>
. 12" DIP, Class 350 standard Joint
Secial Connectin to AC Water Line
PAVEMENT STRUCTURES
P-1 Asphalt overlay, typE! F, 1 %" thick, SY 22100 7- lSl.fI'OO
minimum
P-2 Trench restoration, 8" min. aggregate SY 6980. Z5' 1,4,500 .
base, 5" min Type B leveling course,
sawcutting of trench, tacking of existing
as halt
P-4 Milling, 0 - 2.5" SY 22100 I' ZZ, \COr
P-6 6" thick concrete driveway replacement, SY 280 c::, D ...- 'G..eco-
replace in kind, 3000 psi mix
P-7 4" asphalt pavement driveway SY 300 4D- I :z , oc;o-
replacement
P-9 24" wide concrete curb and/or gutter LF 350 "3b- \01 5a?-
removal ana replacement (as
a ro riate and necessa
P-10 Patching per GA DOT detail, includes SY 415 15 - ~, 225'-
min. 8" Class B Portland cement
concrete or 12" soil cement base, 7'
wide and subbase & sub rade
. P-11 Dirt Road Replacement to match SY . 50 it> ... 5tJD _
existin
BID PROPOSAL . 00120-7
..
.
S&P Project No. G124~02-01
Main Interceptor Upgrade Replacement Phase I .
Augusta Utilities Department Project No. 60115
BASE BID: SCHEDULE OF UNIT PRICES:
MISCELLANEOUS
M-1 Flowable fill CY 600 L.J- 0 - Z\hOOO-
M-2 Rock excavation CY' 100 3C- 3~00D--
,;
M-4 Clearing and Grubbing ACRE 6 zeX:x:y rz..CX::lD-
M-6 Remove & replace 12" storm CMP LF . 70 bD' J..f,ZCO-
(outside ROW)
M-7 Remove & replace 15" storm RCP , LF 85 ro5- 5, 5ZS-
M-8 Remove & replace 18" storm RCP LF 160 'O- n I z.Q:) .,.
M-10 Remove & replace 48" storm RCP LF 30 '2.00.... ~ ,tx:::o --
. M-11 LS 1 .., C:xX>- -, . CXX:> -
1
M-12 LF 315 -z.Ct';>' ~3.000~
M-13 LS 1 &" OCO- ~.~-
.
LS
1
"Zoo. tx::b- 'ZOO.OCO-
LS-1 Lump sum construction (includes but is
not limited to the listing continued below
(Lump Sum Construction Next Page)
BID PROPOSAL
00120-8
1
2
3
4
5
6
7
8
. 9
10
11
12
1.
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
BASE BID: SCHEDULE OF UNIT PRICES:
Lump Sum Construction
Mobilization, Demobilization
~onds, Insurance, Permits
Permanent grassing
Remove and reset/replace in kind fences, All types
Remove & replace ROW monuments (by RLS)
Remove and reset signs, Type varies
Remove and reset mailboxes, Type varies
Erosion and sediment control (temporary grassing, construction entrance/exits, silt
fences, check dams, rip-rap, misc. erosion control structures)
Traffic control
Miscellaneous grading
Raise manholes and valves boxes to grade
Remove and relocate water meter
TOTAL BASE BID FOR ALL UNIT PRICES ,
fj'f"+eef1 trJ,il,bv1 z..-,?hl rJu,,-d,~ {,Yff; ~6td- 1hCliYiud
(use words) A6 {~~
H'ic Jk,,'~ #1& /)ol/ar
($ 15,5~B(55g-
I (figures)
2. Unit Prices have been computed in accordance with Paragraphs 11.9.1 through 11.9.3, inclusive of the
General Conditions. .
3. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of
comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities
provided, determined as provided in the Contract Documents.
4. Bidder acknowledges that discrepancies between the multiplication of units of Work and unit prices
will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of
figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies
between words and figures will be resolved in favor of the words.
BID PROPOSAL
00120-9
.
S&P Project No. 8124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
..
ALTERNATE NO.1:
1. Alternate No. 1 generally consists of providing Fiberglass Reinforced Polymer Mortar (FRPM) pipe in
lieu of Ductile Iron Pipe based upon the quantities provided in the follqwing unit price table. Bidder shall
delete the corresponding pay items and replace them with the Alternate No. 1 unit price table. Items
not changed remain as stated in the Base Bid Unit Price Table. The price for each Alternate will be the
amount added to or deleted from the base Bid if OWNER selects the Alternate.
ALTERNATE NO.1 UNIT PRICET ABLE:
SANITARY SEWER
S-12E 63" diameter fiberglass reinforced LF 582
polymer mortar pipe, Depth 6' to 8', lo qO~ 4Dl/~-
including Type II (No. 57 stone) bedding
material
S-12K 63" diameter fiberglass reinforced LF 670
polymer mortar pipe, Depth 10' to 12', loQ5'; t/l.P, fe,~D--
including Type II (No. 57 stone) bedding
material
S-131 .54" diameter fiberglass reinforced LF 61
polymer mortar pipe, Depth 10' to 12', bYO- 3qID~() -
including Type 1\ (No. 57 stone) bedding
material
. S-13K 54" diameter fiberglass reinforced LF 21
polymer mortar pipe, Depth 16' to 18', \p50- 13/~50 -
including Type II (No. 57 ~tone) bedding
material
S-13L 63" diameter fiberglass reinforced LF 2377
polymer mortar pipe, Depth 12'. to 14', -,50- . -
including Type 1\ (No. 57 stone) bedding 17 B2 ,7'SD
I
material
S-15L 63" diameter fiberglass reinforced LF 420
polymer mortar pipe, Depth 16'to 18', 7/.s;,O- '3 lQ)200'-
including Type II (No. 57 stone) bedding
material
S-16L 63" diameter fiberglass reinforced "LF 701
polymer mortar pipe, Depth 18' to 20',. 780- 'Sy{g)72D -
including Type 1\ (No. 57 stone) bedding
material
S-16M 63" diameter fiberglass reinforced LF 907
polymer mortar, Depth 20' to 22', iceD- rLCo , S30-
including Type 1\ (No. 57 stone) bedding
material
S-37 Granular fill for FRPM pipe installation CY 17,500 ~- \ 05',000-
S-57A 63" FRPM tee base (straight-thru) with EA 10 L+,.DD - l.PI-. ()bo-
24" neck, including concrete
encasement, fiberglass bench, and cast-
. in FWC cou \in
BID PROPOSAL
00120-10
.
.
.
S&P Project No. 8124-02-01
,Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
S-57B 63" FRPM tee base (1-miter) with 24"
neck, including concrete encasement,
fiberglass bench, and cast-in FWC
cou !in
S-57C 63" FRPM tee base (2-miter) with 24"
neck, including concrete encasement,
fiberglassJ;>ench, and cast-inFWC
cou !in' "'.,
S-57D 63" FRPM tee base (3-miter) with 24"
neck, including concrete encasement, .
fiberglass bench, and cast-in PWC
cou lin
S-69 Deduct from base bid unit price table for
above items .
51800 - 1,.400-
1
EA
]. (Xx:)- .., ,000 -
1
EA
8,000- 8.cco-
LS
1
t.1 I 770, t./ 1770, folt;O-
1 . Alternate 1 :
Ih/e~ I4uvJ,ecl tcur 1\t~ f"Sh~j Do{&erS
(add) deduct
(circle one words
($ 3c>Q , 080)
figures
ALTERNATE NO.2:
Alternate No.2 generally consists of providing an alternate sewer routing from FPL Foods, LLC. from existing SA
MH to manhole No. 22 as shown on Sheet C12. Bidder shall use the following modified unit price table to
determine price of Alternate No.2. Items in parenthesis denote deducts from Base Bid Unit Price Table. Items not
changed remain as stated in the Base Bid Unit Price Table. The price for each Alternate will be the amount added
or deleted from the Base Bid if Owner selects the Alternate.
ALTERNATE NO.2 UNIT PRICE TABLE:
30" diameter ductile iron sanitary sewer LF (93)
pipe Class 150, Depth 8' to 10', including
T e II No. 67 stone beddin material
S-20C Pre-cast sanitary manhole, GA DOT EA 1 SOOCy 5,000 -
STD 1011 A, Type 1, Depth O' to 6' (72"
Diameter
S-21C Additional sanitary manhole depth, Type. VF 4 7.. 00- Soo-
1, Depth Class 1 (72" Dia.)
S-27C 72" Diameter sanitary manhole interior VF (2) <. "3CO-
protective coating
BID PROPOSAL
00120-11
.
.
..
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
EA
(1 ) ~JODDI Z LhoCb 'J
(1 ) \$Db7 (5DD /
1 lDDO- L666-
130 lfDO~ 5Z,{)Ct> -
EA
S-31b BulkheadJ~xisting sanitary sewer, over EA
3~', .
S-68 30'" HDPE SDR 21 Carrier Pipe inside
exist. 54" casing pipe including spiders,
flow fill annular space, end seals and
a urtenances
. Pavement Structures
P-1 Granular fill for FRPM pipe installation
LF
,~ >.
Z5"o-
SY
(50)
2. Alternate 2:
~(deduct)1l-\ltT'I F(vv rI-lOu5..t4l..\ 0111(; j..(lJ~1j4i.Q Fl.e7y ($35",\5'D-
(circle o~e) words figures
3. The Lump Sum Bid Price for this Contract will be:
. fi~ milJiWt FiiJc.- t/uud(cJ fEJ'Y fD,r '!hr;M>fd
If only Alternate 1 is selected: R:ur HuvtdreJ L:,fj)OAry lQ('S ($/5: 5BtJ, t./7{J-
. words . , ,figures '
fi--F-/-ern' (Y1t'/Jt~ A,~ H~reJ TwclIlty 1h1"e.c.1110J6QllcJ
If only Alternate 2 is selected: ~e.ueA" l-4-urJr cd cDo{ I Qf S " ($/5; qZ 3: 7m-
words figures
F{+t-~ YVlI; tJ,O^ 6ij H4!1J(Cd flc'rtefcCA. 1ttC4Sf)fIl4
If Alternate 1 and 2 are selected: 6 i'1. H-ul1f1(~J Tu,y..J{*J JVhrs ($ 15"IP/lJ/LQ-
words figures
The undersigned agrees that this Proposal may not be revoked or withprawn after the time is set
for the opening of bids but shall remain open for acceptance for a period of sixty (60) calendar
days following such time.
In case the bidder is given in writing by mail, telegraph, or delivery the Notice of Acceptance of
the Bid Proposal within sixty (60) days after the time for the opening of bids, the undersigned
BID PROPOSAL
00120-12
.
.
.
S&P Project No. G124-02-01 .
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
agrees to execute within ten (10) calendar days a Contract (Form of Agreement between
Contractor and Owner) for the work for the above-stated compensation and at the same time to .
furnish and deliver to the Owner a Performance Bond, Payment Bond, .Certificate of Insurance,
and Contractor Certification forms in accordance with the instruction bound ih. the Project
Manual. .
The undersigned agrees to commence actual physical work on the site with an adequate force
and equipment within ten (10) calendar days from the date to be specified in the Notice to
Proceed from t~e Owner and to complete fully all work within 365 calendar days. It is also
agreed that 35 days are included in the specified contract time for adverse weather days based
on National Oceanographic and Atmospheric Administration (NOM) historical data.
Enclosed herewith is a Bid Bond in the amount of "010 G II" DOLLARS
($ , ) being not less than 1 0% of the Base Bid. The Bid Bond must be
submitted on the required form provided with the Invitation to Bid.
If this Proposal is accepted within sixty (60) days after the date set for the opening of bids and
the undersigned fails to execute the Contract within ten (10) calendar days after receipt from the
OWNER/Engineer, or if he fails to furnish both a Performance Bond and Payment Bond, the
obligation of the Bid Bond will remain in full force and effect and the money payable thereon
shall be paid into the funds of the Owner as liquidated damages for such failure; otherwise the
obligation of the Bid Bond will be null and void.
Receipt is acknowledged of the following addenda:
(Date)' 1~/31(J'
(Date) /oloD/o ~
. .
(Date )lOI'd-~ 01p
(Date)~
(Date)
(See Next Page for Signatures)
BID PROPOSAL
00120-13
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
This Bid Proposal is'respectfully submitted by:
Oscar Renda Contracting, Inc.
Bidder (Print Name)
-C;krLC!-
.'~.
Signature (Owner, Partner or
Gorp. Officer) .
Vice Presfdemt
Title
If Corporation, affix seal here
(SEAL)
BID PROPOSAL
522 Benson Lane
Ropanoke, TX 76262~
Address
817:-491-2703
Telephone Number
817-491-1627
Fax Number
00120-14
..)
.'
..j
:/....... "
e)
,.;
~- "
( 't
,---../
...............
.
,S&P Project No. 13124-02-01
Maln Interceptor Upgrade Replacement Phase. I- -
Augusta Utinties Department Project No. 60115
SECTION 00125 - FORM OF BID BOND
KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, Oscar Renda Contracting,
Tnc., '., as Principal, andCE~~kf"~f~~~t ~X anct suretYas
~urety, are held. firrn'~T~o~r.P ,~nt~f~~sta~,Richmond County Commission, as Owner,
In the penal sum of: the ~rea~e~t .Mf,\mt 53id DOLLARS ($ 1 O%CillR----------:j, for the
payment of which, well ~nd truly to be made, we hereby jointly and severally bind
ourselves, our heirs, executors, administrators, successors and assigns.
Signed, this 20th day of september , 200~.
The condition of this obligation is such that "whereas the Principal has submitted to
Augusta-Richmond County Commission, a certain Bid, attached hereto and hereby made
a part hereof to enter into a contract in writing for the construction of:
Main Interceptor Uparade Replacement Phase 1
NOW, THEREFOR,
(a) If said Bid shall be rejected, or In the alternate,
(b)
If said Bid shall be accepted and the Principal shall execute and deliver a contract
in the Form of Contract attached hereto (properly completed in accordance. with
said Bid) and shall furnish a bond for his faithful performance of said contract, and
for the payment of' all persons performing labor or furnishing materials in.
connection therewith, and shall in all other respects perform the agreement
created by the acceptance of said Bid, then this obligation shall be void, otherwise
the same shall remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder shall, in no
event; exceed the penal amount of this obligation herein stated.
The Surety. for- value received, hereby stipulates and agrees that the obligations of said
surety and its Bond shall be in no way impaired or affected by any extension of time within
which the Owner may accept such Bid; and said Surety does hereby waive notice.of any
'such extension.
IN WITNESS WHE'REOF, the Principal and the Surety have hereunto set these hands
and seals, and such of them as are corporations have caused their corporate seals to be
hereto affixed and these presents to be signed by their proper officers, the day and year
first set forth above. ?/' 17 C-- '. L.S.
'FllA.....t IPoMJ (Principal)
Travelers Casualty And .Surety
Chmp;::my of ATllPri r.rI
4:r;~$
(Attorney in Fact)
(SEAL) LOrrie Sdott
FORM OF BID BOND
00125-1
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
RstPAUL
.,.;;; TRAVELERS
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company'
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Attorney-In Fact No. 214420
Certificate No. 0 0 113 3113
~OW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws.
of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that
the Companies do hereby make, constitute and appoint
Steven 8. Siddons, Shirong Chen, Holly A. Gravenor, and Lorrie Scott
of the City of Fnrt Wnrth , State of Texas , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their)2us~~_~~aranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or p~~n ~ons \~eedingS allowed by law.
~~~~~~~~~\'J
IN WITNESS WHEREOF, the Companies have ca~sed this ins~~~e ~n~d ~~~ate seals to be hereto affixed, this
ay of February .2006. <'\."'~~ ~ ~ ~~~
Farmington Casualty cqlJ!~f~ <cdO -(j <1.. ~-(jJ
Fidelity and Guaranty~lu:~t:GpihPan~O V
Fidelity and Guaranty fusu~e~nderwI'iters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
16th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
o
~
State of Connecticut
City of Hartford ss.
By:
On this the 16th day of February 200~ before me personally appeared G~orge W. Thompson, who acknowledged himself
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official sear.
y Commission expires the 30th day of June, 2011.
'<<\w c. j~
'- Marie C. Tetreault, Notary Public
58440-6-06 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER.
(
.
I
.
.
~ NOTICE OF AWARD
~OR
CONTRACTOR: Oscar Renda Contracting, Inc..
ADDRESS: 522 Benson Lane
Roanoke'
City
~
TX
State
PROJECT:
Main Interce'ptor Upgrade Replt:ltement
Phase I
PROJECT NO: 60115
At a meeting of the Augusta-Richmond County Commission
you were awarded the Contract for the following Project:
Project #60115, "Main Interceptor Upgrade Replacement Phase I"
Enclosed please find 5
DATE: January 31, 2007
76262
Zip Code
held on (Date) January 2,2007
copies of the Contract Documents for your execution. Please complete the
pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office
10 days from the date of this letter, excluding Legal Holidays.
The Certificate of Insurance must be complete.
Power of Attorney must be submitted in triplicate; an original and two copies is permissible.
Very truly yours,
Augusta Program Management Team
~ ~~ OI.J.Mr!;/1
Reciept of this NOTICE OF AWARD is hereby acknowledged this, the qlf( day of
(fi(A(l f2.EtJM (){)N-rP#.-7W6 11:: f2 C
Contractor By
Please sign and return one copy of this Notice of Award Acknowledgement to:
Augusta Utilities Department
Attn: Program Managers
360 Bay Street, Suite 180
Augusta, GA 30901
NA-1
~br\.(.~r) 'Zoot
U l Cf" Pt-e S L d..eytf-
Title
60115 NOTICE OF AWARD - OSCAR RENDA. DOC
Office Oflhe Administrator
A
frederkk L. Russell. Administrator
Room 801 - Municipal Building
530 Greetlt' Street. AUGU~TA. GA. 30911
{70~) 811-2400 - fAX (706) 811-181?
w\.\.'W.augllsr.lga.gov
larneka Allen, Interim Dt>puty Administrator
Robert le\'erett. hlterim Deputy Administrator
January 2, 2007
~\I~;. Max Hicks
Utilities Director
360 Bay Street
Augusta. GA 30901
Dear Max:
The Augusta-Richmond County Commission, at their regular meeting held on Tuesday, January
2. 2007, took action on the following items.
5.
Approved Amendment No. 11 (Year 2007 Agreement Modifications) to Agreement with OMI for a
2007 Budget cost of $6,729,681.00. (Funded by Account No. 506043310.5211110)
.
6.
Approved award for the construction of the Main Interceptor Upgrade Phase 1 to Oscar Renda
Contracting. Inc. who submitted an apparent low bid of $15.619,620.
7. Approved the Contract Item Agreement between the Georgia Department of Transportation and
the Augusta Utilities Department for the adjustment of water and sewer lines in conjunction with
the 1-20/1-520 Interchange project In the amount of $874,426.00.
If you have any questions. please contact me.
Yours truly, . //
~ .111///1'
U--r l/L
1=~:deriCk L. Russerl
Administrator
cc: Ms. Donna Williams
Ms. Ger; Sams
01-02-07: #5, #6, #7
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 00135 - AGREEMENT
THIS AGREEMENT, made on the 2nd day of January , 2007, by and
between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND
COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and
Oscar Renda Contractinq, Inc. , party of the second part, hereinafter
called the CONTRACTOR.
WITNESSETH, that the Contractor and the Owner, for the considerations
hereinafter named, agree as follows:
ARTICLE I - SCOPE OF THE WORK
The Contractor hereby agrees to furnish all ofthe materials and all of the equipment
and labor necessary, and to perform all of the work shown on the plans and described in
the specifications for the project entitled: .
Main Interceptor Upqrade Replacement Phase 1
)
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 11- TIME OF COMPLETION - LIQUIDATED DAMAGES
.
The work to be performed under this Contract shall be commenced within 10
calendar days after the date of written notice by the Owner or the Contractor to proceed.
All work shall be completed within 365 calendar days with all such extensions of time as
are provided for in the General Conditions.
It is hereby understood and mutually agreed, by and between the Contractor and the
Owner, that the date of beginning, rate of progress, and the time for completion ofthe work
to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees
that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of
progress as will ensure full completion thereof within the time specified. It is expressly
understood and agreed by and between the Contractor and the Owner, that the time for
completion of the work described herein is a reasonable time for completion of the same,
taking into consideration the average climatic range and construction conditions prevailing
in this locality.
IF THE CONTRACTOR SHALL NEGLECT; FAIL, OR REFUSE TO COMPLETE
THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby
agree, as a part of ijle consideration for the awarding of this contract, to pay the Owner the
sum of Eiqht Hundred Dollars ($800.00), 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.
AGREEMENT
00135-1
AGREEMENT
00135-3
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
e
indebtedness connected with work have been paid, except that in case of
disputed indebtedness of liens of evidence of payment of all such disputed
amounts when adjudicated in cases where such payment has not already
been guaranteed by surety bond.
(C)
The making and acceptance of the final payment shall constitute a waiver of
all claims by the Owner, other than those arising from unsettled Hens, from
faulty work appearing within 12 months after final paYr}:1ent,from
requirements of the specifications, or from manufacturer's guarantees. It
shall also constitute a waiver of all claims by the Contractor except those
previously made and still unsettled.
(D)
If after the work has been substantially completed, full completion thereof is
materially delayed through no fault of the Contractor, and the Engineer, so
certifies, the Owner shall upon certification of the Engineer, and without
terminating the Contract, make payment of the balance due for that portion
of the work fully completed and accepted.
Each payment shall be made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of claims.
e.
r.t' ''',
(Continued Next Page)
e
--
~
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase ,_ _
Augusta Utilities Department Project No. 60115
1'.;;' ,r~
Bond No. 104820224
SECTION 00140 - PERFORMANCE BOND
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE
OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That Oscar Renda Contracting, rnc. . ,as Principal, hereinafter
calfed Contractor, and 6faXilifu-er~a casua.Lty And ::;urety company , a corporation
organized and existing under the laws of the State of Connecticut , with i!s principal
office in the City of San Antonio , State of Texas , as Surety, hereinafter
called Surety, are held and firmly bound unto Augusta-Richmond County Commission, as
Obligee hereinafter called Owner, in the penal amount ** Dollars
($ 15.619.620.00 ) 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.--
** Fifteen Million, Six Hundred Nineteen Thousand, Six Hundred And Twenty IDllars
WHEREAS;' Contractor has by said written agreement dated , entered into
a contract with the Owner. for Main Interceptor Uporade Replacement Phase I ,in
. accord?nce with the drawings and specifications issued by Stevenson & Palmer
,Engineering,'Jl1c., which contract is by reference made a part hereof, and is hereinafter
referred to as"the Contract.
:.- 'C .: >./:. ~/ I ,~--~ ~~-,'I ... '....
"'--- ,.
. ",
,'NOW; TffEREFORE, the condition of this obligation is such that if the Contractor shall
'~promptly faithfully perform the 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 the Contractor shall be, and declared by the Owner to be in default under the
Contract, the Owner having performed the Owner's obligations thereunder, the Surety
may promptly remedy the default, or shall promptly:
1. Complete the Contract in accordance with the terms and conditions, or
2. Obtain a bid or bids for completing the Contract in accordance with the
terms and conditions, and upon determination by Surety of. the lowest
responsible bidder, or, if the Owner elects, upon determination by the
Owner and 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 Su~ety may be liable hereunder, the amount set forth in the first
paragraph hereof. The term "balance of the contract price" as used in this
PERFORMANCE BOND
00140-1
S&P Project No. 0124-02-01
Main Interceptor Upgrade Replacement Phase j _ _
Augusta Utilities Department Project No. 601.15
Bond No. 104820224
SECTION 00145 - LABOR AND MATERIAL PAYMENT BOND
I
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE
OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That Oscar Renda Conmtinctca Illc! d . as Principal, hereinafter
called Contractor and 6Ia e ff~a sua tY.fm Surety Com!JdllY , a ~9rporation
organized and existing under the laws of the State of Connecticut , with its principal
office'in the City of San Antonio ,State of Texas , as Surety, hereinafter
called Surety, are held and firmly bound unto Augusta-Richmond County Commission, as
Oblig ee, hereinafter called the 0 wner'lfor the use and benefit Otf Claimants, as.. hereinbelow ~( <4,
. . Flfteen Mll lon, SlX Hundred Nlne een Thousand, J;
defIned In the amount of Six HllnckPil ;1l,nn 'T'wpnry f):)]] ars--~------___________ Dollars
($ 15.619.620.00 ) for the payment whereof Contractor and Surety bind themselves,.
their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly
by these presents.",
~HEREAS, the .Contractor has by said. written agre~ment dated .::;;, N.I~/1 ~ntered
Into a contract with Owner for construction of MaIn Interceptor Upqrade Replacement
Phase I, in accordance with drawings and specifications issued by Stevenson & Palmer
Enqineerinq, Inc., 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 al/lapor and materials
used or as reasonably required to use in the performance of the Contract, then this
obligation shall be null and void; othelWise 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 th~ Contractor or
with a subcontractor 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 seNice, or rental of equipment directly applicable to the
Contract.' .
2. The above named Contractor and Surety hereby jointly and severally agree
with the Owner that every claimant as herein defined, who has not been
paid in full before the expiration of a period of ninety days after the day on
which the last of such claimant's work or labor was done or performed, or
materials was furnished by such claimant, may sue on this bond for the use
of such claimant, prosecute the suit to' final judgment for such sum or sums
as may be justly due claimant, and have execution thereon. The Owner
shall not be liable for the payment of any costs or expens'es of any such
suit.
LABOR AND MATERIAL PAYMENT BOND
00145-1
;;;&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase 1_ -
Augusta Utilities Department Project No. 60115
Signed and sealed this
Witness
F,'rst
. day of
~
...J tJt n vpt /' j
A.D. 2002.
Attest
Oscar Renda Contracting, Inc. (Seal)
Contractor
-:;1: IJC_VH.I1I~~'dJ (Seal)
(Title)
Travelers Casualty ~fl Surety "
Company Of America ,,' . (S~a!),
/. sU~~~<;/~::,~. -. ! ' '\
41llr ~ -"~_(~eal) f
LOrrie Scott (Title) AttorneY-In-.Fac:;-
Witness
Witness
Note: Date of Bond must be prior to date of Contract. . If Contractor is partnership, all
partners should execute bond.
LABOR AND MATERIAL PAYMENT BOND
00145-3
POWER OF ATTORNEY
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~STPAUL
~ TRAVELERS
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney-In Fact No.
214420
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 113 318 2
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota, that Fannington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that
the Companies do hereby make, constitute and appoint
Steven B. Siddons, Shirong Chen, Holly A. Gravenor, and Lorrie Scott
of the City of Fort Worth , State of Texas , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their,. business of-guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitfed1in any'a~iions or Qroceedings allowed by law.
\\.\.....V '~V
.\~~~ ~~~~~~\J))
~. ~ )',\..) . . c, ~- ...,,~~)
IN WITNESS WHEREOF, the Companies have caused this ins~{~tobe s!gn~and thl)if~orporate seals to be hereto affixed, this
day of February , 2006 .~\.\). ~"'\;:) ....... ,.t""
~('~ ':\)"'N~
Farmington Casualty ~qntP~Y<!.""\\O ..~)
Fidelity and GuarantYln~rance6ompanyJ'\.)'
F'd I' d G "I" ,\ 'V' d ." I
I e Ity an uaranty nsura~ce. n erwnters, nc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
~
~
~
~~
State of Connecticut
City of Hartford ss.
16th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
By:
On this the 16th day of February 200~ before me personally appeared George W. Thompson, who acknowledged himself
to be the Senior Vice President of Fannington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2011.
58440-6-06 Printed in U.S.A.
'\f\CJJW, C, j~
'- Marie C. Tetreault, Notary Public
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~
Thavelers "'
~
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Ace). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused'
by certain acts of international terrorism. We are providing you with
this notice to inform you of the key features of the Act, and'to let
you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losse~ caused by international acts of terrorism as defined
in the Act. The Act further provides that.the Federal Government
will pay a share of such losses. Specifically, the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism which is in excess of Travelers'
statutorily established deductible for that year. The Act also caps
the amount of terrorism-related losses for which the Federal
Government or an insurer can be responsible at
$100,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge. has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
.coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
TravelerSJ'
IMPORTANT NOTICE
TO 0 BT AIN rnFQRMA nON OR MAKE A COMPLAINT~
You may contact Travelers Casualty & Surety Company of America, Travelers Casualty
& SurelY Company, Travelers Indemnity Compa.ny, Standa.rd Fire lnsunincc Compa-ny
andlor Farmington Casualty Company fOT informa.tion or to make a complaint at:
Travelers Bond
Attn: Claims
1500 Market Street
We,t Tower, Suite 2900
Philadelphia, PA 19102
(267) 675-3130
(267) 675-3102 Fax
You may comact the Texas Department of Insurance to obtain the information on
companies, coverages, rights or complaints at:
Texas Department of In6urance
P,Q. Box 149104
Austin, TX 78714-9104
(800) 252-3439
A TT ACH THIS NOTICE TO YOUR BOND. This notice is for information only arid
does not become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, and Section 53.202, Property Code, effective
September 1, 20b1
S&P Project No. G124-02-01
Main Interceptor Upgrade, Phase 1
Augusta Utilities Project No. 60115
Bond No. 104820225
SECTION 00147 - PERFORMANCE BOND -,- BORAL BRICK
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER PERFORMANCE BOND IN
FAVOR OF THE PROPERTY OWNER AS OBLIGEE CONDITIONED UPON
PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That Oscar Renda Contracting Inc. . , as Principal, hereinaf!er called
Contractor, and 6I~il~a casualty Ana ~urety Company , a corporation organized.
an existing under the laws of the State of Connecticut , with its principal office inn the
City of San Antonio , State of Texas' . , as Surety, h~reinC!fter called
Surety, are held and firmly bound. unto Borallndustries, as Obligee hereinafter called
Properties Owner, in the penal amount Five Hundred Thousand Dollars ($500,OOO.OO)
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~n"'''Ir12f .;)a:>7entered into
a contract with the Augusta-Richmond County Commission for Main Interceptor Upgrade,
Phase I, in accordance with the drawings and speciflcations issued by Stevenson &
Palmer Engineering, Inc., which contract is by reference made a part hereof, and is
hereinafter referred to as the Contract. .
This Performance Bond is executed specifically for Work within the following Properties
held by M.L South Augusta, Inc.
1. Tax Map 100, Parcel 11.2
2. Tax Map 88-0, Parcel 1.1
3. Tax Map 88-0, Parcel 3
4. Tax Map 74, Parcel 1.03
NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall
promptly faithfully perform the Contract, with the following obligations in Properties use:
1. Maintain unobstructed use during business operations of the Properties Owner for
the permanent stone haul roadway along the west edge of the Properties;
2. Maintain unobstructed use during business operations of the Properties Owner for
the driveway entrances at Tax Map 100, Parcel 11.2 and TaX Map 74, Parce/1.03;
3. If used or damaged, restore permanent stone haul roadway along the west edge of
the properties to its original condition;
4;. 'Restore driveway entrances at Tax Map 100, Parcel 11.2 and Tax Map 74, Parcel
~ / 1.03 i(l accordance with the Contract with the Augusta-Richmo!1d County
C ~ Co.rrj~i?sion for Main Interceptor Upgrade, Phase I; then
This obligation shall be null and void; otherwise it shall remain in full force and effect.
PERFORMANCE BOND
00147-1
POWER OF ATTORNEY
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
iii ST PAUL
~ TRAVELERS
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney-In Fact No.
214420
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 113 318 8
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut. that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that
the Companies do hereby make, constitute and appoint
Steven B. Siddons, Shirong Chen, Holly A. Gravenor, and Lorrie Scott
of the City of Fort Worth , State of Texas , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their,business otguaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitfed1in ~y'~40ns or Qtoceedings allowed by law.
~'\"" ~~ ,,} . ~):V
,~\l.~. ~~'t;) ~:4 ~ \)
IN WITNESS WHEREOF, the Companies have caused this ins!Cn't)Sb~ign~ ~}:::r;s~~e seals to be hereto affixed, this
day of February ,2006. <\\\-\.... ~~)." <\""
()~" ~~ ~~
Farmington Casualty Co~~y ,e." 0 *-\)
Fidelity and Guaranty'~nsuran~e'<3pmpany"O
Fidelity and Guaranty Insuf~ce\inderw~ters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
o
~
State of Connecticut
City of Hartford ss.
16th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety <3ompany of America
United States Fidelity and Guaranty Company
By: ,
On this the 16th day of February 200~ before me personally appeared George W. Thompson, who acknowledged himself
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal. _
My Commission expires the 30th day of June, 2011.
58440-6-06 Printed in U.SA
'f(\w, C, j~
'- Marie C. Tetreault, Notary Public
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~
Travelers ..
~
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Acf'). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused
by certain acts of international terrorism. We are providing you with
this notice to inform you of the key features of the Act, and' to let
you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losse~ caused by international acts of terrorism as defined
in the Act. The Act further provides that. the Federal Government
will pay a share of such losses. Specifically, the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism which is in excess of Travelers'
statutorily established deductible for that year. The Act also caps
the amount of terrorism-related losses for which the Federal
GovernmOent or an insurer can be responsible at
$100,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the .terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium,and is no more than one percent of your premium.
Travel e rSJ"
IMPORTANT NOTICE
TO OBTAIN ~FQRMATION OR MAKE A COMPLAINT~
You may contact Travelers Casualty & Surety Company of America, Travelers Casualty
&. Surety Company, Travelers Indemnity Company, StandMd Fire Insurance Compa'n)'
and/or Farmington Casualty Company for information or to make a complaint at:
Travelers Bond
Attn: Claims
1500 Market Street
Wc:::1t Tower, Suite 2900
Philadelphia, PA 19102
(267) 675-3130
(267) 675-3102 Fax
'{ou may contact the Texas Department of Insurance to obtain the informarion on
companies, coverages, rights or complaints a.t:
Texas Department of Insurance
P.O. Box 149104
AU5tin, TX 78714-9104
(800) 252-3439
ATT ACH THlS NOTICE TO yOUR BOND. This notice is for informa\iorJ only arid
does nO\ become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, and Section 53,202, Property Code, effective
September 1, 2001.
,k;:':..
{.
,,(:.
(,.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase 1- -
Augusta Utilities Department Project No. 60115
SECTION 00150 - CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned 2. 7 ~~~ o/tv,.-p-., the authorized and acting
legal representative' of Au usta-Richmond County Commission, do hereby certify as.
follows:
I have examined the attached Contract( s) and Surety bonds and the
m~nner 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.
.J
/
2~z SS~_
(Signature)
fJ-11/}' La (I/) 7
(Date)
CERTIFICATE OF OWNER'S A TIORNEY
00150-1
..
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase 1- -
Augusta Utilities Department Project No. 60115
SECTION 00155 - NOTICE TO PROCEED
TO:
Date:
Project: Main Interceptor Upgrade Replacement Phase 1
Augusta-Richmond County, Georgia
You are hereby notified to commence work in accordance with the Agreement dated
, 200_, within ten (10) calendar days following this date, the date first
written above, and you are to complete the work within One Hundred Eighty (180)
consecutive calendar days after the date of this notice. The date set for completion of all
work is therefor ,200_.
By:
Title:
Acceptance of Notice
Receipt of the above Notice to Proceed is hereby acknowledged al1d the same is hereby
accepted on this day of , 200_.
By:
Title:
NOTICE TO PROCEED
00155-1
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase t -
Augusta Utilities Department Project No. 60115
SECTION 00160 - AFFIDAVIT OF PAYMENT OF CLAIMS
(CONTRACTOR), THIS
DAY appeared before me, , A Notary
Public, in and for , and being by me first duly
sworn states that all subcontractors and suppliers of labor and materials have been paid
all sums due them to date for work performed or materialJurnished in the performance of
the contract between: . .
and
dated
(OWNER)
(CONTRACTOR),
, 200-,-, for the construction of:
Main Interceptor Upqrade Replacement Phase 1
CONTRACTOR:
BY:
TITLE:
DATE:
SEAL OF CONTRACTOR
(If a Corporation)
Subscribed and swom to before
day of , 200 _"
My commission expires on the _day of
20_.
NOTARY PUBLIC
(NOTARY SEAL)
AFFIDAVIT OF PAYMENT OF CLAIMS
00160-1
ACORD~
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DDIYYYY)
PRODUCER (817) 737-4943
K & S Group, Inc.
Frank Siddons Ins. Fort
4021 Highway 377 South
Fort Worth TX
INSURED
Oscar Renda Contracting, Inc.
522 Benson Lane
FAX (817) 737-4947
2/5/2007
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Worth
76116-7891
INSURERS AFFORDING COVERAGE
INSURER A: Zurich Commercial
INSURER B: Grea t American Insurance
INSURER C: Hanover Insurance
INSURER D:
INSURER E:
NAIC#
22292
Roanoke
COVERAGES
TX 76262-6397
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .
INSR ADD'L Pg.k+i~:~g8tWf p~~~(~~g"tJ.gN
LTR INSRD TYPE OF INSURANCE POLICY NUMBER LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
-
X COMMERCIAL GENERAL LIABILITY ~~~~H?E~7,N.1';~ence) $ 300,000
A I CLAIMS MADE GU OCCUR CPO 5916936-01 GL 11/1/2006 11/1/2007 MED EXP (Anyone person) $ 5,000
PERSONAL & ADV INJURY $ 1,000,000
-
- GENERAL AGGREGATE $ 2,000,000
~'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000
X POLICY fXl ~~~T n LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000
- $
~ ANY AUTO (Ea accident)
A ALL OWNED AUTOS BAP 5916935-01 AUTO 11/1/2006 11/1/2007 BODILY INJURY
- $
SCHEDULED AUTOS (Per person)
-
~ HIRED AUTOS BODILY INJURY
$
X NON-OWNED AUTOS (Per accident)
-
- PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
=] ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 10,000,000
~ OCCUR D CLAIMS MADE AGGREGATE $ 10,000,000
$
B ~ DEDUCTIBLE TUU 5-57-81-22-01 UMB 11/1/2006 11/1/2007 $
X RETENTION $ 10,000 $
A WORKERS COMPENSATlON AND I WC STATU- I IOTH-
EMPLOYERS' LIABILITY Y TORY LIMITS ER
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED? we 5916937-01 11/1/2006 11/1/2007 E.L. DISEASE - EA EMPLOYEE $ 1,000,000
If yes, describe under 1,000,000
SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $
C OTHER Contractor I s Equip. IHD 8163047-01 11/1/2006 11/1/2007 All risk subject to
Blanket - $5,000,000 policy limits and $10,000
or greater. exclusions. Deductible
t DESCRIPTION OF OPERA TlONS/LOCA TIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
IRE: Main Interceptor Upgrade Replacement Phase I, proj No. 60115. Certificate holder is named as an additional
insured on general liability and auto liability with a waiver of subrogation on general liability, auto liability and
Iworkers compenation policies as required by written contract. Additional Insureds: City of Augusta, Georgia,
Stevenson & Palmer Engineering, Inc., CH2M Hill, Georgia Department of Transportation (GDOT), CSX Transporation
CERTIFICATE HOLDER
CANCELLATION
Augusta-Richmond County Commission
Attn: Procurement Dept.
530 Greene St. - Room 605
Augusta, GA 30911
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ~~ MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, tI\X
XXi~~~~~~
~~
AUTHORIZED REPRESENTATIVE? ..-
Steven Siddons/HOLLY ~~J. J~
@ ACORD CORPORATION 1988
ACORD 25 (2001/08)
.
.
.
S&P Project No. G124-02-01
Main Interceptor. Upgrade Replacement Phase 1-
Augusta Utilities Department Project No. 60115
SECTION 00170 - CERTIFICATE OF INSURANCE
This is to certify that
(Insurance Company)
of
(Address of Insurance Company)
has issued policies of insurance, as identified by a policynurnber to the. insured name
:." ' :.< '~-'-' '; ::'~ :.~ :- ' ::; . _-~ '" .,::: ;' "" ,:;.~; _i- _ <. ~ !,.'- ':'~,,~~-, .'
below, and that such policies are in full force and effect at this time. Furthermore, this is
to certify that these policies meet the requirements described in the Special Conditions of
this contract; and it's agreed that none of these policies will be canceled or changed so as
to affect this Certificate until ten (10) days after written notice of such cancellation or
change has been delivered to (Client & Client Address):
1. INSURED:
2. ADDRESS:
3. PROJECT NAME:
4. PROJECT NUMBER:
5. POLICY NUMBER(S):
(CONTRACTOR)
DATE:
(INSURANCE COMPANY)
ISSUED AT:
AUTHORIZED REPRESENTATIVE:
ADDRESS:
CERTIFICATE OF INSURANCE
.00170-1
.
'.
.
Revision Date
August 2001
GENERAL CONDITIONS
ARTICLE I-DEFINITIONS
Wh~rever used inthese General Conditions or in the other Contract. Documents the following terms have the
meanings indicated, which are applicable to both the singular and plural thereof: . . ,
Addenda-Aqy changes, revisions or clarifications of the Contract Documents whi,ch have been duly is~uedby
OWNER to pro~pective ,13idders prior to the time of opening of Bids: . O' .
Agreement- rhe written agreement between OWNER and CONT~CTOR covering thevvork to be perforr:ned; other
Contract Documents are attached to the Agreem~nt arid made a part thereof as prbvidedtherein. ' "
Application for Payment-The form accepted by PROFESSIONAL which is to beused by CONTRACTOR it!
requesting progress or final payments and which is to irich.ide such supporting documentatioh as is' required by the
Contract Documents.
Bid-The offeror proposal .oUhe bidqer submitted on the prescribed form setting forth the price( s) for, the Work t()be
performed~ . .. . ..... , '., ','. ,
. . .
,'~;'" '. ~.
Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its
Surety in~ccordC3nce with the ContractDocume~ts.
Change Order-- A documenUecomriiended by PROFESSIONAL,which is sighe~,by c.6NTRACTOR and OWNER;
and authorizes an addition, deletion or revision in the Work, or an adjustrriemt ii-rttie Contract Price or the Contract
Time! issued on or after the Effective pate of theAgreElment. "
,
Contract Documents-The Agreement: ,A.dclenda (which pertaiQ to the Contract D~curneQts);99f\JT~C,TOR's Bic!
(including documentation accompanying' the Bid and any post-Biddocumeritationsubmittea priorto ~he Notice of
Award) when attachE;ld as an exhibit to the Agreement; the Bonds; these Geheral Conditions; the Supplementary
Conditions; the Plans, Sp(3cificatioris andth(3 Dr.awings as the same arem()respecifiCCilly identified in the Agre~mel1t;
Certificates of Insurance; Notice of Award; and Change Order duly deliv,ered after executioQ of Contract together
with all amendments, modifications and supplements issued pursuanttoparagraphs 3.3 and 3.5 or after the' Effective
Date of the Agreement.
