HomeMy WebLinkAboutQUALITY STORM WATER SOLUTIONS LLC
CONTRACT DOCUMENTS & SPECIFICATIONS
~
for
AUGUSTA UTILITIES DEPARTMENT
PROJECT NO. 808000015.5425110
NIXON ROAD WATER IMPROVEMENTS
Augusta, Georgia
AUGUSTA-RICHMOND COUNTY COMMISSION
The Honorable Deke S. Copenhaver
Mayor
t
Betty Beard
Corey Johnson
Joe Bowles
Alvin Mason
Calvin Holland, Sr.
Joe Jackson
Jerry Brigham
Jimmy Smith
J. R. Hatney
Don A. Grantham
Frederick L. Russell
Administrator
Drew Goins, Interim Director
Augusta Utilities Department
OneSource Development, LLC
Martinez, Georgia
land Planning - Environmental Services - Surveying
Consulting Engineering - Stormwater Management
t
November 6,2008
(05-07013)
\
TABLE OF CONTENTS
11/06/2008 (07013)
TC-I
t
CONTRACT DOCUMENTS & SPECIFICATIONS
for
AUGUSTA UTILITIES DEPARTMENT PROJECT NO. 808000015.5425110
NIXON ROAD WATER IMPROVEMENTS
Augusta, Georgia
TABLE OF CONTENTS
SECTION
TITLE
PAGE NO.
t
CONTRACT DOCUMENTS
Agreement.......................................................................................... A-1 thru 3
Bid Form & Addenda ........................................................................ P-1 thru 19
Addendum No.1................................................................................... 2 pages
Addendum No.2................................................................................... 3 pages
Addendum No.3.............................................................. .....................1 page
Addendum NO.4. .................................................................................. 3 pages
Addendum No.5................. ................ ............. ....... ................... ........... 4 pages
Performance Bond .................. ................... ....... ............. ............. ..... PB-1 thru 3
Payment Bond ............................................................................... PTB-1 thru 3
Certificate of Owner's Attorney...... ................... .......... ............................. COA-1
General Conditions....................... ...................... ........................... GC-1 thru 52
Supplemental General Cond itions........................................................... SGC-1
Notice of Award....... ....... .... ............... ................. ............. ........ ........... ....... .NA-1
Notice to Proceed..... ................ ................. .............. ............. .......... ........... .NP-1
Construction Change Order...... ................ ............... ................ ..... .......... CCO-1
Certificate of Substantial Completion ...........................................CSC-1 thru 2
Waiver of Lien.... ........................................ ................ ..................... ........... WL-1
Application for Payment............................. .............. ................ ........ AP-1 thru 2
TECHNICAL SPECIFICATIONS
TS-1
TS-2
TS-3
TS-4
TS-5
TS-6
TS-7
TS-8
TS-9
TS-10
TS-11
TS-12
TS-13
TS-14
Clearing and Grubbing........ ........... ............. ...........: ........................ TS 1-1 thru 2
Excavation and Backfilling............. ............. ............ ....... ................. TS2-1 thru 4
Graded Aggregate Base.... ............ ................. .......... ................... ..~.......... TS3-1
Graded Aggregate Surface Course ................ ........... ............... ...... .......... TS4-1
Bituminous Paving. ..... ............. ........................ ....... .................... .... TS5-1 thru 3
Concrete Construction ............ .......... .............. ....... ............ ............. TS6-1 thru 2
Grassing Bermuda........ .................... ............... ............ ............... .... TS7 -1 thru 3
Erosion, Sedimentation & Pollution Control Measures :.................TS8-1 thru 7
Flowable Fill......... ............................ ........ ........... ......... ................... TS9-1 thru 2
Curbs and Gutters, Concrete...... ............. .......... ................ ...........TS 10-1 thru5
Concrete Pavement...................................................................... TS 11-1 thru 3
Sanitary Sewer System ............................................................. TS12-1 thru 12
Water Distribution System ........................................................ TS13-1 thru 16
Measurement and Payment .........................................................TS14-1 thru 6
Incl. Sanitary Sewer, Water, Pavement Structures, Miscellaneous & Lump Sum Construction
It ADD STANDARD DETAILS ......................................................................................... Pages 1 thru 30
AGREEMENT
11/6/2008
A-I
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION A
AGREEMENT
t
THIS AGREEMENT, made on the -.!lL day of f) (t r ,2008, by and between the AUGUST A
UTILITIES DEPARTMENT AND THROUGH THE AUGUST A-RICHMOND COUNTY COMMISSION,
party of the first part, hereinafter called the OWNER, and QUALITY STORM WATER SOLUTIONS, LLe,
party of the second part, hereinafter called the CONTRACTOR.
WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations hereinafter named, agree as
follows:
ARTICLE I... SCOPE OF THE WORK
The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor
necessary, and to perform all of the work shown on the plans and described in the specifications for the
project entitled:
AUGUST A UTILITIES DEPARTMENT
PROJECT #808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
Augusta, Georgia
It
and in accordance with the requirements and provisions of the Contract Documents as defined in the
General and Special Conditions hereto attached, which are hereby made a part of this agreement.
ARTICLE II - TIME OF COMPLETION/LIQUlDATED DAMAGES
The work to be performed under this Contract shall be commenced within 10 calendar days after the date of
written notice to proceed by the OWNER to the CONTRACTOR and that he will complete the work within
One Hundred eighty days (180) calendar days from Notice-to-Proceed.
It is hereby understood and mutually agreed, by and between the 'CONTRACTOR and the OWNER, that the
date of beginning, rate of progress and the time for completion of the work to be done hereunder are
ESSENTIAL CONDITIONS of this contract. CONTRACTOR agrees that said work shall be prosecuted
regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof
within the time specified. It is expressly understood and agreed by and between the CONTRACTOR and the
OWNER, that the time for completion of the work described herein is a reasonable time for completion of the
same, taking into consideration the average climatic range and construction conditions prevailing in this
locality.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE
TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the consideration for the
awarding of this contract, to pay the OWNER the sum of one thousand and 00/100s ($1,000.00) Dollars, not
as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and
every calendar day that the CONTRACTOR shall be in default after the time stipulated in the Contract for
completing the work.
It
The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of
the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would,
in such event, sustain, and said amounts shall be retained from time to time by the Owner from current
periodical estimates.
AGREEMENT
11/6/2008
A-2
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
It is further agreed that time is of the essence for each and every portion of this Contract, and the
specifications wherein a definite portion and certain length of time is fixed, if additional time is allowed for
the completion of any work, the new time limit fixed by extension shall be the essence of this contract.
ARTICLE III - PAYMENT
(A) The Contract Sum
The OWNER shall pay to the CONTRACTOR for the performance of the Contract the amount as
stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set
forth in the specifications attached hereto.
(B) Progress Payment
On no later than the fifth day of every month, the Contractor shall submit to the OWNER's Engineer
(hereinafter called, the PROFESSIONAL) an estimate covering the percentage of the total amount of
the Contract which has been completed from the start of the job up to and including the last working
day of the preceding month, together with such supporting evidence as may be required by the
Owner and/ or the Professional. This estimate shall include only the quantities in place and at the
unit prices as set forth in the Bid Schedule.
.
On the vendor run following approval of the invoice for payment, the OWNER shall after deducting
previouspaymen:ts made, pay to the CONTRACTOR 90% of the amount of the estimate on units
accepted in place. The 10% retained percentage may be held by the OWNER until the final
completion and acceptance of all work under the Contract.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the
Professional shall within 10 days make such inspection, and when he finds the work acceptable
under the Contract and the Contract fully performed, he will promptly issue a final certificate, over
his own signature, stating that the work required by this Contract has been completed and is
accepted by him under the terms and conditions thereof, and the entire balance found to be due the
CONTRACTOR, including the retained percentage, shall be paid to the CONTRACTOR by the
OWNER within 15 days after the date of said final certificate.
(B) Before final payment is due, the CONTRACTOR shall submit evidence satisfactory to the
Professional that all payrolls, material bills, and other indebtedness connected with work have been
paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed
amounts when adjudicated in cases where such payment has not already been guaranteed by surety
bond.
(C) The making and acceptance of the final payment shall constitute a waiver of all claims by the
OWNER, other than those arising from unsettled liens, from faulty work appearing within 12 months
after final payment, from requirements of the specifications, or from manufacturer's guarantees. It
shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and
still unsettled.