. .
"', i.>'~" ~ - , , -,: ~ ',' ,; _ -"" "_-,~'. <,,' ""':.. _' , , '
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as'stated in the
Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). ' .
. . .
Contract Time-The nu'mber of days (com puled' as' provided in "paragraph 17.2.1) or the, dat(3 stated in the Agree~ent
for the completion of the Work. . . , . '"
CONTRACTOR-The person, firm or corporation with whom OWNER h~sen~eredinto the Agreement. .
COUNTY~Richmond County, Georgia, or Augusta, Georgia, political, subdivisions,of the State of Georgia, the
Augusta-Richmond CourltyCommissiOi1;andits authorized designees, agents, orelTlployees.
. - ',. - - .
Day-Either a working day or calendar day as specified in the bid documents. If a'calenaarday shall fall on a legal
holiday, that day wiJl be omitted from the computation. Legal Holidays: l;JewYear's [Jay, Martin Luther King Day,
Memorial Day, 4th of July, Labor Day, Veterans Day, ThanksgiVing Day arid the follpwing Frid~y, and Christmas Day.
Defective-An adjective which, when modifying the word Work, refers to W orkthat is unsatisfactory, faulty or deficient,
does not conform to the Contract D6cuments, or does' not meet the requirements'of any inspection, reference
GC-1
Page 1 of 53
.
Revision Date
August 2001
.
mance charts, instructions, diagrams andother information prepared by a Supplier and submitted by CONTRACTOR
to illustrate material or equipment for some portion 'of the Work. ' < ,
Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials,
equipmemt, 9onstruction systems, standards and workmanship as applied to theVIJorkand certain administrative
details applicable thereto.' -'. . -
Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other
SUBCONTRACTOR for the performance of a part of the Work at the site.
Substantial Completion-The Work (or a specified part thereof) has progressed to the point where,'in the opinion of
PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completio~, it is sufficiently
complete, in accordallce with the Contract Documents,' so thatthe Work (or specified part) can be used forthe
purposes forwhich it is intended, or if there be no such certificate issued, wh~m finalpayrTlerit is duelin accordance
with paragraph 14.13'. The terms "substantially com plete" and"substantiallycompleted"as applied to any Work refer
to Substantial Completion thereot:' " ; <" '.. '
Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Condi-
tions;
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor.-
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such
facilities or attachments, and any encasement containing such facilities which have been installe~ underground to .
'furnish any of theJollowing services or materials: electricity, gases,liteam, IiquidpetroleumprodLicts, telephone or
other communications, cabl~ television, sewage and drainage removal, traffic or ,other 'controlsys~errls;:or water.
- i. Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifjabl~ parts thereof required to be furnished
under the Co'ntract Documents. Work is the resultofperformin'g services, furnishing labor andfurnishing and incor~
porating materials and equipment into the construction,and furnishing documents,' all as required by the Contract
Documents. ' ',', " :,:, . ., " ' '". " - '. ',..',,:,;-' .-; ". ,", ','.
Work Chang~ 'Directive:;';' written directive to CONTRACTOR, issu,ed on or afterthe Effective Date of the AgreemElnt
and signed 'by OWNER and recoirimendedby PROFESSIONAL; ordering an addition, deletion or revision'inthe
Work, or responding to differing or unforeseen physical conditions under which the Work is tabe'performed as
prc;>vided in paragraph 4.2 or 4.3 or to emergencies urlder paragr?ph 6.22. A Work Change Directiv7 may not change
the Contract Price, or the Contract Time . but 'is evidence that the' parties~xpectthat th~change directed or
documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following
negotiations by th~ parties as to its effect,_if any, ()~ the Contract Price or Contract Time as provided i.n Article 10.
~. , - - . \ .!" ; ~:, ; ," . -" .:",: .,~ . ,'- , " , ;'
Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or
after the Effective Date ofthe Agreement and normally dealing with the non-engineering or non-technical rather than
strictly Work-related aspects of the Contract Documemt~); : ,',
GC-3
.
Page,3 of 53
'.
:e
'.
Revision Date
August 2001
policy (and other evidence of insurance which OWNER. m9Y r~asonably r~quest)which CONTRACTOR is required
to purchase and maintain in accordance with Article 5. . . ; .,'
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWN'ER ,
PROFESSIONAL and others as apprqpriate will be held to establish a working understanding among the parties as to
th~ Work and,Jodiscuss t~e schedules'r~ferred to'in 2.6a.s'weUas. proceduresf6r handling Shop. Drawil1gs ,and
ot~~r s,u~mittals!proces'sing applica~ions for payment and maii1~ainingrequirecl records.,' ., .)...,
- ~", . .
Finalizing Schedules:
'<:t,_:"'~,.., __!\-, ','. .,; :,::" i'.: ,'^!', <': ".-;~':' "'~ .,' _ u: ...: ,. ,.' , .
.: 2~9..At !east!Emdays beforespbmission of the first Applicati()flforPaymEmt,ac()nferenq~ attend(:)d}>y
CONTRACTOR, PROFESSIOI\lALcmd 'OWNER.and others9s~ppropriate 'Nil! be held to finalize the sched~les
submittedJn accordance with paragraph 2.6. CON,.RACTOR sh'all haveanadd.itiohal ten (10) calendar, days'to
rTlake corrections and adjustments and to'c6mpieteand resubmit thEl sctled~les. 'No progress 'payrnent shall be
made'to CONTRACTOR until the schecluies are submitted and aCCElptaQleto OWNER and PROFESSIONA.Las
provided below. The finalized progress schedule will be acCeptable to OWNER'and PROFESSIONAL as providing an
orderly prqgressionof theYVorkto completion within cmy specified Milestones and th~,Contract Time, but such
acceptance Will neither impose, on PROFESSIONAL responsibilitY for the sequencing, scheduling or progress of, the
. YVork'nor'interferewithor relieve c;()NTRACTORfrorTI full responsibility therefor: The finalized schedule o(Shop
Drawing submiss'ions andSample'submissionswillbe acceptable' to PROFESSIONAL as providil1g a workable
. arra~gElrrtennorreviewingancl processiD9th~'sijbmissions. CON,.RAC1oB's scheaul~ofvalues" shan beappr()Ved
by PROFESSIONAL as 't6 Jorm an'd,substance; " '" ',' ,,.' ',. ". ........ ..-, '. ,.co,,,:>;:,'
.' . '.,' "_.,,,~. ".. ".'. ," . ,. ',~.. "~'.. .... L .' _ :. '. ;.' ,". . .' : -'<"
;:'CONTRAc-fORJIricMditi~n t~pr~Jaringan initiallyaccep~biesdh~dule,'shallbe respon~ible iorm~'i~taihing
the schedule, including updating schedule. Schedule updates'shall include progressi6n of work as compared to
~chE:lcllJ.l~d~~og~e~s~n IJI/?rk. Schedule ypda.tes s9~1I accompapy ~~qh.pay requ,e~~:'
(:
GC~5
Page 5 of 53
Ie
!.
re
/
I
/
j
i
Revision Date
August 2001
As indicated in paragraphs 11.2 and'12.1, Contract Price and Contract Time may only be changed by a Change
Order or a Written Amendment.
3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations
and deviations in the Work may be authorized in one or more of the following ways:
3.7.1. a Field Order (pursuant to paragraph 9.5).
3.7 .2.PROFESSIONAL'sapproval of a Shop DraWing or sample (pursuant to paragraphs 6.24 and 6.26),.or
. '. .
. .
3.7,.3.,PR.OFESSIONAL's written interpretation or clarification (pursuant to paragraph ,9A).
Reuse of docfiiments:
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or
furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire. any titleJo or
OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared
by qr beariD9 the'seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall. not reuse such Drawings,
Specifications or other documents (or copies of any thereof) on extensions.of the Project or any other project without
written consent of OWNER and PROFESSIONAL and specific written verification oradaptationby PJ~OFESSIONAL.
, ,
,:~
GC-7
Page 7 of 53
Revision Date
August 2001
. PROFESSIONAL.
'.
.
I .~ .'., . -." ,I. ~'.' . -..~' _'.
Physical Conditions,,:Underground Facilities:
" .'. ~..-' ," .:, : -.' ; -.; '-.. . .
4.3.1. Shown or Indicated: The information and data shown or indicated in the COntract Documents with
respectto existing Undergroun~ Facilities at or contiguous to the site isbased on informatiolland data furl1ished to
OWNER,or pROFESSIONAL by OWNER'S 9fsucQ Underground Facilities(>r by' others 0, ,';Unh:lss it is otherwise
eXpressly provided in ,the Supplementary Conditions: ".. '.,,' " .- '. '" .,.,
. '-.. .-'" -f'.-.-, d _...., :!:. . ','. ,,'" ",... . .. . ,; ,~. '.
,:4.3.1.1. OWNER. ~nd PROFEssIONAL-shall not be respdnsibie'fo~thea6curacy or c6~pl~terie~s of any
surihinformetion ordata;Clnd ..' '" " ". , '.' " " ..' "'." " ,'d. . ..,.., ....,
, '.; 4~3:1:'2.Th~~9~r of ail ;6ithef~lIdwi~g~i1i belncludedi,n the Contract Price,andC6~T~qf9Rshall h~ve
full r~spon!)ibility for reviewing arid,chec~ing all, such information .and data for; 10cating,aIlUndergr()uncl F.a,cilities
shown or/rid/cated in the Contract Documents, for60ordination of the Work with the OWNER'S of sUchUpdergroynd
Facilities'during cdnstruction,for thesafety'and protection thereof as proyided in paragraph 6,.20 and repairing any
damage thereto resulting from the WOrk, the cost of all of which will beconsidE3red CIS havingt:l~eh indtided in the
Contract Price. '. ,"', " ",.' ,,', "",
. '" ., -. .... ,
. . '.,:.(3.2...Not Shown or Indicated. If 'arfU~dergroundFacilityis uric6~er~d~r' r~ve~l~datdrbol1ti9UOUS to the
site which was not shoYo'n 0'1' indicated ir)' the Contract Documents and which' C<?NTRACTORcO'ulcf not reasonaply
have~eer'1 ~)(pectE:ld to bE3.aware of, qpNT~C;r,qR s~aJl,promptly'after b,e~orni~ga~are :th~reof allo before
performing any YV.prk affecte(j thereby exc~Pt!n' iihem~~rgency as permitted by paragraph 6.?2,)denJifythe O\IVNER
of such Underground Facility and give.writtennotice ~hereofto th~t OWNE8,and .~oO\IVf'JEF$ and PROFESSIOI\lA!-.
PROFESSIQNAL will. prornptlyreView the yndergr6und Facility te> detEmnine the extelnt.to which. theC()htract
DocurTH3nt~"snould be modified t6 reflect a"nd document the consaquences'ofthe existence of the Uridei'grolmd
Facility,. and the Contract Docurnentswill be arn.E,lndedorsupplemented to the e~tent necessary... During such time,
CONTRAcTOR shall be responsible" for the safety and protection of 'such'Undergrou,nd Faqility as. provided in
paragraph 6.20. CONTRACTOR shall be aliowed an increase in the Gontract Price or an eXtension of the 'Contract
Time, or both, to the extent thatthey are attributable to the existence of any Underground Facility that was not shown
or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be
aware of. If the parties are unable to agree as to the amount or length thereof; CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
Reference Points:
4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in
PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR
shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect
and preserve the established reference points and shall make no changes or relocations without the prior written
approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or
destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for
the accurate replacement or relocation of such reference points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive
GC-9
Page 9 of 53
f.
:.
.
Revision Date
August 2001
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the
Contract Price as Security for the faithful pelformance and payn;ent of all CONTRACTOR's obligations ul')derthe
Contract Documents. These Bonds shall remain in effe6tat least until one year-after the date when final payment
becomes d\je, except as otherwiseproyided byLaw or Regulation or by the Contract Docul1l~nts. CqNTRACTOR
shall also furnish such other Bonds as 'are required by the Supplement,ary'Conditions. AU BOl')ds'shall be'in theforms
prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in
the current list of "Companies Holding Certificates, of Authority as Acceptable Sureties on Federal Bonds, and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the A~dit Staff Bureau pf.Accounts,
U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy ofthe authority to
a~ '
,Licerlsed S~r~ties arid h:,~tir~rs; c~;~~f.~Clt~S"Of Insul'CI,rlce',
.' ,
'~" ,:}.."",, -'. "'_, .,: _ -.(..., _"", :_ ",,"- ~"'.,' ,_ :. L _" __"., ' ,_>/". -':,_ _: "", _" '. '.-"
'5.,2.1 AUbondsancj insurance ,required by the Contra~t D!Jcuments to be purc~ased '~ridmaintaif.led by
CONTRACTOR shall beobtain(:lc:l,fromsuretY or insurance conipani(:ls that aredulyligensed orauthorizea i,~the
. State of Georgia to issue bonds or insurance policies for the limits and coverages so required. 'All bonds signed by
. an agent must be accom'pani~dbya certified, copy of authority to act: Such surety and insurance compal')ie~ ~haU
also meet such additional requirerrient~and qU(3lifications as may be, provided in the Supplementary Coriditi()ns.
. ~ .., ". '", . ... - . . ," .... '. .,-.', ,",..." ... .-
. _' , . . ,:.'.... .... -, ;. "'" :, '. _ _~:.' '.. . . .'_ :,.... . '." . ."1: c.,' - ,~...:.':..: - - .
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an
original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and
other evidence of insurance requested by OWNER or any other additional insured) which. CONTRACTOR is required
to purchase and maintain in accordance with 5.3.
5.2.3. .If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or
its right to do business is terminat~d in any state where any part of the Project is, loCated orit ceases to meetthe
requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another Bond arid Surety,
both of which must be acceptable to. OWNER. .
CONTRACTOR's Lia~i1itylnsurance:
, ,
5.3. CONTRACTOR sh~1I purchase an(fm~intain such comprehensive general liability and otherInsur~nce
as is appropriate for the Work being performed and 'furnishea and as Will provide protection from claims set forth
below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and
CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed()r furnished by
CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish
Cinyof the Work, or by cmyone for whose ,acts any of them may be liable:
'. c- :- _ ~ .. ,. . '. . .
5.3,: 1. Claims under workers' Or workmen's compensation, disability benefits and other simIlar employee ben-
efit acts;' . ,'. '. " ' .
5.3.2.Cla,ims for damages' because of bodily injury, occupational sickness or disease, ';or death of
CONTRACTOR's employees; . '
"
5.~.3. Claims for damages because of bodily injury, sickness or disease, or death of any person otherthlm
GC-11
Page 11 of 53
"e
.
.
Revision Date
August 20Q1
limited toJees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs ). If not covered
under, the "~lI.l.risk" insuranc:e or'olherwise provided In the SupplemerMry C()nditions. CONTRACTORshallpurchase
and maintainsimilarr:>roperty insurance on portions ,of the Workstored on and off the site or in transit when such
portiorls of the Work are to be included. in an Application for Payment. , .,," '
. . - - ~ '- .
, '
5.7. OWNER shall purchase and maintain such' boiler 'and ma'chineiyinsuranceor additional prope[ty
insurance as may be required by the Supplementary Conditions or Laws and Regulations which'will include the
interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the
Work, all of whom shall be listed as insured or additional insure9,p~rties.
. . , ". 5.8. All the,policies.of insuranc~ (or the certificates or o~h(3r evidence therElof) requiredto be purchased and
mairitainedby OWNER in accordance with paragraphs 5.6, and 5',7 will Containa provision or endorse,ment that the
coverag~ aff9rded will riot be canceledor materially changed or renewal refused until at least thirt}idays prior Written
notice has been given toqONTRACTOR by 'certified mail andwill9ontain' waiver provisions in accordan~e 'with
paragraph of 5.11:2. .,.' .' ,'.. .', '.. " " ',' ' "
5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the
Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amountsth~t a~e
provided in the Supplementary Conditions. The risk of loss within the deductible am'6unt will be'borne(by
. gONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishespropertyinsurance
coverage within the limits ofsLi~har.nciurits, ea,ch,may purchaseand.maintain it at the purcha~er's own expense.
5.10. If CONTRACTOR requests iri~iting thatother special insurahce be inCluded intheproperty insurance
policy,OVVNE~ shall, if possible, .includesuch ins~ranc:e;:and the cos.~thereof will be charged to CONTRACTOR by
" appropriate Change Order or Written Amendment. Prior to commencement of theWork at thE':! site, OWNER shall in
writin,g advise. CqNTRASTOl1whether or not such other.im"urahceh~s beem ,pro7ured by OVY,NER. . . .
~aiverbfi~ights:
, . '
5.11.1. OWNER and CONTRAcTOR waive all rights against each other for all losses and damages cau'secl
by any of the perils covered by the policies of insurance provided in response to paragr~phs 5.6 and 5.7 and other
property insurance applicable to the Work, and also waive all such rights'against the SubcontraCtors, PROF-
ESSIONAL, PROFESSIONAL's consultants and all other partiesriamed as insureds in such policies for losses and
. aamage~so caused. 'As required by paragraph 6.11, each subcontract betWeen CONTRACTOR and a
SubcontraCtor will contain similar waiver provisions by; the Subcontractor in favor of OWNER,CONTRACTOR,
P~OF=ESSIONAL, PROFESSIONAL's consultants and all'ottier.parties named 'as insureds. None'of the above
waivers shC!Hextend to theright~ tbat any of th~insLiredparties mayhave to the proceeds of insurance held by
OWNER as trustee or otherwise payable under any policy so issued.' .' ,.., ' ."
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7
shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils
covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of
any loss or damagetheinsurer will have no rights of recovery against any of the parties named as insureds or
additional insureds, and if the insurers require separate waiver forms to besignedbyPROFESSIONAL or PROF-
E,SSIONAL's consultant; OWNER Viillobtain the same,and if such waiver forms are required of any Subcontractor,
CONTRACTOR will obtain the same. . ", '
Receipt and Application 'of Proceeds:
5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted
GC-13
Page 13 of 53
'.
;.
.
Revision Date
August 2001
5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of
CONTRACTOR, any SUBCONTRACTOg.,anyol1e directly or in<:lirec~ly employed by any of them, or anyone for
whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be
Iim ited in any way as to the amount or, type of damages, com pensation.or benefits payable by or for CONTRACTOR
or any SUBCONTRACTOR under wbrkmem's compensation acts~ disabilitY benefit acts, or other employee benefit
acts....." ' ", ".., "'.;. '.:. . .....,... ,0' ..,., c.." "'..,,, ,. ..,
, '.
'..' 5.16.3: ...CONTRAcr()Rshah'indernnffy a~dh'6ld harrriless;OVVf\JERandanyon~ 'directly' or indirectly
employed byitfrom andagairistallclaims, suits,dermlnds, daniages,losses expenses (inc:luding attorneys' fees)
arising out of any infririgemerit'on'patentorCo'pyrights held by oth~rs~i1;d' shall C1efendall such claims inconnectiof)
with any alleged infringement of such rights. , '.' , '" .... ".' . '..,
-', ;">
i:::
"
..'
,,.:
GC-15
Page 15 of 53
t.
:'.
.
Revision Date
August 2001
.
, 6.7.1. Whenever materials or equipment are specified or described in the Contract Do~uments by using thE:!
name of a proprietary item or the name of a particular Supprier; the naming of the item is intended to establish the
type, function and quality required. Unless the name is followE:ld I:>Y words indicating that no substitution is permitted,
materials or equipment of other Suppliers may be acceptedby PROFESsioNAL if suffic:ient informatipn is submitt~d
by CONTRACTOR to allow PROFESSIOI\JAL to determine thatthEl material or equipment prOpqsect is ~quivalEmt or
equal to that named ~ The procedure for review by PROFESS IONALWiHinclude the following as suppIeniented in the
General Requirement.!>. Requests for;review of substitute items of material arid 'equipment will not bel accepted by
PROFESSIONAL from anyone, other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substi!u!e
item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance '
thereof, certifying that the proposed substitute wiH perform adequately the funct,ions anci achieye the r~sults called for
by the general design, be sim i1ar and of equal substance to that spec.ified and besLJit~d to the s~me use as ,thCit
specified. Theapplicatio'n will state thatthe evaluation and acceptance of the, propos~d substitute will not prejIJdice
CONTRACTOR's achievement of Substantial Completion ontim~,whethero(not acceptance'ofthesubstitutefor
use in the Work'wiH require a change'lf{ any of the Contract Docum'en!s (oril1 the provisions of any other dir~ct
contract with OWNER for work on the Project) to adaptthedesigntoJhe'proposeds"t.Jbstitute ancl whether or, not
incorporation or.use of the su~stitute in connection with theWo'rk is subjectto paymentof any IicenseJee or ro~lty.
All: variations of the' proposed substitute from that speCified \',vill be identified in the' applicationandavail~9Ie
maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate
of all, costs that will result directlyorindirectlyfrom acceptance of suchsubsti!ute, including costs of red~sign and
; claims of other qontractors,affecte'dby the resultii,gchal1g,e, all of which shall be conside~ed by PROFESSIONA~. ,In
evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR t,e;> furnish, ~t C9NTRACJOR's
expense, additional data about the proposed substitute. ',. ,,'.
, '6.7.2. .If a specific means, method, technique, sequence or proced~re 'Of'bclrlstructionis indicCited .in or
requiredby the ContractDocuments,GONTRACTOR mayfurriish o~ utilize a substitute means, method, sequence,
.technique or procedure of construction acCeptable to PROFESSIONAL; if CONTRACTOR submits sufficient
informationtc> allow'PR(),=ES~IONA.Lto' determine that the,substitutE! proposed is ,equjValent totha~indjcatedor
required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar tothatprovided jn
paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General Requirements:"
6.7.3. PROFESSIONAL will be allowed a reasonable time within Which to evaluafe earih proposedsubstltute.
PROFESSIONAL will be the sO,I~ judg~ of accepta!:>i1ity andno s~!:>stitutewill be ordered, installec:jor utilized without
PROFESSIONAL's prior Vfl!ttEln acceptance which will be evigenced by either ach~ng~ Ord~r.o~,an approve~t$hop
Drawing. OWNER mayrequire CONTRACTOR to furnisn;' at CONTRACTOR's expense; a'spec.ialperform'anc.e
,guarantee' or' other surety with resp~~t 'to ,any substitute. J~ROFESSIONAL 'Vlill record timerequire~by
PROFESSIONAL and PROFESSIONAL's cOnsultants in evaluating substitutit:>ns prppClsed by CONTRACTOR and ,in
making changes in Jhe,CoritracfDocumeqts.occasionedthereby: Whether qr n,ot PROFESSIONAL accepts"a
proposed "substitute,CONTRACTOR shall, reimburse OWNER for the' charges of PROFESSIONAL and
PROFESSIONAL's consultants for evaluating' e~ch proposed substitute. '
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other per~onor organization
(including thoseacceptable to OWNEf-"{ and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially or as
a substitute, against whom OWNER orPROFESSIONAL may have reasonableobjection.CONTRACTORshall not
be required to employ any Subcontractor, Supplier or other person or~organizati6nto furnish or perform any of the
Work against whom CONTRACT()R has reasonable objec,,tion. " ,,' . "
.. ' .
6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Supplief"S or otherper-
sons or organizations including those who are to furnish the principal items of materials and equipment to be'sub-
mitted to OWNE~ priorto the Effet:;tive Date, of the Agreement for acceptance by OWNER and PROFESSIONAL
and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or
. -.-', .' - -. "",' " . ":". . ." ',"
GC-17
Page 17 of 53
.
.
.
Revision Date
August 2001
lations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with
any Laws or Regulatior'ls.
6.14.2. If CONTRACTOR ~bse~esthatany of the Contract Documei1tsare,'c~ntr~dictory to such laws,
rules, and'regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be
adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or shouldhav~knCl':Vn
to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it
shall bear all related costs.
, ,..,;
,~ ':-'
- I"i'
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use aria~th~~ similar taxes~quired to be pa'id in
accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of
the Work., ,,' " "L "".::' ,,' "
Use of ~remises:
:,: "," ...,:',-".. ..,....., ;.r '..'...p',..' . , ,.;,.. ",','. .." /,:. ': ",:'"
" 6.16. CqNTR./).CTOR shelll cOr'lfineconstru6tionequiprnent, the'storage of materi,als and equipmeryt an~ tile
operations of workers to the Project' site and land arid areas identifiecl fn,~hd permittedbythec;gn~ract Doqun,ents
and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements: CONTRACTOR
shaUnot unreasonably ~ncumberthe. premiseswith copstruction equipmentor otherm,aterials.or equipment. Any
loss or damage to' CONTRACTOR's' or any'Subcontractor's equipment' is 'solely at the' risk of CONTRACTOR.
:pONTRACTo.~ shall.~s~urT1e fl,lll respCl~si9i1i!y fO[,an,y clCimage;tq anr.~uph,I~l1d;or, ~r,~~, or~o the, PWN ER or
occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should Ciny
claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance
of .the Work, CONTRACTORshal1 prom ptly attempt to s~tt1,e with such other party by agreement orotherwise resolve
,fh'e claim by arbitration Or at law.,CONTRAC'TO~ shCiU, tei the:fy/lestextent pe(mittE:1d by,Lawsal1dBeglJlation~,
" indemnify and hold OWNER harmless'from and againsti311 claims,' damages, losses and 'expel1ses (including, butnot
limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and arbitration 'costs)
:arisingdirectly,indirectly orcbn~equen~iallyout. eifany actiol1, l~gaLor ~quitable, proyghtby any ,suchother,party
against ,OWNER fo theextenfbased. on a clainrarisirig out efCONTRACTOR'sperformance of the Work., ,..' ',,'.
" '. '_' ":..,' :,., ..... "-.'" .",-', ';- ,"~,...",.;. .;';,~;"'- ,:,')-,_ ,'. ~..-;. - ....:', '.' " .1."'-' ;' :-"'. ...~...,.. ." \,: "':" :1;. ~'. ,::~"', . <,'~':>)",;.'
, ".,.,6.'17 'c'[)Uririg th~~rogr~~~of th~ W or~)CONTRACT9~'Shal{keeP th~, pr~n1iges fr~~"frbrri atcurnLJlatibhsbf
waste 'materials,rubbish and ethel-debris eir contaminantsl resulting from the ,Work. A.t the c::om'pletion oftheVyork,
cONTRACTORshaj, remliveaUwaste'materials,rubbisha'nd debrlsJrOm arid about the premis'es as weU.asall
tools,' appliances', constru9tion equipment and machil1ery, and~urplus materials, Cind shall, leave the site cleanand
,,reCidyfor occupancy by OWt'-JER:CONTRACTOR 'sh~Urestoreto original conditio,ri all property not designated for
alteration ,by the ContrCiCtDocumerits. ' , " , " '..'.,. , " ,', ',.','
<::
( "
GC-19
Page 19 of 53
.
'.
.
Revision Date
Augullt 2001
adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is
obligated to act to prevent threatened dam,age,injury or loss. CONTRACTOR shall givepROFESSIONAL prompt
written~notice if CONTRACTOR believes that any significant changes in the'Work or variations from the Contract
Documents have been causedthereby. If PROPE~SIONAL determines that a'change irlthe'Contract Documents is
required because of the action taken in response to an emergency, a Work Change Directive or Change Order be
issued to doc!.Jm~nt the c,onsequences of the changes or variations. ' " '" " "~',,'"
, ,
6.22:1. CONTRACTOR shall immediat~ly notify PROFESSIONAL of allevent{involving'i.njurie~ to':'~ny
person on the Site, whether or not such person was, engaged in the construction of the Project, and shall file a written
report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the
occurr~nce. ,-' "; ", " ',' ,", ,
, ,6.22.2. ,If PROFESSIONAL deterl11inesthat a change inthe Coritractbocumentsisrequired becaUse of the
action taken by CONTRACTOR in response to.such an emergency, a Change Order wiU be issuEld to documenfthe
consequences of such action. " " "
..-.. -"" ,- ..,
Shop Dra'wings and Sal'Tlples:
~'!';'.;;", :;:(,'",_>_:_::., : ." ;",::'_ -C,' _~_"C. :'_ ,~:,:,_ ~ .>",.-,..." ". ,<,'>"_: 1
6:23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to
PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and sarriples
required by the ContractDocuments. All submittals and samples shall have been checked by and stamped with the
approval of CONTRACTOR and identified as PROFESSIONAL may require. Thedatasho~l)on or )Nittl the
submittals will be complete with respect to dimensions, design criteria, materials and any other information 'necessary
to enableP,ROFESSIONAL toreview,the submittal ,as required. At the time of.each submission, CONTRACTOR
shall give notice to PROFESSIONALof all deviation's that the submittal or sample may havefroni the requiremElntsof
the Contract Documents:.,,'" ' '", ' ',' ,",
6.24. PROFESSIONAL shall review a'nd approve submittals and samples. Professional's review' and,
approval shall be only for conformance with the design concept of the Project and compliance with the information'
given in the Contract Documents. The approval of a separate item as such will not indicate approval of the, assembly
in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit
,ti"le r~qyired~umber ofc,orrected copies!-,ntil approved. ,CONTRACTOR's stamp ()f approval ,on any submittal or
sampl{;l,shallc6m;titute its representation to PROPESSIONAL and ()VVNERthat CONT~CTORhc:ls d,etermined and
verified all, quantities, dimension~, fi,eld constructi,on criteria, materials,catalog l1umbers, and Shl]i1ardata, and that
eachl)ubmittal or sample has been revh3wed or coordinated with the requirements of the,Work and the c()ntract
Documents.' ", " ,'" ,',' ,"','" , " ' '.' ,;.. " "
... ~)
6.24.1. No Work requiring a s~bl11ittal or sample submissionshall commence uhtil the 'submission h~~b~en
approved by PROFESSIONAL. A copyof each approved submittal and eachapproved sample shall be kept ingood
order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated
with the submittal process will be considered for time extensions only, and no damages or additional c()lTlpersa.tion
for delay will be allowed. " , " "
" ' " '6.24:2. Before sllbr:nif)siol1 pf, eCiph ,Shop prawing or sample, CONTRACT,qR: sh~I1 haye d~termined ~nd
verified allquantities, dimensions,sp~cified perfprmancecriteria, installationrequirements, materials, catalog num-
ber,S and similar data withr~specnhereto arid reviewed or coordinated each Shop Drawing or sam pie \vith' other
Shop Drawings and samples and :with 'tlierequirem'ents of the Work and the Contract Documents;' ' ",.
"' ,.
. . , ' 6.24.3. ,At the time 6f each submission, CONT'RACTOR shall give PROFESSIONAL specific Written notice
of each vai'ia.tion that the Shop Drawings,or samples may have from the requirements ofthe Contract Documents,
and, in addition, shall cause a specifi9 notation to be made on each Shop Drawing submitt,ed to PROFESSIOt-:JAL for
review ana approval of each such variation.' , ." ,'." "
GC-21
Page 21 of 53
'.
.
.
Revision Date
August 2001
arises by or is imposed by Law and Regulations regardless of the negligence of any such party.
"" .-.. '. '.-:' . -:'
,.. , "-' " .' ,," .
6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL,or.~ny of their
consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, lilny'person or
organ.izationdinactly or indirectly employedbyany of them to perform ?rfurnish any of the Work or anyone for whose
actsa'nyof thern~ay be Iiabie., theindeinhific~tiohcibligation under paragraph 6.32 'shan not be limited in anyway by
al'lY Iimitcati()n ol'l't~e i:!mount or type~fdamages; compensation '6rbenefits payableby or for CONTRACTOR ()rany
~ych. Supcontractororother, perso'n' 'or6rganization Lirider workers'or,workmen's'6ompen'sation'aCts,'disability
b,eriefi~Clcts.or6ther employee)~n~m CictS. \, ' \" ':, ' ,,' ",;: ,"
":': '_,':-.t.~i :/ :_': - ,. ",^:-"<':'_'r',:~:";:',:,}~-,-;'" )
">J6.34.-rlie obligations "of';CONTRACTOR 'Under' paragraph'6.32' Shall'ncifextend16 'the ';Iiabilityof
PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of
maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications.
._.J.::.;,._ -::'~: i",_,:' '-',' , ':-''-:'.,"' -:';; ? ~,_,:" . " ;."., 'l':'i:;-~_." "': --.:: ",<~;:..-.<.~ ,-'.,,"-:",,' ,-, "-, "T,;';);",',.. <~ ",',: :-h;._ '>.'
';: ~~,
"
GC-23
Page 23 of 53
-"--".
:'j
.
.
Revision Date
August 2001
ARTICLE 8...0WN~R'~ RESP()t'J~IBILITIES '
. . .. "
. .:' 0': .':
8.1. Except as otherwise provided in these General Conditions, OWN'ER shall issue all communications to
CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL.
, ,8.2., In case of ~erminationofthe ,employment ofcPROFES,SlpNAL,OWNER shall appoint a
PR()FE~SIONAL against whom ~PNTRACTOR makes n9teasC!riable,objecti~n,,,,,hose status undElr the Contra?t
Documerits shall bethat of the former P~OFESSIONAL. Any dispute in connection with such appointment shall be
subject to arbitration. ..', ,,' ~, ,.,', , . , . , " .", , " '. "
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall
make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. '
.::1':,',' ....
.,.8.4.QWNER's, duties increspect()f,.pro~iding lands and easemepts anej,proviejing i,=ngineeringsurveys to
establisD (eferencepoints are' setforthil) par,Cjgraphs ~: 1 anci 4.4~P~,r,~graph.4.2 ref~rs,JO qYY~~R'sJQentifYingand
,m'akingav,aUable tp, CONTRA~TOR copies of repo'rts of explorations and,t~s~~()f sut>l:)~rfacesonditiolls at the;;i,te
:ana in exi~tirig struc.tllres wll,ich hCiV~ ~een utilized by PROFESSIONJ.\L in 'prE!paring,thepra\Aiings al"ldSpecifications,.
....', i'..... ~,H.) . ,'.. - . " . ..___<' ;'~,.,o:~> ~~,.~..
, ,
, ,,' ::" -,;8:5:, OWNER's'respc)n~ibilitfesin re~pect of purchasing apdrnaintaining liabilitY and, prpperty Insurance are
setfo~hiD'p~ra~r'aprs5~5through:5.~: """ : ',,"'c', "'~::.";''',~,''<,>,,:.'', .',.
8.6. OWNER is obligated to execute Change Orde~s'asi;'dicatedin parag~~ph'10.3. ",,',
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals i,~ se~f~~h}n p~ragra'p,h
13.4.
, '
, "..,,',..', 8:~~,'I~;90nnegtion,with.'OwNES'Sright t~)stoR,W9rk.9r>.suspe~dVVork, see"pa~agraphs'13.10an9 1$.1.
Paragraph 15.2 deals with OWNER's righft6 terminate serVices' of CONTRACTOR under certain circumstances.
," ~- ".,--....'>..:,._~ ,~",..-' ,:,."':..~,;:',~;;<~ '-..-' -;:'~;:,!....:':::'..> ..".j; .''-'-.:0-.-.:-'''; ;_"'~:-~:-'-;.:~".../",: ..:_,", \,~,_'i :\'. -\" :-'::::.'''' ;< '."-. ,': 'i!
" .
'-: ~'
GC-25
Page 25 of 53
t.'"
.~
Revision Oate
August 2001
~ejectinf1Defecti~e Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Workwhich PROFESSIONAL believes to
be defective and will also have authority to require special inspection or testi'ngof the Work as provided in paragraph
13.9, whether or not the W,()rk is fabri9ated, installed or completed: '
Shop Drawings, Change Orders' and Payments: .
9.7.'lnc'orinecti06 withPROFESSIONAL's responsibilitY for S'tlOP Drawings and sa,mpl,ef;' sEle P?ragraphs
6.23 through 6.29 inclusive. ' ' , '.' C,' , ,.' ,.,' .
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12.
9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc" see
Article 14.
Determinations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed
by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations
on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or
otherwise). PROFESSIONAL's ,written decisions thereon will be final and binding upon OWNER and CONTRACTOR,
unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other
party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision.
/ . Decisions on Disputes:
9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and
judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of
the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and
furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract
Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this
paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim,
dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement
promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written
supporting ,data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence
unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim.
9.12. When functioning as interpreter and judge under, paragraphs 9.10 and 9.11, PROFESSIONAL will not
show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision
rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs
9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the
making or acceptance of final payment as provided in paragraph 14.16) will be a condition precedent to any exerCise
by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract
Documents or by Laws 'or Regulations in respect of any such claim, dispute or other matter.
Limitations on PROFESSIONAL's Responsibilities:
GC-27
Page 27 of 53
.
"
I.
.
Revision Date
August 2001
ARTICLE 10--CHANGES IN THE WORK
10.1. Without invalidating the' Contract, OWNER-may afa~y tirri~ olfrom time to time order additions,
deletions, orrevis.ion.s in the W9rk. The OWNERshaIl provide CONTRACTOR with a proposalr~quest, identifying
the Work to be "added , deleted or revised. ,Upon receipt, CONTRACTORshan promptly submit awritten proposal for
the changed work prepared in accordance. with Articles 11and 12. Jf the proposal request ca,lIs'onlyfor the, deletion
of Work, the OWNER may order the partial suspension of any Work related to the 'proposed deletion, in which case
CONTRACTORmust cea~Elperf~rmance as directed;CONTRACTOR shall not be entitled to cl~im lost profits on
deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents.
'-, ':. -..., ....-'... 'c.,' -':.- >,>.'- ",., '.. -.'-.. ,_0'- ., '_, 'i -,,' ;'-. .'"," '0"__ .. -, ..~:':,~:, ;. -.. ;"., ,'...'.. .'. ," '-'.:~ ,'~.i-~,.i _, ~,
, ,10~.2. Additiona(W~~k'cperform~d by CONTRACTOR ~ithoLi(autI16rization'6faChange brder~filnotentitle
CONTRACTORto an increaseintl1e Gontract Price or anexten~kmofthe Contract Time, except inthe case of an
emergency~asprovided in' Artiple ,,6:' ,',' The;effect ,of this paragraph ','shall remain ' paramount 'and , shall,pre\i~i1
irrespective 9f any'conflictin'g' provisions cOl1tained inthese ContractDocuments.' '" ,.", '
i. . .. ': -'-,,',. - . '. ,- .... ,', ,"- ~.. ...... ; ;,: -";, ' ,;, .. <.c> ..... ::',; -.. .~
,,' '.10.3.,Upon agreement~s.to chang~~ iri'the Work to b~ performei:l,""orlrperi()r~edin an emergency as
provided inArticle6, and any otherclairriofCONTRACTOR fora cha~ge in the Contract Time orthe Cd~tract Pric~;
PROFESSIONAL will prepare a written Change Order to be signed byPROFf:SSIONAL and QOf\JTRA'cTORand
submitted to OWNER for approval. ,.. h <. (~... ~
1 0:4. In the~bs~nceofan agreement as provided in 19.3,' OVv'NER may, ~tifs sol~discretion, IssuEl a \Nork
Change Directive to CONTRACTOR. Pricing of the Work Chan'ge Directive will be in accordance with Section 11.3.
l:he.Work ChangeOirective willsp(3cify a price,cmd ifapplicable a,time extension, determined to be reasonable by
O"W"",NER. 'If CONTRACTOR fails to sigh such W, ork. Change Dir"ecti,ve , CONTRAC, T, OR, ni,ay subm, it a claim" in
accordancewith' ,A.rticles 1,1,and 12;butCONT~CTOR shalll'levertheless be obligatecHofully perform thew6rk'as
direCted bytheWork"ChangeDirective,',"" " " , '..,.' ". ' " .' '.' '. " 'c"
, ",- -,-,.' ., ,.,..',,' ..'.,." \' .' -", - '-, ".' ~ ',' ' "-;' -,: . ,....,
, ,
, 10.5. CONTRACTOR'shaii'proceed diligently with perf~rma~ce of the'Work as direct-ed by 'oWNER,
regardle~s .()f pending clahn, ac!ic;ms, unlE7~s()therYIise agre~d to ill :-vriting. ' ,.,. ,". ,
" " O.6~ If notice of~ny change~ffecting the gerierafscope oftheWorkqt the prqvisionsoftheContract
Documel1ts'(inqluding, but n~t Iim, i~Eld to', Contract 'Price or Contract Time) is' required by the proyisions of any'Bond
to be given to a surety, the gi\iing of any suCh notice will be CONTRACTOR's res'ponsibility,' and thEl amount of each
applicable' Bond will be adjusted accordingly.' ' . ' ',','.' '" " ,i, "
GC-29
Page 29 of 53
,'.'.,.,
i
'.
.
Revision Date
August 2001
acceptange at no, pay; or,.acceptance at reduced final pay quantity or reduced unit price, all at the discretion of
OWNER Determinations of aggregate monetary change for items identified as lump sum quantities shall be made
by OWNERbasE)d upon an analysis of"the scope of CONTRACTOR'sfail~rE)' t()' constrl.lct.!9 plarior authorized
dimensi2~s. ' " ; ,', , " h.' ".',. ',,'J, " ::', "
Cost of the Work:
'11.4. The term 'C6st ~f the" W~rknieans the sum' of all costs nE;icessarily incurred' and, paid by
CONTRACTOR in the proper performance of the Work. Except as otherwise 'may be agreed to in writing 'by
O\IIJNSR, suc,h. costs shal,l be inamoLJnt~~o higher than those prevailing in the 19,c,ality ofth~Project, shall include
only the foU()wing i~em~ and ,shall no.t include any of the costs ,itemized in paragr,aph'1 1.:,5,:' ',. .', ",' ,
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR intheperformance'ofthe Work
un~erschedul,es of job clas~ifications agrf3ed upon by OWNER and COt\iTRACTOR. payr()11 90sts for employees not
e~ployedJulltim~ on the Work shall bE)apportionedon the basis of theirtinie'spe,nt'on the"Work. Payr()lIcostsshall
include, ,but not b~ limit~q to, salaries and"wages plLJs the c:ostof fringebenefits :'v\'hich sh~H incllJde,sgcial sE:lc,urity
contributions, u~employrrient, excis,e and payrollt~xes,;wor~ers'orworkm~n's comp'Eirisation, health'and retirement
bEl,n~fits,:,bonuses, ' sick '"leaye,yaCatiorland 'holiday pay:applicat>le 'thereto.'Such'E:lmployees,shall.inCiude
supe~@endents arld forerri~nat the,site: TOe experlses of p~r1'ormirigWork afterJegular working hours"on Saturgay,
Sunday or legal holidays; snail be included in the above 'to the extent authorized by' OWNER' :',' ..,' , ~ ", '
, .,".", . -. ...,.; ;. ," "" ,", \ J;" ," ',,' ," -.1" .' (. .':. ., >'--~;/,~'[;"i',;. ',":~_~.:>~,.J.:,..;';:;:{?:_ ,>:--~::..;".; ,"
;:/:". :'I.,~:,~-:~,___-- ,.,:_':, ,"<:.__-1,""..". _:' :""_ :" '::..," _ _", <<"',,~_ ',~,_,'_"\ ;'_': ,-~ ""c>"-~"-',~:.':i:~, .,
.1}.~.2~~ost of ,CiU rriaterials~nd equipme'nt furnish~cjand inyorporatEla io"the \IIJ(?rk, including ,99l)tsottranso.
poitationarid storage'thereof, and Suppliers' field services req'uired in'corineCtion therewith.~AII cash disc:ounts shall
accrue to CONTRACTOR unless OWNER deppsits funds vvithCONTRACT.OR..with which to make payments, in
which case the cash discounts shall accrue to OWNER. Trade discou'nts,reoates:and refunds and all returns from
sale ()fsurplus .ITlat~rials,afld equiplJlE:lnt shall accru~ to OWNE.R., a~d ,CONTRAg:r:ORl)hClllm~ke provisions so that
they m'ay be' obtained,"" "., "",), "', ", ".e, ".,.,':.".' "", ",',
" 11.4.3. F'ayments made, by COI\JTRACTOR to the Subcontractors for \IV ork performed by Subcontractors. If
required by' OWNI:R,' CQNTRACIORsl1allobtainc:ompetitiv~.bid~,froin' SURcontrad()~sa9~eptable,~() CO~-
TRACTOR and shall deliver such bids to'OWNER who then deternlines, with ttie advice of PROFESSIONAL, which
,bidswill be accepted. Ita subcontract provides that the Subcontractor is to be paid ()r1 the'basis of Cost ofthe\iVork
Plus a Fee, the Subcontractor's Cost ofthe Work shall be determined in the same manner as CONTRACTOR's Cost
of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents' insofar as
applicc:lble.
, .
.;;':., :'~'".:.'~ "-.:::-".' __""~.:';'.._l,,---:"_ ''';''.'>';', .",__.~. ,::_,._" .~,,' ....'.'<:,.,..:'...':._~(",,'.,.o., ',,' c '." .....
11,4.4. cos~~ ()f special corlsultants (including but not Iimited,to engin~er~;architectl), testiqglCib6ratories,
surv~yors, :attorn~ys arid acc:oLin~an,ts) employedforservicel) sP6.cifipally relatedJ9 the Work ,', ;. e,,' ,
.. .' ',~ '. '..- "". ',.' . '.-- .-:' -" . '1<" _:~' } .' .
_"":-":__"",,'_ ___,"'< ::,_--:__' "_'. _ J~. ,I ':",_'
1 ,1 :,4,.5. 'S~ppJ~mentc:l1 c6~ts including th~ following:
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's
employees incurr~d in discharge ofdu~ies connected with the Work.
, . '-"', '- "'- , . . -. ; .. ":'. ,,' ".' - ,~;,'. ; '. . ... .
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery,
appliances, office <;tnd te!,"poraryf~citities at thesitEl a~,d hand t()(?ls no!o~ned, by the w9rk~rs, which are consumed
in the performance of the W, " o,r, k,' an,d" cost less market value of such items used but not consumed which remain the
property of CONTRACTOR' ., ., ' , .",.",,' , ,C' ., , , " ',"
GC-31 "
Page 31 of 53
,Ie
'.
.
Revhion Date
August 2001
the Contract Documents to purchase and maintain the same (except for the cost of premium,s covered by sub-
paragraph 11.4.5.9 above). ' 'i',; ", ,,'
'" '1'1.~.5.C~st~due.to th.e nebUg'EHjce,p(CONTRA9rOR, anYSUb9o~tr~ctor, or any6I1ed~rectlyorindir~ftly,
,ell1 plored~y a~y ~t tremor for wh9se acts. anY,9f them may be/liable, i[lcludin~ bLl!rot Um ited to,'mEl cO,rrecti?'1,of
defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property.
, '
. ~,~..-. :_: ""::_:_ "";"_ .,.;_~.':' ;'_. :;':,.;:' -.,_,',_', ,-,,', ._~.. H ::; "_'"3:, ", :, '
11.5.6. Other ()verhe~dOr general expense costs of any kind and the costsof any item not specifically and
expressly included in 'paragraph 11.4'. ' . ,. ,. ': ,,':'" ," ,
CONTRACT()R's Fee:'
, 11.6. :CONTRACTOR's Fee :allowed to CONTRACTOR for overhead and profit shall be determined as
follows: ' . , .. ' .. . . . ,
11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon;
.;11/6,2. a; fee b~~~~ pn ~h~f()n()wing percentages ofJ~~ vari,ousp:prtiol1s8,f-.th~Cost 9f the 'York:
::<'_'," :.~.. --,. _< .' .':;.' '.;,' _",-,,_..::{' ._ '">. _ ,W', d" -.'::: '., _'.: i _ _"'..' '._:- _,' <',,' 'c,_ ,.:;: '" --" ._ .,._ ",' "', '. .......)..,.' .' '_ .,' ." ",
".., ,11.6.2.1, for costs incurred under paragraphs 11.4:1 ,and 11.4.2,!CONTRACTOR's Fee shall be fifteen
p~rpel}t, ,.", ," ,:' ....;"......,;"" .':'"'' ,'..,,,,,, ",.;;:'.".;3""..".,..". .e".. .,
~,../
,,-.:::,,<.":; i ::.:: /:. __ ~'o"':"'~.;,"': ;::," '~:-:":: _ '. "'," :::-.'~..,..,-...- ',""'. .,.,:.t'::.. ,-,,' ," !'< :..,.i -_ "-',F' _'_,--
"('( '1,1.6.2~?" for costs ',incu".ed .lJhderparagraph, 11.4.3, CONTRACTOR's "Fee shall fiveperce'nt;' and if a
subcontract is on the basis of Cost of the,Work Plus a Fee, the maximum allowable to CONTRACTOR on account of
overhead and profit of all Subcontractors shall be fifteen percent, .' "
, - ' ", ,
~ ' ; ,- ':',., -, ' '- " " ;<. -"- , ',:~' ',' -- "','- -; ,- , -- '-'- :, , ,.:: , ''', ~ ' , . ,', ,,--, :._":-..:,' -: ~ -.' '-': , : . ,: "..' " ' , " , '
11.6.2.3~ no fee shall be payable on the, basis of costsitemizedunderparagraphs,11.4.4; 11 A,5 and 11.3,
",,,,/".- "",;'-,.". ,,' :-,:':';'" ' "~"'<,,'''' ;"..:';'.), -".- " ", :,',,~-__'-_;\;;. ;-:,.'"r,r f" ,'" : ',__,' _.""':; ~',., '''<~:t--,;~',;
, 1,t?2.4~ .,t~ec,imourtofcre?it to, bea!lp",":ed by,CqN-rRACTOR to OW~ER for any such change which
results inan~tdecrease in cost willl:>~ the amountoUheactual net decrease plus a(:l~duction in GONTRACTOR's ,-
Fee by'anamount eq'ual to t~n perc~htotthe' netdecrease;a:nd" " "," '. " ",. ' ,
. - '.', , >",., ," .''-1.,-' ':""',~' ,;";' " ",- ~ ,- -" ,/ ,.," ;':;";--
ii '11.6.2:5.,~henb'othadditi~M'~rldcr~dits':~re '!l'Jy6lyed in,anyqnecrange,' the ',adjustmEmtin CON- ,
TRACTOR's Fee shall be computed o'ri the basis of the net change in accordance with paragraphs 11.6.2.1 through
11.6.2.4, inclusive. '
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting
data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be
allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the
amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction
in overhead and profit. When both additions and credits are involved in any change, the combined overhead and
profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the
minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour
and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of
measure and price per unit, other costs specifically itemized, plus the overhead and profit markup.
GC-33
Page 33 of 53
.
'.
.
Revision Date
August 2001
ARTICLE 12--CHANGEOF CONTRACT TIME
. :. " L :':..:;:\__,'~ ,.:',',,",'-. ,,_~:., ~,r""".;i", ,,'. .- ":-_ -.'!;"ji. '0'-:- -,.':,::,,, -t.,_.;-~ :"; -,', ':, ,',~ :, ..;
12.1. 'The Contract Time may only be changed bya Charige,qrd~r. Any requestforan extension in the
Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar
days of the occurrence first happening and resulting in the claim. Written supporting data ,wiU,be ,submitted.t9
PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless'the OWNER allows
additional time. All claimssubmitteq by CONTRACTOR foradjustments to theCol)tract Time must set forth in detail
the reasons forafld causes .ofthedelcayand clearly il1dicate why ,the subject delay was beyond CONTRACTOR's
controlorfault."..' ',.''"",..,' ",'iV \,' " ' , , ,ii',"~ "
c"" _,","
. ,
",,:', ,,', ,12.2.lf CON,.RAttQR'i~del~yedatEinYtimeh'the p~ifotmance, progress, coinmencemei)t,'orcOrnPletion
of the Work by ,any ac~ qr neglect of.. OVYNER 'pr PROFESSIO,NAL, orbY9n,ernpl.oye~ of either"i~r by anY~"ep,arate
CONTRAcTO~eITlPI()yedby QWNEf3., o.rbyphcmges,orderedin the VVork;'orJ)y labor disputes; ,firE'), LJn~voidab.le
casualties, 'utilitYc:onflicts 'which could not have been identified or foreseen by CONTRACTOR tisingreasorlable
diligence, or any causes beyond CONTRACTOR's control or fault, then the ContractTime shall be extended'by
Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be ,entitled to an
extension of time for such causes only for the number of days of delay which OWNER may determiile t6 be due
sol~ly to suchcause~,and only tOithee~E'!nt such occurJ'ence,~ actu~lly dE')layth~,99mpl~tiol'l of,!~e Work and then
only if SONTRACTOR shall hCiv~ stri~tIy'compliE!dwithallthe, ~equirerilent~of the,Contract DpcumE')nts. Pr()vided,
~owever,,,notwithstanding 'al1ythi,ng jri . the Contract [)ocurrients, to, the" contrarY' no interruption;" inteiference,
'inefficiency, suspehsion' or delay in the performance', progress, commerlcer:nemt or completion of tI1,e Workfor any
cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part,
shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additionCiI <?ompensation
from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption,interference,
inefficiency, susperlsicm or dElI,~y, of arlY ,aspectof the, W ork .s,l~alt be the right t~ seeka'1ex~ension to the Contract
:rime ip accordance with t~~ prgcedures ~et forthhereiri.' . ,'. ", ,;" " ,'" , ,,'. "
"
-"~I
""
GC-35
Page 35 of 53
Revision Date
August 2001
'.
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspe,c~i?ns, t(:l~ts, or approvals by
persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance
If1IIthjhe requirements of the Contract Documents.
... .
lJncf!veringWor~:
-' -" ,.
, 13.8., If cmyWork required to be irispee:ted, tested or approv~djs cover~d~prior thereto without' the prior
written approval of PROFESSIONAL, or if any Work is covered contrary to the 'request ofRROFESSIONAL, .the
Wo'rk shan, if requested,byPROFE~SIONAL,b~ unc9vered for obserVation" inspection, ,testing qrapproval and
replaced at CONTRACTOR's expense. ' , ',' '" " , ' . ,.'.
, ' . ";'" '.... ';. ,r.,.
13.9. If PROFESSIONAI..'considEm;it hecessaryor adVisable that 'bbvereclWork 'be observed by
PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL'srequest, shall unc,9ver,
expose or otherwise make available for observation, inspection or testing as PROFESSIONAL'may require, that
,portion of the ,VVork in question, furnishing an necessary labor, r:naterialand equipment.lfjt isfound that such Work is
defective, CONTRACTOR shall, bear-all direct and consequential costs of such uncoveHng; exposure, observation,
inspection and testing and of satisfactory 'reconstrLiction (including but; not Jimitedto fees and charges 'of
PRC)5,5S~19!':JALs, architeCts" a#orneys.,and other, ~ROFES~I()N~Ls)'C3,~d ',C)WNEI{ Atlallbe,'~.ntitled hap
,appropriate decrease in, the Contract Price and, if the parti{;ls are,unable.toagreer.is to the r.imoyntthElreof, OWN!:R
,may make a claim therefor as'provided in 'Article 1 f')lf, however,sllch'Work 'isnotfopnd to be defective,
CONTRACTOR shallbeanowed an increase in thecontractPriceo~an extension of the C9ntractTime, or poth,
'directly attributable to such uncovering, 'Elxposure, observation,inspection; testing and reconstrllction,and, if the
parties are unable to agree as tothe'amount orextent thereof, CONTRACTOR mayrriakea~claimJherefor a(pro~
vided in Articles 11 and 12., " " ' ., ",.,',' " "'," .", ,,'"
f. OWNER May Stop the Work:
'" '", 13.10.., When Work is cjefective or when, CONTRACTORfails to supply sufficientskilled''oVorklTlen or suitable
materials, or equiprrient o~makE!ProIT1P( pc:iyineryts, :~(), S,ub.cqntract~rs for labqr,mClteria.1~;'p( equipment Qr if
CONTRACTPR vjolates any pf9visions of,these Contract Docurn~rits; ,()WNER Il)ay order Gq~TRAcTOR to stop
the vvork until the cause for such order has been elim inated. HOWEwer,' this fight of OW~ER tc) stop the V" ark shan
rot give ,rise to any duty on the part of OWNER toexElrcise thi~rightf()r the benem of C'gNTRACTOR ~f'any other
~party.CONTRACTOR shall haYE:lno rightJo ,claim an increase inthe Contract Price or Contract Time or other
damages for a"slopwork orderlJllder this paragraph.' :"q ,.,', , . ,,', '
,.,;" _ -.. -~_..,.' .'., , ! ,. ",:': :', -. ,
,- ,', " -', .'
. - -:- .( - " " ',' - ',:, ~ :-:
CoireCtionor Removal of Defective Work: ,
., ',,, '.' ~'. "'
. ~., '.:'l.: _
. .
. .' , , ' ~: . :- .: c' -. -:, .' _' --:" .;':- , ,-., ,"':: - -' ~_: :,,:- :- '.:"', ,: _ -, -;~, '.'_' :'_, - f -. :
" ,,' ", " 3,11. When directed by PROFESSIONAL,CON1"f~ACTOR!?haH proi1:lptly, witho~t costJoOWNER and as
,spec;i~ed by P,R.OFE9SIONALj e,ither correcqhe, defective Work >>,h~therfabricate~')'lstCilled;or,completed, or
remove it from thesite'and replace it withnon-defectiveWork~ If CO~TRACTORdoes hOtcor~ect suchdefective
Work ,or remove and replace .such 'defective ,Work ,within, a, rea~onab!e tilTle, as spetifiEld in' a V{rittenriotice, from
'PROFESSIONAL,' OWNER may have the deficiency corrected. ,All direct and indireCt costs of such correction shall
, be paid' by QONTRACTQR or'deducted from p'ayment ito CONTRAqTOR. CONTRACTOR will also bear the
, expense of 'correCting or.removing and replacing all Work' of othersdestroyecLordamaged by the correction,
rem'oval, or replacement of the'defective Work. ,'" " ',; , ,', ,.,', . " " '.
GC-37
Page 37 of 53
.
.
.
.
Revision Date
August 2001
hereunder.
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the C6htractDohuments,
including any requirements of the progr~s;s schedule, PROFESSIONA(.lTlaydirect,CONTRACTOR to submit a
r,ec6very plc3Q ~lJd take specific correctiyefictions including, but'[lotlirnitE}d to, employing ~ddi!ionCi.l workmen angJor
equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back
on schedule. If CONTRACTOR fails to correctll1e deficiency or take appropriate corrective action, OWNER'rnay
terminate the contract or CONTRACTOR's right to proceed with that portion pfWork an<:lh~ve the Wo~k don~,by
others. The cost of completion under such procedure shall be charged against CONTRACTOR. 'A Change Order
shall be issued incorporating the necessary revisions in the Contract DoculTlents, including an appropriate reduction
in the Contfacfprice. If the payments dueCONTRACTOR are not suffici~nt to cover such amount, CONTRACTOR
shall pay thed,iij~reric~to qVVNER." ".' , "., " ,"", , "
,;' ".,."-,.,,,.. "". -.\;
'1"'1'3.1'S,.'ShOUld.cONTRAcfORworkovertime, weekends of holidayS to regain'fhe;schecll.J1e; aU costs to
qWNER, ,of'ass().ciated .' inspe9t.ior{construCtion managem~nf and resident . ;ehgine~rsshan be; identified 'to
CONTRACTOR and the Contract Price.reduced by a like. amouritvia Change Order.
;,-,.('_:,;~. '....~. ~::,'};'-';.'." .r:- -'. '-';'-," .,>" -,- -"'. ) "...-. "c."'- ;~';'-~"';"'-';' ;:--","':~:'.
; :~. 'r, '. '~"""
".: ;
GC-39
Page 39 of 53
.
'.
.
Revision Date
August 2001
that exhaustive or continuous on-site inspections have been made to check the, quality or the,quantity of the Work
beyond the responsibilities specifically assignee to' PROFESSIONAL in .the Contract Documents or that there may
not' be other matt~rs' or issues betWeen the parties that might entitle CONTRACTOR tabs paidadditicinaily by
OWNER or OWNER to'withhold payment to CONTRACTOR., " "
'14.6. PROFESSIONAL's recommencI(3tion of final payment will constitute an additipnal representation by
PROFESS loNAL to OWN ER that the'conditions precedent to CONTRACTOR's being entitled to"fin'alpayment as set
forth in paragraph 14.13have"beenfulfilled. , " ",', ,',,' '"',''' ",'
j14.7. '" PROFESSIONAL may refuse to recommend the whole, or any part of any payment if, in
Pf3,OFESSIONAL's opinion, it w9uld be incorrect to'makesuch representations toQWNER. PROFESSIONALmay
also refuse to recom'mend any such payment, or, because of subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be
necessary in PROFESSIONAL's opinion to protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement.
14."(.2. th~'Contra6t priceh'as been red Gcedby Written Amendmeht or 9ha~geOrq~r.
14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with
paragraph 13.14. or ' , ' , " '. ,.',
1 '
.,..', ,,14.7A.of PROFESSIONAL's actual knowledge of th~ occurrence of any oftbe events enumerated in
paragraphs1,5.2.1)hrough 15.~:9inCIusive.' " " '. "," " "'o",
O,^,I\JE~ mayrefyse to, makepayinent ofthefull,amount re~ommended bYPROFE?SIONALbe9aUSe claims have
b~eri made' against gWNER'on account of CONTRACTOR's performance or'furnishing of th~ \tVork,or Liens have
: been filed hi connection with the, Work' or there are other items ehtitlin'g OWNER to aOf!'..setagainst the amount
recommended, b~t OWNERmust give CONTRACTOR immediate'Written notice (with'a'copyto' PROFESSIONAL)
s.tating the reaspns for such acti9n. . ' .,' ",', " ". , " ','
. '.' -, ....' '. '.' -,,' -'.
'._ ,,". ' ~":: ''i " _ , 'W,': ',_ l_u
. Substantial COf!Jpletion:,
," - ..' . -'';''''-'-' '-,
, 14:8. WhenC'ONTRACTOR considers the entire Work ready for itsintElncleduse, CONtRACTOR shall
notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items
specifically listed by COt-.JTRACTOR as incomplete) and request that PROFESSIONAL,issue a,certificate of
Subs.tantial Completion. Withina reasonable t!m~ thereafter, OWNER, c;ONTRACTOR and PROFES~IONAL l)hclll
'make,', an ,ins, pactio,' n of,the W, ,,0, rk to determine the status 0, f completion..If PR,O, F"ESS, I,ONAL, d,o, es not considert,he
Work sybstantiallycom plete;PROFESSIONAL wiU notifY' qONTRACTOR inyJdting giving' th~ reasons therefor. If
PRO,FES",SION,ALconsi,d, e,' r,sth"eW,o",rk, sU,bsta, ntiallyco, m", pie, te, PR, 0, FESS,lONALw, iII,prepa,'"rea"ndde"liv"ertoOW" NER, a
tentativElceitific(3teOf Substanti~1I Completion which shaH fix the clate?fSubstantial Completion. 'There shall be
'attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall
have s'even days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL
as to any proyisions of the certificate, orattacl1ed 'list. If, after considering 'sLrchobjections, PROFESSIONAL
conCludes that the Work is not substantially complete, PROFESSIONAL YJjIl,withiri fourteen days aftersubmissiqn of
the tentati\fe certificate t60WNER notify CONTRACTOR in writing stating tbe'reasons therefor. I(~fter consideration
C?f OWNER's, obj~ctions,PROFESsioNAL considers the Work substantially complete, PROFESSIONAL will within
said fourteen days execute' and deliver to OWNER and CONTRACTO~ adefinitil/e certificate of Substantial
.. . ..
GC-41
Page 41 of 53
I.
'.
.
Revision Date
August 2001
complete other relCited Work.
.,:~-:-_, . d - ,':~.c ",:. .':':> ' , ,_;.,,~,. '. ", ~' . i":--, _ _' ':_ _ .:....: '.._,:
'14.10.3.' No occupancy or separate operation of part of the Work will be accomplishedpriorto compliance
with the requii-ement~'?f par,agr~ph 5.15 i~JespectofproperJYil1sur~nce.' 'i" "', ,",' :,' i -,
~14.10.4.(qVv'NER: ~ayatits dis~reiion, reduce'the amount of r~tainagesubject~6 BeriElfjcjai99cupa~9Y:
Final Inspection:
,1 :4.1t.Uponwritten:notice 'from' CONTRACTOR that the'entireW ork' br an agr~ed upon portion thereqf.ls
complete. PROFESSIONAL will make a final inspection with OWNER,and,CONTRACTOR~nd wiUnotify
CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete Or'defective.
CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies.
Final Application for Payment:
.,.,-il' :' _. . _:",_,-:" ,":" ." "', :': _ ,:,.- c,;,', ._ _ -:' ":.' .c. '_-. ,. '.
, ,',', ",14.12,. AftE!rc:;qNTRACTOR h13~ completed all suchcor,rections to the satisfaction ()f~ROI7ESSIONA.L1:!nd
OWNERanddeliveredjn ,accordance' \\lith the Contract Documrnts 'allmaintenance"and operating' instrlJctions,
schedules, guarantees,bol1ds, certificatesorother evidence'ofinsurance required py5.2/certificates ()(jrispection,
mar~E!~;up' r,ec9rd do~urn,erits, and'other"d09um~nts,)<;0~IR,A9TO~ri,1ay make 'applic~tior forfinalpayrnent
following the procedure forpro'g~eE;s payments. Thefinal Application,for Payment shall be aCRolllpariedJ e.xc~pt.as
previously delivered) by: (i) all,documentation'calledfor in theContract Documents; indudirigbutnotlimited to.the
evidence ,of insurance required,'(ii) consentot'the"surety, ifa!1Y~tofinal paymen't, '~mc{{iii) complete ah'd legally
effective releasesorwaiyer~ (s1:!tisfactory to' OWNER)of all .liens arising out of or filed lnc()nnectlori'with the, yVork
In lieu of such releases orwaivers of liens and asapprovedbyOWNER,: CONTRACTORITlaYfurnish-receiptsor
releaseip full and an affidavit of cO~TRACTO~that (i) therel,eases ~nd r!3<ceiptS'ir1cl,ud~ all 1a,!:?Or, , s~rvic~s~ m,atElrial
and' lilquipmenf tor which"'a "lien ,~quld .be~le~" <and: (ii):aIL payrolls.Qi~teri~I~'aM::e,q'l.lipme~tJ)ms, '~hd 'Rth~r
indebtedness connected with the Work for which OWNER of' OWNER'sproperty might in any way be'respo'risible
have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full,
CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien.
,.,_.__'..c . _'0 "'.- ',_ :.!' __~.' ',~ ',~,' \.' 5'., -".,; ,.,:-:,. 'I:' . \ _,.' _~ ~) --,_,""",~
,< :'.-',.' ;,',\ ',-. ::--,': _/"..::'i~l"':'-" :'.:_ co;:: ,~;.":, '~., .'~;_ "',.-~ <.:,.,.".'t c'>" Y','-" ;". '; -,,:";'-'~:':-'''' . ,,-':,::, :: ;:.,..-:.... ,..~,.-".~, -c-p
" " .' \\14.12~ 1. :.No' application for ,final pa~'rnent willbe 'accepted bYQWNER until approvegas-built docllmentsby
PONI.RA,~T9R a~e, accepted and appr()vedby PROFESSIONAL' '" ,,' ',,','," <,', ",";, ' ,'; " ' ,"'.
. -. . -'- - ., .<~ . -. ....~." .
GC-43
Page 43 of 53
"
'.
.
.
Revision Date
August 2001
Documents (except as provided in paragraph 14.16).
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute:
"
.! . ~
.. '". ,14.16.1. '.. A waiver of all claims by OWNER against CONTRACTe>f3, except cl?ims ~rising from unsettled
Ii~ns, frol11 defective \^/.ork appearing after final inspection pursuant to 14.11, from failure to comply with the Contract
Docum.eQts or the terms of any spe,pial guarantees specified therein, or from cONTRA.CTOR's continuing obligations
under the Contract Documents; and ,'...' " " " , .
:' _" ;-. -, '~'.,,> .: -',.' '.:~ r " '
14.16.2. A waiver of all claims byCONTRACTOR' against 'OWNER other than those previously made in
writing and still unsettled.
Gc-45
Page 45 of 53
i'.
.
.
R.evision Date
August 2001
CONTRACTOR for trespass or conversic:m), incorporate in the Work. all materialsand equipment stored_at the si~eor
forwhich OWNER has paidCON1RAcTOR but which are stored, elsewhere, and finishtheWo'rk as OWNER may
deem expedient. In such caseCON'tRACTOR shall not be entitled to receive. any fyrther payment ~ntil the Work is
finished. If the unpaid balanceoUhe ContractPrice,exceed~ 'the 'direct, 'indirect and c6nsequ~ntialcosts;'of
co'm pleting the,Work (including buthot,limited to fees. and ,'charges.'of ,PROFESsioNALs, 'architects; attcirneys,'and
other ~ROFESSI~NALs ~ndcourt and arbitrati,oQcosts) s!Jc~ exc~ssVJjll be paid to C(jN,.~9TOR;, If sucb,costs
exceed such unpaid balance, COI'JTf3ACTORshall pay the dlfferenc(il toPWNER: Such costsl,l1curred byC?W~NE~
will be approved as to.. reasonab,l~ness by ,PROFESSIONAL, and incorpo~at~d ,ina Change' QrdEif,, but whel1
exercising any rights or'remedies under this paragraph, OWN ER shall not be' required toobtain,the lowest price for
theWorkperl6rmed.' ' ""'u:" ""'j'\ c<' u,
'..
15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that
there was no cause for termination, the termination for convenience provision will be the means for disposition of the
balance of the contract obligations. ,
Terminatian far Canvenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may,
without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such
case, CONTRACTOR shall be paid (without duplication of any items):
15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to
the effective date of termination, including fair and reasonable sums for overhead and profit on such Work;
15.4.2. For expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted
Work, plus fair and reasonable sums for overhead and profit on such expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with
Subcontractors, suppliers and others; and
, ,
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising
out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not
affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any
retention or'payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability.
CONTRACTOR May Stap Wark ar Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety
calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any
Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to pay
CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written
notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such
suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same
GC-47
Page 47 of 53
,
.
.
.
Revision Date
August 2001
..
ARTICLE 16--DISPUTERESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or
extra work, and all claims for alleged breach of contract shall within ten (10) working days of me ,commencement of
the disput~ be presented by CONTRACTOR to OWNER for decision. AUpapers perta!ningto dairnsshallbefiledin
quadruplicate. Such notice,need notdetail the ,amount of theclairn 9lJt shall state.the:faCts~'urroUnaing the claim in
sufficient detail to identify the Claim, together with its 'charc3cter, and scope.Jnthemeantim'e;CONTRAcT()Rshall
proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be
deemed to have been waived, except that if the claim is of a continuing character and notice RUhe clajmisnot given
within ten (10) working days of its commencement, the claim will be considered only for a period cornmenclng"ten
(10)working days prior to the receipt by OWNER of notice, thereof. Each decision by OWNER will be in writing and
will be mailed to CONTRACTOR by registered or-certified mail, return receipt requested,directed to his last known
address. ,< ",. ",' ',' ' ',' ". ,J'," .' "
.,-'..', '.'-"
16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out
of,c>.r r~lating to, the Gontract D()cuments, or the, breach thereof, shall be decided under (;,eo~gia Law in the Superior
Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiCtion and venue
in the Superior Court of Richmond County, Georgia, and waives any right to contest same. '
; ~
GC-49
Page 49 of 53
..
'.
.
Revision Date
August 2001
the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision ofJhe Contract
Documents are inconsistent with any provision of the Prompt Pay Act, this provision ofthe Contract Documents shall
control.
17.7. Notwithstanding an/ptovision 'of the law to the contrarY; the parties 'agree that no interest shall be
due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically
waives any claim to same. ' ,'"
Substitutions: '
17:8. Notwithstanciing any provision of these general conditions, there shall be, no substitutions. of
materials that are not detenTlined to be equivalent to those indicated or required in the contract documents without an
amendmel1Uo the contract '.,,; '. ',.", '. ,>,," ,..,. ',':" .';,' " '
r' ,', .... -. . . '
'Sahit~ry' Sew~u' O'ferl1owPre~entiC)n:
17.9~ Procedures to Prevent Overflows During Sanitary Sewer Construction:
, '.,',", 17.9, 1 TheCONTRI\CTORi~ herebyn9tified that the discharge of a~yuntreated wastewater to waters of the
S,tate is aviolationof,GeorgiaWater,gualityRegulations,and is'prohibit~d. " '
"'.'~"'-""'.,' :," ,>" ;<: .., -";', '-",':' ',' -,':".1., i",'. '-'<-.,,:,>.. .,' : .-;>'-.:/'ii':>:':, ::..;',:; - - , ;.i' "'f
: ,.. "'17 .9.2 The GONTRACTOR win submltah 'Emergency ResponsePlail'prior to beginning work.., This plan will
induce a list of key personnel with'24-hour contact information who will respond during an eiriergemcy situation: -The
ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency
ijesponse PlanINiII be s~bmittedto theRESlpEI\JT PR()JSqT REPRESENTATIVE prior to implementation.
.. . ~.,.. . . .. ,. >,' - '. ; t '. ", -. ., .
,'" . .'.. ,", '17.9.3 In the'ey€mtbypasf:j P4n,pin'gis requir~dt~facnitate hew sewer construction; bypassing plans'and
supporting calculationsmustbe submittedto the Augusta Utilities Departrnent for review prior to establishment of the
bypass.' All bypass syste'l11s will includecc)rnplet~redu;ndancyinpumpirigsYstenis~ If failure of the primarY pumping
system could result in a discharge of untreated wastewater to waters' of the'State. ;, " '" .., '.':!'
" ,",- -. -", ,. '.","' -", ' - .'..... ~ ..,
, 17.9.4,Bypass pumping will be 1)10nitored continuously by a person knowledgeable in pump operation and
maintenance if the failure of the bypass pump could result in the'discharge of untreated wastewater to waters of the
State. '
17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following
actions:
1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.
2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT
REPRESENTATIVE (contact information will be provided at the preconstruction conference).
3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the
CONTRACTOR and estimates of the discharge volume.
17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia
Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate.
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the
CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will
undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the
GC-51
Page 51 of 53
/' "
I.
i.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 01002 - SUPPLEMENTARY CONDITIONS
SUPPLEMENTARY CONDITIONS ",",' " ,
These Supplementary Conditions amend or supplement the Standard' GerierafCondifions of
the ConstruCtion ,Contract and other provisions oftheContraqt Documents as ,indicated
below. All provisions, which are not so ,am~nded or supplemented, ,ref'llClin in full force and
effect. ",", " ,,'
. ,",
The terms used in these Supplementary Conditions will have the meanin'gs ;i~dicat~d' in':th~
General Conditions~ Additional terms used in tbe~e,' Supplem~mary, 9onditions ,.,.have the
meanings indicated below, which are applicable to both the singular ahd plural thereof.
ARTICLE I - DEFINITIONS
Page GC-1 Add the following language to the end of definition,'~c;ent"act Documents":
Specifications and Dra\l\lings are more specificallyidentifie~a~:tollows:
1. SpecificatiOns as listed in the table of contents of the Project Manual;
,.' " " " .' '- >. ..- ..",. ,"', , <' ."',' .
2. Drawings consisting of acover,sheE?t and speets 'riumbeired'C01 through C29,
inclusive, with each sheet bearing theJollowinggeneral ,titl~,:
. '." i: "," . :....,..., . ,; ",.
Main Interceptor Upgrade, Phase I
Augusta Utilities Department
,'. , ~ '-.'
Project Np. 60115'
Page GC-2 Add the following definition following the end of definition i'Effective Date of
,the Agreement':
ENGINEER - Where used in the' specificCltions,St~venson& Palmer Engineering,
Inc.; 360 Bay Street, Suite 400; Augusta, Georgia 30901. .
. ~: _ _~' " - - - . - i:, .
ENGINEER's Consultants for"thisProje9t (ire ipentified a~'foll~ws:
1. Geotechnical Consultant: QORE Property Scie,nces.
. <Page GC-3 Add the following language at the .end ,of definition "Substantial
, Completion":
Substantial Completion for any portion of tOE:! Project ~hall inqlude opening the entire
road to traffic, and acceptance by OWNER of the sewer or water main system for
their intended use.
J
SUPPLEMENTARY CONDITIONS
01002-1
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
e
prevent railroap traffic,by Norfolk Southern or CSX Transportation. If
a full.f1ow-thru sewer plug is used, it shall be the product of Stemar
Equipment aDd Supply,Co., Inc. or Engineer approved equal.
g. . Construct permanenf bulkhead on 54"sew~r at Special Structure
No.6. . 0 ,""
h. Establish fi,owJrom 14" force. main into, Special Structure No. 7 and
into pipe no. 46.lnstaH, permanent bulkhead on 14" force main at
Special$tructure No: 7." .
i. Bypass'64" ~e~ei:,.f1,owin ~anhole No. 43 i,:to existing 54" sewer
heading to we~t..At Contractor's option, either bypass pumping or a'
full flow-thru se\Nsr' pl~g may be used. If bypass pumping is used,
bypass pumping. op~rations shall"not prevent railroad traffic by
Norfolk Southe'rrl'or CSX Transp6rtation~ If a full flow-thru sewer
, ~ . , _:,', - , '.' .' .C" ,
plug is used, it shall beJhe pr9duct of St~lTlar Equipment and Supply
Co., Inc. or Engirlse(approved equal. ,During this operation bypass
pump se"1ei"f1ow frC;:>ITl,Manhole' 45 !oexisting 54" interceptor
Manhole near Station,129+15.lnstan permal1e,nt bulkhead in existing
54" sewer heading east ana fili abandoned interceptor with f10wable
. . :" - , - . - , ,-' .,~ - ,- < - ", -' . - ~. -,' >
fill as iridi~ated.on' Dra\Nings,. ,', '
j. Thiswork will recfuireshutdown' of Laney Walker Blvd., which will
require special' tr~ffic controL measures with traffic detours and
coordination"yvith' G~9rgicf DOT, ,Norfolk Southern, and CSX
Transportation.' '..'. '
2. Reference prawing gOt1-: Construct Special Structure #1 over the existing
72" sewer, ipcludirigneW72"branch forPhasell tie-in and flow channel.
Maintain floW through 't~xisting' 72" sewer.' " ,
3. Construct new 72" sewer"aridmanholes from Special Structure #1 to
Manhole ,No.'18~lnclude'laying;branch"sewers at. Manhole No.2 (Dan
Bowles tie2in)Manhole,No. 14 (O?t~sCreektie~in), Manhole No. 17 and
,Manhole No. 18. Perform acceptance testing from Special Structure #1
to Manhole #18. this' \:vi,l!requiretemporary,p!ugging of branch sewers at
Manhole Nos. 2, 14,1?and 18. ': ',' ,'. .
4. Reference Drawing ,C04:' This' work will require shutdown of Doug
Barnard Parkway" which will require speci~I, traffic control measures and
coordination with, Georgia. D9.T.' Wor.k " shan be performed during
weekend nights from the' hours'pf 10:00 p.m. until 6:00 a.m. Perform
sew.er bypass pumping .from Dah Bowle~24"sewer (SA MH #1) to
. existing 54" sewer (SA MH #19).,ConstrUct 24" s.ewer from Manhole No.
2 toSAMH #20A)nstall t~mporcllY plug'on he.\N 24" sewer in SA MH
#20A. Demobilize bypas,s. pumping equipment after completion of this
, task. ' ' '
5., Reference Drawing C04: RelT10ve 72" sewer in Special Structure #1 to,
,establish flow in new]2" sewer.
6. ' , Reference Drawing C10: Setup sewer bypass plJmping from SA MH #28
to new Manhole No. 18, with temporary plug in Manhole No. 18 still
installed. Install permanent sewer bulkhead in SA MH #27 and complete
'e,
.
SUPPLEMENTARY CONDITIONS
01002-3
;
S&P Project No, G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
.
12. Reference, Drawing C12 (FPL Foods, LLC, Tie-:-In): Perform sewer
bypass pumpjng from first existing manhole' west of MH 248 to MH 24.
Base bid w?r~ will require~emP9rary bulkhead at,MH 24. Alternate No.2
will require temporary bulkh~adat MH 22.lnstaU30" sewer as shown on
drawings for routing >sel~cted 'by Owner. Install flow channels and
establish flow from 30": sewer ,to n~w72",sewer, demobilize bypass
p~mping equipment after completion of this task. ,
.13. Reference. Drawing ,C10 (Gordon Highway Sanitary Sewer Tie-in):
Construct connector manhole and 8" sewer,pipe to Manhole No. 19
without interruptin'g 'flow from e~isting 8'~.sew~r. perform sewer bypass
pumping from manhole, SA MH~~on'8~'sewerto Manhole No. 19. Install
permanent plug on existing, 8" s:ewerat' conneCtor manhole. Install flow
channel and estab.lish floy/from " 8" sewer to new .72" sewer. Demobilize
'bypass pumping'eqyipm~nt afte'r completion of this task.
14. Construct new 64" sewer inCluding manholes fr<;>m Manhole No. 29 to
Manhole No. 41. lriclude laying branch sewers at Manhole Nos. 31, 36,
"', .',' ".
37, and 38. Perform acceptance testing from Manhole No. 29 to Manhole
No. 41 and pipe no. 42 up to temporary,<::ap at Manhole No. 42. This will
require temporarY plugging of "branch sewers at Mallhole Nos. 31, 36,
37, 38and41. '(',' ,', ,', , '.,','
15. Establish sewer flow through 'pipe 42: This will require bypass pumping
of flow into Manh.o!es 43~H:Jd,A5to install pen:nanent b~lkheadmexisting
54" sewer heading west. 'AtContract()r's optioli', 'either'bypasspumping
or a .full f1ow-thru sewer plug rrlaybeused.,lf bypass, pumping is used,
bypass pymping operatiOl1s shall not prevent railroad traffic by Norfolk
Southern or CSX Traqsportation. If a full f1ow-thru sewer plug is used, it
shall be the produdof Stemar EqUipment and Supply Co., Inc. or
Engineer approv~d equaL, ,,', " '. , " " ' ." ',' ,
16. Reference Drawing C17 (Hickory Street SewerTie-in): Construct$pecfal
Structure No. 2 and Manhole No. 37 A arid 16" sewer from Special
Structure No.2 to Manhole No. 42 without h1terrupting flow from existing
15" sewer. Install both permanent bulkheads on existing" 54;' sewer.
Perform sewerbypasspufllpirlg from first existing manhole on 15"sewer
to SA MH #44. Install permanent plug on existing 15" sewer at Special
Structure No.2. Install flow channel and establ,ishflowfrom 15" sewer to
new, 641'sewer., DemobiHze bypass' pumping equipment after completion
of this task. ',.,'"," ',' " "
17. Reference Drawings C14, and C20 through 22: Construct mainline sewer
al1dmanholes as indicated on Drawings' .from Manhole No. 31 to
Manhole 'No. 53. Perform 'acceptance testing prior to connecting to
Manhole No. 31. Connect seweJ' to Manhole No. 31 and then complete
service lateral connections. Install bulkhead at SA MH #36 (located on
Drawing C13) on new 54" sewer:
18. Reference Drawing C17 (National Avenue Sewer Tie-in): Construct
connector manhole' and 8" sewer pipe to Manhole No. 38 without
interrupting flow from existing 8" sewer: Perform seWer bypass pumping
'.
..
SUPPLEMENTARY CONDITIONS
01002-5
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
of 16 feet and extended to the boring termination depth of 26 feet. The
report also indicated a petroleum odor in SB10 at a depth of 10 feet.
a. When excavi3ting in th~se, "locations, CONTRACTORs~aH notify
ENGINEER if they encounter petroleum odors. If they are present,
CONTRACTOR shall comply with Georgia DNR and EPD rules and
regulations; Chapter. 391-3~15, Underground, Storage Tank
Manageme"t, and Underground Storage Tank (UST) closure guidance
document (GUST-9); as they apply to handling~storing, disposing and
backfilling within these areas. '
b. CONTRACTOR shall take all necessarY precautions to protect workers
during construction in and around these boring locations. If required,
CONTRACTOR is responsible for testing any excavated soils
containing .fuelodo~s ,prior, to, offsite ,transport aDd/or disposal where
soils are not placed back in the same trench. Soil sampling and testing
shall b~ ,performedby:an ENGINEER approved, independent testing
,agency. "Costs""associated,with.this te~tir1g shall.be reimbursed to
CO NTRACJORat the rate of the actual invoice..Of the testing agency,
with no CONTRACTOR mark-ups.for overhead and profit.
v,
ARTICLE 5 - BONDS AND INSURANCE
Licensed Sureties and Insurers; Certificates of Insurance:
SC-5.2.1. Add the following new paragraph. imhiediatelyafter Paragraph 5.2.1.:
A. In order to determine financial strength and reputation of insurance carriers, all
, companies providing, the cover?ges required shall have a financial rating not
. lower than XI and a pOlicyholders serv.ice ratir,lg, no. lower than B+ as listed in
A.M. Best's Key Rating Guide, currenf edition. Certificates of insurance shall
note A.M. Best's Rating. Companies with ratings lower than B+:XI will be
acceptable only upon written c,onsent of OWNER.