I
(D)
If after the work has been substantially completed, full completion thereof is materially delayed
through no fault of the CONTRACTOR, and the Professional, so certifies, the OWNER shall upon
AG REEMENT
11/6/2008
A-3
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
certification of the Engineer, and without terminating the Contract, make payment of the balance
due for that portion of the work fully completed and accepted.
Each payment shall be made under the terms and conditions governing final payment, except that it
shall not constitute a waiver of claims.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each
of which shall be deemed an original, in the year and day first mentioned above.
OWNER'. {2
By ( ~,4,~
As its M yor
?A:&,
. >~--:;;.;.'::' .
(SEAL) _---~~'lt.:'lA:,~,:
",,? ~\CHMOIV/) ~~..,>
.go,.: a~"'.~ Co ~I>
ATTEST P' "",. ..~.. <>".."". .~
. ~ I" b e (....-10 ~\
~ ti\ \o<l
,}\ .
.
CONTRACTOR:
QUALITY STORM WA T
By:
As its: President
Address: 437 Cambridqe Circle
(SEAL)
Martinez GA 30907
-ATTEST:
~~
Secretary
.
witn"~q,~'PP
Respectfully Submitted, ,
Q\)"A\..=tTl ~-meWl ~L ~JL\JI\Dj-.JS i
Firm
~~-l e..~\Mt.-e..~l\bl5" c'\f.. I
Address
LL<:-
. :~
)
)
'.;.\
~:.
;~~. "
It
AUGUSTAUTlUTIES DEPT. PRO) #80800001~5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION P
PROPOSAL
DATE:
wlz.1.} OB
;./.
Gentlemen:
In compliance with you invitation for bids, the undersigned hereby proposes to furnish all labor,
equipment and materials, and perform all work for the project referred to herein as:
".1:...,
'~"
F' .;
:~':-
t~
~,; ".
?
t..
.~;
ri
i,:'. ': ,
f~ ."'
~~
};:;
:':,"-'.
;';
~{, :'.'
f~: :;,::{
AUGUSTA UTILITIES DEPARTMENT PROJECT #808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
Augusta, Georgia
In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid
schedule attached hereto and totaling:
"/Vi:" J.t1J~.J...Pfl\ITrhf:r( ~\.1\.)6'~iAN~) ~L'l Y"iU~efl\ ..lttv
and SO /100 dollars ( 4f. /39, (pIa. ~
~~. :
~.'
.;
The undersigned hereby agrees that, upon"written acceptance of this bid, he will within 10 days
of receipt of such notice execute a formal contract agreement with the Owner, and that he will provide
the bond or guarantees required by the contract documents.
The undersigned hereby agrees that, if awarded the contract, he will commence the work within
Ten (10) calendar days after the date of written notice to proceed, and that he will complete the work
designated, within One Hundred eighty days (180) calendar days after such notice.
!,;'l
,.~ .
[:t:,:i
r!; 1',~
(; :
Enclosed is a bid guarantee consisting of
The undersigned acknowledges receipt of the following addenda:
Addendum No. Addendum Date
\ u/ n\o?;
z. tc \ f3. \00
3 ~\ tB\ce>
1S,h k~.\~
:il1J,1ul,0-;-
t\-
(j \ \ U 6t~
(g h~\Of)
It
5~
in the
amount of
ID70
Ci;- 15; I)
.
BY:
,- 1 *l?c ~ S'~ f~fJ
"Pees \ ~'E).sr
VV\v\tE-T\~t"L I f1:t4 .3oC101
~f
TITLE
PROPOSAL
5/2012008
J /1
flr.t6S'T.. -ZVe<1.Q~,.(l;J
7/
p.{
It
~
~
')
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
WATER SYSTEM BID SCHEDULE
)
I ~ }iH No Entry Requi,ed
W-1A 6" diameter PVC water transmission main C 900, Class 200
WATER MAIN
W-1 B 8" diameter PVC water transmission main C 900, Class 200
W.c1C 10" diameter PVC water transmission main C 900, Class
200
W-1 D 12" diameter PVC water transmission main C 900, Class 200
W-1 E 14" diameter PVC water transmission main C 905, Class 200
W-1F 16" diameter PVC water transmission main C 905, Class 200
W-1G 18" diameter PVC water transmission main C 905, Class 200
W-1 H20" diameter PVC water transmission main C 905, Class 200
It
W-11 24" diameter PVC water transmission main C 905, Class 200
W-1J 30" diameter PVC water transmission main C 905, Class 200
W-2A 6" diameter ductile iron water transmission main Class 350,
standard 'oint
W-2B 8" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2C 10" diameter ductile iron water transmission main Class
350 standard 'oint
W-2D 12" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2E 14" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2F 16" diameter ductile iron water transmission main Class XXX,
standard 'oint
W -2G 18" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2H 20" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-21 24" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2J 30" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-3A 6" diameter ductile iron water transmission main Class XXX,
restrained 'oint
W-3B 8" diameter ductile iron water transmission main Class XXX,
restrained 'oint
It
BIDPROPOSAL
Addendum #3 PZL Bid Schedule (6-18-08)
!llllliilillllllllll:illl:11
1IIIIillill!li:l!llillll!111
290
illl!III:ll!!!I!!::!!I.!II,1
llllllll!li!lli:ll!lllllllll
\\:!lii:lllll:ill,IIIII:111!