B. All bonds and insurance coverages shall be with sureties or insurance
companies that are acceptabl~~o OWNER
SC-5.2.2. Add the following new paragraph immediately after Paragraph 5.2.2.:
A. OWNER reserves the rights to request complete copies of policies if deemed
necessary to ascertain details of coverage ,not provided ,by the certificates. Such
policy copies shall be "originally signed copies:' and so designated.
B. All insurance certificates shall include anendorsemerit stating the following:
1. Sixty (60) days 'advance written notice of cancellation, non-renewal,
reduction, and/or material change shall be sent, by Certified Mail, to the
ENGINEER at 360 Bay Street, Suite 400, Augusta, GA 30901.
SUPPLEMENTARY CONDITIONS
01002-7
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
Contractual Liability Insurance:
SC-5.4. Add the following new paragraphs immediately after Paragraph 5.4.:
A. The Contractual Liabi.I!ty coverage required,byParagrap~ 5.4. of th~ General
Conditions shall provide coverage for not less than the following amounts:
a. Bodily Injury:
Each Accident '.
Contract Aggregate
b. Property bamage:
Each Accident
Contract Aggregate
$1,000,000
\$2,000,000'
,$1,000,600 .
$2;000,000
5. Railroad Insurance forW.ork that :crossesc.oris adjacent to a railroad as
required by the Owner of the railroad.
;..,
'OWNER's Liability Insurance:
SC-5.5. DeleteParagraph 5.5. in its entirety and insert the following in its place:
5.5. CONTRACTOR shall procure and m~intain during the, Contract Times a separate
OWNER's and CONTRACTOR's Protective (OCP) liabilitY InsiJra~ce in the name
of OWNER in an amount not less thEm $2,600,000 for injuries'nncluding accidental
death for each occurrence, and property damage in an arTlount rot .I~ss than
$1,000,000 each occurrence and $1,000,000 per Contract 'aggreg'ate combined
,single limit. Ste.ven~on & Palmer Engineering, Inc. sh~1I ?~ narn,ed or ,the policy as
an additional insured. '. . '".,--..'
Additional Insureds:
SC-5.17.
. . , .
Add the following new' PCiragrGiphs imme9iat~IYClfter Paragraph 5.16.3.:
,~
5.17. The identity of theadditi6naf'insureds that are 'to be included on
CONTRACTOR's GeneralLiability insurance policies are: ' ,
1. City of Augusta, Georgia, and including all ,elected ancjappointed, officials, all
,employees and volunteers, all bo.ards,coll1missions, and/or authcxities and their
,. board members',employees, an<;l volunteers.
2. Stevenson & Palmer Engineering, Inc.
3. CH2M Hill.
4. Georgia Department of Transportation (GOOT).
5. CSX Transportation Railroad.
6. Norfolk Southern Railroad.
SUPPLEMENTARY CONDITIONS
01002-9
_oJ~' -.....
.
.
.
S&P Project No, G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
6.35. Traffic Control: There shall be one "designated CONTRACTOR's representative
capable of, and charged with, the' responsibility for traffic, control on the site.
This individual shalLhave a copy of Part VI. Standardsan~1 Guides for Traffic
,Controls for Streets and Highway Construction, Utility and Incident Maintenance
M,anagement Operations: 9f the MUTCD on the job site at all times.
, ,
ARTICLE 7 - OTHER WORK. '
Coordination:
SC-7.2. Add the following new paragraphs immediately after Paragraph 7.2::
SC-7.3. Claims and Disputes Arising from Related Work at Site:
A. Should(~ONTRACTOR cause damage to the Work or property of any
separate contraCtor' at the Site, or should any claim arising out of
CONTRACTOR's performance of the Work at th.e Site~ be macie by any
separate contractor against CONTRACTOR, OWNER, ENGINEER,
ENGINEER's Consultants, PROGRAM MANAGER or any other person,
, CONTRACTOR shall promptly atte~pt to settle with such other contractor
, by agreement, or to ,otherwise resolve the dispute by arbitration or at law.
B. CONTRACTOR shall, to the fullest' extent permitted by Laws and
Regulations, indemnify and hold ham1less OWNER, ENGINEER,
ENGINEER's Consultants, PRQGRAM MANAGER' and' the officers,
directors, partners, employees, agents and other consultants and
subcontractors of each and any of them from and against. all claims, costs,
losses, and damages (includin9, but not limited to, fees and charges of
engineers, architects, attorneys, and other professionals and court and
arbitration, costs) arising directly, indirectly, or consequentially out of any
action, legal or equitable, brought by any separate, contractor against
OWNER, ENGINEER, ENGINEER's Consultants, orJhe PROGRAM
MANAGER to the extent said claim is based on or arises out of
CONTRACTOR's perforriianceof the Work. Should a separate contractor
cause damage to the Work or property of CONTRACTOR or should the
performance of work by any separate contractor at the Site give rise to 9ny
other Claim, CONTRACTOR shall not institute any action, legal or equitable,
ag9inst OWNER, ENGINEER, ENGINEER's Consultants". or PRQGRAM
MANAGER or permit any action against any of them to be maintained and
continued in its name or for its, benefit in any court or before any arbiter which
seeks to impose Iia.bility ,on or to recover damages ,from OWNER,
ENGINEER, ENGINEER's Consultants, or PROGRAM MANAGER on
account of any such damage or Claim.
C. If CONTRACTOR is delayed at any time in performing or furnishing Work by
any act or neglect of a separate contractor, and OWNER and
SUPPLEMENTARY CONDITIONS
01002-11
"
i.
'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
B.lf ~here is no corresponding adjustment, With, respect to any other item of
Work; and " '- ','
C. If CONTRACTOR believes that CONTRACTOR has incurred additional
expense as a result thereof; or if OWNER believes that the quantity variation
entitl(3s OWNER ,to an adjustment in the" unit price, either OWNER or
CONTRACTOR may make a claim foranadjustment in the Contract Price in
" accordance with Article 10 if the parties are unable to agree as to the effect
of any such variations in the quantity of Unit Price Work performed.
, ,
, -
h'
ARTICLE 12 -CHANGE OF CONTRACT TIME
Change of Contract Times:
SC-12.2.Add the following new paragraph immediately after Paragraph 12.2.:
A The Contract, Time includes allowances for normal' amounts of inclement
'weather. Extensions of time' shall be 'granted 'only under' cases of abnormal
weather conditions or other conditions outlined in Article 12 of the General
'Conditions. All requests for time' extension shall be made in writing to the
PROFESSIONAL not more than fifteen (15) days after the occurrence of the
delay. Otherwise; no extension will be granted during the Contract Times for such
delay.
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION
Application for Progress Payments:
SC-14.2.Add the following new paragraphs immediately after Paragraph 14.2.::
A. To expedite the approval of requests for partial payment, CONTRACTOR sheill
submit with his request for progress payment the following:
1. A copy ,of the Progress Schedule marked to indicate the Work performed
during the pay application period.
2. An outline of time lost due to any event giving rise to <:1, request for an
extension of Contract Time.
3. An itell1ized list of on..site materjals stored for which payment is being
claimed. This list shall be accompanied by the supplier's invoices indicating
the material costs and proof 9f continued insurance ce.rtificates. PaYQlent
for materials stored shall be subject to the same retainage provisions ,asfor
work completed. ' ',., . ,
4. At OWNER's discretion,off~site, stored materials may be claimed for
payment by CONTRACTOR. Off..si~e stored materials shall be,subjectJo
the same constraints as on-site stored materials. The off~siteJacilityshall
clearly' segregate and idehtify'materials to ,be used for this 'project.
CONTRACTOR shall arrange and reimburse OWNER the travel ancl ho.~j-Iy
SUPPLEMENTARY CONDITIONS
01002-13
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
Table continued
~. Area Identification Sewer Connecting Manhole Anticipated Flow
Size
Skvview Drive 8" Manhole No. 36 50,000 qpd
National Avenue 8" Manhole No. 38 50,000 qpd
Forcemain 14" Special Structure No. 2,500 gpm (intermittent)
7 10,500 gpm (wet
weather)
END OF SECTION
i.
.
.
SUPPLEMENTARY CONDITIONS 01002-15
.......
c
Q)
E
Q)
(.)
cu C")
- N
0..ct!0)
(]) .- ..-
0:: E"' N
'- 0 .
.8 <3 ~ Cf.) ~,>. >. >.
0.. o.-ec.9c.9;: ~ ~ ~ -g -g -g-g
Q)~OZZ~ ~ ~ -c: >. 0 0 0 0
f:? c: Q. c::: 0 ffi ffi ffi C'O ~ c:: a: 0:: 0::
Q) :J CD 0 ,.....J 0.. CL CL 0.. ..r: .c ..r:~ ..r: ..r:
c8et:en<'C -p -p -p 0> ~ ~ c ~ ~
-' 0:)1--0 ffi CO CO CO :c c c c c c
c ~ro <W 'E C C C C C'O ~ ro ~ ~
.- 0 N J: I- 0) C5 C5 C5 .g ~C'O ~ ct! C'O
CU E"- I-- < en en en CO _ (j) CJ') Cf.) Cf) Cf.)
~ ..c ::> 0 gO)O) 0> 0) r~ 3: 3: ;: ;: ;:
s....0 '< :J:J:J:J '-' 0) Q) Q) ,0) Q)
o .- 0 O,.....J 0 0 0 0 Z Z Z Z Z
- O;=Z c::: 0 0 0 0
(j) cti CD
C.....=
O~u...
.- o)w
ro:Jet:
(.)<(0
..3 a
C) Z
C 00,
'C I-- Z
o <(-
co I- 0::
, Cf.) 0
, co
UJLLo
I-- 0 '<:t
< +
~o:::o
XW
OCO
o::~
0..::>
o..Z
~
,
'e
z ~ ~ ~
o '0 '0 "'0
~ ~ ~ ,~
U0~ ~ ~
gz~ ~ ~
wo::rn rn C'O
f- 0 0.. Q. 0.
<co'o '0 C
~ LL - .....
><0'5 '5
o ';::';::
0:: CD CD
0.. 0),2
0.. .... L{')
< ~..f
-
..r:
0)
.;::
.-
Q)
2
C'l
..-
'.'
L{')
("')
+
C'l
C'l
o
'<:t
+
o
'<:t
.
c.9
Zo::
o:::w
om"-
en~co
,.....J::>Cf.)
-z
o
Cf.)
CT')
co
Cf)
C'l
,en
Cf.)
........
>.
C'O
;:
Q),
>
';::
'0
Q) C
C '-=-
Ci3 '0
Q. C'O
. is.. e
~, '0
:J Q)
-'0)
.2 "'0
0) Q)
c' ....
o 0
< :E
0>
.;::
-
Q)
Q)
....
L{')
..-
L{') 0
0') L{')
+ +
C'l C'l
L{') (0
'<:t
m
CI)
L{')
co
CJ)
Q) 0) 0) Q)
0> 0> 0) 0>
'0 '0 "'0 "'0
Q) Q) 0) Q)
~ +-01 ........, .......,
C C C C
Q) Q) 0) Q)
E E E E
Q)'Q) 0) Q)
~ ~ fU ,,' fU
C:. 0. Q. 0..
'0 '5 C '5
.0
L-
::l
o
....
o
~
o
C'O
.0
4-
o
.....
.c ..... .....
0> ..c ..c
.;:: 0> 0>
..... -c .~
Q) ...... ......
~ Q) Q)
0, ~ ~
C\J 0 ro
LO ..-
.....
..r:
0)
.;::
.....
Q)
Q),
4-'-
o
CT')
000
..q- C') '<:t
+ + +
'<:t M '<:t
<0 r-... r-...
o
..-
+
<X)
0')
<0 r-... ro
a:J OJ OJ
(f) CJ) Cf)
0')
en
Cf.)
-
..r:
0)
.;::
.....
Q)
Q)
.....
o
..-
Q)
L-
::l
.....
::l
.... '
0)
C
..Q
C'O
Q)
0)
"'0
Q)
..... Q)
C C
Q)=
E,~
~'Ci
rn
0..
....
o
..r:
-
::l
o
U)
-
Q)
~
(0
"'0
C'O
o
0::
Q)
:J
C
Q)
>
<
"ffi
C
o
:;:;
C'O
Z
o
I"-
+
'<:t
..-
..-
o
..-
+
C'l
C'l
..-
o
..-
en
Cf.)
..-
..-
en
Cf)
.
.
.
/,;,..' C SPE9r
.
R E™
BORING NO:
SB1
TEST BORING RECORD
S C IE NeE S
PROJECT: Main Interceptor
PROJECT LOCATION: Augusta, Georgia
ELEVATION: 131.0
DRILLING METHOD: HSA
GROUNDWATER: "Sl- 18.0 ATD
JOB NO: U 1288
1 REPORT NO: 21923
BORING STARTED: 9/30/2003
BORING COMPLETED: 9/30/2003
RIG TYPE: CME 55
HAMMER: Rope and Cathead
BORING DIAMETER (IN): 4" I SHEET 1 OF 1
Remarks: Approximate elevation was taken from plans.
Water elevation taken during drilling. A delayed measurement could not be taken because the boring caved in 12 ft
below the ground surface. '
Boring is located 45 ft right of pavement edge along Doug Bernard Pkwy. at station 0+40.
ST ANDARDPENETRA TION
RESISTANCE (N)
MATERIAL DESCRIPTION
L S R
BLOWS
If)'
G ELEV. DEPTH
, (FT,) , (FT.)
10
20 30 40 50 60 70 80901
~SD:9 - 0 I\TODsoil (3"\
Firm, brown, silty, fine to medium SAND (SM)
r '.
'.'
, .
, '
',' .
128.0
-5-
123.0
. -10 -
119.0
Firm, brown and gmy, silty CLAY (CL) t
Ve')'flrm, brown, sHty, fine SANDwilh some Clay (SM):::,.
" .; " !:...-
6 - 13 -
16
, "
" ,
-.
'\
\
/
I
/
,~
4-5-7
Film, brown and gray, silty CLAY (Cl)
4-7-8
-15 -
"5l- 113.0
loose to firm, gray and brown, silty,fine to medium
_ 20 _ SAND (SM)
.. ,:."
, !:...-
':"
3-3-4
..
3-6-6
109,0
Boring terminated at 22 feet.
<'l
!2
o
~
-25 -
b
~
a.
a::
o
u
g - 30 -
o
~
,~
0::
o
....
a.
w
g - 35 -
w
....
i?;
z
~
o
a::
, 0
.~
z
ii:
o
'"
-40 -
,~
.....",.....
'.
C SPE9~ 5~NC~TM
BORING NO:
SB2
TEST BORING RECORD
I'l
~
~
PROJECT: Main Interceptor JOB NO: U 1288 I REPORT NO: 21923
PROJECT LOCATION: Augusta, Georgia
ELEVATION: 133.0 BORING STARTED: 9/30/2003 BORING COMPLETED: 9/30/2003
DRilLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: y. 9.2 delayed measurement BORING DIAMETER (IN): 4" I SHEET 1 OF 1
Remarks: Approximate elevation was taken from plans.
Water measurement was taken 8 hours after drilling.
Boring is located 4.5 ft right of pavement edge along Doug Bernard Pkwy. at station 22+35.
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) IS"
0 10 20 3D 40 50 SO 70 80 G01
1s~:~: t- 0 _ "\Topsoll (2") .
r '
, ,
Firm, brown and gray. clayey, fine to medium SAND
(SC) . .
, .
129.0 Very ~tiff, brown and' gray, slightly sandy CLAY (Cl) '4-6-7
t-5-
~i
~ - 4-5-7
-10-
- \
-
- , 5-,7-10
~15- V
-
- 4-4-6
- . 1\
5-8-8
113.0 -20 Boring terminated at 20 feet. ~
- -
- '.
,-
-
t-25-
t- 30 -
-
- 35-
-
-
-40-
I
.
b
Ul
a..
0:
o
t>
0:
o
o
...
a..
Ul
0:
o
f-
a..
w
u
0:
w
f-
~
Z
<c
::;;
o
a:
.
z
~
o
al
~ SPE9y
R E™
BORING NO:
SB3
TEST BORING RECORD
-'
/
'.
SCIENCES
'"
~
~
PROJECT: Main Interceptor JOB NO:' U 1288 I REPORT NO: ~1 923
PROJECT LOCATION: Augusta, Georgia
ELEVATION: 133.0 ,BORING STARTED: 9/30/2003 BORING COMPLETED: 9/30/2003
DRILLING METHOD: H8A RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER:, ~ 14.5 delayed measurement BORING DIAMETER (IN): 4" SHEET 1 OF 1
Remarks: Approximate elevation was taken from plans.
Water measurement was taken 3 hours after drilling.
Boring is located 12 ft right of pavement edge along Doug Bernard Pkwy. at station 40+40.
,
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 eo 70 so i010
1sH 1-0 "\Topsoil (3") I,:'
Firm, brown and gray, silty, fine to medium SAND
(8M)
:',. 6-9-11
I- 5,- " .:-
127.0 Stiff to very stiff, brown and gray, silty CLAY (Cl)
'; 7-11-
~10- 13
I
~ ~ 5-7-8
I- 15 -
5.. 8 - 10
113.0 -20 5~7-8
Boring terminated at 20 feet.
-25-
~30-
~35-
~40-
'.
b
l!)
C>.
n:;
o
U
0:
o
o
'..,
C>.
,l!)
0:
~
C>.
W
~
W
...
;;
z
~
Cl
n:;
o
.
o
lXl
.~'Q 0
- - ....J p A 0 PER T Y
'.
R ElM
BORING NO:
SB4
TEST BORING RECORD
S C I E N CE S
'"
o
~
g
PROJECT: Main Interceptor JOB NO: U1288 I REPORT NO: 21923
PROJECT LOCATION: Augusta, Georgia
ELEVATION: 130.0 ' .- BORING STARTED: 9/30/2003 BORING COMPLETED: 9/30/2003
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: .Y. 7.2 delayed measurement BORING DIAMETER (IN): 4" I SHEET 1 OF 1
Remarks: Approximate,elevation was taken from plans.
Water measurement was taken 7 hours after drillmg.
Boring is located in vacant lot along future pipeline at station 52+95.
ELEV, DEPTH STANDARD PENETRATION BLOWS
G (FT,) (FT.) MATERIAL DE~CRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 so eo 70 eo 9010
130.0 1-0 Firm, dark brown, silty, fine to medium SAND with
' ,
. ,
gravel (SM) , , .... .
" '
... .
127.0 .. , .
FilTj'l, brown and gray,' clayey SILT (ML) ~ , 3-5-7
f- 5 -
~
122.0 ..
Firm to stiff, brown and gray, slightly sandy CLAY I
I- 10 - . (CL); clay content increases with depth ' :
I 2-3-5
.. .~ 4-4-5
116.0 Boring terminated at 1 ~ feet.
I- 15 -
-20- \
.'
-25-
-30.,..
-35-
e
f- 40 -
I
.
I-
o
C!l
n.
a:
o
u
0:
o
o
~
C!l
a:
o
l-
n.
w
U
0:
w
I-
?:
z
:;:
:;
o
0:
.
a:
o
'<ll
. C S,g
R' E™
BORING NO:
SB5
TEST BORING RECORD
SCIENCES
...,
a..
"
a:
o
...
fu
u
a:
w
...
~
z
~
PROJECT: Main Interceptor JOB NO: U1288 I REPORT NO: 21923
PROJECT LOCATION: Augusta,' Georgia
ELEVATION: 136,0 BORING STARTED: 9/30/2003 BORING COMPLETED: 9/30/2003
DRILLlN~ METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: y. 17.4 delayed measurement BORING DIAMETER (IN): 4" I SHEET 1 OF 1
Remarks: , Approximate elevation was taken from plans.
Water measurement was taken in temporary piezometer 6 hours after drilling.
Boring is located in old driveway 15 ft right of edge of Gordon Highway at station 62+50,
,
ELEV. \ STANDARD PENETRATION
DEPTH BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16"
0 10 20 30 40 SO 10 70 10901
1SS:g -0 h\Asohalt (2") f ,~
135.3 \Gravel (6")
Firm, brown, clayey, fine to medium SAND (SC) , ,
',..,-
.". ~ 4 - 6 - 10
:--5- , , \ r
"
128.0 ".
Very firm, brown and gray, silty, fine to medium SAND ': ,.. , 9-11-
(SM)
'-10- . '-- I 11
124.0 "
Loose, white, silty, fine to medium SAND (SM)
': ,.. ~, 3.3-5
-15- , '--
120.0 Firm, tan, slightly silty, fine to coarse SAND (SW-SM);
.!. .
there was a gaseous odor from here down .
.
. ~ ~
3-5-6
- 20- . \
115.0 Firm, gray, very silty, fine SAND (SM) .-
: ::,
'" 9-9-11
112.0 'f--
-25- Dense, gray, silty, fine to medium SAND (SM) " ." 15 - 17 -
" .
110.0 Boring terminated at 26 feet. 20
- 30-
- 35-
,
-40-
.
'"
~
~
i-
o
(,')
a..
a:
o
u
a:
o
o
o
a:
.!
z
ii:
o
ltl
~, S PE9y
'it'
.
...,
!l.
(!)
,0::
g
!l.
W
o
0::
W
.1-
;!;
Z
~
e
II:
o
.~
0:
o
CD
'R E™
TEST BORING RECORD
S~I~~CES
PROJECT: Main Interceptor
PROJECT LOCATION: Augusta, Georgia
ELEVATION: 131.0
DRILLING METHOD: HSA
JOB NO: U1288
BORING STARTED: 9/30/2003
RIG TYPE: CME 55
BORING NO: SSG
I REPORT NO: 21923
BORING COMPLETED: 9/30/2003
HAMMER: Rope and Cathead
GROUNDWATER: .!. 10,3 delayed measu~e~ent BORING DIAMETER (IN): 4" SHEET 1 OF 1
Remarks: Approximate elevation was taken from plans.
Water measurement was taken 2 hours after drilling. ,
Boring is located 20 ft right of back of curb along New Savannah Rd. at station 64+40.
G ELEV, DEPTH'
(FT.) (FT.)
MATERIAL DESCRIPTION
H&:@ - 0 "\ Toosoll 12")
Dense~ brown, silty, fine to medium SAND (SM)
127.0
_ 5 _ Firm, gray, silty, fine to medium SAND with gravel
(SW-SM) .
,.', .!. . -10-
-15-
114,5
113.0
Dense, gray, silty SANDwith some silt (SM)
Loose, gray, silty, fine to medium SAND (SM)
Boring terminated at 20 feet.
111.0 - 20
'"
~
~
-25-
l-
e
(!)
!l:
o
U
0::
o
o
-30-
-35-
-40-
L S R
[:"
" '
, .
" .
. :. .
.' ,
, .
..,,,
, :
.
. F--
:~
~'~
. .
" ,
',:,,:-
..,,,
. .'
, .
STANDARD PENETRATION
RESISTANCE (N)
10 20 30 40 SO 60 70 809010
II
/
/
"
'"
/)w
w-/
,~;
BLOWS
/S'
11-16-
16
7-6-6
4-6-5
3 -15-
22
4-4-4
/q< QSPE9y
'.
RE™
,BORING NO: 58?
TEST BORING RECORD
'SCIENCES
'"
~
~
PROJECT: Main Interceptor JOB NO: U1288 I REPORT NO: 21923
PROJECT LOCATION: Augusta. Georgia
ELEVATION: 126.0 BORING STARTED: 9/30/2003 BORING COMPLETED: 9/30/2003
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: ~8.8 delayed measurement BORING DIAMETER (IN): 4" SHEET 1 OF 1
Remarks: Approximate elevation wa~ taken from plans.
Water measurement was taken in temporary piezometer 3 hours after drilling.
Boring is located 50 ft right of pavement edge along New Savannah Rd. at station 73+30.
ELEV. DEPTH S ,STANDARD PENETRATION BLOWS
G (FT.) (Fr.) MATERIAL DESCRIPTION L R RESISTANCE (N) 16"
0 10 20 so 040 50 60 70 ao 5010
126.0 ':"0 Firm, brown, silty, fine to medium SAND with gravel . .
" ",
(SM) " .
123.5 : .:'
Firm, red and gray, clayey, fine to medium SAND (SC) , ,
, '
, ',~'" 1 8-7-7
f-5- /
, ,
~ 118.0 .' . ,.
Firm, gray and tan, silty, fine to medium SAND (SM) . .
. '
f- 10 - : ::,. ,--
5-2-5
,f-
::,. '\ 7-9-7
112.0 Boring terminated at 14 feet.
f- 15 -
-20 ~
-
l-
f- 25 -
,
f- 30 -
,
I- 35 -
! "
I-- 40 -
I
.
f-
e
(!)
[l.
c::
o
u
c::
o
.0
...
0.
'(!)
c::
o
f-
0.
W
U
c::
W
I-
~
:z
~
e
c::
.
ii:
o
co
, C Sn9r
'.
R E™
BORING NO:
588
TEST BORING RECORD
SCIENCES
..,
E!
~
~
PROJECT: Main Interceptor JOB NO: U1288 I, REPORT NO: 21923
PROJECT LOCATION: Augusta, Georgia
ELEVATION: 128.0 BORING STARTED: 9/30/2003 BORING COMPLETED: 9/30/2003,
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: .y 6.6 delayed measurement BORING DIAMETER (IN): 4" I SHEET, 1 OF 1
Remarks: Approximate elevation was taken from plans.
Water measurement was taken 3 hours after drilling.
Boring is located18 ft right of pavement edge along New Savannah Rd, at station 74+40.
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 40 50 60 70 10 B010
128.0 - 0 Firm, brown, silty, fine to medium SAND (SM)
"
"
125,0 Loose, dark gray and black,sandy,SILT and CLAY
~ 2-3-5
-5- (CL-ML)
.!- ,
;
121.0 Firm, gray and brown, sandy CLAY with grass roots \ JI
-,
(CL) 6-7-8
1-10 - /
116.0 Very loose to loose, gray, silty, fine to coarse SAND /
..
'.
(SM) ,:"
I- 15- . 2-2-2
, '; '--. \
"r . 5-3-3
'.
110.0 , Boring terminated at 18 feet.
I- 20 -
-25-
-30-
-35-
f-40-
.
l-
e:>
o
0..
0:
8
0:
o
o
...,
0..
,0
0:
~
0..
W
(,)
0:
~
Z
~
e:>
a:
',0
.
ii:
o
'"
C SPE9y
RE™
BORING NO:
SSg
TEST BORING RECORD
,1"""".._,
Ie
SC"ENCES
..,
<>
C3
~
PROJECT: Main Interceptor JOB NO: U1288 I REPORT NO: 21923
PROJECT LOCATION; Augusta, Georgia -
ELEVATION: 130.0 BORING STARTED: 9/30/2003 BORING COMPLETED: 9/30/2003
DRILLING METHOD: HSA RIG TYPE; CME 55 HAMMER: Rope and Cathead
GROUNDWATER: .!., 7.7 delayed measurement BORING DIAMETER (IN); 4" I SHEEr 1 OF 1
Remarks: Approximate elevation was taken from plans.
Water measurement was taken in temporary piezometer 4 hours after drilling,
Boring is located 30 ft right of pavement edge along New Savannah Rd. at station 98+10.
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT,) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) '/6"
0 10" 20 3D 40 50 60 TO 609010
129:9 '- 0 1\ Topsoil (3") r,:'
Firm, brown, silty, fine SAND with some mica (SM) "
.-
" ::I!: f 4-7-7
'-5- I
~ '.
" ::~
7 - 5 - 5,
'-10- \
"
118.0 "
Loose to very firm, tan, silty, fine to medium SAN D
with 'mica and gravel (SM) ::'~'
.- 7 - 10-
'- 15 -
/ 11
':', ~ 3-3-3
112.0 Boring terminated at 18 feet.
'- 20 -
-25-
I- 30 -
I- 35 -
'- 40 -
I.
l5
G
0..
a:
o
u
0:
g
2
l!I
a:
o
t-
o..
UJ
~
UJ
t-
:1:
:z
~
C
0:
.
ii:
o
'"
. C 9,,9,
R E™
BORING NO:
5810
TEST BORING RECORD
SCIENCES
M
~
~
PROJECT: Main Interceptor JOB NO: U1288 I REPORT NO: 21923
PROJECT LOCATION: Augusta, ,Georgia
ELEVATION: 127.0 ' BORING STARTED: 9/30/2003 ' BORING COMPLETED': 9/30/2003
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDWATER: .~ 6.5 delayed measurement BORING DIAMETER (IN): 4" I SHEET 1 OF 1
Remarks: Approximate elevation was taken from plans.
Water measurement was taken 4 hours after drilling.
Boring is located 10ft right of pavement edge along New Savannah Rd. at station 114+70.
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6"
0 10 20 30 4li 50 50 TO 10 ;010
127.0 - 0 Firm, brown, silty, fine to medium SAND (8M) , ' ,
, '
:.:::.:
, ,
.'...f"
;" ... 14 4,6-7
-5- ':,:,'~
.Y- " ' .
....
, .
119.0 ' .. '.t",
Firm, brown and tan, slightly silty, fine to coarse SAND .
.
I- 10 - (8W-8M); had a gaseous odor i~
6-7-7
4 6-6-7
113.0
I- 15- Boring terminated at 14 feet.
I- 20 -
-25-
- 30-
I- 35 -
.
, ,
-40 -
I.
l-
e
Cl
a.
D:
o
t.l
D:
o
o
2
Cl
D:
o
I-
a.
w
t.l
D:
w
I-
:1:
z
~
o
a:
e!
ii:
o
IXl
"'::', ~Sre9y S~NC~~
.' "
BORING NO: 5 B 11
TEST BbRING RECORD
M
12
;::
~
PROJECT: Main Interceptor, JOB NO: U1288 I REPORT NO: 21923
PROJECT LOCATION: Augusta, Georgia
ELEVAl'ION: 129.0 ,BORING STARTED: 9/30/2003 BORING COMPLETED: 9/30/2003
DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead
GROUNDW A TER: .!: 7.0 delayed measurement BORING DIAMETER (IN): 4" I SHEET 1 OF 1
Remarks: Approximate elevation was taken from plans. "
Water measurement was taken in temporary piezometer 5 hours after drilling.
Boring is located 6 ft right of pavement edge along National Ave. at station 122+10.
ELEV. DEPTH STANDARD PENETRATION BLOWS
G (Fr.) (FT.)' MATERIAL DESCRIPTION L S R RESISTANCE (N) 16"
0 10 20 3D 40 5ll 60 70 10901
~2~:~ -0 \ToDsoil (2"\ (,;'
Loose, dark brown, silty, fine SAND with some brick
and clay (SM) "
" :.., , 3-3-2
-5- .~ \
;
Y- "
122.0 " f,
Stiff, gray CLAY with organics (CL)
"
3-3-6
-10- '\
117.0 Loose to very firm, gray, silty, fine to medium SAND .. ).
" 9 - 13-
with some mica (SM) '.!:....- / 11
.. .:'"
i- 15 - . 5-5-4
113,0 Boring termina~ed at 16 feet.
-20 -
i- 25 -
I- 30 -
i- 35 - '
i- 40 -
"
.
.-
Cl
(l)
Q..
0::
o
U
0::
o
.0
..,
Q..
'(!)
.a::
~
Q..
UJ
U
0::
UJ
.-
~
z
~
o
.
z
n:
o
CD
".-"',
.'.
.
.
.
.
.
lHDI3M A8 ~3NI.:l % ....
I- , 0
I r--- 0
< c:i
~ ....
~ C"l
CO
,
.J ..
~ u
U >- ,
", :5
UJ
0:: u
::l -
I-
.. ~ in
III ::l rn 0
.. .. (;) 0::
"S w ....
I- >- W ::l 0
III Q" ~. U '0 Z c:i
a::: ~ '0 u::
Cl .. LI. 2
0 w ~ ~ 0
3: w " III
a. ...J 0:: u: III
UJ a.. (Jl LI. CIl
(;) C
w :> 2 w UJ CIl
a::: w -< a.. z 0 c !::i
E:. ~ (Jl u: u u: co
?- M
,CJ) 0
0 0)
W ,~ .... cO ~
I- ~ t\l
0
Z ....
- === ~ ........ .. '" + .. .. .. .. .. .. .. .. .. ....... .. .. .. .. ...... .. ........ .. ........ .. .. .. .. ..
0 N J' 0
N .. 0 tI)
i= ~ 1/ .... 0::
0 .. ~ 0 w
::J 0 . I-
,:E ~ .. ! ........ .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ...... .. .. .. .. .. .. .. .. .. ... ....... .. ;W
OJ Z W .. ;~ ~
I- 0:: ~
C2 en w ::l 0 }:::i
.. ...J l- f
<( w a.. I- 2 :r: w '. ==
I- --- I- 2 (Jl o. rn z :'G: :iE
(5 ii: II
U), -< -< Cl) ~ - I z
- r9. ~ 2 c
-0
W lO W
'Q) .... N
~ Q) th d ::1: " en
Q) Cl
.... crj >- ::J'"
U) C'\J d z is
.... -< w z
rn :E 0 ~
Z 0
-6 C!
~ :!! .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... .. .. ....... .. .. .. .. .. .- .. .. .. ......... .. .. .. .. .. .. .. .. .. ..... C)
c: ..
III ~
Ci)
~ "
C) -
1: >< w
,~ W l/) 0 .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ..
.. 1i) c ~
.. :> ::.:; ~
~ d w ()
...J ~ ~
~ z w Ol ..
~ ~ - "tl () ~ c ~. ...... .. .. .. .. .. .. ...... .. ...... .. ... .. .. .. ...... .. .. .. .. .. ........ .. .. .. .. ... .. .. -...
::s :r: c: i= 2 UJ
0 I- III rn g;
~
0 0. 0. ~ -< o.
0. w UJ ...J M Z
(l) $ 0 e Q. Cl ::l 0
f: f-- ..Q 0
UJ 0
2 co tt:" ~ ~ c:i
..s C1J :;:, .,..
co Ci) u..
,I:: C'\J ~ .~
-.-
'~ ::,
:::; ...J
w-
>.
<I:
.. .. >- 0::
~ Z (,!) -
.~ " .. z :s w
., 0 0 .. l/)
~ 0 ~ i= ~ C,) c::
? Z -6 <(
ll. .
~ .. 0
- !:: u 0:: t-" u
(J " .. 0 c:
~ W ll. U ~ " III
.. ....l CI)
:. 2 - (Jl :J ;., ........ .. ........ .. ...... .. ...... .. ...... .. ......... .. ........ .. ....... ..
0 ,- -< 0 (,!) UJ w 2 0
< Z ....l 0 9 2 C/'J 0
~. z Z ll. ~ q
0, 0:: 2 ...J ::l C/'J 0
a ~ l:O to 0 0 -< 0 0 0 0 0 0 0 0 0 0 O' g
., 0 0 0 -< 0 ..... ...J 0 OJ 00 ,.... w It) '" l"l N .,..
.. .. .. III en rn :J 0 () .,..
'.
.
.
lH813M A8 ~3NI:i % 0
f- C'\J
I.(') - 0
<: N ci
'-
~ t'...
..
u
U >-
~ ~ :s I
w
I""': c:: ()
,
::::l -
.. ~ in
" III ~ .= en 0
.. e"
::l W .,..
I- >- W ::::l 0
CO c.. >-~ U "C Z ci
0:: ~ 0 u:
C I- .. LI.. 2
0 w w ~ ~ 0 III
~ ..
C. ..J u: III
W c.. en Q)
C) LI.. ,I:
W :> 2 w w "Q)
0:: w < 0. Z 0 .c:: ~
.e:. !!? en u: u i.i: (i)
l- t"')'
(J) 0
0 C'l 0
W ~ C'\J .,..; t'! ~
I- 0 C'l ......
Z ......
- ==~ .. .. .. .. .. ... ..... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. - - -
0 N 0
N .. 0 en
- v .,.. c::
I- ~ ci
Cl .. .. w
::> 0 . li"{ . I-
:!: '>, ~ .. .. .. ... ... .. .. .. .. .. .. .. .. .. '" .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... .. .. .. . w
co I- z w .. 2
c::
C2 (f'J W ::::l '2 0 :~ :J,
<( .. ..J I- 2 I- 'f '..I
,I- W 0. en J: w ~ ~
- I- 2 r::i en z
6 iJ:c ' ,
(J) < < <.0 ~ -"' ~
- .3 ~ 2 c V
:0 ./
W I.(') ~ /' w
0 .... U") ~
0 "?
~ 0 Ih ~ ~ C ::Eli! en
C\J M 0 $: :J /"
(J) C'\J .... ~ Ci) Z Q Z
< W ',/ 0 :a:
z :S en ::E 0
v- q c::
.'~ " .~ ~ ... .. .. .. .. .. '" .. .. .. .. ... - .. .. .. .. .. .. .. ... ....... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .... C>
.. V
~ ~
..
~ ~ . -
>< UJ V
Q) w (f.)~ .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. - .. ... .. .. .. .. .. .. .. .. .. .. .. .. ..
.. ~ 0 ~
.. :> co z 0
f5 d w 0 - (,) /
..J (,) ~
~ z w ,.8
~ I- - Q) U ~ c - /....
-.. ...... .. .. .. .. .. .. .. .. - ...... .. ...... .. .. ... ... .. ........ .. .. .. .. .. .. .. .. ..
:::5 c:: J: J2 1= 2 w I
I.- 0 I- en g;
0 0. 0. :E ~ o. f
9- w W M Z
Q) ~ e. 'Iii 0. 0 ::::l I 0
!2 ~ 0
w 0
.El ~tl? ~ ~ ~ ", ci
oS tl) 0 lI... ....
C'\JCQ ...... ~
c: g- o
~ 5Ci)
it ~ uJ-
~ >
~ <
., .. c::
~~ z Z "0 e" 'w -
- .. 0 f5
" 0 .. C/)
~ 0 ~ 1= ~ ~ 0::'
7, Z <l:
,~ 0. .. OJ
~ 0
CI - t:: u C2 t:" :::::: ()
c .. 0 Q)
~ W c.. ..J U 2 "$
.. - en 10
0 > 2 :J 2 ., .. .. .. .. .. ......... ... ...... a ... .. .. ... ...... ... ....... .. .. .. .. ... .. ... .. .. .. ........ .. . .. .. ...
,- < 0 e" w W 0
" Z ..J 0 C :2: en 0
z Z 0. - 0
., C2 2 ..J ::::l .m , ci
d': .cD CO 6 0 0< 0 0 0 I 0 0 0 0 a 0 0 0 0
0 0 0 < .......J 0 m co t-- to l() '<t t"l N .... ....
""':l ""':l CO m m :::i ou .,..
.'.'...
i
:.
.
1< lHBI3M A8 tI3Nl::l % -
f- " 0
1 - 0
2: ci
?-
m Q)
"-:l ""'"
",
'"'
U >- .......
~ ~ <t
UJ ...J
~ u
:J -
.. ~ in
.. Vl ~ :l en 0
.. (!) :5 ....
I- >-W :J UJ 0
ceo.. ~ U "C Z ci
~ 0 u::
cf: .. u.. ::
0 Ww ~ ~ 0 Vl
c
a. 5:..1 U; Vl
Wo.. ~' (/) C1)
W (!) u.. c
>:E w w C1)
~ W <l: c.. Z 0 C 1-,
...J
~ !:!!.. C/) u:: u u: Ci:)
I- !--
C")
U) 0 "..
0 00
W N C') N ~ ,
.....
l- t::! .,....
0
Z ...-
- ~~ .. .. .. .. .. ----- .. .. .. .. ...... .. .. .. .. .. .. ... .. .. .. .. .. .. .. .. .. .. .. - . . .. .. .. ..
0 N 0
N .. 0 CI)
- "d" - 0::
l- e .. ~ ci W
0 0__ f
;:) ci ~ I-
:2E " .. ... .. .. ... ... .. .. .. .. .. .. .- .. ... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. - .. .. w
OJ z w .. . 0
I- :iE'
C2 en W ~ ~ 0 '. :i
:J
< ....I I- :iE l- ) " ..J
W 0.. ::I:: w :E
I- :E (/) Z .',
...... ~ 0 o~ en u:~ .. '
(J) <t <0 ~ 7
- ~ !!1. :: c - ~
'0
W lQ 7 w
.,.... r-...: / N
~ 0 ~ ll) ~ :2: " (j)
0 .,.... Cl M [I'
N , ~ ,""" ::>
(J) C'\l (Q Z 0
...... <t Z
W /
Z "0 (/) :2: 0 ct
0
c: .f.. . ~ ~'
ClI
~, .... l! .. .. .. .. .. .. .. .. .. .. .. .. .. ...... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .... C)
~ ..
Ql ~ /
C) 12 - -
ox w /- .
Cl,iw l/) c .. .. .. .. .. .. .. .. .. .. .. .. - .. .. .. .. .. .. .. .. .. .. .. - ----.. .. .. .. .. .. .. .. ..
.. :S c ~
.. :> '~ ~ 0
.gs d w ()
..I ~ ~
~ z w .. _. L
]> I- ...;.., ,~ u :: c '---
r--- ~ .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... .. .. .. ...... ..
::> ~ J: i= :: !:!:! /
0 I- .c en
a 0.. 0.. ~ ~ 0 Ll..
"9 w w CO') Z /
Ql .e: a -::; c..' C :J / 0
f2 ~ . 0
w 0
Ql co tl> Z' / ci
:s 00 (Q Ql- u: ~ / ....
I <0
.c: C'\l m CI,i '<t
......
~ ~ CI) c:
Ql
a ....I
w- V
>
<t /
.. .. ~
7- Z Z (!) - /
Ow:) . .. 0 a w
" d 0 .. <: CI)
~ ~ f= ~ 0 c::: I
;; Z <t
~ w 0.. 0
- t:: u ~ ....... ~
,(J <.: .. 0 u
.' W 0.. ....I U ~ .. V5
> :E .. ..... (/) :J h ........ .. .. ... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ...... .. .. ... .. .. .. .. ... .. .. ...... .. .. .. .. ..
0 .. <l: 0 (!) UJ w :E 0
< Z ....I C c :E C/) 0
~ z z c.. - I 0
., ~ :E ....I :J C/) ci
a <; co co 0 0 <t 0 0 0 0 0 0 0 0 0 ,0 0 0
.' 0 0 0 <t 0 ".. ....I 0 m co f'o- (0 l[J v C"l N - ...
~ """) """) CD en en ::::i c u ......
.
.