.1111Illl:III:11111!111\lllli
111:\I!IIIIIIIIIII':il:I:I:1
1111111111!llllll!ll:llliill
Illil:III!I\II\\lli:l:i:lll.
.Iilllllllllllll!llllllllllll
llil:@:il,l:i:I'I:III:II.
1,230
1:1:1!1'1\lll!ll!:I:I'I\111:
.111!llli'II:II:!i:IIIII:111:
l!ii'I:II:il:I:I:lll.@I.!
Illl:II!llllillll:IIII!lllll
.1:11111'111:111::.1:1\1::111
. il:llill:\I:::III::iillll:,:
.11'11:'IIII.:I:I:lilil:\,,11
':iliil::III::II!::llillll::1
.1111111:ll::!IIII:I:i:::I:\:
LF
11:111111:!i:!llillilll:::lillilillll\li!lllli:lii:lliliillllll:::i
lilll:IIIIIII'I:@I:I,IIII:I'@i:l:::llll:I:"lllillllllIli:!I:
LF
LF
c6
ZCiJ.
1S'4o.L"l(P
LF
!:,:!:':!:i:!!i!i!!!i:i:l!!!!!:!!i!!:!!!!I!:'::i!':il!.!!!:i:!:!!i:
1IIII'I:lllll:illl!lil:'II:l:I\!.@:'I:I:I::.ll\:llill:11:lill:l!
11!111:llllllll!I:II:I!I:'II:IIIIII:II:111111111::il.:111111111::11
:llllilllll!I:.lill!:I:l:ll::\I:i:lilil:!II\llii::l:i:!:II::I:I::II
:111:1l\ll::I!!:II:I\I:I::I:lllIl:l:illlillll:I::lllllilll:1111:1:1
@11111:111'1:1:::I:I:llll\III!!llll.I:II:!lilllll:lliilil!llllli
1IIIIIIIlllill:II!lil:I!I!llllll:!IIIII!llill!i!IIII!1lillil!'l:lli
'ill':::I::I:II':I'I:llll:I:,.lllll,III!:IIII:li!IIIl!l.1!ill:I'lli
LF
LF
LF
LF
LF
LF
LF
LF
LF
3lo ,ek:
A~ 3'~1 ~,o
'1 I .
LF
!'li:l:i:i::!!!!!!!i!i:!!!!!!!i!i::'!!!:i:l,!!i:i:i:i:i::!,!!!!i,'i
II ! i : III \ 1'111 ~ I : i \ I' : II i: 11111\:: I : 1.1 : 1 i ~ : 1111111 , ! I II : : Ii: : !! 1 'I
illllllll::lllll:illll'i\:I\IIi:ilill:l:I::llillillllllli:II!liII::
'11' : .111 : I : I : I . \ \ I : i 1 :: I: i III : I: I i 1111 : I : i II: I ~ i I : I : I : i i ill: 1 Ii I : I
:11111\IIII:lli!i:ili:i\l:ii:IIII!:I:llllllllil!llill:\'I!II:lllli.
'1 i II : : : : : i I : i .111111 ! .1 i: I:::: i I ~ i : .: III : i I ! \ I \ III :! : . : i \1 : I. :: i : I
:111:11:lll,::llllll:IIII'II:IIIII::111:1::11111111:li:::li\II!:II:
111:@I.l:!:::I\I'lil:i: :1:1'llli::I,:I::I:I:~!11!1111:!:li\:I:I!