.
lHEl13M A8 ~3NI.:J % ~
f- a
I ,..-- 0
<: ci
~
CO ~
...
..
,U
c..> >-
. <(
W .J ..
~ a:: u
=> -
-.: ~
.. en
" Vl ~ ::l (J') 0
.. C,!)
.:; U.J ~
I- >- w => 0
CO a. >-. U 'C Z ci
a:::: ~. r- .. 0 i:i:
Cl ~ u. :E
0 w w ~ 0 III
0- S; ..J a:: . Ii III
W a. (J') u. CIJ
w :> :E C,!) w w c
CIJ
a:::: w <C a. Z 0 c ~
a:: ~ (J') i:i: c..> u:: CIJ
I- -
cry
en a
a cx:l
W ~ 'I:t c\i ~
I- ~ C\l
0
Z ..- ===~'
- .. ... .. ... .. .. .. .. .. .. .. .. .. . ..... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... .. .. ... .. ..
0 N / 0
N .. 0 C/)
~ "'" / .... a::
~ ci
0 .. 0 uJ
:::J d . ./ I-
:iE c .. .. .. .. .. .. .. .. ... .. ... .. ... .. .. ... .. .. .. .. .. ... .. .. ... ... .. .. .. .. .. .. .. .. .. -:~" .. W
OJ z w .. D
I- a:: '. :a:
: ~' CI)' W => :E 0 :J
-( ,.. ..J r- :E I- / '.! ..J
,W a. :I: w )'
I- ---- I- :E (J') c. (J') z :E
5 G: .~ "
en < <C to ~
- e. (J') :E Cl - / ~
'0 -
w / w
~ :h >- ~ ./ N
~ a d (0 I Cl :2 lil Ii en
C\J ('fj d 2
en C\l z 0
"tl <C w z
Z c: (J') :2 I 0 ~
co 0
- f- ., t q
~ \!! .. .. .. .. .. .. .. .. .. .. .. .. ... .. .. ... .. .. .. .. .. .. .. .. ... .. .. .. .. .. .. .. .. .. .. .. ... .. .. .... 0
-.J ..
05 ~
-S g
C!) -
c: >< w f-' .
co U.J rn c
.. CI) Cl ~ .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. - .. .. .. . .. .. .. ..
.. ::;: .:::.2 ~
u 0 I
~ d w C1l ~ tl
..J -
~ Z W .Q ..
Z ... -0 U .. -
- c: :E Cl -.. .. .. .. .. ........ .. ...... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ..
:::> 0::: :r:: C1l i= :E U.J
'- 0 I- ~ (J') i:i:
0 0.. a. :5 0
, 9: w w Ol (<') Z
Q) ~ Cl ~ a. Cl :::J 0
2 - 0
{l w 0
~ cx:lcx:l :1;; ~ ci
~ ....
cx:l, -10 u.
.1:: NO) 8lC\l >-
~ 50) 0 d
0 uJ-
-.J
'b >
I:: <C
.. .. (lJ a:: ,
~ Z Z f- C,!) ~
~ ~ .. 0 -.J W
.: 0 o .. 05 CIJ
~ i= i=~ 0:::
7- Z <C -6 <l:
~ '" 0.. 0 0
- !:: u 0:: ~ u
c; c .. 0 c:
'. U.J a. U Z .. (lJ
..J 0)
. 2 .. - (/') :J :. .......... ... ........ .. .. .. .. .. .. .. .. .. ...... .. .. .. .. .. ......... .. .. ... ... .. .. ...... .. .... ....
0 ,- <C d C,!) w w :E 0
~ Z ..J Cl Cl :E (J') 0
~ Z Z 0.. '--- 0
v, 0:: :E d :::J (J') ci
(j <.; CD CC 0 c <C 0 0 ,0 0 0 0 0 0 0 0 0 0
., 0 0 0 <C 0 .... ..J 0 OJ co I'- lD ltJ ~ C'l N .... ....
~ "'"':I "'"':I m (J') (/') :J Cl u ....
~
Q 0 R E~
pHUt- ~UIL
""OP'EkT"T r.CJEHCES
JOB NAME:
JOB NO. :
DRING NO. :
LOCATION:
SOIL DESCRIPTION
LIQUID LIMIT, % :
rade
REPORT NO. :
.DEPTH :
21923
18.5'-20'
DATE: 10/2/03
REVIEWED BY :
SAMPLE TYPE: Jar
SAMPLE NO. :
Loose, ra and brown, silt, fine to medium SAND
PLASTICITY INDEX I % :
FINES, % :
ASTM D 4972
PROCEDURE: ,
SAMPLE PREPARATION USING WATER
1 AIR DRY ABOUT 20 SOIL. SCREEN THROUGH # 10 SIEVE. PLACE 10 GRAMS SOIL IN THE GLASS
CONTAINER AND ADD -10 ML OF WATER. MIX THOROUGHLY AND LET STAND FOR - 1 HOUR.
USING pH METER :
pH
5.3
SAMPLE PREPARATION USING 0.01 M CACL2 SOLUTION
AIR DRY ABOUT 20 SOIL. SCREEN THROUGH # 10 SIEVE. PLACE 10 GRAMS SOIL IN THE GLASS
CONTAINER AND ADD -10 ML OF 0.01 ML CACL2 SOLUTION. MIX THOROUGHLY AND LET STAND
FOR-1 HOUR.
PREPARING 0.01 M CACL2 SOLUTION 1;
1. 1.0 M CACL2 STOCK SOLUTION : DISSOLVE 147 GRAMS OF CACL2 *2H20 IN WA"lfER IN A
1.000 CC VOLUMETRIC FLASK', COOL, DILUTE TO VOLUME WITH WATER AND MIX., ::Y,
2. 0.01 M CACL2 SOLUTION: DILUTE 20.0 ML OF STOCK 1.0 M CACL2 SOLUTION TO 2000 CC WITH.
WATER. THE pH OF THIS SOLUTION SHOULD BE BETWEEN 5 AND 7. '
USING pH METER :
pH
-
t
ASTM G 51
SAMPLE PREPARATION
MAKE THE pH MEASUREMENTS AS QUICKLY AS POSSIBLE AFTER THE SOIL IS TAKEN FROM THE
FIELD. THE SAMPLE MUST BE IN AIR CLEAN, AIRTIGHT, GLASS CONTAINER OR PLASTIC BAG.
PACK SOIL WITH DRY ICE, IF MEASUREMENTS NOT MADE WITHIN 24 HOURS.
PLACE THE GLASS ELECTRODE AGAINST UNDISTURBED SOIL. WAIT FOR 1 TO 2 MINUTES FORTHE
READING TO STAB'iuZE .TAKE THREE READ'ING . THEY MUST WITHIN 0.2 pH .
USING pH METER : pH
REMARKS:
, ,'-U
Q 0 R EN
pM v.... ~VIL-
'R.OPlkTY sel"ENeES
JOB NAME :
,/::C:- JOB NO. :
~
ORING NO. :
LOCATION:
SOIL DESCRIPTION :
LIQUID LIMIT, % :
rade
REPORT NO. :
DEPTH :
21923
10'-11.5'
DATE: 10/2/03
REVIEWED BY :
SAMPLE TYPE : Jar
SAMPLE NO. :
Firm,
FINES, % :
ASTM D 4972
PROCED URE :
SAMPLE PREPARATION USING WATER
"I AIR DRY ABOUT 20 SOIL. SCREEN THROUGH # 10 SIEVE. PLACE 10 GRAMS ~OIL IN THE GLASS
CONTAINER AND ADD -10 MLOF WATER. MIX THOROUGHLY AND LET STAND FOR -1 HOUR. '
..-
USING pH METER :
pH
6.0
SAMPLE PREPARATION USING 0.01 M CACL2 SOLUTION
AIR DRY ABOUT 20 SOIL. SCREEN THROUGH # 10 SIEVE. PLACE 10 GRAMS SOlL IN THE GLASS
CONTAINER AND ADD -10 ML OF 0.01 ML CACL2 SOLUTION. MIX THOROUGHLY AND LET STAND
FOR - 1 HOUR .'
PREPARING 0.01 M CACL2 SOLUTION
'"'
1. 1.0 M CACL2 STOCK SOLUTION : DlSSOL VE 147 GRAMS OF CACL2 *2H20 IN WA:rtR IN A
1000 CC VOLUMETRIC FLASK I COOL, DILUTE TO VOLUME WITH WATER AND MIX.
2. 0.01 M CACL2 SOLUTION: DILUTE 20.0 ML OF STOCK 1.0 M CACL2 SOLUTION TO 2000 CC WITH
WATER. THE pH OF T~IS SOLUTION SHOULD BE BETWEEN 5 AND 7 .
USING pH METER
pH
-
ASTM G51
SAMPLE PREPARATION
,MAKE THE pH MEASUREMENTS AS QUICKLY AS POSSIBLE AFTER THE SOIL IS TAKEN FROM TH~
FIELD. THE SAMPLEMUST BE IN AIR CLEAN, AIRTIGHT. GLASS CONTAINER OR PLASTIC BAG.
PACK SOIL WITH DRY ICE I IF MEASUREMENTS NOT MADE WITHIN 24 HOURS.
PLACE THE GLASS ELECTRODE AGAINST UNDISTURBED SOIL. WAIT FOR 1 TO 2 MINUTES FOR THE
READING TO STABILIZE .TAKE THREE READING. THEY MUST WITHIN 0.2 pH.
USING pH METER : pH
.
.
REMARKS:
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 01150 - MEASUREMENT AND PAYMENT
/. 1.01 SCOPE:
A. Under this, heading shall be' included the methods of measurement and
payment for items of work under this ,Contract. '
1.02 ESTIMATED QUANTITIES:
.
A. All estimated quantities for unit price items, stipulated in the BID
, PROPOSAL or other Contract Documents, are approximate and are to be
used asa basis for e,stimatirig the probable cost ofJhe, work 'and for
comparing the bids submitted for the Project. The aCtual amounts of work
done and materialsfumished under price items may differ from the
estimated quantities. The basis of payment for work a~d materials will be
the actual amount otwork done, and, material fumished., The Contractor
agrees to make no claim for damages,' anticipated profits or otherwise on
account of any difference between the amounts of work actually performed
and materials actuallyfumishedand the estimated amounts included in.
the BID PROPOSAL. The Contractor will not be paid for any work which'
exceeds 25 percent of the quantity set forth in the Bid~chedule without a
change. order issued., before the, work is performed unless specifically
ordered in writing by the Engineer. The Contractor will, provide assistance
to the Engineer to check quantities and elevations when so requested.
1.03
A. ITEMS S-1A throuah S-16M andS.;48N throuah S-SSN - All piping line
items' shall be meas,ured in horizontal linear feet and shall include costs for
'piping and installation, trench excavation,trench box, dewatering, asphalt
cutting, 'nollTlaljoints and 'gaskets, normal 'backfill" bedding material,
infiltration and ,eXflltration' testing, mandrel pulling, and CCTV camera
inspection as required. Camera inspection shall include all costs for closed
circuit camera, inspection, ,of the sanitary sewer system, including.
mobilization, ,demobilization, inspection,' video tape o copies, and field
reports. No additional payment shall'be made for these items.
.j "
C.
B. ITEM S-18 - Select backfill shall be measured in cubic yards for both
Types I and II and shall include costs for the backfill and installation as
well as all transportation and stockpiling' charges.' The volume of material
included shall be the actual measured "in-place" volume. The standard
trench width used to calculate the volume will be ,7 feet. . No additional
payment shall be made for these items. .
'ITEMS S-20A throuah S-20F - Pre-cast manholes shall be measured
individually (each) and shall include costs for manholes, excavation,
dewatering, asphalt cutting, collars and boots, grouting and/or other
.
MEASUREMENT AND PAYMENT.
01150-1
rc'::,
'.
i.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
J.
ITEM 5-33 - Sanitary sewer manhole tie-ins shall be measured individually
(each) and shall include ,costs for cutting/coring of existing manholes,
collars, rubber boots, any required gaskets, excavation, dewatering, soil
stabilization, asphalt cutting, and normal backfill. No additional payment'
shall be made for these items.
, '
K. ITEM 5-37 - Granu,lar fill for FRPM pipe installation shall, be measured in
. cubic yards and shall include costs for the installation,' compaction, as well
as all trarlsportation and stockpiling, charges. 'The volume of material
included, shall be the actual rheaslJr~d "in-place" volume. No additional
payment shall be made for these , items: '
L. ITEMS S-38 throuah S-44 - Special structures shall be measured
individually (each) and, shall include costs for 3000 psi concrete,'
reinforcement, installation, site preparation, bulkheads, pipe removal,
benches, formwork, and finishing, and appurtenances as shown on the
Drawings. No ad~itional payment.shall be made for these items.
M. "ITEMS S-45A throuahS-45J -,96" x 36'" Precast box culverts shall be
measured 'in linear feet and shall .include costs for installation, trench
excavation, trench' box, dewatering, asphalt cutting, normal joints and
gaskets, joint testing, Iinabond liner installation and testing, bedding
m~terial, and GCTV camera inspection as 'required. Camera inspection
shall include all costs for closed circuit camera inspection of the sanitary
sewer system, inclyding mobilization, ,demobilization, inspection, video
tap~ copies, and field reports. No additional payment shall be made for
these items. .
. . . . ~ - .
. . . . .' .
N. ' ITEMS S-56AthroLJQhS-58C -, Fi,berglass-reinforcecl polymer mortar tee
base 'manholes shall be measured individually (eac;h) and shall include
costs for manholes, excavation, dewatering, asphalt cutting, collars and'
boots, special couplings, grouting, ang/C?r other connections, installation,
normal backfill, and vacuum/joint te,sting as specified. Manhole vacuum
testing shall include' all costs for testing equipment, testing labor,
mobilization, demobilization, and reporting. Manholes failing testing shall
be re-tested at Contractor's expense. Repairs to failing manholes shall be
made external to the manhole utilizing a' method approved by the Augusta
Utilities Department. ,No additional payment shall be made for these
, items.
O. ITEM 5-59A and 59B - Fiberglass manhole risers sha'lI be measured in
vertical feet and shall include costs for excavation, dewatering, backfill as
specified by type, steps, and ring & cover. No additional payment shall be
made for these items. '
P.
ITEMS S-60A and 60B - Stubouts on tee base manholes shall be
measured individually (each) and shall include cost for fabrication by
FRPM tee base manhole manufacturer, excavation, dewatering, and
MEASUREMENT AND PAYMENT
01150-3
/... -:""'-
,r.
'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
footage will be 7 feet. No additional payment shall be made for these
items.
\
W. ITEM 5-67 - Removal of existing manholes shall be measured individually
(each) and shall include costs for cutting and removal of existing
manholes, ex~avation, dewatering, asphalt/concrete ~utting, offsite
disposal, and normal backfill. No additional payment shall be made for
these items. '
X. ITEM 5-68 - HOPE carrier pipe in existing 54" casing pipe (Alternat~
No.2) shall be measured in linear" feet and shall include costs for
, installation of ,HOPE inside existing 54" casing pipe, spiders, end seals,
, flowable fill of annular, space, bypass pumping, and appurtenances for a
complete job. No additional payment shall be made for these items.
~. . .
~ . '
y. ITEM 5-69 - Pay item associated with Alternate No.1. The lump sum
deduct to remove pay items S-12E, S-12K, S-131, S-:13K, S-:13L, S-15L, S-
16L, S-16MS-37, s~51A, S-578, S':S7C and S-57D from the base bid
price.
1.04 PAVEMENT STRUCTURES
A.
ITEM P-1 - Asphalt overlay shall bE3rneasured ,in square yards and 'shall
include costs for asphalt materials and installation, temporary striping and
permanent' striping (replaced in kind), and markers (both temporary and
permanent). No additional payment shall be made for these items.
:"'
B. ITEMP-2 - Trench restoration associated with asphalt pavement repair
and patching, including aggrega.te. base (8'; thic:~), ,.Ieveling course (5"
thick) shall be measured. in squareyardsand~hall include costs for all
aggregates (regardless of.type), bituminous tack coat, asphalt, installation,
asphalt/concrete cutting, exc(3vation,; striping (both" temporary and
permanent), and markers (both temporary and permanent). The square
yardage calculation shall be based upon a standard width of ten (10) feet
for payment purposes. No additional paYment shall be made for these
items. ' "
C. ITEM P-4 - Milling shall be measured in square yards at a depth of 1-1/2"
and shall include all materials, labor,equipment, and material removal and
disposal costs. No additional payment shall be made for these items.
O.
ITEM P-6 - Concrete driveways shall be measured in square yards and
shall include costs for 3, 000 psi c, oncre, te, installation, ,site P, reparation,
formwork, and finishing. Existing concrete shall be removed to the nearest
joint as directed by the project representative. Payment shall include all
MEASUREMENT AND PAYMENT
01150-5
!e
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
installation, trench excavation, trench box, dewatering, ',asphalt cutting,
"normal joints ,and ,gaskets, ,special connections "to' existing asbestos-
. _' ..:' '. .-." C,.: ' .:.'" ;':'./
, cement water Iins, normal backfill, pressu're, and leakage testing,' pipe
sterilization, bact!3ritllogical testing,and' flushing. No additIonal payment
shall be made for these items. '
'D.
, , .
ITEMS' W-23 - R,er;nove and relocate off~erwater main of asbestos-
cement water line and replacement withdljctile iron waterline offset shall
be measured in individually. (each) ahd ~shall include removal and disposal
of asbestos-cement structures in accordan.ce with aiL applicable laws' and
regulations; ductile iron piping and installation, fittings,' joint ". restraint,
trench 'excavation, trench box,~ewatering, asphalt cutting, normal joints
cmd gaskets, special'connectiolJsto existing'asbest6s-gernent water line,
normal backfill,' pressure"'. and :Ie?kage .', te~ting, pip~ sterilization,
bacteriological testing, and flushing. No additional payment shall be made
for these items.
1.06 MISCELLANEOUS
rrEMM-1 - Flowable fill, s,hall'~pe mea~'L.il'~d; Iii cubic yards and shall
include costs fc;>r,all matenals,la~or, equipmer:lt! and excess materials. No
additional payment shal,l b'~'nladEffor the~,e iterhs'."
B. ITEM M-2 - ROCK excavation shall be measured in cubic yards and shall
, include costs, for blasting, labor, equipment, and, materi,al removal and
disposal. No additk>nalpay~entshall ber,nade'for these" items. '
, - ,,' - -',. ' - ....> ~- .
; "
C.,' '.,; ITEM'M-4-Clearing andgn.ibbirig shail be measured in acres and shall
"include costs ,'tor vegetation rehlOval, stockpiling, disposal and any
"req~ifed perr'l1itting. No additional payment shaWbe made for these items~
D. ITEMS M~6 throuah M-10 and M-12 ';';'" Removal and replacement of storm
piping shall be measured in linear feet and shall include costs for RCP
piping, excavation, dewatering, bypass pumping, asphalt/concrete cutting,
installation, normal backfill, aggregate base and asphalt pavement repair,
and property restoration. No additional payment shall be made for these
items. ,
E. ITEMS M-11 and M-13 - Payment for removal and replacement of
existing storm pipes shall be lump sum and shall include all materials,
labor, equipment and excess materials required for removal and disposal
of existing pipes, site preparation, shoring/sheeting/bracing, dewatering
and bypass pumping, piping, installation, and backfill as specified for type
of pipe. All work shall be performed under supervision' by Augusta
Department of Public Works & Engineering. No additional payment shall
be made for these items.
MEASUREMENT AND PAYMENT '
01150-7
"
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 01710 - CONTRACT CLOSEOUT
'. PART 1 - GENERAL
1.01 DESCRIPTION:
A. Contract closeout is the process that recognizes Substantial Completion, the
transition of plant operations to the OV'{ner, arld Final Completi~r1.Asthe
Work nears Substantial Completion, sequences of activities and their
responsibilities need to be identified, planned, scheduled"al1d effectively
implemented to facilitate a smooth completion of the overall project.
B. This section defines the, process by which the transition from construction to
plant operations will be effected. Terms, roles, respon,sibilities, and actions
will be identified herein.
1 :02 SECTION INCLUDES:
~.. . ~.
A. Releases From Agreements
0,8. " Substantial Completion
C. Punch List
.
D.
Final Acceptance~nd Ready for Final Payment .
1.03 RELEASES FROM AGREEMENTS:
A. Fl,Jrnish Owner written releases from any and all subcontractors or suppliers,
or the like, who performed Work or supplied labor, materials, and/or services
pursuant.
, B., .In the event Contractorisunable to secure written releases, inform the
Owner of the reasons:
1. Owneror itsrepresent(3tiyes wilr~xarnine the site and/or Work, and
,Owner will direct Contractor to c()mplete W ark that, may ,be necessary
,to satisfy terms oftheagreement.
2. Should Co ntractor refuse,to perform this Work, Owner reserves the
right to have it done by separate contract and deduct the cost of same
from the Contract Price, or require the Contractor to furnish a
satisfactory Bond in a sum to cover legal claims for damages.
3. When,Owner is satisfied that Work has been completed in agreement
with the Contract Documents and terms of easements, the right is
.
CONTRACT CLOSEOUT
01710-1
'.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
initiated immediately upon Substantial Completion. The overall Contract
duration is based upon a 60-day period following the contractuald~te:for
Substantial Completion to establish the contractuaLdate for Final '
Completion. Late delivery of Substantial Completion shall not revise the
Final Acceptance date. Assessment of Iiqqipated damages for late
Substantial Completion shall not relieve assessment of liquidated damages
for Final Acceptance should Final Acceptance be established beyond the
contractual completion date.
1.06 ,FINAL ACCEPTANCE:
A. Final Acceptance is as addressed in Articles 14.13 and 14.14 of the General
Conditions.
B. Completion of all punchlist tasks/requirements is required prior to the Work
being eligible for declaration as finally accepted.
C. All record documents must be submitted to and accepted by the Engineer
prior to the Work being eligible for deClaration as finally accepted.
D. All releases must be submitted to and accepted by the Engineer prior to the
Work being eligible for declaration as finally accepted.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 01710
CONTRACT CLOSEOUT
01710-3
S&P Project No. G124-02-01
, Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No, 60115
SECTION 01780 - CLOSEOUT SUBMITTALS
. PART 1 - GENERAL
1.01 SECTION INCLUDES:
A. Project Record Documents.
1.02 RECORD DOCUMENTS:
A. Project Record Documents: Record documents shall be submitted prior to
Final Application for Payment.
B. Maintain on site one set of the following record documents; record actual
revisions to the Work:
1 . Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
6. Manufacturer's instruction for assembly, installation, and adjusting.
C.
. D.
E.
F.
Ensure entries are complete and accurate, enabling future reference by.
Store record documents separate from documents used' for construction.
Record information conc:;urrent with construction progress.
Specifications: Legibly mark and record at each product section description
of actual products installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and modifications.
G. Record Drawings and Shop Drawings: Legibly mark each item to record
actual construction including:
1. Measured depths of foundations in relation to finish first floor datum.
2. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
3. Measured locations of internal utilities and appurtenances concealed
in construction, referenced to visible and accessible features of the
Work.
4. Field changes of dimension and detail.
5. Details not on original Contract drawings.
.
PART 2 - PRODUCTS (NOT USED)
CLOSEOUT SUBMITTALS
01780-1
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
, Augusta Utilities Department Project No, 60115
SECTION 01800 - SUBMITTALS
i. 1.01 GENERAL:
Submittals, covered by these requirements" include man ufactLJ rers' information, shop
drawings, test ,proqedures, test results,samplE3s, :'reguests'Jor ,substitutions, and
miscellaneous work-related submittals." Submittals-shall also'include, but not be limited
to, all rriechanical, electrical and eleqtronic ;;equip:ment and ,. ~ystems, materials,
reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall
furnish all drawings, specificpticms, d~scriptive,; data, ,certificate~, " samples, tests,
methods, schedules, and manufactUrer's installation and' other" instructions as
specifically required in the Project Manual todemonstrate fully t,hatthe materials and
equipmentto , be furnished and. the m(3thods of work cOrnply with" the .provisions and
intent of the 'contract documents. '
2.01
CONTRACTOR'S RESPONSIBILITIES: .
'.
The Contractor shall be .responsible f?r, the accuracy and completeness of the
information contained in each submittal and shall assure that the material, equipment or
method of '1ork shall be as described inthe submitta,L The Con~ractorshall certify that
all features of all products conform to the spe'cified requirements:, Subm,ittal documents
shall be clearly edited to indicate only those items, models, or series of equipment,
which are being submitted for review. All extraneous materiials shall be cr()~sed out or
otherwise obliterated. The Contractor shall ensure that there is no conflict in each case
where his submittal may affect the work of another contractor., or ,the Owner. The
Contractor shall coordinate submittals among his subcontractors arid suppliers.
. , .
The Contractor shall (~()ordinate submittals ,with the work so thiitwork will not be
delayed. ,He shall cqordinate and sChedule.differentcategoriesOf,submittals, so that
one will not be .delayed forlack ofcoordi!lationwith.another. NoeXten,~ion of time will
b~ allowed because ,of failure to prop,erly schedule submittals. The Contractor shall not
proceed with work rela~~d" to a submittal, unit the " submi#~1 process is" complete. This
requires that ~ubmittals for review and ; comment shall De returnedto.the Contractor
stamped:,/Vo Exceptipns Taken or Make Co,!ections Noted. ,
The Contractor" shaH' certify. on each. submittal document that he "has reviewed the
. submittal, verified field conditions, and complied with the contract documents.
. '.,
The Contractor may authorize in writing a material oreqLJipmentsupplierto deal directly
with the E,ngineer orwith the Owner with regard to'a submittal. These' dealings shall be
limited to contract interpretations ,to clarify anej expedite the'''VJork.
.
SUBMITTALS
01800-1
,
t.
:.
'.
s&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
B;
DEVIA TIONFROM CONTRACT:
If the Contractor proposed to provide material, equipment, or method of work
which deviates from the projectfTlanual,pe shc:lll indicate so under "deviations"
on the transmittal form accompanying the subrnitt~1 copies.
,C.
, ,
.. ' ~
.' SUBMITT AL'COMPLETENESS: '
Submittals which 'do not have all the information required to be submitted,
"including deviations, are not acceptable aod will be returned without review.
5.61 REVIEW PROCEDURE:
A. GENERAL:
.~ .
Submittals are specified for thos,efe~tures. and characteristics of materials,
,'"equipment, and methods ,of operation 'which can. be selected based on the
Contractor's judgment of their conformance to the specified requirements. Other
,features and characteristics are specified in? ,rnann~r:'which enables the
Contractor to~etermine acceptable options ",ithout subhlittals,.' The review
procedure is based on the Contractor's guarantee that aU.features and
characteristics not requiring" submittalsconformas specified. Review shall not
extend, to means, methods,. .techniques" ,sequences qf, procedures of
construction, or to verifying quantities, dimensions, weights or gages, or
fabri~ation pr()c~sses (exc~pt whe,re ~pecific~lIy )rdicat!3,d or"required by the
project mcmual) or to,s.afety precautbns or prc;>grams, incident thereto. Review of
a separate item, as such, will not indicate appro, val of the assembly in which the
, - -,,~.
item functions. ' " ' .
When the contract documents, require a submittal,' the Contractor shall submit
the specified information as fol!ows:
" , , - :-', ",;-.. . " ,- .
1. Sixcopies of ai,' submitted iflfomiati6n shalfb~Jransmi:tted with submittals
for review and comment. ", ,
. '
2. Unless otherwise specified, Jive copies of all submitted information shall
be transmitted with ,sLJbmittals (product, data) for information qnly. .
. ,
. '. .
. '. .. .
B. SUBMITTALS FOR REVIEW AND COMMENT:
Unless otherwise specified, within thirty (30) calendar days after receipt of a
submittal for review and comment, the Engineer shall review the submittal and
return two copies to the Contractor. The returned submittal shall indicate one of
the following actions: '
1. If the review indicates that the material, equipment or work method
complies with the project manual, submittal copies will be marked No Exception
, SUBMITTALS
01800-3
01800-A SUBMITTAL TRANSMITTAL FORM
DATE:
TO:
SUBMITTAL NO.:
CONTRACT NO.:
SPEC. SECTION:
FROM:
.
ATTENTION:
THE'FOLLOWING MATERIAL IS TRANSMITTED FOR SUBMITTAL REVIEW"-
NO. DATE COPIES DESCRIPTION/EQUIPMENT NO.
WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE
.'SPECIFICATIONS
..---.:... with no exceptions
_ except for the following deviations
NO.
DEVIATION '
.
,CONTRACTOR'S SIGNATURE
o NO EXCEPTION 0 MAKE CORRECTIONS
TAKEN' NOTED,
o REJECTED<,D REVISE AND.RESUBMIT "
Checking is only for general conformanCe with' the' design
concept of the project and general compliance with the
information given in the contract documents. Any action
shoWn is subject to the requirements of the plans and
specifications. Contractor is responsible for: Dimensions
'which shall be confirmed and correlated at the job site:
fabrication procesl)e!i and ',' techniquEls of construction:'
coordination of his work with that of any other trades and the
satisfactory performance of his work.
STEVENSON & PALMER ENGINEERING, INC,
Date:
By:
.
S&P Project No. G124-02-Q1
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02110 - SITE CLEARING
'. PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
. ',.
Drawings and general provisions of Contract, inclu9ing General.arid Supplementary
Qonditions and Division-1 Specification sections, apply to work of this section.
1.02. DESCRIPTION OF WORK:
A.
Site c1earina work includes, but is not limited to:
· Protection of existing trees.
· Removal of trees and other vegetation.
· . Jopsoil stripping.
· Clearing and grubbing.
· Removing above-grade improvements.
.
· Removing below-grade improvemerts.
1.03 JOB CONDITIONS:
A. Traffic:
. .
Conduct site clearing operations to ensure # minimum interference' with roads,
streets, walks, and other adjacent occupied or used facilities. '..' Do notc.lose
or obstruct streets, walks or other occupied or used facilities withoUt
permission from authorities having jurisdiction.
1 ~,
B. Protection of Existin~ Improvements:
Provide protections necessary to prevent damage to existing improvements
indicated to remain in place.
Protect improvements on adjoining properties andon Owner's property.
Restore damaged improvements to their original condition, as acceptable to
parties having jurisdiction.
C. Protection of Existina Reference Points:
.
Maintain and protect all benchmarks, ,monuments, and other reference
points. Any reference point damaged or destroyed as a result of the
SITE CLEARING 02110-1
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
stones, and other object over 2" in diameter, and, without weeds, roots, and
other objectionable material. ' " :
C.
Strip Topsoil:
Strip topsoil to whatever depths encountered in ,a manner to 'prevent
intermingling with underlying subsoil or other objectionable materiai'. "
Remove heavy growths of grass from areas before stripping.
D. Stockpile Topsoil:
Stockpile topsoil in storage piles where directed. Construct storage piles to
freely drain surface water. Cover storage piles if required to prevent
wind-blown dust.
E. Disposal:
Dispose of unsuitable or excess topsoil same as waste material, herein
specified. '
F.
Clearino and Grubbina:
Clear site of trees, shrubs and other vegetation, except for those indicated to
be left standing.
Completely remove stumps, roots, and other debris protruding through
ground surface.
Use only hand methods for grubbing inside drip line oftrees indicated to be
left standing.
G. Removal of Improvements:
Remove existing above-grade and below-grade improvements necessary to
permit construction, and other work as inpicated.
Abandonment or removal of certain underground pipe or conduits may be
shown on mechanical or electrical drawings, and is inCluded under work of
those sections. Removal of abandoned underground piping or conduit
interfering with construction is included under this section.
3.02 DISPOSAL OF WASTE MATERIALS:
SITE CLEARING
A.
Burninq on Owner's Property:
Burning is not permitted on Owner's property.
02110-3
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02110 - SITE CLEARING
'. PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
.
.
Dr~wings and general provisions of Contract" including. General an,i;i .Supplementary
gonditions and Division-1 Specification sections, apply to work of this section.
1.02 bESCRIPTION OF WORK:
A. Site cleanna work includes, but is not limited to:
· Protection of existing trees.
· Removal of trees and other vegetation.
· Tppsoil stripping.
· Clearing and grubbing.
· Removing above-grade improv~ments.
· Removing below-grade improvements~
1.03 JOB CONDITIONS: '
A. Traffic:
Conduct site clearing operations to ensure minimum inteiference with roads, .
streets, walks, and other adjacent occupied or used faqilities., Do not close
or obstruct streets, walks or other occupied or used' facilities without
permission from authorities having jurisdiction. .
B. Protection of Existina Improvements:
Provide protections necessary to prevent damage to existing improvements
indicated to remain in place. '
Protect improvements on adjoining properties and on Owner's property.
Restore damaged improvements to their original condition, as acceptable to
parties having jurisdiction.
C. Protection of Existina Reference Points:,
Maintain and protect all benchmarks, monuments, and other reference
points: Any reference point damaged or, destroyed as a result of the
SITE CLEARING 02110-1
'.
'.
.
S&P Project No, G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No, 60115
stones, and other object over 2" in diameter, and without weeds, roots, and
other objectionable material. " '
C.
StriP Topsoil:
Strip topsoil to whatever depths encountered in a manner)o., prevent
intermingling with underlying subsoil or other objectionable material.
Remove heavy growths of grass from areas before stripping.
D. Stockpile Topsoil:
Stockpile topsoil in storage piles where directed. Construct storage piles to
freely drain surface water. Cover storage piles if required to prevent
wind-blown dust.
E. Disposal:
Dispose of unsuitable or excess topsoil same as waste material, herein
specified.
F.
Clearina and Grubbina:
Clear site of trees, shrubs and other vegetation, except for those indicated to
be left standing.
Completely remove stumps, roots, and other debris protruding through
ground surface.
Use only hand methods for grubbing inside drip line of trees indicated to be ,
left standing.
G. Removal of Improvements:
I
Remove existing above-grade and below-grade improvements necessary to
permit construction, and other work as indicated.
Abandonment or removal of certain underground pipe or conduits may be
shown on mechanical or electrical drawings, and is included under work of
those sections. Removal of abandoned underground piping or conduit
interfering with construction is included under this section.
3.02 DISPOSAL OF WASTE MATERIALS:
A.
Bumina on Owner's Propertv:
Buming is not permitted on Owner's property.
.SITE CLEARING
0211Q-3
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02210 - EROSION CONTROL ,,'
. PART 1 - GENERAl
1.01 RELATED DOCUMENTS:
"'", i""
Drawings and general provisions of the' Contract, inCluding General and Special
Conditions, and Division-1 Specification Sections.applyto,worKof this section.
1.02 DESCRIPTION OF WORK:
Under this section shall be included all measures bothtemporaryand permanent to
control erosion and sedimentation, and protect all surface waters and propertyhoth
on and off sit~~:,Thisshall,incluge.alllabor,',m?1te~,c:i1~ ~qd equipIT1,en~necessary to
" meet the requirements of this Secticm.
~ ) . " , _",C.,' '.
1.03 EROSION AND SEDiMENTATION ACT: DEFINED:
It is the intent of this Specification that the Project and thE:) J;ontractor cOrnplywith
all applicable requirements of the Erosion and Sedimentation Acf of 1975'and the
Richmond Count}' S()i1,Erosion, Ordin~~c~.
'.
:,....".,:. ", ....,.._ ,r,"'
The Manual for Erosion andS~diment Control' i~C3eorgiafu'rther defines practices
, and requirements. The Contract()F i~responsibl~fQrrnC?intaining aU,sediment and
erosion control measures,on ,the Pr:oje9t, si,t(3 du~ngcol1struction",J'he Contractor is
responsible, for Ciny,' dainage,,:caused)~ue~() J:failLJre,'tg implerT,1ent these
requirements. A Soil Erosion and Sedimentation Control Permit has been ,obtained
by the' Owner'so that periodic inspections may be::maciE3, b~;ihE3Courtty. The
Contractor is to cooperate with the person performing these inspections.'
.' " ' ' J'C', .' J; ,,',
.1.04 COORDINATION WITH CONTRACT PLANS:'
. . ~. ',,' .' . .': . '- : . ..:' "
A Soil Erosion and Sedimentation Control Plan ish1C1uded in the Contract
Documents and is to be implemented as;apartof:the procedures necessary to
implement requirements of the Act and Oidihance.' J.', ' , , ,,!, " .
PART 2 - PRODUCTS
Not applicable to this specification section.
PART 3 - EXECUTION
3.01 IMPLEMENTATION:
Implementation of the requirements of the Act is based on the following principles:
.
EROSION CONTROL
02210-1
rj
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02221 - EXCAVATION, TRENCHING AND BACKFILL FOR UTILITY
SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Work Includes:
· The excavation, trenching and backfilling required for .aH underground
utility systems.
,. Utility ,systems include sanitary sewers, storm 'sewers, water piping and
, force mains.
B. Definition: .
"Excavation" consists of removal of material encountered tosubgrade
elevations indicated and subsequent disposal of materials removed.
1.03 QUALITY ASSURANCE:
A. Codes and Standards:
Perform excavation work in compliance with applicable requirements of
governing authorities having jurisdiction. .
" B. Testina and Inspection Service: '
Owner will engage soil testing and inspection service for quality control
,testing'during earthwork operations.
1.04 JOB CONBITIONS:
A.
Site Information:
Data on indicated subsurface conditions are not intended as representations
or warranties of accuracy or continuity between soil bearings. It is expressly
understood that Owner will not be responsible .for interpretations or
conclusions drawn therefrom by Contractor. Data are made available for
convenience otContractor.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04
02221-1
'.
'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No, 60115
the work of the Contractor, the interruption shall be a minimum and shall be
scheduled in advance with the Engineer and the Utility Owner.
The Contractor shall restore all facilities interfered with to their original
condition or acceptable equivalent. The cost o(such restoration or damage
~ -.
caused directly by his work shall be paid fO~i by: the Contractor and shall be
included in the prices bid for the items to which it pertains.
, .
Should uncharted, or incorrectly charted, piping or other utilities be
encountered during excavation, consult' utility owner immediately for
directions. Cooperate with, Owner and utility companies in keeping
respective services and facilities in operatio,.;. Repair damaged utilities to
satisfaction of utility owner.
Do not interrupt existing' utilities serving facilities occupied and used by
. Owner or others, during occupied hours, except when permitted in writing by
Engineer and then only after acceptable temporary utility services have been
provided.,' " . , ' .
C.
Provide minimulll,of 48-hour notice to Engineer, and receive written notice to
proceed befor~ interrupting any utility.
Use of Explosives:
Do not bring explosives on to site or use in, work without prior written
permission from authorities having jurisdiction. Contractor is solely'
responsibl,e for handling, storage, and .,use of explosive materials when their
use is permitted. .
D.
. .'
, -
'Protection of Persons and Propertv:
Barricade open excavations occurring as part of this work and post with
warning lights.' . ,
Operate warning lights as recommended by authorities having jurisdiction.
Protect structures, utilities, sidewalks, pavements, Cind other facilities from
damage caused by settlement, lateral movement, undermining, washout and
other hazards created by earthw()rk operations.
Perform excavation within drip line of large trees to remain by hand, and
protect the root system from damage or dry-out to the greatest extent
possible. Maintain 'moist condition for root system and cover exposed roots
with burlap. 'Paint root cuts of 1" diameter and larger with emulsified asphalt
tree paint.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04
02221-3
!
(.
i.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
she~tingand bracing" shall be prepared, and ce~ified, by a licensed professional
enginesL The plan shall include drawings and design calculations of the proposed
f:ihC?ring, sheeting andbraping, and 'dqcumsnt~tion showing details of the
coordination and approval of shoring, sheeting and bracing by the Engineer.
Approval of the detailed plan shall be obtained from the Owner prior to starting the
work: ,The plan shall be modified as required to meet field conditions, and the
modifications shall,beapprove'd prior to u~e. '
PART 2 - PRODUCTS
2.01 SOIL MATERIALS:
A Definitions:'
1. Satisfactory soil materials are defined as those complying with ASTM
02487 soil classification groups GW, GP, GM, SM, S"":,.~nd SP.
2. Unsatisfactory soil materials are defined as those complying vvith ASTM
02487 soil classification groupsMH,CH,OL, OH and PT. Excavated
soils that are too wet to compact shall not be classified unsuitable due to
hiah moisture content alone.
B. ' Coarse Granular Bedding:
Crushed stone or pea gravel, clean and graded, 95 to 100 percent of which
shall pass a 3/4 inch sieve with 95 to 100 percent retained ona No.4 sieve.
C. ' Embedment Materials for Flexible Piping Svstems:
These materials are grouped into categories accOrding to their suitability for
" this ~pplication:
. . , .. .
1. ,Class I. Angular 6 to 40 rnm(1/4to 1~1/2 inches), graded stone including
,a number of fill materials that have regional significance such as coral,
slag, cinders, crushed ~tone" and crushed shells.
2. Class II. Coarse sands apg gravel with ,maximum particle size of 40 mm
(1-,1/2 inches), including variously graded sands 'arid gravel containing
small percentages of fines, gen~rally granular and non-cohesive, either
wet or'dry. Soil tYpes GW ,SP, SW and SP are include~ in this class.
. 3. Class III. Fine sand and clayey gravel, including fine sands, sand-clay
mixtures, and gravel-clay mbctures. Soil types Gfv1,GC, SM and SC are
included in this class. ' .
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.1/04
02221-5
.
i.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
Do ,not perform rock excavation,work until material to be excavated has
been cross-sectioned and classified by Engineer. Such excavation will
be paid on basis of contract conditions relative to changes in work.
3. Rock payment lines are limited to the following:
. In pipe trenches, 6" below invert elevation of pipe and 2 ft. wider than
,inside diameter of pipe, but not less than 3 ft. minimum trench width.
4., Unauthorized excavation,' consist!) 'of removal of, materials beyond
indicated subgrade elevations or dimensions without specific direction of
Engineer. 'Unauthonzed excavation, as well asremediai work directed
by Engineer, shall be at Contractor's expense.
Excavation in excess of the depth required, for lT1aD~oles and other
structures ,,' shall be corrected by placing a subfoundation of 1500 psi
concrete,at no additional expense to the Owner.
Elsewhere, backfill and compact unauthorized excavations as specified
for authorized excavations of same classification, unless otherwise
directed by Engineer,
C J,' Removal of Unsuitable Materials:
.'-~', -'.
'When excavation has. reacheq required sub-grade ,elevations, notify
Engineer who will make an inspeCtion of conditions.
Should over depth excavation be necessary to remove' unsuitable material
,and to. ~eplace with satisfactory material, the Contractor wi,ll be paid for this
work,.in accordance with item in the Bid Scbedule for removal and
replacement of unsu'itable material, based on the following requirements:
, 1. When the trench is excavated to the plan depth or as required by these
'Specifications, and soft" or other 'material not suita,ble for bedding
, purposes is encountered in the trench, the Contractor shall immediately
notify the Engineer for inspection and measurement ()f. the unsuitable
material to be removed. ' ,
2. No over-depth excavation or, backfilling of the over-depth excavated
trench shall start until proper measurements of the trench have been
taken by the Engineer for determination of the quantitY-in cubic yards of
unsuitable material excavated.' '
3. No payment will be made for any over-depth excavation of soft unstable
material due to the failure of the Contractor to provide ?ldequate means
to keep the trench dry.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04
02221-7
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
J.
Alianment and Grade:
Trenches shall be excavated on the alignments shown on the Plans, and to
the depth and grade necessary to accommodate the pipes at the elevations
shown. Where elevations of the invert or center-line of a pipe are shown at
the ends of a pipe, the pipe shall be installed at a continuous grade between
the two elevations.
K.
Over Excavation:
Excavation in excess of the depth required for proper shaping shall be
corrected by bringing to grade the invert of the ditch with compacted coarse,
granular material at no additional expense to th~ Owner. Bell holes shall be
excavated to relieve bells of all load but small enough to insure that support '
is provided throughout the length of the pipe barrel. All protective systems
for, trenches shall conform to Section 1926.652, 29 CFR Part 1926, Final
Rule, printed in the October 31, 1989 issue of the Federal Register.
If trenches are excavated to widths in excess of those specified, or if the
trench walls collapse, the pipe shall be laid in accordance with the next
better class of bedding at the expense of the 'Contractor.
Trenches shall be maintained in a safe condition to prevent hazardous
conditions to persons working in or around the trench. Trenches 5 feet in
depth or greater shall be protected in accordance with OSHA, 29 CFR Part
1926 pp 45895-45991.
The top portion of the trench may be excavated with sloping or vertical sides
to any width which will not cause damage to adjoining structures, roadways,
utilities, etc. The bottom of the trenches shall be graded to provide uniform
bearing and support each section of the pipe on undisturbed soil 'at every
point along its entire length, except for the portions of the pipe sections
excavated for bell holes and for the sealing of pipe joints. Bell holes and
depressions for joints shall be dug after the trench bottom has been graded
and in order that the pipe rests upon the trench bottom for its full length and
shall be only of such length, depth and width for making the particular type of
joints.
Maintain sides and slopes of excavations in safe condition until completion
of backfilling.
L.
Shorina and Bracina:
The sides of the excavation shall be securely held in place wit~ suitable
bracing and shoring wherever necessary to prevent caving. In, addition,
bracing, shoring, sheeting, etc. shall be in accordance with all applicable
State and Federal Occupational Safety and Health Administration (OSHA)
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.1/04
02221-9
Ii
.
.
S&P Project No. G124-02-01
Main Interceptor' Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
,A~~quate measures aqd protection shall be provided by the, Contri:lctor to protect
his,^,ork from damage from uplift due to ground water; storm ,water,'9r flood water.
Any damages which may result shall be theC~mtr~dorsresponsibility. '
.' Trye gontractor shall accept all rElsponsibility,fordal1Jage t9thEl work ()f this Contract
due. to floods and water pressures and oth,er water damages ,and shall accept all '
risks of floods and,other events'which may'6ccur. '.~' "'",' " '
'. , . ", .
,- .. "". - ,',
All water discharged by pumping operations shall be discharged so as not to
il1t€.lrfere with vv,orkunder this,Contract or with existiryg ~tructuresand ,9perations.
Water from dewatering operations shall be' coiweyed to the existing drainage
features, using piping and pumping ,facilities provided by the Contractor. Route of
dewatering pipe shall be~~bject to the EngineElr's reyiElI,N. Dis~hargefac;i1ities and
water 'quality shall comply with applicable ,regulatkiris 'ot State c:md ,Federal
agencies. ' ,',,' '" .,.' '. '
Dewatering operations shall be uninterrupteq and continu()L1sdLJring the course of
the work so as not to endanger any construction in place or to prese'nta hazard to
workmen in and around the site. The Contractor shall take all measures necessary
including, but not limited to, standby equipment and C()nstcmt attendance to insure
that the dewatering system remains operational and effective throughout the period
of time that it isrequired.
, ,.
No water shall be allowed to run over ariy,uncompleted~p6rti6ns:of the work. No
."' ,'. -':,'" .. ,.... -", : ,.' cO'",._,_,.:'.. -,)-'. "...... .
units of the work shall be constructed under wate'r. The cosf6f dewatering shall be
included in the price bid for the item of work for which it is required~
3.03, ,FLEXIBLE PIPE BEDDING:
. . -.. '-.. --'
.. .. . -'-:.; -. '" .. .. "_ . 1
Unless otherwise'din3cted by the OWner, Engineer orPrcijec.t Field ~epresentative,
the Contractor shall bed all flexible sewer pipe as shown on the 'bedding detail on
the plans.
The. trench bottom shall, be, constructed to., provide a" firm, ,,", stable and uniform
support forthe. full. length of the, pipe. Bell h()les shall be provided 'at each joint to
permit proper joint assembly'and alignment. Any part of.the trench bottom
excavated below gradeshallpe backfilledtograde,?ndshc:lU be' compacted as
required to provide firm pipe support When an unstable subgrade condition is
encountered which will provide inadequate pipes.upport, and/or where very soft or
very loose soils with blow counts less than 2 are enc6'u nte red , alternate bedding
, ,shall be used as detailed in the plans.
. . . .
., ,
Minimum, cover for traffic load appliGations for embedment of 72" FRPM pipe is 5
fu~ . .
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04
. . . ~
02221~11
.
'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
D.
Borrow Backfill:
Borrow backfill will be required if there is not sufficient suitable material
available from other parts of the ,work to backfill the trenches. Borrow
backfill from approved borrow pits shall be used. Only those soils in the
borrow pits that meet the specified requirements for suitable material shall
be used.
3.05 BACKFilLING:
A. Backfillino:
Backfilling consists of placing suitable materials removed during the
excavation into the excavated areas, placing embedment materials, and
compacting the same to a density equal to or greater than what exists before
excavation, or as specified herein.
. Under backfilling operations is also included removal of excess materials
and debris from the site, leveling all depressions caused by operation of
equipment and maintaining the backfilled areas until accepted by the Owner.
, All backfill l1)aterial shall, be frl?e of stones, 90ncrete and clay lumps larger
than 1/3 cubic foot. Roots, stumps and rubbish which will decompose will
not be pennitted in the backfill. Backfill matenal shall have its moisture
content corrected, as may be necessary before being placed in the trench to
bring the moisture content to approximately "optimum" for good compaction.
Any rock, stone, concrete, clay lumps larger than 1/3 cubic foot in volume,
rubbish and debris shall be removed from the site and disposed of by the
Contractor in a lawful manner. '
Backfilling operations in' this work are referred to herein as Backfilling at the
Pipe Zone, Type "A" and Type "B". '
Backfilling in the excavated areas below parts of proposed structures shall
, be referred to hereinafter as Type IlA" Backfilling.
Where trenches cross or extend under structures or into present roadways,
future roadways or parking areas as shown on the Plans, the backfilling shall
be referred to hereinafter as Type "A" Backfilling.
Backfilling in all other areas shall be referred to hereinafter as Type "B"
Backfilling.
B.
Backfillino at the Pipe Zone:
Throughout the entire construction, backfilling at the pipe zone shall include
bedding and shall be as follows: Backfill material shall be placed below,
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04
02221-13
.
'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
placed, backfilling shall proceed as specified hereinbefore ,following the
requirements specified under "Backfilling at the Pipe Zone", "Type "A" Backfilling",
and "Type "B":Backfilling" as applicable.
3.07 CONSTRUCTION ALONG HIGHWAYS. STREETS AND ROADWAYS:
A. Excavation. Trenchina and Backfillina Operations:
Excavation, trenching and backfilling along highways, streets and roadways
,shall be in accordance with the applicable regulations of the state Highway
Department with reference to construction operations, safety, traffic control,
road maintenance and 'repair. '
B. Protection of Traffic:
Provide suitable signs, barricades and lights for protection of traffic, in
locations where traffi9 may be endangered by construction operations. All
signs removed by reason of construction shall be replaced as soon as
"cond!tion which necessitated such removal has been c1ear~d. No highway,
street or roadway shall be closed without first obtaining permission from the
proper authorities. "
C.
Construction Operations:
T~e Contractor shall construct all work along high'-'Yays", strE3~ts and
roadways using the follOwing sequence of construction operatioqs;,so as to
least interfere with traffic. A suggested traffic control plan is pre,se!1~ed on the
Drawings. Contractor shall submit its plan prior to start of constrUption, and
may present modifications to this suggested plan: "
1. Strippina. Where the pipe line is laid along road shoulders, sod, topsoil
and other material suitable for shoulder restoration shall be"stripped and
stockpiled for replacement. ' .
2. Trenchina. Lavina and Backfillina. Excavate 'trenches, install pipe line
and backfill.. The trench shall not be opened any fufthera~ead of pipe
laying operations than is necessary for proper laying .operations.
Trenches shall be progressively backfilled and consolidated and excess
material r~moved immediately.
3. Shapina. Immediately after completing backfilling operation, reshape
any damage to cut and fill slopes, side ditch lines, and replace top soil,
sod and any other materials removed from shoulders.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.1/04
02221-15
"e
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No, 60115
surface outside trench limits to the original condition, the cost pf which shall be
included in the price bid for the utility line.
, '
.,.". .. "
3.10 WALKS. DRIVES. CONCRETE CURB AND GUTTER:
, ,
Walksand drives -removed or damaged during ,the course of construction shall be
replaced with Class "A" Concrete at the same th!ckness as rer:noveq. They will be
cut to a neat edge with a masonry saw after backfilling and compacting trench in 6
inch layers to a density not less than, 98 percent~at.:!: 2 percentof9ptimum moisture
content as determined by the Standard ProCtorTest." '
, . . -,.'
Concrete curb and gutter 'sections ,rernoved qr damaged during the course of
construction shall be replaced in full sections with concrete ,having a compressive
strength of at least 3,000 psi.
3.11 GRADING:
A. ". ',:;; General: .
.. - , .
, Uniformly grade ,areas within Iimit~, of work under this sElction, including
,adjacent transition ~reas. Smooth finished surface within specified
tolerances, compact with uniform levels or slopes ~etween points where
elevations are indicated, or between such points and existing grades.
.,,.""
B.
Lawn or Unpaved Areas:
, ' .
Finish areas to receive topsoil to within not more' than' 0.1 ()' above or below
,required subgrade elevations.
C. Walks:
Shape surface of areas under walks to line; grade and cross-section, with
finish surface not more thanQ.1 0' above or below required subgrade
elevation.
D. Pavements:
Shape surface of areas under pavement to line, grade and cross-section,
with finish surface not more than 1/2" above or below required subgrade
elevation.
E. Compaction:
After grading, compact subgrade surfaces to the depth and indicated
percentage of maximum or relative density for each area classification.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04
02221-17
/---...\
I' ". '
'.
('~':
.
('
.
S&P Project No.G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02310 - TUNNELING CONSTRUCTION,
PART1- GENERAL
" ,
. '. . .
1.01 SECTION INCLUDES:
A. This Section ,includes providing all labor, material" and equipment required for
installing sewerage pipe usingthe.jack and bore or micro tunneling method of
construction"as shownor theDraw,ing~ ~n~, specified be~ein.
J': '" .
1.02 RELATED SECTIONS:
A. Section 02730, Ductile Iron Pipe'j~~cking Pipea~d HDPE Carri~r Pipe.
B. S~ction02733" Fiberglass R~irlforcecf POlyme(Mortar Jacking Pipe.
,C. Section 03302, Precast Reinforced Concrete Box Culverts.
1.03 DESIGN REQUIREMENTS:
,. ,
A. Performance Reauirements: '. CONTRActOR shall" be " 're~ponsib'le for the
design, means and ,methods, and' selection of all' equipment required to
successfully.micro turinel or jac.k'~nd bore' piping in the locations ~s indicated
on the' 'Drawings. ,'. ,'.,. " ' ' ,
1 . CONTRAcTOR shall be allowed the' use of various construction methods
for "shaft siriki~g, ',provid.ecfcoNt~CT()R t?an" demonstr~te to the
satisfaction of ENGINEER that 'the proposed methods will 90mplete the
Project In accordance with ,the Specifications, appli,cablecodes, and
Project Schedule:' ',".' ""0> ",.' " " ,
2. ,Only' ",CqN'TRAC~ORS and '~Re,9ialty subcontractors ,who meet the
qualification requirements., for' micro' tunneling or' shaft construction as
describedrerein may peIJ9rrn,'the Work'described:inJhis Section.
3. Tre ductile iroricarrier piping to be, ins~alled under Doug Barnard Parkw~y
forthe QatesCreek colled(?r seyverisanticipated to be installed using the
'jack anci. bore, n:iethod'., Casing pipe, is required for, this installation.
a. Construction of this work shall be ill a'ccordance to GDOT Standard
. Specifications and approved permifapplicatiOn:
4. The Fiberglass R~inforced '. POIYnler." 'Mortar Pipe" carrier piping to be
installed, under ,Gordon Highvvay is ,anticipated to be installed using the
jack and bore method. Casing pipe ,is"not required forthisinstallation.
a. Cons~n.Jctio~ ofthiswor~. sh?1I be in~ccordanceto GDOT Standard
, Specifications and approved permit application. "
5. The concrete boxqulvert carrier piping to be, installed under the channel
and CSXT Railroad crossing is anticipated to be .installed using the micro
tunneling method. Casing pipe is not required for this inst~l!ation.
TUNNELING CONSTRUCTION
02310-1
(~"
"
.
(":,
.
"
t.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
sheeting and liner plate shalL be, ,installed with tight joints to minimize
ground loss. For braced excavation, we(jge or jack all supports to ensure
a tight fit and positive load on the"supports before continuing the
excavation. Fill aU yoids behind, sheeting before tightening supports.
CONTRACTOR shall record daily, reading on the suppo~ system to' detect
any vertical 'or' :horizontalmqveri1~nt. Corrective measures shall be
'immediatelyt?lken;by CONTRAqTpRwheremove'ment or,deformation of
~upport'systems.,may' ib any way.,impair the integrity 'c:>f,s~ch support
system, or that ofadjacemtJC3cilities':lmmediately, repaira'ny damage to
existing facilities caused in part or'wholly as C3 result ofGPNTRACTOR's
operati<:ms. ;. ",> ,'.' , ." , . ,'" '
4. Concrete tremie seals, if used,in bottoms of the shafts;' sHall be designed
by CONTRACTOR"'ana shall' be placed in a manner "acceptable to
,ENGINEER. .;.'~, ' ", '
5. Penetrations of the shaft i,nitiaJ:support sy~temshC3""be,made with
proc~dur~s and installation~ t6:'prevept the, i~tru,si6h of,s6il anq water.
C.b~waterina: If CONTRACTOR 'determines th~t dewatering ,is reqiJ,ired for shaft
construction, the design ,and 6pera~ion'of"t~e qewatering systerTlshall be the
sole, responsibility oLCONTRACTO~. The design of the dewatering system
shall consider the potential for d,amC3ge ~o adja'cent facilities due to' settlement
by lowering of the' groundwater table. The responsibility for conducting the
dewatering operation .in,a manner',which \/Viii protect adjacemt structures and
. 'facilities, ,r~sts' solely with ~ONTRACTOR.The" qost, ofrepairin~f arlY damage
to adjacent structures and restoration of fa'cilities"shall be the responsibility of
CONTRACTOR." " , " , . . "','
1 . CONTRACTOR shall be responsible for the means and methods of
dewatering shafts and tunnels. Shafts shall be free of flowing or standing
water during construction. ,,' , .
2. Convey' groundwater seepage;and any other inflow of water in temporary
piping to a settling pond or other facility for removal of sediment and
tur~idity before ,discharge to, a storm, sewer ,or other surface " water
drainC3ge course.De'Nate~ing systems shall be desigll~daPc:lconstructed
,so as to prevent 'Nashing ,of.native or in situ materials iritothe face of the
tunne! ,excavation:, ",.'.,.. ' , '
,3. Dispqse ,of gropnd""aterJn acc~rdance, with, all applicabl~; local, state and
federal regulations. Obtain dlscharg'e permits: from ,'1~9al or state
authorities, if required., ", , ' "
4. ,Refer to Section 02221, Excavation. Trenching & Backfill for Utility
, Systems for additional requirements. ; ,
D. The shaft and dewatering system designs shall'incorporate the groundwater
and soil conditions indicafed in the Geotechnical Report to prevent heaving of
the shaft bottoms. CONTRACTOR shall demonstrate in the shaft design that
TUNNELING CONSTRUCTION
0231 0-3
i
.
I.
S&P Project No, G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
7. Plan for dewateriflg' including;lqcations,d~pth 9f (yvellsand sumps,
methods of water treatment, and disposal, and.,sequence'ofdewatering
~shafts. , . ,', ""., ,. ' , " . ,',' " "
8. If required, .casing pipe material, joint delSign, and'{lfaIlJhi,c.kness:
9. Procedure~ for monitori'lg~~micro~unJ~el boring .machine advancement,
adv~ncementoftunhel andJl1uckremoval.; ,. ",
1 O. Jacking equipment, thrust restraint, jacking pressures and procedures.
11. Bentonite and grout mixes, injection procedures, and monitoring for
blowouts.; , ' ," , " ~'
12. Monitoringsul:faqe ,movements and g~~~e on, railr9ad 'tr~c~s,- if required by
local jurisdiction or railroad owner. . <',;; ':, <
13. Sand fill materials or low density cellular grout for filling annular space and
proposed method of placement",<" ,,',',' ,',,', ; ,.','
,14. Methods,to contr()l~handleand 'dispose 'ofi.raterln ~ccordan;ce' with code
and ~peITTIit requiremsQts for protection of water quality; : .: "
15. Equipment, procedpres,.on, controls for soil instability' and groundwater
...;. , .. _.j" " -',_ ',__, ..j.>,. ......' '-'..c"";'"-,,,-,, ,",. _,,_ ,.',0-' .
inflow at the heading, ventilation, hazardous gas; and. lighting.
16. Details of entrance and exit launch seals.
17. Intermediate jacking stations and design, if applicable.
1a. Contingency plans for damage>to casing pipe, 10S8 of Iirle or, grade,
',bentonite ()rgrlJutspill~,or btO\.v9utS.,,'< : '," ',.. .' ' ,
19. Contingency plans for settlement of railroad trac~s"u~i1ities and :roadways.
20. Contingency plans for handling obstructions, which stop the progress of
t~e tLJ~nl'leJ b()riQg l]achir1~~'
C. The methods proposed shall pro'vid~'f()r'j~rnediate, cOQtlnuous, and adequate
support of the ground, adjacent structures, and other facilities. '
"D. CONTRACTOR shal'i be r~sponsiblefort~ed~sign'o(thecasingpipe and the
jacking~Qd receiving, shafts. pesign. s~bl11ittal.s, ,~e~l~d ~ya"J registered
professional, engineer in the State of construction, shall be required for the
shafts and casing pipe. The design submittals shall inclLJde contit:lgencies for,
dealing with joint repair and blowout/quickening of the excaVation base due to
'encountering groundwater.conqitions.;,.
E. ENGINEER's review of' the 'submitted material shall" in no way relieve
CONTRACTORfrom its responsibility for m(3eting the perfo,rmance and design
requirements and'providing, ia:~atisfactory .,jnstanationm~eting the
requirements specified' herein.
PART 2 - GENERAL
2.01 MATERIALS:
TUNNELING CONSTRUCTION
02310-5
/--"\
{ .. ,
.
.;N.
(~
.
'.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
C. Minimum waH.thickness far steel,ca~ing pipe based an aCaape~ E80 laading
shall be as shawn belaw (in inches). . . ".'
Naminal
Size "
,48
78
Wall Thickness
0.625
1.250
, .
, '
2.04 TUNNELlNGEQUIPfv1ENT:
, A. ,,', Micra Tunnel, Sarino Eauipment: selectedshaU, by cap?ble af installing the
carrier pipe while being carnpatible wittlthe anticipated soil, arid, geatechnical
canditians. The micro tunnel baring ,equipment cutter fa"ceshall at all times be
capable af supparting ,.the tulI,excavate?area "Yithaut the.:use ,afgraund
. stabilizatian and have the capability of n:i~asuring the earth 'pressure at the
,face ,and setting aC9lctJlated~arth balancing pressure." '., '
1. The'micra tunnel bonngequipmentshall be'papablepf, can~falling shield
rotation: The equipment' shall be",mechanicany articulated:, to. enable
steering af the shield. The' equipment shall cOntrol graundwater during
,ex;cayatian withaut the use., af,external dewatering ~quipment. The
m,yasuring ?nd balancing .of. earth 'arid g~aundwater '. pressure shall ,be
achieved by ,use of eitherearthpress!-l.re balance ~r a slurry system. The
system'sh~Ubecapableof incremental adjustments to. ""rn?intain face
"stability far the sail canditians encauntered. '
" " . .'- ," ' .. ',' .
B. Jackiria Eduip~ent: The mairJ jacksshaH.be ITlOunted'in.a jacking frame and
lacated in the :jacking shaft.' The.'funnel J:>oringequipment ,shall. be maved,
farward by the ja'cks; arinterm'ediate'jacks, if used; adva'nCingasuccessive
string,afcannected pipes taward a receiving shaft.
C. Excavatian Cantrals: Tt)e cantrol equipment shall integrate the;.methad af
excavatian and reinaval,qfsail and ,its ,simultaneous replacemel)t by a pipe. As
each pip~ sectian is jacked fqrward, tbe ,c(>ntral~ysterTl shall synchronize
spails remaval, excava~ian, and jackirlQ~p~~ds. ' , '
1. Operatiansshall be stopped WtlE3n, they res,ult ,in " pipe' dam9ge ar any
,surface disruptian; CONTRACTOFf s,hall propase immediate actian far
review'and., ?ppraval by ENGINEER ,to. .~emedy ,the prablem at no.
additianal change,jn Cantract Price~ ' ,
. -,. ". - ".-
,. '"-". " . '- ,
D. System farRemavina Spails: The s'ystern shail be capable' af measuring earth
and groundwater pressure "and 'making the adjustments required to.
caunterbalance the earth and graundwater pressure to. prevent lass af slurry ar
uncantrolled soil and graundwateririflaw.
TUNNELING CONSTRUCTION
02310-7
/....--."
(, \
.
/'
i.
'.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
during "after dark" ()perationsshall be required. Alllightingshallbe thoroughly
insulated and shall be kept separate from power Circuits.
. ,
.. ."
C. Communications: A three~way voice 'communications system, and an
independent electric bell or buzzer sy~te.m betvyeen any manne~ location
within the tunnel, the shaft bottom, and Jhe ground surfaC::,e shall be installed
and kept in operation at all times.
2.06 MATERIAL FORBACKFILLlNGSHAFTS:
A Material for backti'lIing the lower portion of all vertical shafts shall be Controlled
Low Strength MateriaL(CLSM): .
1. Select and proportion njaterials to ", obtain.. compressive ;strength between
50 and 150 psi .at 28 days in accOrdance wit~ ASTM 04832. Proportion
materials shall con~ist of: " ' '. .,' "
a. Cement: ASTM C150, Type I orType II. ,
b. Aggregate: ASTM C33, Size 7.
c. Fly Ash,if used: ASTM C618, Class C.
d. Water: Clean a'nd potable containing less than 50 ppm of chlorides.
B. Above the CLSM ..limits,: sal)d for, pipe b~dding,and pipezbne backfill, as
specified in Section 02221, Excavation, Trenching "& Backfill Jor Utility
, , Systems, shall be used for backfill t6' the' elevation' ofthe top of the pipe zO!le
of the upper horiz()ntal section of pipe~ . "
\ ,- . .
C. .. Material for backfilling all s~afts aboveJ~e.elev~tionof the upper horizontal
pipe zone shall be as indicated on Drawings.
PART 3 - EXECUTION
3.01 PREPARATION:
AgONTRAC,TOR shall protect existing and new faciHties including utilities, road
pavement, and private pr()perty, from damage by forces generated by the
tunneling operation. Any damage to any existing facilities that result from the
micro tLmnelingoperation shall be 'the responsibility of CONTRACTOR. If it is
,found that the damage is,a result of the micro tunneling operatiol"l, the cost to
repair or replace the damaged,facility shall be performed by CONTRACTOR at
no change in Contract Price. " '
3.02 SHAFT CONSTRUCTION:
A CONTRACTOR shall construct the shaft support system to the, necessary
size, shape, and depth to allow construction of the facilities in accordance with
TUNNELING CONSTRUCTION
02310:;9
""'-"
(,,\
.
r.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
maximum unit hydraulic pressures are not exceeded, or to suspend tunneling
in that run; and to install interfrtediat~ tunneling stations. '
C. Once jacking commences, CCqN'TRACTO~ shall jack'continuously in each run,
with maintenance,stoppages'not to exceed 8 hours per day. This requirement
rTlaybe modified if CONTRACT9R submits ~o ENGINEER, ;forprior approval,
methods anddeta,i1s t~at shall prevent "fr~~zing" of the pip~ and ensure that
the he.ading is stable. at all times.:v.vherever,there isa condition which~ in the
opinion of E.NGINEER, may. ,endang~r. the stability.ofthe ,'excavation or
adjacent structures, CONTRACTOR shall.6perate\}Ji~h a full cre.w for 24 hours
a day, including weekends" and holidays, without interruption until those
conditions no 19nger jeopardizejhe'stabHityof the work. , "', '
D.CONTRACTORshail> perm'it ,;acce.ss bY:ENGINE.E,R to th.e work site as
deemed necessary by' ENGIf\JEERtoverify conforhiancewith the Drawings
and Specifications. < '
E. If difficulties with tlie mid~6;tu'rinelirig ()peratioh! are, ~ncountered O~'there is a
significant change in"; th.e, rate of tunneling. progress,hotify, ENGINEER
immediately. Within 8' hours of theqifficulty,CONTRACTOR shall. provide a
written report to ENGINEER describing the details of 'the 'difficulty and the
means and methods,that wereJaken o(are proposed to betakento remedy
'the difficulty. '" , '.' "", ,," ,'! '
.' <, ,.. -,-,.:
3.04 JACKING" PIPE INSTALLATION:
A. Preparation and Handlino: Inspect all jacking pipe prior to lowering into the
jacking shaft, to "ensure,t~at ,np., defective ". mate.rials .,are" being installeg; Pipe
, ",' delivered with' visibled~uTiage' shall ri()! be, pse.d. 'pan1~ged,cjr<;ieJe.ctive pipe
" shrill be marked with. a perrTlahen,tm9rking CIS, "rejected and shi:aH'be promptly
removed. fr()m the site. Us~' pfope.r t()ols and ,e.quiplJlent t() rig arid handle pipe.
Slings shall be made of rope,noninetallic webbi~gAr other materials that shall
not damage , thet pipe. ,Chain Or ;cabie slings oi'ch!okerssh~1I not be used to
handle the pipe: lifting eyes"itused, shaILbe..cohst.ructed to provide uniform
bearing along the top of the pipe. ' Lifting eyes' shall be used only when
approved by the pipe manufacturer. Clean ends ,of pipethorqughly. Remove
foreign. matter and dirt from pipe joif,1~s during laying 'of pipe. " .
B. Excavate in front of the pipe with the tunneling equipment. Steer the
equipment as necessary to meet the ,lines and grades ~hown onthe Drawir;lgs
and within the tolerances as specified herein. Avoid overmining beyond the
pipe barrel. The pv~rcut diameter shall not exceed the oLJt~ide pipe diameter
by more than 2percen~. .' .
1. Construct a pilot tunnel.
TUNNELING CONSTRUCTION
0231 0~11
r~-'
/i
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
1. Maximum departure from established grade shall not exceed a total of 1
inch.
2. Maximum departure from estabiished line shall not exceed 3 inches.
3. The return to line and grade shall not exceed 1 inch in 25 feet.
B. Ground Movement at Railroad Tracks and Roadwavs: shall be limited to less
than ~-inch. Repair any damage to tracks" utilities, buildings and street
pavement at no additional change in Contract Price.
3.06 EMERGENCY CONDITIONS:
A. Whenever there is a condition that is likely to endanger the stability of the
excavation or adjacent structures, CONTRACTOR shall operate with a full
crew for 24 hours a day, including weekends and holidays, without
intermission until those conditions are no longer present or. jeopardize the
, stability of the Work.
3.07 SITE RESTORATION:
A. CONTRACTOR shall restore site back to its original condition after completion
of tunneling operations. Site shall be raked clean of all trash and foreign
material. '
END OF SECTION,
TUNNELING CONSTRUCTION
02310-13
.
.
i.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02311 - REINFORCED CONCRETE BOX BORING AND JACKING
PART 1 - GENERAL
1.01 ,SUMMARY:
A.
. ", .
.... .
.' '-
This section covers the boring' and jacking op,~rations for the installations of
the Reinforced Concrete Boxes as shown on the drawings.
.., .-., '^ ,
NOTE: CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR MEANS
AND METHODS OF BORING AND JACKING OPERATIONS.
CONTRAcTOR'S' MEANS' AND METHODS SHALL ASSURE THAT
THERE WILL BE NO DISTURBANCE OF THE AT GRADE PROPERTY
DURING THE ENTIRE CONSTRUCTION OF THE pROJECT. IN THE
EVENT THE AT GRADE PROPERTY DOES MOVE, THE CONTRACTOR
Sljb~LNOTIFY THE "ENGINEER" REPRESENTATIVE AND THE OWNER
IMMEDIATELY. CONT"RA. CTOR SHALL' INQlJRE ,;,.,ALL COSTS
ASSOCIATED WITH ANY AND ALL RE'PAIRS 'rO'THE AT GRADE
PROPERTY. THIS . SHALL INCLUDE COSTS FOR ANY SPECIAL
OUTSIDE CONTRACTORS REQUIRED SPECIFIC~LL Y,.BY,"ENGINEER"
TO REPAIR THE AT GRADE PROPERTY. CONTRACTOR SHALL ALSO
BE RESPONSIBLE FOR ALL CHARGES AND PENALTIES ISSUED BY
"ENGINEER" FOR DOWNTIME OF AT GRADE PROPERTY IN CASE OF
SUCH AN EVENT. '
B.
',Rel~ted WprkSpecified Elsewhere:
1 . Precast Reinforced Concrete Box Culverts, SECTION 03302
1.02 QUALITY ASSURANCE:
A. Desian Criteria:
1.
Specified thickness and reinforcement for reinforced concrete boxes
(RCB) are, based upon the superimposed loads and not upon the
loads, which may "be placed on the RCB' as a result of jacking
operations. : ,," .,,' ".' " ,. ",' "".
RCB to be installed through railroad right-Of-way of the project as
shown on drawing is to be' per CSX guidelines. Provide increased
ROB strength necessary to withstand jacking,loads. Coordinate with
manufacturer regarding allowable loads;' ' "
Contractor shall replace any boxes damaged by their jacking
operations at no cost to the owner or shall repair such damage to the
,satisfaction of the box manufacturer and OWNER.
2.
3.
REINFORCED CONCRETE BOX BORING AND JACKING
02311-1
,
(~.~~~:\
.
(':
.
i.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta UtilitIes Department Project No, 60115
3.
material between the box joints and by insuring the jacking force is
properly distributed to the box.
Do not excavate material in excess of the outside dimensions of the
box.
Protect the driving end from spalling or other damage.
Construct a pilot tunnel. '
Coordinate with manufacturer of boxes regarding allowable loadings
to prevent damaging boxes. Contractor shall not be reimbursed for
boxes damaged by boring and jacking operations.
4.
5.
6.
B. Use equipment, methods, ,and materials ensuring installation to lines and
grades indicated.
D. Groutina:
3.
4.
5.
3.02 JOINTING:
1. Obtain acceptance of method proposed for transfer of line and grade
from control to work.
1.
Fill all spaces between the culvert and the earth with grout to prevent
any future settlement. ,
When two single celled RCBs are substituted for one double-celled
RCB, Contractor shall minimize the clear distance between adjacent
RCB walls and provide sufficient grouting between walls to eliminate
settlement of soil above corresponding space.
Perform grouting operations in a sequence, which will preclude
defections. ,
Plug each hole after pumping through it has stopped to prevent
backflow of grout. '
Contractor shall submit a grouting plan for information only to the
Engineer before grouting operations commence.
2.
A. Perform conforming to manufacturer's recommendations.
B. Clean and lubricate all joint and gasket surfaces with
lubricant recommended.
C. Use methods and equipment capable of fully sectioning or
making up joints without damage. -
D~ Check joint opening and deflection for specification limits.
END OF SECTION 02311
REINFORCED CONCRETE BOX BORING AND JACKING
02311-3
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02480 - GRASSING
. PART 1 -GENERAL
1.01 RELATED DOCUMENTS:
',' .,.":. ,. . .' >.
Dra:wings and' gener~lprovisions,of, the Contract, includirig'General and 'Special
Conditions, and Division-1 Specification ~ections apply to work ott/:lis section.
" , .- ..' -; ,- .'....:. '.
1.02 DESCRIPTION OF WORK:
Extent of grassing includes all lawn areas disturbed by constructiofloperations.
For roads under state jurisdiction, grassing on the right-of-way shallmeef the
requirements of the Department ofTransport~tion Stand?rd "ppec:ifications:
1.03 SUBMITTALS:,
A.
When the amount of gl'8ssingexceeds one acre, samples shall be taken
and analyzed for pH, calCium, magnesium' and' soil fertility needs. The
analyses:shall be the basis for d, ' etermining the' compos, ition and application
rate o{'ih'e"Jertillzer and "'posSible varieties of. gra~,s.~:, The results of these
> tests, shalLbe submitted to the, Engineer. '
C,__.__,':' .,c_".'....-,.,.....::_.-.. ...:.,."',,.......:;... ',.,-_'_'" ,-' .- ., ....... -.,':'
" " .. ,. --,' ...-
B. Seed:
Manufacturer's data shall be submitted to the Engineer on grass seed and
fertilizer before the materials are delivered to!he proj~c:t, ~ite.
PART 2 -: PRODUCTS
2.01 TOPSOIL:
, '
Topsoil shall be natural soil of the region, free fromluIJ1Ps,' clay, toxic substance,
sticks, debris, vegetation, stones over one-inch in maximum dimension, and
suitable for growing grass.
2.02 FERTILIZER:
A.
.F,ertilizer shall be of such composition that when uniformly applied it will
furnish ri9tless than the, followingquan'tities of Civa iI able plant food per
1 ,000 square feet: ' "
Nitrogen............_.m......0.8, pounds
Phosphoric Acid,m..mO.8 pounds
Potashmmm................0.8 pounds
.
GRASSING
02480-1
..........--.",
I.
r"'.,.,
f.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
Domestic Rye Grass
(Lolium'Mulifflorum)
Bermuda(Unhulled)
(Cynodon dactylon)
Bermuda (Hulled)
(Cynodon dactylon)
50
88
66.00
~,.
25
82
11.50
25
82
11.50
Total Pure Live Seed In
Mixture Weed Seed,
Not to Exceed 1 % by
VIIeight Other than
Weed & Pure Live
Seed, Max.
TOTAL
PART 3 - EXECUTION
TOPSOIL:
3.01
3.02
Topsoil shall be placed four inches to six inches deep over all areas to'be grassed,
using 'salvaged topsoil to'the extent possible'and topsoil from off-site borrow to.
'supplement that salvaged. Topsoil shall be spread over the areas tob~grassed
'and shall be fine graded so as to be suitable for sowing. '
All areas to be grassed shall have fertilizer applied' as specified or determined by
the soil,analyses.
3.03 SEED:
A. Application:
Seeds are to be sown by a mechanical spreader either hand operated or
machine operated. Seeding equipment shall be such' as will continuously
mix the seeds to prevent segregation.
Seed shall be applied at a minimum rate of 60llbs/acre.
B.
Soil Preparation:
Immediately before seeding, the soil should be properly prepared for
seeding. Immediately after the seed has been sown, the entire area shall
be raked lightly and rolled lightly to pack the soil firmly around the seed.
GRASSING
02480-3
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02513 - ASPHALT CONCRETE PAVING
'. PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Special
i,'Qonditions and Division-,1 Specification sections, apply to work ()f this section.
f.;Y -/';
1;02 j DESCRIPTION OF WORK:
Extent of asphalt concrete paving work is shown on drawings.
Saw-cutting of edges of existing pavement is specified in Section 2110, "Site
Clearing".
1.03 SUBMITTALS:
A. Material Certificates:
Provide copies, of materials certificates signeq by. materia,l producer and
Contractor, certifying that each material iterncomplies' with, or exceeds,
specified requirem~nts.
, . 1.04 QUALITY ASSURANCE:
A. Codes and Standards:
04.:
, Comply , with' State highway or' transportation ,dep~rtment standard
specifications, latest edition, and with local goveming regulations if more
stringent than herein specified.
,1.05 SITE CONDITIONS:
A.
Weather Limitations:
. Apply prime and tack coats when ambient tempe~~ture' is above 50 deg. F
(10 deg. C), and w~en temperature, has not been b.elow35 deg.F (1 deg.
C) for 12 hours immediately priortoapplic~tion. Do not. apply YJhen base is
wet or contains an excess of moisture. '. , ' ,.
Construct asphalt concrete surface course when atmospheric temperature is
above 40 deg. F (4 deg. C), and when base is dry. Base course may be
placed when air temperature is above 30 deg. F (-1 deg. C) and rising.
B. Grade Control:
.
Establish and maintain required lines and elevations.
ASPHALT CONCRETE PAVING
02513-1
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
PART 3 - EXECUTION
'.' 3.01 . SURFACE PREPARATION:
A. Loose Material:
Remove <,joose material from compacted sub-base surface' immediately ,
before applying herbicide treatment or prime c<>at.
,- : - :: '~:,,' .:-" ...., ." . ":' !' - ~- , :,:- :
proof roll prepared,sub~base surface to check forun~table areas arid areas
requiring addition~186mpaciti6n. ,', ',' ,.,
j. ",- ':' ',' ',.,-, . ,'- j;
Notify Contractor of unsatis,factory conditicms., Do not begin paving work until
deficienlt sub-base areas 'have '. been cOrrected 'and 'are ready to .', receive
paving.' ,., . , , . ,,'
B.
Apply at rate of 0.20 to 0.50 gaL per sq. yd., over compacted subgrade~
Apply material to penetrate and seal, but not flood, surface. Cure and dry as
long as'necessaiY to attain penetration and evaporation of volatile.
:.:,
3.02 PLACING MIX:
.
. 'A.
, General:
Place asphalt concr~te mixture on prepared surface, spread and strike-off.
'Spread miXture at minimum temperature of 225 deg. F (107 deg. C). Place
inaccessible and small areas by hand. Place each course to required grade,
cross-section, and compacted thickness. '
B.
Paver Placina:
Place in strips not less than 10' wide;" unless otherwise acceptable to
, Engineer; After first strip has been placed and rolled,'place succeeding strips
and extend 'rolling to overlap previous strips.c:Completebase course for a
section before placingsLJrface course.
C."
Joints:
Make joints between old and new pavements, or between successive days'
work; to ensure continuous bond between' adjoining work. Construct joints to
have same texture, density and smoothness as other sections of asphalt
concrete course. Clean contact surfaces and apply tack coat.
.
ASPHALT CONCRETE PAVING
02513-3
S&P Project No. G124-02-Q1
Main Interceptor Upgrade, Replacement Phase I
Augusta Utilities Department Project No. 60115
I#~'
ie
3.05 FIELD QUALITY CONTROL:
A. General:
Test in-place asphalt concrete courses for compliance with requirements for
thickness and surface smoothness. Repair or remove and replace
unacceptable paving as directed by Engineer.
B. Thickness:
In-place compacted thickness will not be acceptable if exceeding following
allowable variation from required thickness:
1. Base Course: 1/2", plus or minus.
2. Surface Course: 1/4", plus or minus.
3. Surface Smoothness: Test finished surface of each asphalt concrete
course for smoothness, using 10' straightedge applied parallel with,
and at right angles to centerline of paved area Surfaces will not be
acceptable if exceeding the following tolerances for smoothness.
4.
. 5.
6.
Base Course Surface: 1/4".
Wearina Course Surface: 3/16".
Crowned Surfaces: Test with crowned template centered and at right
angle to crown. Maximum allowable variance from template, 1/4".
Check surface areas at intervals as directed by Engineer.
END OF SECTION 02513
I.
ASPHALT CONCRETE PAVING
02513-5
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
, SECTION 02666 - WATER DISTRIBUTION SYSTEM
r. PART 1 _ GENERAL
1.01 ,RELATED DOCUMENTS:
Drawings and general' provisions of Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to work
of this section. . ,
'." ,.". ,
1.02 DESCRIP-i10N OF WORK:
A. Extent of ,^,ate~'distrib~ti~n Systems' work i,sindi~ted, by requi,re, , ments' of
this section. ' ", ',' ,
B. Refer to Division-2 section "Excavation, Trenching andBackfilling for Utility
Systems"for", excavation and".. backfill required for water distribution
systems, ,except thafha.ckfiliing in the pipe zone, shallbeJerminated 2
'inches above the pipe until completion of preliminary testing. ,', '
:',' ", ',' ,- "', :,,.',',
C. Refer to Division-3, sections for concrete' work required 'for water
distribution systems; notworkof this seqti9n. ,
'.
. '-, . ,
.. - - ..
D. Refer to Division-15 section n~otable Water Systems" forinten9r building
systems including interior piping,fixtures, and !3quipmen(,nof work of this
section. '.'. " , ',' ,"'~" ".' '. "
1.03 QUALITY ASSURANCE:
, A. Codes and Standards:
, '.. '", '
1. Local Code Comoliah-te:' Corn ply With applicab'le portions of local
codes, and r~gulations of localutmtycomPflPY pertaining to ~~Iection and
install,ation of water distribution system materials and products.' -
. '.' '. ' ... . , .' , ...
. .0
1.04 DAMAGE TO WATER SYSTEM':
Damage to any part of the water system by the..Contractor, or ,slJbcontr?ctors,
that is repaired by Water Department forces shall be charged to the
Contractoron thebasis of tim~ and rnateri~l, plus ;30 percent for overhead and
administration. " ' . ' .
.
WATER DISTRIBUTION SYSTEM
02666-1
rr.--''''1.'\.
r.
/~""""
I.
.
S&P Project No, G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
2.02 PIPES AND PIPE FITTINGS:
A. General:
, .'