LF
LF
LF
LF
LF
LF
LF
LF
P-2
PROJ#80800015-5425110
t
~\lGUS
d:'_"
~._-,,- -
c O;G ~
')
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
WATER SYSTEM BID SCHEDULE,
')
I k:id No Entry Required
W-3C
W-3D
W-3E
W-3F
W-3G
W-3H
W-31
W-3J
W-4
It
W-5
10" diameter ductile iron water transmission main Class XXX,
restrained 'oint
12" diameter ductile iron water transmission main Class XXX,
restrained 'oint
14" diameter ductile iron water transmission main Class XXX,
restrained' oint
16" diameter ductile iron water transmission main Class XXX,
restrained 'oint
18" diameter ductile iron water transmission main Class XXX,
restrained 'oint
20" diameter ductile iron water transmission main Class XXX,
restrained 'oint
24" diameter ductile iron water transmission main Class XXX,
restrained 'oint
30"diameter ductile iron water transmission main Class XXX,
restrained 'oint
Jack and Bore 24" diameter steel casing. Minimum wall
thickness 0.250 inch, with 10" diameter, restrained joint
ductile iron carrier pipe, end seals, Class 350 included
Select backfill, GA DOT Type I, Class I & II (Sand/Clay)-
Measured b in- lace volume
W-6 Miscellaneous pipe fittings and connections
W-7 8" x 6" Diameter Transition Couplings
W-8
W-9A
W-9B
W-9C
W-9D
W-9E
W-9F
W-9G
W-9H
I W-91
Fire hydrant, installed complete with valve, lead pipe, joint
restraint and blocking (supply hydrant with Davidson ATV
installed
6" in-line valve, including valve box, installed, complete, open
ri ht/left
8" in-line butterfly valve, including valve box, installed,
complete, open right/left
10" in-line butterfly valve, including valve box, installed,
complete, 0 en ri ht/left
12" in-line butterfly valve, including valve box, installed,
complete, open ri ht/left
14" in-line butterfly valve, including valve box, installed,
complete, open ri ht/left
16" in-line butterfly valve, including valve box, installed,
com lete, 0 en ri ht/left
18" in-line butterfly valve, including valve box, installed,
com lete, 0 en ri ht/left
20" in-line butterfly valve, including valve box, installed,
com lete, 0 en ri ht/left
24" in-line butterfly valve, including valve box, installed,
com lete, 0 en right/left
BIDPROPOSAL
Addendum #3 PZL Bid Schedule (6-18-08)
1IIIIjlllllllllli:!lljl:I:11
1IIIIIIIIIIIIIIIIIIIIIIIIIil
':1111111,::1:1:111:1:11111,1
IIIIIIII:IIII:II:IIII:I:II!I
1IIIIiI11111:1:ill::I:III::1
.II:II:I:III!:IIIIIIIIIIIIIII
11:1:I'I:II@lliilililjlll
:IIIIIII,llilll:111111111111
130
250
3,000
.ill:1Iiiilillllll:liiillilil
3
1IIIiil::I:llllllli:jl:II:11
1I,:::ii:lilllll:l:llllil:11
,11111:1::I:llill:IIIIII:1111
,111:I'II,i,ij:I:lil:I:I:III:
.11111:::jllil:I:III,I:lj:::1
.!!!!iiiiiiiiiiiii!i!iiiii!!!
Ili:I@li::11:1:1,::llljl:
lill:I::II,lljll:III:1111111
LF
111:III:ii1i:'I'IIIIIIIII:II:III:II:IIII,III:i:I,:,:":I,jilllil:l:
1IIIIIIIIIiii:I'IIII':I:I:I:IIIIIIIIIIII:lllillliilil'1::lllllli:11
:1:111:::III:I:::IIIIIII'::llillll:IIII':llllil::IIII:il"I:jlli,:1
11:llljll:II!I:IIIIIIII:'IIII:lill':li::liliilllllil:1II:iljlllll:1
11::IIIIIIIII:llllillllllll:I::IIII!:I,:'III,III:!,li:1IIIilil'IIII
ill:lliilil:lill:llilll:::llljl:llilill::IIII:III,lilllll1:11111:11
\1:III,:,ill,II::llii::I!II:::lill::lilll:I!,'I,j'I!I'i:IIIIIII'I:1
II ,I I 1 : : II I I I : , : II ' : 1 i 111'111' I II Ii: I I I : 1111 ~ 1 : II I I Iii: : 111111 1 : ' I I
LF
LF
LF
LF
LF
LF
LF
LF
>'t\ ' .,0
l.TZ. 3>'"\ l\3(~.