Water lines disturbed/uncovered during construction shall be replaced with
ductile iron pipe, including appropriate fittings/couplings. All work shall be
coordinated with the Augusta Utilities Department. Provide sizes matching
piping and equipment connections; provide" fittings" ,of materials, which
match pipe materials used in potable water systems. Where more than
one type of materials or products are indicated" selection is Installer's
option.
B.'Pioiria:
Provide pipes of one of the JOllowirigmaterials, of weight/class indicated.
proVide pipe fittings and ac6e'~sories of same material arid weight/class as
pipes, with joining method as indicated.
~ ~ . ,~,. ., "
,Ductile-Iron Pioe:AVYWA C151, with cement mortar lining complying with
AWWA C104; thickness according to AWWAC150, Laying Condition 2,
Class 50 minimum unless otherwise' indicated. Joints' conforming to
. AYVWAC111, push-on-type unle.s,~otherwiseindicated.
, . ,
a.Fittinas: Ductile-iron, ' e~erior: ore, rTlil petrol~um asphaltic seal
coat AWWA C1,10; mechanical joint type, cement lined and seal
coated, AWWA C104.
b. Restrained Joints and fittings shall be located where shown on the
Plans and/or specified. Restraints shall be incorporated in the design
of the joint follower gland or be incorporated in thepush-on-joint pipe.
. , . "-.-'
,.,,1. Jdnt Follower Gland Tvpe. Tre restraint mechanism shall
consist of a plurality or individually activated gripping sunaces to
maximize ,restraint papabUity,'Glal'lds:shall be manufactured of
, ductile iron.conforming ~o ANSI/AVYWA A21.11/C111 and
ANSI/AWW A A21.53/C153 of latest revision. Twist-off nuts, sized
same as tee-head holts, shall be u's~4t()insure proper actuating
of restraining devices. The mechanical joint restraint shall have a
working pressure of at least 150 psi with a minimum safety factor
of 2:1 and shall be EBBA Iron MEGALUG or equal. '
"',-, ,-'.- :
2. Push-on Joint Tvpe.The restraintshaUbeC;ln integral cast
spigot retainer ring or spigot retainer bar welded to the pipe with a
follower retain~r ring. Push-o!1-jointtype restraint shall be capable
of resisting a thrust due an internal test pressur~ of 150 psi
minimum.
WATER DISTRIBUTION SYSTEM
02666-3
/e
'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
, Augusta Utilities Department Project No, 60115
the operator. Valve bearings shall be of "self-lubricated" materials
conforming to Section 10.4 of AWWA C504.
Valve operators shall be equipped with adjustable stop-Iimitin~f devices for
bot.h the open cmd closed position. Valv~ss,hClII be~qLlippedwith a 2"
. stand9rd 'operatipgnut and operator suitable for buried conditions.
Gearing and material requirements . shall conform >to requirements of
'. Section 12.2 o(AWWA,C504. Operators shallba' self-locking to hold in
any position. "All' operators shall bedesigned to, be;'opened or closed with a
force pf,not more., than 40 pounds. ' All valves ~hclll' open-left if installed
south, ()f Gordc:>n Highway (SRID);or opel"l:-right if installedflor,t~ of Gordon
tiighway.
, " '. - . . .
Available ManufaCturers:, Subjeq! ,to, complial1ce.with requirements,
manufacturers offering butterfly valves which' may be incorporated in the
work include, but are not limited to, the following:
Pratt Valve Co.
Dezurik Valve Co. Inc. .,. ,,' , ,,'" i'
Keystone Valve; Div. of Keystone International Inc.
. - - ,-,. .', -. .,
C. Check Valves: Provide as indicated, ,swing check va lv, es, ,A"WW"., A C508,
159 psi ~orking pres~ure.' Provide iron body, cast-ii-c>ndi~c, bolted cap.
Available Manufacturers: Subject to compliance with ' f€!quirements,
manufacturers offering check valves which, may be' incOrporated' in the
" wor,k inclu,de, but are not limited to"the following:
,'. .; '", ',.
, Dresser Mfg.; Div. of Dresser Industries,
. ; Kennedy Valve; Div. of ITTGrinnell Valve Co. Inc.
Stockham Valves and fittings Inc. ' ',',
D. Two Inch Ball Valves:
Shall be designed for a working pressure of not less than 125 psi. End
connections shall be flanged or threaded.
Available Manufacturers: Subject to compliance with requirements,
manufacturers offering check valves which may be incorporated in the
w()rk include, but arenot Iimitedto,the following:' '
Ford Meter Box Company, Inc., B41-777.
WATER DISTRIBUTION SYSTEM
02666-5
'.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
> .
matter. Valve shall have a full 4-1/2 inch opening and mechanical joint
ends.
G. Barrel and SafetY Flandes:
Hydrant shall have a safety-type vertical barrelVl!ith 3..1/2 foot bury, unless
otherwise noted, and be designed with safety flanges' and/or bolts to
pr'?tect the"barrel and stern frorn damage and to~liminatefl.ooding when
hydral1t'is"struck.Where ,bury depth of hydrant exceeas q feet,)he barrel
'and operating shaft shall cbeJurriished iri6, .foot lengths:, The',b~rrel joints
shall be " flanged, al'ld 'the operating ,.,,' s.haft' shall' be, ,provided with
,disconnectablejoints. BUrY'depth shall be ,cast on barr~16f ,hydrant.
- - .. - '.-' ,':.. ..~,' t '.'. . . .:. -," -', '.., .'_' ._..' ;'_ .~'.' .; ~.' ;'''''' .:...' ',', "
H. Operatinq Stop and Nut:
Hydrant shall have a positive stop feature to permit~bperiing of hydrant
without over travel of stem. Operating nut shall be bronze, 1-1/2 inch,
point to flat, pentagon. ..
I. Bolts and Nuts:
..
, '>'"', .
~. ',' .' '-' .:>,-,, - ".
Bolts and nuts shall be corros!on resistant., ,
".:i
J. Inlet:
.'
,Bottom inlet of hydrant sh~.II, p~proyided~ith re~trained jointC9.r~nection as
sp~cified and ,shan be6-inc9':lominal dia~eter~ ' .
K. Direction of Openinq:
The hydrant shall close to the right or clockWise and the hydrant shall open
to the left or counterclockwise.
L. Coatinqs:
All portions of hydrant, inside and outside, except exterior portion above
,grou'ndlevel,shall be covered with tWo coats ()f 'asphalt'vamish applied in
accordance. with AWWAC502 latest" revision. "The eXterior portion of
hydrant above ground levei shall be paintechNith two' coats of best grade
red primer paint. After the hydrant h~sbElen ac;c~ptEldand plac.edin ser-
vice, the exterior, above ground portion ofthe hydrant shall be'painted with
two coats of approved yellow hydrant enamel. .
WATER DISTRIBUTION SYSTEM
02666~7
,,'
'.
'.
.
S&P Project No, G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
".C. Rods:
Steel, ASTM A 575.
,". . D. Rod Couplinas:
Malleable-iron, ASTMA 197.
E. Bolts:
Steel, ASTM A 307.
F. Cast Iron Washers:
Gray..,iron, ASTM A 126.'
G. Thrust Blocks:
, Concrete, 2,500 psL
..H. Co roo ratio n Stops:
Quick tap corporation stop.
Available Manufacturers: Subject to compliance with requirements,
manufacturers'offering corporati()n.,stc:>p~ which may be incorporated in the
. work include, but are riot limited to, the following:
", '-', . t - '.' c. '.
, ' '
, ,1.
Ford Meter B'ox,Company,'lnc., F100Q.
" I., Curb Stops:
~. .
.. .-
Curb stop shall be one inch size oras shown on the Plans.
1. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering curb stops which may be incorporated in the work
include, but are not Iim~t~d to, theJollowing:
F,ord Meter Box Company, Inc. B-11-444.
, "
, ,
J. Water Combination Air Valves: '
Water combination air valves shall be 2-inch size unless noted otherwise.
Body shall be close grained cast iron with all internal parts and float of
stainless steel. The valves shall be capable of venting air from the pipeline
WATER DISTRIBUTION SYSTEM
02666:-9
.
'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
Expansion joint filler materiaLshall conform to ASTM ,D1751, D1752or
AASHTO t\t133 or shall be resin impregnated fiberboard conforming to the
physical requirements of ASTM D1752. '
PART 3 - EXECUTION
3.01 INSPECTION:
A. General:
, ", Examine areas and ,conditions" under which, potable water system's
materials and products are to be installed. "DC) not proceed witb,work until
unsatisfactory conditions have been corrected in manner 'acceptable to
", Installer. '
Pipe, fittings, valves, ,hydrants and other accessqries shall, unless
otherwise ,directed,be unloaded at the point of deliverY; ,haljled to and
distributed at the, site of the project by the Installer. They sh~1I :at all times
be handled with care to avoid ,damage. In loading and ul1loading, they
shall be lifted by hoists or slid' or rolled on skidways in s~,ch ,a manner as to
avoid shock.' Under no circumstances shall they be dropped. Pipe
handled on skidways must not be skidded or rolled against pipe already on
the ground pipe, fittings and valves shall be stored with their ends covered
with polyethylene sheet or other suitable matericil to prevent the entrance
offoreign material into the pipe or fittings prior to laying. , In ciist~buting the
material at the site of the .work" each piece shall be unloaded opposite or
near the place where it is to be, laid il1 the trench~ Coated pipeshCillbe
hanqled in such a manner that a minimum of damage to the coating will
result. Dc;tmaged coating shall be repaired. Pipe shall b~ placed on the
site of work parallel with the trench alignment and with bell ends facing the
direction in which the work, will proceed unless otherwise directed. The
interior of all pipe; fittings, and otheracces~ories shall be kept free from dirt
and foreign matter at all times. Valves' and hydrants before installation
shall be, drained and ~toredin a manner that will protect them from
, dal'!lage by freezing. '
, '
,. . ,.
, '
All pipe and fittings, valves and hydrants shall be carefully lowered into the
trench piece by piece ,by means of derrick, ropes or other suitable tools or
equipment in such a manner as to 'prevent damage to the"pipe or pipe
coating. Under no circumstances shall pipe or accessories be dropped
into the trench. Before lowering and while suspended, cast iron pipe shall
be inspected for defects and ,rung with' a light hammer to detect cracks.
Any defective, damaged or unsound pipe shall be rejected. All foreign
matter or dirt shall be removed from the ,inside of the pipe before it is
lowered into its position in the' trench and it shall be kept clean by
WATER DISTRIBUTION SYSTEM
02666-11
.
.
.
S&P Project No, G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
shall be done in accordance with the Contractor's State Licensing law and
all applicable laws and regulations. When connecting PVC 'or Ductive Iron
pipe to existing asbestos cement pipe, the transition coupling is to be
appliedto the rough barrel ()fthe asbe,stos cement pipe and not to a
factory or machine end of the asbestos cement pipe.
C. Ductile-Iron Pipe:
; , c , .~.
Install in aCcOtdarice with AVVWA C600, "Standard for Installation of
Ductile-Iron Water Mains and Th,eir Appurtenances".
D. Polwinvl Chloride Pipe:
Install in accordance with manufacturer's installation instructions.
E. Depth of Cover:
A minimum cover over the top of.the pipe of 3 feet from the,proposed
paving subgrade,shoulder or finish~d grade shall be provided. '
3.04 INSTALLATION OF HYDRANTS AND ACCESSORIES:
A. Hvdrants:
,~, Hydrants shall be set at such elevations tf:1at th~ connecting pipe will have
the same depth of cover as the distribution mains. ,Thecorinecting pipe
shall be ductile iron pipe. The' hydrants shall be set on a base of concrete'
not less than 4 inches thick and 16 inches square. The bac~ of, the
hydrant opposite the pipe connection, shall be firmly wedged by a
poured-in-place COncrete thrust block against the vertical faCE) of the trench
to prevent the hydrant from blowing off the line. The base of the hydrant
shall be wrapped or Oiled to"prevent bond b~tween thrust blocks and
hydrants. Hydrants and valves shall hav~theinterior cleaned of all foreign
matter before installation.. Not less, than 1 cubic foot of broken stone shall
be placed around the base of the hydrant.
Place a bag over hydrant to indicate its riot being ,in service until after the
water main is put in service.
B. Water Service Connections:
Service lines, shall be connected, to 4 inch and larger mains with
corporation stops. Connections to ,mains smaller th~m 4 inches shall be
made with a, rigid connection. Plug'ged tees or crosses for future connec-
tions shall be installed where shown on the Plans. A house service
connection shall be provided to vacant lots and the exact location marked
on the curb with a 'W". 'The mark shall be made on the vertical face of the
WATER DISTRIBUTION SYSTEM
02666-:13
/.
.
'.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
honeycomb. Finish concrete surfaces exposed to view by floating, troweling
and rubbing as required for a neat appearance:
3.07 FIELD QUALITY CONTROL:
A. Pipina Tests:
Conquctpiping tests b~fore jO'int~ ~re, covered, and after thrustblocks have
sufficiently harden~d. Fill pipeline 24-ho.UrS' prior to testing, arid apply test
pressure to stabilize system. Use only potable water.
B. Hvdrostatic Tests:
The Contractor shall provide all necessaryequiPrnent and shall;perfc:mn all
work required in cbnnection with 'the tests. Each : section shall be tested by
hydrostatic pressure of 200po.undsper square, inch or 1.5 times the
, operatil1gpressure, whichever, is greater. ' Each ,section ,shall ,be slowly
, filled with water, care being' taken' t9 expeLall air froryr the pipes; If
necessary, the pipe shall be tapped at high points to.' vent, the air. The
required pressure as measured ~t th~ point of lowest e'levelticm shall be,
applied for not less than 2 hours and all pipe, fittings, valves, hydrants and
joints shelll be carefully examined for defe,ct~. All defective joints shall be
repaired' or replaced to the satisfaction pf theE;ngineer. There ,shall be a
preliminary water main test and a final pressure test pri<:>r to final
acceptance. . "
C, Leakaae Test:
. . '. . ~
". .. .... .. ,~::. " .. .... .'~ '_' l .
A leakage test shall be conducted after the pressure test has been
satisfactorilycorrtpleted. The,d~rati()!1 pf the I~akage test shall;be 2 hours
and during the t~st the, main prseCtionof .mainunder test shall be
subjected to a pressure of 15q psi based oh the,lowest pointiQ,~he line or
section under test, and connectedJ() th~ elevation of~h~/t$st gauge.
Leakage is defined as the quantity cif water to be supplied' into. the newly
laid pip~ or any valved section thereof, necessary to maintain the specified
leakagf3 te,~tpressure after the air has been ~xpelled and 'the pipe has
been filled with' water.at the, test' pn:fssure.' No 'pipe installation will be
,accepted, until the leakage is less,thanJhe rlumber of galloJ"ls per hour as
det~rmined by the formula. " '
L = S x D x (P) 1/2
133.,200
L = allowable leakage in gallons per hour
S = length of pipe tested in feet.
D = the nominal diameter of the pipe in inches
WATER DISTRIBUTION SYSTEM
02666-15
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
.f""
, ,
Allow'the treated water to remain in the pipe;line for at least 24 hours at
which time it must have 'a minimum"residual of 25PPM. Then the main
must be thoroughly flushed until all the heavily chlorinated water has been
removed.' Test water samples withorthotolidine reagent to make sure all
chlorine has been flushed out or until the concE3ntration of chlorint:!in the
newly laid lines is no higher than that of a sample taken on the supply line.
Chlorine products for disinfecting water pipes are available'iri, seyeral
forms as follows:
1. Liquid chlorine is available in 100 and 150 pound steel cylinders.
2. High test calcium flYPochloriteis a powder and is.availablein 4 pound
tins',and 100 pound ,drums. ,The chlorine content is approximately 65
percent (comparable to ,commercial products known as "Perchloron",
"H.T.H.", "Maxochlor", etc.).
.
3. Chlorinated lime is a powde,r and is available in 12 ounce cans and 110
pound drums. The chlorine content varies from 24 percent to 33 percent.
Chlorinated lime is also known ,as chloride ot lime and as bleaching
powder. '
Liquid chlorine maY'be applied to water mains by means ota solution feed
chlorinating device. or the gas may be fed directly, from the cylinder
provided it is equipped with proper devices for regulating the rate of flow
and the effective diffusion of gas within the pipe. The former method is
preferable to the direcUeed method. ) ,
High test calcium hypochlorite or chlorinated lime must be prepared as,a
water mixture for introduction into ,the water mains. Either powder should
first be made into a, paste and then thinned to about one percent chlorine
~. ,..
solution.
This requires the following proportions of powder to water:
.
WATER DISTRIBUTION SYSTEM
02666-17
.
:'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
:.;..;
Any physical connection of untested water mains with existing City of ALJgusta
water mains is prohibited except when approved backfloW p'revention devices
have been installed and inspected by City personnel.
A. Any new water main to be tested must be capped' and restrained with
retaining glands or thrust blocks to prevent blowout or leakage during the
pressure testing.
B. Water for filling and flushing the new water main will be obtained from any
accessible fire hydrant or special wet tap of the existing City main. This
physical connection for obtaining water for the new untested main must be
protected by a single check valve. Appropriate taps of sufficient size must
be made at the end of the new system to allow air to escape during the
filling sequence.
C. This physical tie-in with the existing City System must, be physically
disconnected after sufficient water for hydrostatic testing and disinfection
has been obtained.
D. Once the new water system has demonstrated adequate hydrostatic
testing and has been chlorinated as per City of Augusta specifications, the
new system must be flushed using the filling method in Step Two (2). The
system or main will then be subjected to bacteriological testing.
E. The permanent connection to the new system must be made w.ith clean
materials. The connection may be made with either solid or split cast iron
or ductile iron sleeves. Any connection with stainless steel or similar metal
full circle clamps is prohibited. Once the connection has been made the
new system must be flushed using water from the existing system to
insure adequate flow and velocity into the new water system.
F. If a wet tap is required, the Contractor will be responsible for preparing the
site. This preparation includes the excavation and installation of the
tapping sleeve. The Contractor will make available a lifting device for the
tapping machine and at least a 100 CFM Air Compressor to power the
tapping machine. '
The City will provide the tapping machine and one man to operate the unit
All taps will be made by the City Water Distribution Department unless
authority has been granted in writing by the Water Distribution Superintendent
for a private firm to perform the wet tap for a particular new main.
If there are any questions regarding this procedure please contact the City
Engineering and/or the Water Distribution Department.
WATER DISTRIBUTION SYSTEM
02666-19
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No, 60115
SECTION 02705 - PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES
. PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to yvork of this section.
1.02 DESCRIPTION OF WORK:
Extent of protective coatina work is indicated on drawings and schedules, and by
requirements of this section. This specification shall cover all work, materials, I~bor
and equipment to restore structural integrity, provide corrosion resistance to
concrete and other masonry structures subjected to severely corrosive
environment; and stop inflow, infiltration in wet wells, lift stations; and trunk line
manholes.
.1.03 QUALITY ASSURANCE:
A.
References:
,
This section contains references to the following documents. They are a
part of this section as specified and modified. .In case of conflict between
the requirements of this section and those of the listed documents; the
requirements of this section shall prevail. ' . '
.
ASTM C 78-94
ASTM C 109-95
ASTM C 157-93
ASTM C 307-94
ASTM C 478-95
ASTM C 580-93
ASTM C 882-91
ASTM C 952-91
.
Test Method for Flexural Strength of Concrete
Test Method for Compressive Strength of Hydraulic Mortars
Test Method For Length Change Of Hardened Hydraulic Cement
Mortar And Concrete ' '
Test Method For Tensile Strength Of Chemical Resistant Mortar,
Grouts And Monolithic Surfacings
Precast Reinforced Concrete Manhole Sections
Test Method For Flexural Strength And Modulus Of Elasticity Of
Chemical Resistant Mortars, Grouts, Monolithic Surfacings And
Pol mer Concretes
Test Method For Bond Strength Of Epoxy-Resin Systems Used
With Concrete By Slant Shear
Test Method For Bond Strength Of Mortar To Masonry Units
PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES
02705-:: 1
.
.
.
S&P Project No, G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
B.
Structural Repair Materials
, '
. '
The patching material shall be Portland cement based hydraulic cement, a
self-bonding fiber reinforced calcium aluminate cement or a quick setting
cementitious material to restore the structural integrity of existing masonry
.and concrete structures. The patching material shall have the following
minimum properties: . , . .,
Compressive Strength ASTM C-109 ,,", ',',
1 Day.............................................m......u~.......1 Aoo psi
, 28 Days ........................................................:..5,500 psi
Density
105 PCF
Shrinkage (at 90%)
ASTM C-596........................m................0.08% - 0.0%
or '
A TSM C-157.............................~~.~...................,.......+. 05
C.
Infiltration Control Materials
The infiltration material shall be a rapid setting cementitious or a premixed
Portland cement based hydraulic cement. The repairing cement shalL ,be
nonshrinking, nonmetallic and noncorrosive and shall be used to stop leaks
and active water infiltration.
PART 3 - EXECUTION
3.01 AREA PREPARATION:
The structural surfaces to receive protective coating must be free of laitance, dust,
loose particles, oils, grease, chemical contaminants and previously applied paints
or 'protective coating. Contaminated surfaces must be chemically cleaned or
scarified to remove the contaminants prior to abrasive blasting or hydroblasting.
Properly finished concrete surfaces must have a uniform texture and exposing fine
aggregate. If surface texture does not appear uniform, repeat abrasive blasting or
hydroblasting until the desired surface is obtained.
All holes, rough surfaces, and voids should be filled' and repaired by appropriated
structural repair materials to obtain a uniform surface.
Abrasive or hydroblast old concrete to achieve a hard firm surface, then wash the
concrete with detergent to remove all oil, grease and other contaminants. All active
hydrostatic leaks must be stopped by use of an appropriate water and infiltration
control material.
. PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES
02705-3
.
'.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
SECTION 02706 - PROTECTIVE LINING SYSTEM FOR CONCRETE SURFACES
PART 1 - GENERAL
.',"
, -
1 ;01, DESCRIPTiON OF PROTECTIVE LINING SYSTEM:
:. '.J
"A This section sets forth ,the requirements for "Plastic Lining of Concrete" applied
to concrete surfaces as shown on the drawings and as specified herein.
..~,t
B. The Contractor, shall' provide ,materials, equipment and 'labor ,required to
complete the work of, applying ~a:;2,protective lining to the concrete surfaces
indicated on the drawings. The protective bonded lining system shall be a semi-
rigid PVC membrane that is fastened ,to the concrete surfacewith~a structural
,polymer over the entire' contract surface. The PVC membrane shall be set into
the surface applied structural polymer while wet and cured to form a protective
lining system for the concrete substrate. '
1,02 REFERENCE STANDARDS:
A This subsection references the latest revisions of the following documents. The
requirements of this subseqtion take, precedence over the)isted references in the
ew~cloo~~"
,Specificatio,nfor Surface CI~aning~()n,~~etefor Soat!rg
Specification for Abrading Concrete ,by'" Hydro..Demolition
Method ,;. '
Standard Test. Me.thod for pH ofChemicallY91eaned or
Etched Concrete Surfaces ' '
1.03 SUBMITTALS
A The Contractor shall submit to the OWNER the followinginf9rmation prior to
commencing the lining work: ' ,', ,
1. Lining Manufacturers' application and inspection gl:lide
2. Sequencing and layout plan for the lining system
3. Material safety data sheets
4. Applicators' certification for each installer'
5. Proposed equipment for pre-cleaning the structure( s) of existing
accumulated debris, and preparing the concrete surface of structure(s) prior
PLASTIC LINING OF CONCRETE
02706-1
.
'.
.
S&P Project No, G124-02-01
Main Interceptor Upgrade ~eplacement Phase I
Augusta Utilities Department Project No, 60115
B. Stored materials in general shall be protected from excessh~~t, cold,and
weathering effects, as per manufacturer's recommendati6ns. '. Surface
preparation and applicatlon of linings shallbe pe~orrned in compliance with all
,applicable Federal, State, and local, occupation?1 'safety, he~lth, and air
. pollution" control regulations. 'Safety precautions recommended by the lining
manufacturer in printed instructions or special bulletins shall' be obtained and
followed. . '.. , . ,
1.07 SEQUENCE OF LINING OPERATIONS:
A. N~, work involving wet appli9Cition of the protective linin~ system shall be
pe,rformed concurrentlY,wi~hand adjaCl3nttosandb!asting,Cind water blasting
operations. Any contamillationoLsurfaces by any m,eans will require clean-up
and reapplication to the satisfaction ot'the Engineer at no expense to the City.
- .~: .'. . i., '_.' ._'.' :.; _ < " , "
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Materials shall consist ofa choice ofa primer,a PVC surface activator, a high
solids structural polymer, a seam material,' and an extruded polyvinyl chloride
(PVC) sheet as manufactured or supplied by Linabond, Inc., Sylmar, Califomia;
telephone number (818) 362-7373. Materials list for theprotectivelining'$ystem
shall be submitted and shall include certification from a certified, laboratory that
the materials meetthe following specifications. No substitutes for these materials
will be allowed.
, ,
2.02 PRIMER:,
A. The concrete primer shall be a two '(2) component, high solids primer with
relatively fast cure, that provides a chemical and mechanical bond with' the
substrate and the structural polymer. Primer shall be Linabond EP30-HS HP
Primer as manufaCtured by Linabond, Inc., Sylmar, CAr or equal. At this time, the
Owner is not aware afan equal product. '
2.03 STRUCTURAL POLYMER:
A. The structural polymer shall be a plural-component, high solids, high strength,
closed-cell polyurethane. It shall be trowelable,orspfayablewithailiess-spray
plural component equipment. It shall be non-flow and shall be resistant to
weathering, aging, dilute (10%) solutions of sulfuric acid and intermittent wetting
by raw sewage. The structural polymer shall be Linabond SP Mastic as
manufactured by Linabond, Inc., Los Angeles,CA or equal., At this time, The
Owner is not aware of an equal product.
PLASTIC LINING OF CONCRETE
02706-3
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115 .
2.010 EQUIPMENT:
A. All equipment specified in this subsection shall be in good working condition and
manufactured or fabricated to withstand the severity of the work covered under
this subsection. ' ,
'B. All equipment for hydraulic cleaning orhydroblasting shall include a water tank,
auxiliary engine, pumps, and hydraulically driven hose reel. The Contractor shall
take care not to damage the concrete structures with high-pressure water.
C. Hydroblasting equipment shall sustain water pressures of at least 20,000 psi at
the nozzle with an output of at least 20 gallons per minute.' Prior to use of the
hydroblasting equipment, the Contractor shall demonstrate to. the Engineer,
Owner's Representative' or Inspector (Linabond certified) that 20,000 psi
minimum can be sustained at the above referenced volumetric output.
D. Sandblasting equipment shall be ca'pable 'of supplying at least 500 cfm of air with
a minimum pressure of 80 psig at the: blast nozzle, as measured with a common
nozzle pressure gauge. Abrasive blast' nozzles shaH have.:a minimum diameter
of O.5-:-inch and" shall be of, the venturipr other high Velocity type. Air
cor:npressors shall be equipped with oil separators immediately downstream of
the compressor discharge valves and at the discharge of the blast pot
discharges. Prior to use of the sandblasting equipment, the Contractor shall
demonstrate to the Engineer" Owner's Representative or Inspector (Linabond
certified) that 80 psig minimum can be sustained at the above referenced
volumetric output. '
. E. ' The Contractor shall provide ventilation forairbome particulate evacuations to
, meet all pertinent safety standards and to optimize visibility for both blast
, cleaning and inspection of the substrate during surface preparation work.
PART 3 - EXECUTION
3.01 GENERAL:
A. After pre-cleaning .the structure and disposal of any accumulated debris, the
Contractor shall repair ~II crapks and structural defects that may be the cause
for providing a path for, water to leak through the wall or joints. Following
written approval from the Engineer, Owner's Representative or Inspector
(Linabond certified) that ~II visual leaks have ,been stopped and properly
repaired, the Contractor shall proceed with the required preparation of the
exposed concrete wall surfaces prior to commencing the liner insta,llation.
B. The Contractor shall submit for review and approval by the Engineer, Owner's
Representative or Inspector (Linabond certified), the equipment described in
subsection 3.03 proposed for pre-cleaning the structure(s)' of existing
accumulated debris, and preparing the concrete surface of structure( s) prior to
the installation of the new lining system, including, rated operating pressures,
flow rates in gallons per minute; and total horsepower
PLASTIC LINING OF CONCRETE
02706-5
.
.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
arsenic-free. Abrasive blast shall remove all loose materials and open up
surface defects.
2. The surface, after dry sandblasting, shall be brushed with clean brushes
made of hair, bristle, or fiber, blown off with compressed air. (from. which
detrimental oil and water have been removed), or cleaned"by vacuum, for
the purpose of removing any traces of blast products from the surface; and
also for the removal of abrasives from pockets and comers. The surface
should then be washed down to remove all dust particles.
3.03 APPLICATION OF PRIMER:
A. Prior to application of the primer, the surface of the prepared concrete shall be
dry. A dry surface is defined as a surface where there is no visible water
darkening, beading, dripping, or ... running on the substrate. Surfaces
contaminated by debris shall be cleaned and dried before application of the
lining system. The Contractor shall provide whatever methods and equipment
necessary to achieve a dry surface condition.
B. If compressed air equipment is. utilized, it shall be equipped with oil filter arid
water separators with sufficient capacity to provide clean, dry air. Heated, forced
air ventilation may be required to attain a minimum of 70 degrees F minimum
temperature in the structure. . . .
C. The pH of the prepared ~urface 'shall be tested prior to installation of the liner
system. The acceptable pH range for the prepared surface is 7 to 12.
3.04 FIELD.INSPECTOR:
A. The-Contractor shall be responsible for obtaining the services of a qualified field
inspector who has been train~d and certified by the manufacturer of the
protective lining system.The Field Inspector shall continuously performtesting
and provide daily field documentation and inspection services to the lining
Contractor during all the protective lining application to monitor that the work,
including surface preparation, mixing, drying times and applications procedures
are performed per the manufacturer's recommendations.
B. The Field Inspector shall review performance, quality, and progress of the lining
system work, and shall inform the Engineer and/or the OWNER of its findings.
C. The Field Inspector shall provide daily electronic documentation (including
photography and QC forms), and monitor the progress and quality of the lining
system work as per Linabond inspection requirements. A private internet
workroom containing each day's lQC documents, testing, and phot9graphs will
be made available by Linabond t9 the Owner and Enginee,rfor the purpose of
monitoring installation progress, quality, and compliance to the specifications.
D. Cost for manufacturer's field inspector shall be included with the cost ofthe lining
system.
PLASTIC LINING OF CONCRETE
02706-7
.
.
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
equipment is set to the proper operating parameters. ; No verification or
inspection releases the Contractor from responsibility for equipment
availability, equipment operation material application, or ,any other
requirements of the specifications. .'
2. Spray equipment shall be able to provide plural component'spray at a mix
ratio of equal parts (one part to one part)' by volume. For the structural
polymer, spray equipmenfshall be capable of supplying a minimum of 3
gallons per minute at a temperature of 130-140 degrees F at the spray
nozzle. Mix ratio, application flow rate, temperature and pressure readings
must' be verifiable through a monitonng system including digital readout and
hard copy printouts. The readouts and printouts must show instantaneous
and cumulative value readings for mix ratio and volumetric flow rate. For any
8 of. 10 readings, mix ratio and flow rate must meet the values specified
above within a plus or minus' 5 percent maximum deviation. A solenoid
shutdown device shall be provided to turn off the spray equipment in the
event that the' mix ratio exceeds said 5 percent maximum deviation. (Such
equipment is available through dealers such as Spray-Quip, Inc. Phone:
(713) 923-2771 ; who are familiar with these materials.)
. < ,r .
3.08 PUMPING, COMPUTER. AND MISCELLANEOUS EQUIPMENT:
A. Pumping equipment and computer equipment utilizing an integrated Digital Flow
Monitoring system with built in alarms shall be approved by Linabord, Inc., prior
to use. The Contractor ,shall supply all' thee tools.andequiplTle'1t needed to
properly install the materials per Linabond's requirements, including but not
limited to the following:'
1. fiberglass crown jacks (if required) '.
. 2. "seam material plural component applications guns
3. spray application rig
4. communications equipment
5. any other necessary staging equipment
; B. All equipment shall be maintained and operated per the manufacturer's written
instructions. Filters shall be checked .twice daily (if operated) and cleaned as
necessary. At all times during '. use, a . qualified operator certified by the
manufacturer shall attend the spray equipment.
3.09 L1NABOND EP30-HS HP PRIMER:
A. The primer shall only be applieq to a clean, prepared, and dry sound concrete
surface only. The primer shall be rolled or spray applied and allowed to tack prior
to application of the structural polymer. The structural polymer should be applied
within 2 days of primer application.
PLASTIC LINING OF CONCRETE
02706-:9
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
.
dropping. The Contractor shall prevent such rising substrate temperatures by
protecting the concrete substrate from slJnlight or scheduling installation during
advantageous times of day. "
D. Should bubbles, pinhole~,or discontinuities form in the applied lining system,
they shall be repaired as specified in Part 8 of this section. Whenever possible,
the ContrClctor shall use heat-forming of the semi-rigid PVC liner to conform to
any odd shapes or details in the structure. Heat-forming of the liner shall be done
before the structural polymer is applied. Where heat-forming is not possible, the
Contractor shall use the flexible PVC liner.' ',' ' "', ", - ',' , '
3.013
.
A. The PVC lining system shall extend to the limits shown on the drawings. All liner
seams shall be completed as described in the manufacturer'sl,\pplication. The
liner ,seams shall be of the, overlap type (See Plans for detail of Overlap Joirtt).
Overlap seams shall be lapped in ,the direction of the, flow, and lapped
downwards for horizontal seams. All liner terminations and le(3ding edges shall
have a 0.25 inch to 0.5 inch deep by 0.1.25 inch to 0.25 inch wide saw-cuts
unless otherwise 'specified" and, shalf' be 'installed 'as ,indic~tedin the
manufacturer's Appli9atio~ G~ide and de~aH drawings of this specification.
B. All liner seams, terminations/and leading edges shall be sealed using the seam
material. The seams and termin?tions shall be taped, and a'.seam-overlay bead
of seam material shall be applied as described in the Linabond Application
Guide and the detail drawings of this Guide. The tape shall be removed before
the seam material begins to gel,' in order to obtain straight edges .that are free of
projections~ The resulting seam overlay band shall be smooth, relatively flat, free
of sharp protrusions; and have athic~riess between'O~08and 0.2Jnches,
3.014 PREMOLDED PVC CORNERS:
A. Pre-molded PVC comers shall be installed at all inside and outside comers as
indicated in the, man.ufacturer's Application Guide and detail ,drawings of the
Guide shown also on',the Plans."PVC sheets shall overlap thePVC comers by 3
inches. -rhe pre-molded pyqcomers shall be pre-treated with activator on all
faces before embedding them into the applied structural polymer, and applying
seam material.
3.015 PVC LINING U.v. BLOCKER:
A. The Contractor shall install a U.v. Blocker on all surfaces of the Protective Lining
System that will be permanently exposed to sunlight. The liquid U.V. Blocker'
shall be applied by brush or roller to the PVC lining prior to replacing or installing
the aluminum or concrete covers, or other equipment. The U.V. Blocker shall be
Linabond No. 55 Aliphatic Top Coat as manufactured by Linabond, Inc., or equal
. and shall be applied at the rate of 250 square feet per gallon.
PLASTIC LINING OF CONCRETE
,02706-11
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
2.
(""
.
3.
4.
5.
Clean an area extending at least 4 inches in all directions from the cut line in
the PVC sheet using a clean white cloth dampened with acetone to remove
dirt and dust. Tape the perimeters of an area extending 4.5 inches in all
direction from the cut line.
Apply the surface Activator over the cleaned area.
Apply seam material or structural polymer at 60'.to 120 .mi!s over the
activated area, and force under the loose edges ofthe PVC sheet.
Activate a PVC sheet patch large enough to cover the cut line in the air
pocket with a 4-inch lap beyond the air pocket, hole or discontinuity in all
directions. Apply the PVC patch over the wet seam material or structural
polymer. Roll to remove entrapped air.
6. The edges of the PVC patch shall be taped leaving a % inch perimeter of
exposed PVC. The exposed perimeter of the patch shall be activated. A 1-
inch seam-overlay bead of seam material shall then be applied as described
in the Linabond Application Guide and the detail drawings of this Guide. The
tape shall be removed before the seam material begins to gel, in order to
obtain straight edges that are free of projections. The resulting seam overly
band shall be smooth, relatively flat, free of sharp protrusions, and have a
minimum average thickness between 0.08 and 0.2 inches.
B. Areas where the lining adhesive strength failed to meet the minimum pull-of
strength testing value specified shall have all the defective lining, including
structural polymer, removed as directed by the Engineer. The area shall be
relined with a new application of protective lining system, overlapping the
adjacent lined areas a minimum of 4 inches in all directions and shall be re-
inspected.
.
3.019 MEASUREMENT AND PAYMENT:
A. The work specified in this Section will not be measured for direct payment except
those items specifically stated in this Section and for which bid prices are
requested in the Bid Proposal.
END OF SECTION 02706
.
PLASTIC LINING OF CONCRETE
02706-13
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
SECTION 02720 - STORM SEWAGE SYSTEMS
.. PART 1- GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions- of Contract, including General andSupplementary
Conditions and Division-1 Specification sections, apply to work of this section.
. . ,',
1.02 DESCRIPTION OF WORK:
A. Extent of storm sewaQe systems work is indicated on drawings, and schedules,
and by requirements of this section.
B. Refer to Division-2 section "Excavation, Trenching arid Backfill " For Utility
, Systems" for excavation and backfill required for storm sewage systems; not work
of this section. '
C. Refer to Division-3 sections for concrete work required for storm sewage systems;
not work of this section. .',
1.03 'QUALITY ASSURANCE:,
'A. Manufacturer's Qualifications:
'.
Firms regularly engaged in manufacture of storm sewage system's products of
types, materials, and sizes required, whose products' have' been, in" satisfactory
"use in similar service for not less than 5 years.
. " ,", ,'-",,-,", ," .,........ '_7 _,".
B. I nstaller'sQualifications:
Firm with at least 3 years of successful installation experience on 'projects With
storm ~ewage, work similar to that required for project.
C. Codes and Standards:
All storm drainage-related work including, but not limited to,rel1)oval and
replacement of storm sewer pipe, removal and replacement of existing curb &
gutter or headwall, and regrading of an existing drainage ditch,shall ,be
performed in accordance with City of Augusta Public Works Department
standards and specifications. Contractor is responsible for coordinating
approval by Augusta Public Works Department. '
.
, STORM SEWAGE SYSTEMS
02720-1
i
'.
;.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
B. Ductile Iron Pipe:
ANSI/AWWA C151/A21.51, Latest Revision, Class 50 minimum with
ANSI/AWWA C111/A21.11, latest revision push-em type joints.
1. Fittinas: ANSI/AWWA C111/A21.51, Latest Revision, Mechanical-Joint Type.
2. Special Couplina forConnectina to Fiberalass Manholes: Shall be specially
fabricated steel couplings as manufactured by S'mith-Blair, ,Type ,411 steel
couplings (or equal) with:
Sleeve thickness x Length: 3/8" x 7", ASTM A-53
Pressure: Gravity
Line content: Sanitary sewer
Coating: Epoxy painted
, Fqllo,wers: Ductile Iron, A~536
Bolts: 304 stainless steel
Gaskets: BUNA N,NSF 61
C. Reinforced Concrete Pipe: '
Pipe greater than 12" shall be ASTM C 76, Class III.
1. Fittinas: Reinforced concrete, same strength as, adjoining pipe,
tongue-and-groove gasketed jointscomplying with ASTM C 443.
D. Concrete Pipe:
Pipe smaller than 12" shall be ASTM C 14, Class 2 non-reinforced concrete pipe.
1. Fittinas: Concrete, same strength as adjoining pipe, tongue-and-groove
gasketed joints complying with ASTM C 443. "
, . -', .
E. Acrvlonitrile-Butadiene-St\lrsrle (ABS) Sewer Pipe
'" ,". -'.
ASTM 0 2751..SDR 35 for 3",4", and 6"; and SDR 42 for 8",10" and 12".
1. Fittinas: ABS, .ASTM 0 2751, solvent cement joints complying with ASTM D
2235 or elastomeric joints complying with ASTM D 3212 using gaskets complying
with ASTM F 477.
F. Polwinvl Chloride (PVC) Sewer Pipe:
ASTM D 3033, Type PSP, SDR 35; or ASTM D 3034, Type PSM, SDR 35.
1. . Fittinas: PVC, ASTM D 3033 or D 3034, solvent cement joints complying with
ASTM D 2855 using solvent cement complying with ASTM D 2564; 6relastomeric
STORM SEWAGE SYSTEMS
,02720-3
'.
ie
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
'18" to'24"
30" to 36" ,
30" to 36"
42" to 54"
42" to 54"
48" to 72"
.075"
,~ .105"
.075"
.135"
.075"
.105"
,- 2';'2/3 :><112
2-2/3 X 1/2
.'3 X 1
2-2/3 x 112
,3 X 1
'.3x1
14
12
14
10,
14
12
17"x13
21 "x15" to 24"x18"
,,28"x20" , .
35"x24"
42"x29" to 49"x33"
57"x38" to 71" to 47"
57"x38" to 71" to 47"
71 "x47' to 77" X 52"
81 "x58"
D. Joints:
Pipe Arch
.075"
.105"
<.135"
.135"
.164"
.164"
, .105"
,.105"
,135"
2-2/3 X 1/2
2-213 X 112
2-2/3 x 12
2-2/3 x 1/2
2-2/3 x 1/2
2-2/3 x 1/2
3x1
3x1
3x 1"
14
12
10
10
8
8
12
'12
10
Joints shall be made utilizing one piece connecting bands with at least 6 inches of
rubber, neoprene or mastic gaskets. The connecting bands shall be 0.060 inch
thick and fastened with at least 4 bolts. Width of bands shall conform to the
following schedule:
Circular Pipe
15" to 18"
24"
30" to 36"
42" to 60"
STORM SEWAGE SYSTEMS
Pipe Arch
02720-5
:'.
'.
.
S&P ProJect No. G124-02-01 (
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
B. Basin: "
, ,
Precast reinforced concrete, 48" diameter, flat slab tpp,base-riser s~6tion with
integral floor or as detailed on the drawings.
"
C. Steps:
Ductile-iron or aluminum, integrally cast into catch basin sidewalls.
D. Frame and Grate:
Cast" or,:.Ductile~iron,.'26", di~lT)eter'flat gr~tEl' heavy-duty,. complying'<"with F.S.
, RR-F-621 and AS1J\i1 A220. '
E. Pipe Connectors:
,', .-.,\",
Resilient, complying with ASTM C 923:, "
..' '-' ... -.. -.,." ,-",' , ,
2.05 Riprap:
: . '- .",' .
. , - '.-, , .
The stone used for stone slope proteCtion shaH be sound, rough, dense and resistant
to the action of air and. water,a,l1cisatisfClstoryto thE! Engineer. The stone shall have
a density of not less than 150 pOurds per cLJpigf09t. ,",.. ,Neither the bre~dfh nor the
thickness of any piece of stone shall be less than one-third of its length. The stone
will be subject to insp,ectionon delivElry.. and, if found to bel improper gradation or
quality, it will be rejected.' The stone- shall cOnsist of quarTy run sizes,' graded as
specified beloVl/: , '
Stone Slope Protection
Class 1
100 Ibs.
601bs.
251bs.
2 Ibs. Not to Exceed
100
80
.,50,
10
PART 3 - EXECUTION
, , .'
3.01 INSTALLATION OF IDENTIFICATION:
A. General:
STORM SEWAGE SYSTEMS
02720-7
.
'.
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
Install in accordance with the manufacturer's installing recommendations and in
accordance with the "Handbook 'of Steel, Drainage and Highway Construction
Products", published by the American Iron & Steel Institute.
F. Cleaninq Pipinq:
Clear interior of piping of dirt and other superfluous material?ls work progresses.
Maintain swab or drag in line and pull past ~ach joint a.sit is completed.
In large, accessible piping, brushes and brooms may be used for cleaning.
- .. .
Place plugs in ends of incompleted conduit at end of day or whenever work stops.
Flush lines between manholes if required to remove collected debris.
G. Joint Adapters:
Make joints between different tYpes of pipe with sta~dard manufactu~ed adapters
and fittings intended for that purpose. ' , , , ,
H. Interior Inspection:
Inspect piping to determine whether line displacement or other da.r'l1age has
occurred.
, ".- < <
Make inspections,after.lines between..rnanhqles".or manhole locations,hav~ been
installed and appr:oximateiy 2' ofbf:lckfm is inplace"and,again atcornpletion of
project. " , '
If inspection indicates poor alignment, debris, displaced pipe,infiltration or other
defects, correct such defects, and reinspect.
3.03 PRECAST CONCRETE MANHOLES:
A. General:
,Place precast concrete sections 'as,in'dicated.Where manholes"qccur in
pavements, set tops of frames and covers flush with finish surface. Elsewhere,
set tops 3" above finish surface, unless otherwise indicated.
B. Installation:
Install in accordance with ASTM C 891.
C. Rubber Joint Gasket:,
STORM SEWAGE SYSTEMS
02720-9
le
i.
.
S&P ProJect No. G124-02-01 I
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
grades, and sectiJns shown on the Plans. A tolerance of plus 6 inches or minus
3 inches from the limits shown on the Plans will be allowed in the finished surface
on the slope prot~ction except that the extreme of this tolerance shall not be
continuous over an area greater than 100 square feet. Materials shall be placed
in horizontal laye~ starting on the riverward edge of the section and worked up
the' slope. Dumping down the slope will not be permitted. Materials shall not be
I '
dropped form a h~ight greater than 3 feet. Any damage to the slope due to the
fault of the Contractor shall be repaired at no expense to the OWNER.
3.08 BACKFILLING:
A. General:
Conduct backfill operations of open-cut trenches closely following laying, jointing,
and bedding of pipe, and after initial inspection and testing are completed.
, '
END OF SECTION 02720
STORM SEWAGE SYSTEMS
02720-11
S&P Project No. G124-02-01 I
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County Project No. 60115
SECTION 02730 - SANIT ~RY SEWERS
. PART 1 - GENERAL
1.01 " RELATED DOCUMENTS: ,
Drawings and gene)al provisions of Contract, in;luding G~neral and Supplementary
Conditions and DiviSion-1 Specification sections, apply to work of this section. '
I
DESCRIPTION OF WORK:
'I
'.
Extent of sanitary sewer work is indicated o'il drawings an'd schedules, and
by requirements of this section.." ' ,
Refe~ to Divikion-2. Section 02221: "Exca~ation, Tf'~nChirlg"and Backfilling
for Utility Sy~tems" for excavation and backfill required for sanitary sewers;
not work of this section.
I
I
Refer to Division-2; Section 02731: ;"Fiberglass Reinforced Pipe" for the
requirementsiofmanufacturing Fiberglass Reinforced Polymer Mortar Pipe.
, ,,' I " ,. .
Referto Division-2. Section 02732:."Fiberglass Reinforced Manholes" for the
requirements I of manufacturing Fiberglass Reinforced Polymer Mortar Tee
Base Manholes. ' ',' "
I " "
Refer to Division-3, Sections for concrete work required for sanitary sewers;
not work of this section.
I
1.03 QUALITY ASSURANCE:
I
I
A. Manufacturer's Qualifications:, .
,1' ,
Firms reg~larly engaged in manufacture of sanitary sewer system's products
of types, materials, and sizes required, whose products have been in
satisfactory uSe in similar service for not less than 5 years.
, I
B. Installers Qualifications:
Firm with at I~ast 3 years of successful. installatio~' experie~ce on projects
with sanitary sewage work similar tothat required for project '
.
SANITARY SEWERS
, 02730-1
.
I.
'.
S&P Project No. G124-02-01 I
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
Available Mknufacturers: Subject ,. to compliance with ,requirements,
manufacturers offering identificatio'n markers which may be incorporated in
the work inclJde, butare not limited to, the following: '
· Allen Systems, IflC.
. Emed Co:, Inc.
. Seton Name Plate Corp.
I
2.02 PIPES AND PIPE FITTINGS:
'A. .'
" Unless specified 'otherwisejhe type of pipe shall be: .
- ' I '. "
Depth , ' ~
I '
Less than 3' Ductile Iron
3' to 10' ""~';'''''''''''''''''''''SDR35 or FRP as indicated
f ,....,..................-............' . ,
Greater than 10', ' " SDR21 orFRP as indicated. '
'I ' ...................-.
B. Ductile Iron Pipe:
I
Ductile iron pipe shall be epoxy-lined and conform to ANSI 21.51 (latest
version) with.thickness in accordance with ANSI 21.50 '(latest version) for
laying conditi6n Type. 2, Class 350 for 12" and smaller pipe and Class 200
for 14" and latger pipe. '
, I
1. Joints: ANSI A21.11, push-on type unless otherwise shown. ,
2. coatinos1and Lininos: All ductile iron pipe and fittings shall be
bituminous coated on the outside and lined with Protecto 401 Ceramic
Epoxy in the inside.
a. coatingl on the ,outside shall be an asphaltic coating'approximately 1
mil thick. The finished coating shall be continuous, smooth, neither
brittle when cold or sticky when exposed to the sun, and shall be
strongly adherent fo the pipe.
b. protecJo 401 Ceramic Epoxy interior lining shall conform to ASTM
E-96-66, ASTM B-117, ASTM 6-95, ASTM D-714-87.
The interidr of the pipe shall receive 40 mils nominal dry film thickness
of Protectb 401. Lining application, inspection, certification, handling
and surface preparation .of the area to receive coating shall be in
accordanc~ with the Protecto 401 manufacturer specification and
requirements.
SANITARY SEWERS
02730-3
S&P ProJect No. G124-02-01 I
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
.
.
a. Coating on the outside shall be an asphaltic coating approximately
1 mill thick. The finished coating shall be continuous, smooth,
neither brittle when. cold or sticky when exposed to the sun, and
shall De strongly adherent to the pipe.
b. protedto 401 Ceramic Epoxy .interior lining shall conform to ASTM
E-96-66, ASTM B-117, ASTM 6-95, ASTM D-714-87.
The interi1r of the pipe shall receive 40 mils nominal dry film thickness
of Protecto 401. Lining application, inspection, certification, handling
and surface preparation of the area to receive co'ating shall be in
accordance with the Protecto 401 manufacturer specification and
requirem~nts.
I
E. Fiberolass Reinforced Pipe: See Section 02731
F.,Hioh Density pOltethvlene(HOPE) Pipe: HDPE, in sizes from 4- to 60-inch pipe,
shall conform to ASTM 03350 and Plastic Pipe Institute (PPI) PE3408 with cell
I .. . . . - .
classification of 345464C, D or E and SOR rating of 21, unless indicated
otherwise on th~ drawings. The dimensional and performance characteristics
shall conform to the requirements of ASTM F714. Manufacturer shall provide a
, product supplying a minimum Hydrostatic Design Basis of 1,600 psi at 73.4 deg.
F~Pipe shall be butt fused in accordance to manufacturer's written procedures.
:The pipe shall be manufactured by PolyPipe; inc. or Engineer approved or-
equal.
2.03 SANITARY SEWER MANHOLES:
A. General: prolide precast reinforced concrete sanitary manholes andlor
fiberglass-reihforced polymer manholes as indicated on the plans.
Precast: s~all be constructed in accordance with ASTM C-478. and
conform to tMe details on the project drawings. Bell arid spigot surfaces
shall be smooth, accurately formed, and provide a loose, sliding fit, with a
I ",.. ,
clearance between the bell and spigot of not more than 1/6 inch.
I '
1. Joints - Shall be tongue and groove sealed with flexible gaskets or
mastic se~lant. Gaskets shall be O~Ring or Type A or B "Tylox"
conforming to ASTM C-443 and mastic shall be "Ram-nek", or
equivalent~ with primer. The primer shall be applied to all contact
surfaces of the manhole joint at the factory in accordance with the
manufactJrer's instructions.
2. Steps - s~all be non-corrosive aluminum alloy equivalent to Neenah R-
1982-W ot polypropylene equivalent to M.A. Industries, Type PS-1 or
PS-1-PF. ~he steps shall be installed at the manhole factory and in
accordance with the recommendations of the step manufacturer.
SANITARY SEWERS 02730-5
.
B.
.
.
.
I
S&P ProJect No. G124-02-01 I
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
B. Ins~ect PiPinl
I
Inspect PiPi~~ before instC)lIation to detect apparent defects. Mark defective
materials with white paint and promptly remove from site.
" 1 ~
C. Lav Pipe:
Lay piping beginning at low point' of system, true to grades and alignment
indicated, with unbroken continuity of invert.
, I '
. Bell Ends: I ,,' ",
Place bell ends or groqve ends of piping facing upstream.
GaSkets:' I" , ' " , '
Install gaSket~ in accordance with .manufacturer's recommendations for use
of lubricants, ?ements, and other special installation requirements.
t
Ductile Iron Pipe:
r
Install in accOrdance with 1994 DIPRA, "Installation Gu'ide to Ductile Iron
Pipe",
D.
E
F..
G.
Plastic Pipe:
Install In accoi"dance with manufacturer's installation recommendations, and
in aCCOrdanceiwitti ASTM 02321. , ,
Fiberalass Reinforced Polvmer Mortar Pipe:
I '"
See Section 02731 for installation procedures.
" I ,,'
Cleanina Pipina:
I
Clear interior I of pipin.~ of dirt and other, superfluous "material as work
progresses. Maintain swab or drag in line and pull past each joint as it is
completed. i "
In large, acceJsible piping, brushes and brooms may be used for cleaning.
H.
I.
Place plugs in ends of uncompleted conduit at end of day or whenever work
stops.
Flush lines betWeen manholes if required to remove collected debris.
I' ' ,
I
SANITARY SEWERS
02730-7
- '
.
..
.
S&P ProJect No. G124-02-01 I
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
E. Drop Manholes: "
, I ,'", , ' , '
Drop manholes shall be built at the locations and in conformance with the
detailsshowh where the difference in invert elevation between incoming
pipe and nlanhole invert is more that 2feet. The drop pipe shall be the same
size as the iqfluent sewer. Payment for drop manholes will be made at the
unit prices fori the various depths stated ill the 'Prop'o~al, and shall include all
necessary pipe, pipe fittings, concrete encasement of drop pipe, extension
of manhole base slab and compacted crushed stone under sewer spanning
the manhole ~xcavation. "
,i, .
3.04 CONCRETE. ENCASEMENT OF PI'PE:-
',' , , ' 'I ;' , ..,. .
. Where called "for or the Plans sewer , pipe. shall be qampletely :.encased with
concrete. The trench shall first be excavated. not less than 6 inches below the bell
of the pipe and the pipe 'laid to the line and grade on con9rete,.blocking.Concrete
. shall then be placed to the full width of the trench , but inno case less than 6 inches
from the pipe belloh either side of the trench, ,and to a height of not less than 6
inches above the top of the pipe :bell., No backfill material shall b~, placed in the
trench for a period of at least 24 hours after the concrete encasement has been
placed. Payment foriconcrete encasement will be according to the unit price bid in
the Proposal and in accordance with Section 01150.
I '
3.05 FIELD QUALITY CONIT'ROL:
, ,', A. Testina and Cleaniha: ,
'. Before acceptance! of the sewer Ii~es, they shall be tested and.c1eaned. Where'
obstruction is met, the Contractor shall be required to clean the sewers by means
of rods or swabs ot other instruments. The pipe 'line shall be straight and show a
uniform grade betWeen manholes.
I
I '
The Contractor sh~1I no~ify the Engineer when the sewer lines have been cleaned
" and are ready for inspection. The Engineer in cooperation with the Contractor
and the Owner willi agree upon a date when all parties will be present and make
the inspection and perform the tests specified hereinafter. '
B. Test for Deflection: '
, ,
, '
When HDPE, PVC or FRPM Sewer Pipe is used, the Contractor will be required
to perform a deflection test. The deflection may be checked by one of two
techniques. One ofithese is through the use of a specially designed deflectometer
which when pulled Ithrough a sewer section automatically measures and records
at frequent intervals the pipe's vertical and horizontal diameters.
The other techniqU1e is to use a "go, no-:-go" 'mandrel, or stick for 63" and larger
pipe, which is sized to such dimension that it will not "go" when encountering a
I '
SANITARY SEWERS
02730-9
.
/ ".
.
'.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
8. Air Testing Table: Table 1 will be used to determine the required test
duration for the section of line being tested.
Tables
1. Explanation of!~bles
a. ColumnA: NOrriinal diameter of pipe (any pipe material).
b. Column B: Minimum duration of air test regardless of length of line
segmehtbeing tested.;(e.g., 250 feet of 8" PVC: test duration 3 min.
47 sec.) ,
~ '
c. Column C:, Lengtll'of line assQciated. with minimum duratio'n of air
test (Colum'n B). ' '" ,
d. Column D: L=Length of line in'Jeet; product of computation yields
duration of air teist (e.g., 250 feef of 12'~ PVC where grdu~d~water is
not present(Table 1): test duration -'" 1.709 (250) = 42?25Aec. = 7
min.~sec.) ,
,.... '.'
e. Column E: Duration of air test for giv~n incrementallengths.of Ii~e.
2.
. -'.
. ,,' ,-: .
Use of, Tables: 'Table 1 'is based on an air 10, ss rate of 0.OQ3, ,clm/sf of
',' .... . -. .....
internal surface area: Use for line installations where groundwater and
subsequent infiltration is not present. In the event that grouhd ~ater and
infiltration is present, Table 2 shall be used. . '. c.. '.,
SANITARY SEWERS
02730-11
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
SECTION 02731 - FIBERGLASS REINFORCED POLYMER MORTAR PIPE
. PART 1 - GENERAL
. .'
. , . . ' ..
,1.01 : DESCRIPTION: Fiberglass Reinforced POlyr:ner )v10rtar (FRPM) Piping
Systems are designed for gravity sewer applications for sanitary sewer
systems, storm sewers and industrial applications.
1.02 REFERENCE SPECIFICATIONS: This specification references American
Society of Te,sting and Materials (AS1:M) standard .,.specifications, which
are made a part hereof by such reference,and shall be the latest edition
and revision thereof. .
ASTM D3262
,Standard Specification' for ,llFiberglass", (Glass-Fiber-
Reinforced Thermose~ing-Resin) gewet Pipe
StandardSpecifi~ti,on -"for "Fiberglass" r(Glass-Fiber-
Reinforced Thermosetting-Resin) Pipe Joints Using
Elastomeric Seals.
Standard Test Method for .:'Determination, of Extemal
Loading Characteristics of Plastic Pipe by Parallel Plate
Loadin .
ASTM D4161
ASTM D2412
i. PART2-MATERIALS
2.01 ACCEPTABLE MANUFACTURER: Subject ,to compliance with
requirements, manufacturers offering fiberglass reinforced polymer pipe
which may be incorporated into the work, but are nqt 'limited to, the
following:
,'A. Hobas Pipe USA.
B. No "or equals" or substitutions will be permitted for, this Project.
2.02" MATERIALS:
A. RESIN SYSTEMS: The manufacturer shall use only approved
polyester resin systems with a proven history of perrormance of in this
particular application. The historical data shall have 'been acquired
from a composite material of similar construction' and composition as
the proposed product.
.
B. GLASS REINFORCEMENTS: The reinforcing glass fibers to be used
to manufacture the components shall be' of the highest quality
commercial grade of glass filaments suitably treated with binder and
FIBERGLASS REINFORCED POLYMER MORTAR PIPE
02731,.1
re
Ie
:.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
made of EPDM rubber compound as the sole means to maintain joint
watertightness. The joints must meet the performanc:erequirements of
ASTM D4161. Joints at tie-ins, when needed, maY utilize fiberglass, '
gasket-sealed closure couplings.' '
1. Where pipe is connected to ductile iron pipe, joints shall be as
detailed on the Drawings, in accor.dance with ,manufacturer's
recommendations. '
C. Fittings: Flanges,elbows, reducers, tees, wyes; ,laterals and other
fittings shall be capable of withstanding, aU ppe'ratiQgconditions when
installed. They may be 'conta"ct molded or manufadured from mitered
sections of pipe joined by glass-fiber-reinforced overlays." .'
1. Ductile iron pipe fittings as specified in' Section 02720, Storrn
S~wage Systems, may be used.
2.04 GRAVITY SERVICE - JACKING INSTALLATION
A. Pipes: Manufacture pipe by the centrifugal casting process to result in
a . dense, ,non-porous, corrosion-resistant, consistent composite
structure. The pipes shall be man ufaqtLJ red in accordanqe with ASTM
D3262.
1. The actual outside diameter for 18,. to 48-inch ,pipes shal.l,pe
equivalent to ductile iron pipe of the same size in accordance with
ASTM D3262. For pipes greater than 48-inch <;fiall1eter, outside
diameter shall be as indicated in manufacturer's literature.
2. Pipe shall be supplied in nominal lengths of 20 feet." Actual laying
length shall be nominal plus 1-" to minus 4-inches. At least 90
percent of the total footage of eaqh size al1d class of pipe,
excluding special order lengths, shall be fumished in nominal length
sections. '
3. Minimum wall thickness, nieasured at the bottom of the spigot
gasket groove where the wall cross-section has been reduce, is
determined from the maximum jacking load. Minimum factor of
safety against jacking ,force is 2.5 based on straight alignment.
, 4. Pip'e ends shall be square,' to the pipe axis, with a maximum
tolerance of 1/16-inch.
B. Joints: Unless otherwisespecified"the pipe shall be ,field connected
with 'fiberglass sleeve couplings 'or 'bell~spigot joints that utilize
elastomeric sealing gaskets made of EPDM rubber compound as the
sole means to maintain joint watertightness. The joints must meet the
performance requirements of ASTM D.4161. Jhe joints shall have
approximately the same outside diameterUas the pipe, so when the
pipes are assembled, the joints are' essentially flush with the pipe
outside surface. Joints at tie-ins, when needed, may utilize fiberglass,
gasket-sealed closure couplings.
FIBERGLASS REINFORCED POLYMER MORTAR PIPE
02731-3
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
3.02 FIELD TESTING:
.
A. Infiltration/Exfiltration Test: Maximum allowable leakage shall not
. exceed local specification requirements.
B. Low Pressure AirTest: After completing backfill of a section of gravity
sewer line, conduct a Line Acceptance Test using low pressure air.
The test shall be performed using the below stated equipment,
according to state ,procedures and under the presence of ENGINEER
with 48 hours advanced notice provided.
1. Pneumatic plugs shall have a sealing 'length equal to or greater
than the diame~er of the pipe to be inspected.
2. Pneumatic (Jlugs shall resist internal bracing or blocking.
3. All air used ,sQall pass through a single control panel.
4. Three individual hoses shall be used for the following connections:
a. From control panel to pneumatic plugs for inflation.
b. From control panel to sealed line for introducing the low
pressure air.~
c. From sealed .line t9 Gontrol,panel for continually monitoring the
'air pressure rise in the sealed line.
5. Procedures: ", , " .i"
a.,AII.pne,umaJicplugs.~hall be s~al tested before being used in
the. actual, test JnstaJlation" On,e,!ength of piPe shall be laid on
,the gro!Jnd ,at:ld s,eal,ed,at"qoth eQds ;vvith the pneumatic plugs to
,be checked. Air~shall be introduced into the plugs to 25 psi. The
~ ~ealE3dpipe ~hall b.e press,uri:Zed to 5 psi. The plugs shall hold
,against this pressure without~racJng and without movement of
the plugs out of the, pipe. ',.",. '
b. After a manhole ,to ,manhole ,reach of pipe has been backfilled
and,c1ecmed (ind tbe, pnE~umatic plugs are checked by the above
procedure, the.plugs shall be plClce~ irt. tbe line at each manhole
and inflated to 25 psi. Low.pressureairshall be introduced into
this 'sealed 'line until :the Jn~err1al: air pressure reaches 4 psi
greater than the average, back ,pressure, of any 'ground water
, . that may be' over. the pipe. At least two, (2) minutes shall be
allowed for the air pressure to stabil~ze.AftE3r the stabilization
period (3.5 psi mini~um pressure in. the pipe), the air hose from
the, control panel to the air~upplyst1all b~ disconQected. The
p()rtion of line b~ing testedshaU be terme<;l"Acceptable", if the.
time,required in mirlutesfor the pr~ss.ure to decrease from 3.5
to 2.5 psi. (greater than the average back pressure of any
ground water that may be over the pipe) is greater than the time
shown for the given diameters in the following' table:
.
.
FIBERGLASS REINFORCED POLYMER MORTAR PIPE
02731-5
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County Project No. 60115
SECTION 02732 - FIBERGLASS REINFORCED POLYMER MORTAR MANHOLE
(FRPM)
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK:
A. Section includes fiberglass reinforced polymer mortar manhole tee bases.
1.02 REFERENCES:
"A. ASTM'D3753 - Standard Specification for Glass-Fiber-Reinforced Polyester
Manholes andWetwells ' ..
B. AStM 03262 - Standard Specification for ~lFiberglass" (Glass-Fiber-
Reinforced Th~rmosetting Resih) Sewer ~ipe, "
'.. . - '.
C. AST'M; D4161 -:' $tandard, ~pecificatior1for '~lFiperglass" (Glass-Fiber-
Reinforced Thermosetting Resin) Pipe Joints ,Using Flexible Elastomeric
Seals " . , ,
b. ASTM 02412 - Standard. Test Method for Determination of Extemal Loading
Characteristics of Plastic Pipe by Parallel Plate Loading
. 1.03 ,SUBMITTALS:
.
A.
Product Data:
,,\
" '.
, .
, SubmitmcmYfacturer's tec~nicalpr6duci data and installati9Q instructions for
manhole system materials and p'roducts.' '
C. Shop Drawinos:
Submit shop drawings for manhole systems, showing materials, size,
locations, and inverts.ln~lud~, details of mal1hole layers, segmented
manhOles, n1,anhole bottoms, ben'chan~as, and stub-outs and connections. '
PART 2 - PRODUCTS
2.0,1 MANUFACTURERS
A. Acceptable' Manufacturers: Subject ,to compliance with" requirements,
manufacturers offering products which may be incorporated in the work
include, but not limited to, the following:
1. L.F. Manufacturing, Inc.,
FIBERGLASS REINFORCED POLYMER MORTOR MANHOLES
02732-1
.
Ie
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
,- "
G. Stubouts and Connections: Where indicated on Drawings, stubout or
conncection pipe must be performed by sanding, priming,' and using resin
fiber-reinforced hand lay-up., The resin and fiberglass shall be the same'
,type and grade as used, in the 'fabrication pfthe fiberglass manhole.
Inserta-TEle fittings may he requested andi,nstaUed per manufacturer's
instructions. ,Kor~N-Seal ,boots may be iristalled by the manhole
manufacturer using fiberglass reinforced pipestubouts for the Kor-N-Seal
boot sealing ,surface.
H. Manhole Bottom: Fiberglass, manholes will be requireq to have resin fiber-
reinforcedbottolTl. , Deep~r manholes JTlay'require "a minimum of two
fiberglass,,' channel stiffening supports., All ' fiberglass manholes
manufactured With a fiberglass bottom will have . a minimum 3-inch wide
, ,anti-flotation ring. The manhole bottom shall be ~"minimum of % inch
thick.""
I. Fiberalass enclosed invert and bench area: Afibergl?'ss enclosed invert
and bench area shall be,instaUedin the rnanh61e by the manufacturer.
The invert Will be formed using a non-corrosive,niaterial and completely
enclosed in a minimum 1/4-inch layer of fiberglass chop. '
Heiaht Adiustment: ' Fiberglass manholes: must have the ability to be
height adjustable with the use of a height adjustment ring. Height
adjustmentc;an be made as a field operati<;m witpout the' ~se of uncured
resins or fiberglass lay~ups; Fiberglass' manholes must maintain all load
and soundness characteristics required by' A.S:f,rv1.D3753 after height
adjustment has occurred." " , '"
J.
K. Interior Access: All manholes shall bedesigne(js9' that a ladder or step
system can be supported by the installed manhole:
1 . 'AU manholes risers shall have steps constructed from non-corrosive
aluminum alloy equivalent to Neenah" R.;1982-W or polypropylene
equivalent to M.A. Industries, Type PS-10r PS-1.-PF. The steps
shall" be installed ,at the f?ctory and' in accordance with the
recommendations of the step ma[lufacturer. Manholes will not be
acceptable; if steps are not installed accordingly, and properly
aligned vertically. '
L. Manwav Reducer: Manway reducers will be concentric with respect to the
larger portion of the manhole diameters through 60 inches. Larger
manholes,may have concentric or eccent,ric manway reducer openings.
M. Cover and Rina Support: The manhole shall provide an area from which a
grade ring or brick can be installed to accept a typical metal ring and cover
FIBERGLASS REINFORCED POLYMER MORTOR MANHOLES
02732-3
.
ie
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
Wall Thickness: Fiberglass manholes 48" in diameter and up to 20 feet in
depth will have a minimum wall thickness of 0.3125 inches. Fiberglass
manholes 48" in diameter and 20 feet. to 30 feet, iq depth will have a
minimum wall thickness of 0.5 inches. ' "'..'
c.
D.
Diameter Tolerance: Tolerance of inside diameter shall be +1-. 1 % of
required ,manhole diameter. ,^
, . . . .
Load R.atina:,The complete ,manhole shall have a minim~mdynamic-Ioad
r;3ting ;of16,000 Ibs. when tested in accordance with A.S.T.M. 3753 8.4
, (note 1). To establish this rating the complete manhole 'shall not leak,
, crack, or suffer other damage~hen load tested to 40,000 Ibs. and shall
not defl~ct vertically downward more than 0.25, inch at the point of load
application when loaded to 24,00Qlbs.
E.
, '
Stiffness: The mcmhole cylinder, shall have the'<minimum pipe-stiffness
values shown in the table below when tested in, accordance with ASTM
D3753, -8.5 (note 1). '
F.
LENGTH - FT.
, 3 - 6.5
7 - 12.5
13 - 20.5
21-.25.5
26 - 35
FlAY - PSI
0.75
,1.26
2.01
3.02
5.24
G. " Soundness: In order to determine, soundness, the rnan'ufacturershall
apply aD' air or water pressure test to the mfinhole, t~~t sample. Test
pressure shall not be less than 3 psig' or greater than 5 psig. While holding
at the established pressure, inspect the entire manhole;tor.leaks. Any
leakage ttlrough the laminate is cause for failure of the test' Refer to
ASTM D3753, 8.6.
, H. 'Chemical Resistance: The fiberglass manhole and all. related components'
shall be fabricated from corrosion proof materialsuitat,h3'for atmospheres
c~ntaihing hydrogen sulfide and dilute sulfuric acid as WE? II as other gases'
associated with the wastewater collection system. " '
I. Phvsical Properties: Physical properties shall be as follO\Ns:
a. Tensile Strength (psi)
b. Tensile Modules (psi)
c. Flexural Strength (psi) ,
d. Flexural Modules (psi)
Hoop
Direction
18,000
0.6 x 106 '
26,000
1 .4 X 1 06
Axial
Direction
5,000
0.7 x 106
4,500
0.7 x 106
FIBERGLASS REINFORCED POLYMER MORTOR MANHOLES
02732-5
(
.
,
I.
.
S&P Project No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
poured on the inside of the manhole to a depth equal to that of the
stiffening support. This is typically 4 - 6 inches. This is NOT required on
manholes that have a factory installed integral fiberglass bench and invert
area.
C.
Concrete Encasement of Tee Base: After assembly to the line pipe, encase
the tee base in concrete to support the riser structure and to prevent
distortion of the tee base from overburden loads.
1. Tee base manholes shall be encased with concrete as shown in the
plans. The trench shalt first be excavated not less than 6 inches
below the manhole and the tee base laid to the line' and grade on
concrete blocking.
2. Concrete shall then be placed to the full width of the trench, but in
no case less than 6 inches from the manhole on either side of the
trench, and to a height so that only the indicated length of the riser
neck remains exposed.
3. No backfill material shall be placed in the trench for a: period of at
least24 hours after the concrete encasement has been placed. '
3.03 BACKFILL:
A.
Backfill Material: Unless shown otherwise on drawings and approved by
the engineer, sand, crushed stone, or pea gravel shall be used for backfill
around the manhole 'for a minimum distance of one foot from the outside
surface and extending from the bottom of the excavation to the top of the
'reducer section. , Suitable material chosen from the excavation may be
used for the remainder of the backfill. The material chosen shall be free of
large lumps or clods; which will not readily break down under compaction.
This material will be subject to approval by the engineer.
8. Backfill Procedure: 8ackfill shall be placed in layers of not more than 12
loose measure inches and mechanically tamped to 95% Standard Proctor '
Density, unless otherwise approved by the engineer. Flooding will not be
permitted. Backfill shall be placed in such a manner as to prevent, any
wedging action against the fiberglass manhole structure.
3.04 FIELD QUALITY CONTROL:
A. Tee base manholes shall be tested in the same manner using the same
methods specified for manholes in Section 02730.
END OF SECTION 02732 '
FIBERGLASS REINFORCED POLYMER MORTOR MANHOLES
02732-7
-'
(
'.
i.
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
SECTION 02733 - FIBERGLASS REINFORCED POLYMER MORTAR JACKING PIPE
, ., ".",' .
PART 1 - GENERAL
SeCtion includes fiberglass reinforced polymer mortar jacki?g pipe.
,1.01 REFERENCES:
A. ASTM D3262" - Stand~rd Specificaticm for "Fiberglass" (Glass-Fiber-
Reinforced The!TIlosetting'Resin) Sewer Pipe
B. ASTM 'D4161 . ~" St~nd,~rd spedificationfor "Fiberglass" (Glass-Fiber-
Reinforced Thermosettin'g' Resin), Pipe Joints' Using Flexible Elastomeric
Sea~ ' , "
C. ASTM D2412 - Standard Test Method for Determination of ExtemalLoading
CharaCteristics of Plastic Pipe by Parallel-Plate Loading'
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Resin Systems: ThemamIfacturer shall use only polyester resin' sYstems with a
proven history of perfonilance' iri this particular application. 'The historical data
shall have been acquired from a composite material of similar construction and
composition as ,the proposed, prod~ct. '
, ,
B. Glass Reinforcements: The reinforcing. glass fibers used, to manufacture the
components shall beaf highest qu~lity commercial grade E-glass filaments with
binder and sizing compatible, with impregnating resins'. '
C. Silica Sand: Sand shall be mirtimum 98% silica with a maximum moisture
content of 0.2%. '
D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers,
,thixotropic agents, etc., .when used, shall not detrimentally, effect the
performance of the product.' ,
E. Elastomeric' Gaskets: Ga,skets shal!meet ASTM F477 and be supplied by
qualified gasket manufacturers and be suitable for the service intended. '
2.02 MANUFACTURE AND CONSTRUCTION:
A. Pipes: Manufacture pipe by the centrifugal casting process to result ina dense,
nonporous, corrosion-resistant, consistent composite structure.
FRPM JACKING PIPE
02733-1
i
I
!
.
( ,
.
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta-Richmond County ProJect No. 60115
B. Should the Owner request to see specific pipes during any phase of the
manufacturing process, the manufacturer must provide the Owner with
adequate advance notice of when and where the production of those pipes will
take place.
2.06 PACKAGING. HANDLING AND SHIPPING:
Packaging, handling and shipping shall be done in accordance with the
manufacturer's instructions.
PART 3 -INSTALLATION
3.01 GENERAL:
The installation of pipe and fittings shall be in accordance the plans and
specifications and the manufacturer's requirements.
~""1<i.f-" .
3.02 PIPE HANDLING:
Use textile slings, other suitable materials or a forklift. Use of chains or cables in not
recommended.
3.03 JOINTING:
Clean ends of the pipe and joint components. Apply joint lubricant to the bell interior
surface and the elastomeric seals. Use only lubricants approved by the pipe
manufacturer. Use suitable equipment and end protection to push the pipes together.
Do not exceed forces recommended by the manufacturer for joining or pushing pipe.
3.04 FIELD TESTS:
All field testing shall be in accordance with Section 02730 of these specifications.
3.04 MEASUREMENT AND PAYMENT:
Measurement and payment for items provided under this Section shall be in
accordance with Section 01150.
END OF SECTION 02733
FRPM JACKING PIPE
02733-3
.
(,
.
I.
S&P Project No. G124-02-01
Main,lnterceptor Upgrade Replacement Phase I
Augusta Utilities Department prqJect No. 60115
SECTION 03302 - PRECAST REINFORCED CONCRETE BOX CULVERTS
PART 1 - GENERAL
1.01 SCOPE:
A. This~ecticm describes produ6tsto beil1corp9ratedintopt~c.ast reinforced
concrete box' culverts, pipes, and accessoiies;,and, requirements for the
installation and use of these items. Furnish ail 'products and perform all labor
nec~~~ary to fulfill the, requirements of these Sp~cifications. '
. . . . .
,B. Supply aU "products and" perform all,"Y2~in. aCec,rd#J'1c.~with applicable
American'Society for Testing and Material (ASTM), American Water Works
Association (AWWA); American Nati6rial Standards Institute (ANSI), or other
.recognized standards. Latest revisionsbf allst~ndarcts areap~licable.
1.02 'QUALIFICATIONS:
.- .j.:'......;<.... < ....,..., ,....
, ,
' "
, '
. . . . .
, If requested by the Engineer, submitevidencethatmariufaGturefsh~ye consistently
produced products of satisfactory quality and performance fciraperiod of at least
two years. '
1.03 SUBMITTALS:
Cc5mplete prciducfdata and engineering data, including shop~ravvings, shaU be
submitted to the Engineer in accordance with the requirements of Section 01800 of
~hese ~pe9ifications.
,. , .. . ,
1 :04 "'TRANSPORTATIOr'J ANb HANDLING:
A. Unloadina:
Furnish equipment and facilities for unloading, handling,distributing,and
storing box sections, pipe, and accessories. Make equipment available atall
times for use in unloading. Do not drop or dump mate!rials.,AflY ryiate!i€ils
dropped or dumped will be' subjeCt to rejection without additional justification.
B.,
Handlina:
Handle box sections, pipe, and accessories carefully to prevent shock or
dam~ge. Handle pipe by rolling on skids, forklift, or front loader. Do not use
material damaged in handling.
PRECAST REINFORCED CONCRETE BOX CULVERTS
03302-1
/
{
.
re
'.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department ProJect No. 60115
2.
Box sections shall be designed for extemalloads equal ~q the sum of
the dead load plus live load for the following conditions:
a. The minimum dead load shall be that created by the depth of
cover indicat,ed on, the Drawings, the depth of cover based
. . - ".: "'.-'-~.' '''- ".:_: , - .'. _ _ ,'- - <;" -' ,,' - _:" ,r; _ '._ ,'-",
ondiffer~n.ceh'!3IE:jvationotnear ed~ie ofpayement and top
of box sectipn;"breightfe~t~'^.'~i9h~yerls greCf1t~r.
b. The minimum live load shall be equal to AASHTO HS-20
loading created by the depth of cover, indicatesl on the.
Drawings or the depth of cover cased on'difference in
elevation of near edge of pavement and top of box section,
whichever creates the higher loading. For sections to be
installed under the concrete channel and railroad, live loads
shall be based on full flow in the channel and E80 loading,
respectively. .
3. Precast reinforced concrete box culvert shall be lined with plastic as
specified in Section 02706 of the Specifications. Box culverts shall be
lined to include all interior surfaces with the exception of the floor.
B.
Joints:
The precast reinforced concrete box sections shall be manufactured with
tongue and groove ends. Seal joints between sections by means of plastic
lining as specified in SeCtion 02706 of these Specifications.
c.
Acceptance:
1. Acceptance will be based in part on the concrete compressive
strength tests described in Section 1 0 and by the material
requirements described in Section 6 of ASTM C 1443, as well as by
visual inspection.
2. No box section shall be shipped before it has been cured for a
minimum of 14 days.
3. Inspect box sections after' delivery for laboratory stamp, shape,
cracks, uniformity, blisters, and imperfect surfaces, hammer test, and
damaged ends. Do not accept or use box sections with repaired or
patched shoulders. Any box section repaired or patched is subject to
rejection if such repairs or patches, in the opinion of the Engineer or
OWNER, are not sound and properly finished.
, PRECAST REINFORCED CONCRETE BOX CULVERTS
03302-3
/....~
/' ,
'.
(' '.,
.
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I,
Augusta Utilities Department ProJect No. 60115
SECTION 11285 - HYDRAULIC GATES
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes: Labor, materials, angeqlJipm~~t nege't:;S8rY for furnishing the
fabrication, production, installation, or erection . of Jhe 'item~'",specified in this
,. Section as shown on Drawings or. listed on Schedule. ' ' " , ' ,
. i ,'.: ,..,'., '.: .'" _ .' ;,,_,._ <r:, .
8. Anchor bolts shalrheinstalled under DiVision 3 in accord?Hlce.~ithbertified prints
"furnished by equipm~nt manufacturer.,
1.02 REFERENCES
""",-, -.
, 'A. ASTM References: ".,'. ' '<" ," .'. ,."
1 . , 820Q 'Aluminum and Aiumlnuro:Alloy Sheetand, Plate. ,
2. B 308 ,-Alur:ninurTi-Alloy,~6()iH;r~,S!~n'c;larCJ, ~truCtural ~,hap~s, Rolled or
, , EXtruded."','.' ,':'" ".", ' .
, './~
1;03 SUBMITTALS
B.,AWWA References:, ;" ,','
1. AWWAlANSLC501 ,Slui~eGates.
..
"'_ ". ___ ",:-7:., " t,,:, '" . ,.' ,', "",_" ,,-":
A. Shop, Drawinos:,Submi(ir, accorci.an.ce with. Sectii>n ' 01800,' Shop Drawings
covering the items indudeg und~~ this,$edtibn~ ?tlOP brawipg~ubmittals shall
include:, "'" " .', ,.'.. .... "'" ,.,'.". .' ~ ...,...,.., ..' .',',; '. ,... "'.;,",..
1.., 'Each gate, !n.ciuding':<;1ccessori~~'.'shi=i1l be'igentifiedqh:S.hOp Drawings by its
. respectivt3. !TIark as.note.d 'onGate:?che'dule:<'" ", ,; " ", '; :",' ", '
PART 2 - PRODUCTS
2.01 MANUFACTURERS
, ,
A. Subject to compliance' wit!1 the~pecified reqLJiremt36ts,"'manufacturers offering
products which may be included in Work include: ,'. ", ' . ' "
1 . Fabricated Stop Gates: ,
a. Hydro Gate.
b. Rodney Hunt.
c. Whipps.
2.02 COMPONENTS
A. Fabricated Aluminum Stop Gates (SG):
HYDRAULIC GATES
11285-1
.......
;" -"\
{ . :
.
/
(
'.
.
S&P ProJect No. G124-02-01
Main Interceptor Upgrade Replacement Phase I
Augusta Utilities Department Project No. 60115
PART 3 - EXECUTION
3.01 INSTALLATION
'". .
A. Equipment provid~d under this Section shall be fabricate,d,asserrybled, erected,
and placed in.' proper operation condition in full conformity~ with detail' drawings,
specifications,';,el1gineering'data, instructions, andrecb'mmenflations of the
equipmehf manufacturer approved by ENGINEER. '
3.02 FIELD QUALITY CONTROL
, ~...
A. InstallatJ'?i1;,~p~G'ial attentiop'shall be given by CONT~9T9Ftto ensu're that
itemsJyrnishEldunder this S,ection of the Work are installed in accordance with
manufacturer's' re~ori1mendati()ns. ' ' """
<~. . .".'
"oj",.;
HYDRAULIC GATES
f. ;
: .:-o~
11285-3
W
....J
::>
Cl
W
J:
()
C/)
W
~
C!)
Irl
~
...
::>
.0
ci
Z;
~
S'
l.,
Ii
~
[j-
~
~
~
;)
9
~
ill
l
rn
..lI:::
?-
m
E
Q) III
0:: u..
en
rn
Q)
u Q)
u c:
<( 0
z
~
Q)
a. Q)
0 c:
0
Z
-
m
Q)
rn
l::
::> "
"'C "o;t
co I.C)
Q)
:c
-
m
Q)
C/) "
N
0),
Q) $
1'O
a. (!)
~ Q.
.9
en
l::
m ......
::J
0
.... "
Ol'O-g
-"-
.~ >,-'0
.0 c:
C/) 3=.c: "2
" Co" ~
~O)~o
Q)
u
.~ ....
Q) ~
CJ) Q)
en
l::
0 Q)
:;::; ....
m .3
u (,)......
::l
0 ~O
...J enz
..lI:::
?-
m ......
2 I
(!)
en
z
o
I-
()
W
en
u..
o
Cl
Z
W
C/)
W
I-
<(
C!)
()
...J
::>
~
Cl
>-
J:
lO
I
lO
co
N
T'"
T'"
I
!
\