CY
, .:.>0>
l t"
co
3oCX? ,
LBS
EA
l. W8 5040, eo
lllilli:iiililijli:!lliiliill:ili::lilil:lliliil:ij:liI:iilliiiilil
EA
31S't~O
\ \\ ~w.C>C>
EA
II: I i 1111: 111111111: I ill i '11111:::' II I:: II I 1'1: I:! 1 I,~ i 111111: Ii, II
:1:lllli::II'I:I:li!:II:ill:I:lllllili:,!'II:j::lli:il::II:!I!il:11
:::IIII:lllii:IIII'jllil:III:llliiilllllillilll:IIII,:1::1:1111:::1
1'lli::jl'i:I:I:lii:::I:I:llillli::IIII:'II::I:lil:ll:11:1:::jil:i,
111:::lllil,!:11Iil:llill,IIIIIII::ill:I:IIII:1111111111::i111:111:
:111::'I::il:::I'I,IIIII"II:::,,'i:I'::IIIII:!IIII,::l'lllllll'ill
Illllllllll:III:I:I::I:!,I::II!"lllllil::II:!',,:I:I'1'1111111111,
1:1::IIII:I::il,liljl:I:I' :1::::,I:I:I'I:lii:I'III:i:l:ill:lll,I:I:
EA
EA
EA
EA
EA
EA
EA
EA
illl::i~III:llllil:IIIII,IIII!::I::II:I:llilil:1111111il!!li:illl!
P-3
PROJ#80800015-5425110
)
I
~\lGUS7:
.-' ._~
;;; l~~.-
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
WATER SYSTEM BID SCHEDULE
LHUINo Entry Required
I
W-9J 30" in-line butterfly valve, including valve box, installed,
complete, open ri htJleft
W-10A 6" in-line gate valve, including valve box, installed, complete,
open ri htJleft
W-10B 8" in-line gate valve, including valve box, installed,
com lete 0 en ri htlleft
W-10C 10" in-line gate valve, including valve box, installed,
com lete 0 en ri htlleft
W-10D 12" in-line gate valve, including valve box, installed, complete,
o en ri ht/left
W-10E 14" in-line gate valve, including valve box, installed, complete,
o en ri ht/left
W-10F 16" in-line gate valve, including valve box, installed, complete,
o en ri htJleft
W-10G 18" in-line gate valve, including valve box, installed, complete,
o en right/left
W-10H 20" in-line gate valve, including valve box, installed, complete,
o en ri htJleft
W-101 24" in-line gate valve, including valve box, installed, complete,
o en ri htJleft
W-10J 30" in-line gate valve, including valve box, installed, complete,
o en ri ht/left
W-11 X' air/vacuum valve including X" diameter precast concrete
manhole, installed, complete
W-12 X" air release valve, including X" diameter precast concrete
manhole, installed, complete
W-13 8" tapping sleeve, valve, valve box, complete
W-14 Check valve and vault with X" bypass line
W-15 New 1" long side water service, installed, including re-
connection, com lete
W-16 New 1" short side water service, installed, including re-
connection, com lete
W-17 Polyethylene wrap of ductile iron water main
W-18 Tie-in to existing line
W-19 X" cut in gate valve, including valve box, installed complete,
open ri htJleft
W-20 Cut and Plug Existing Water Line
W-21 Miscellaneous Class A Concrete
It
BIDPROPOSAL
Addendum #3 PZL Bid Schedule (6-18-08)
. 1 ~ ~ I 1 IIII,III!I! 1 I : ~ I !II : ~ II
. 1 I 1 I 1 II 1 II 1 1 Iii III!III I II ~ II
1
7
.1:llllllli::II:III.:,II:III:
IIIIIII:!IIIIIIIIIII!III:III
1111: !III : : I i I ~ : : 1\1' III 1 ! : !
.IIIIIIIII:III!I:IIIIIII:I:II
\i11111.::I:IIIIII!:I:I'I:I:
1II\IlI!:I:III:III:II:I:I:11
.III!,I:I:::I:I:IIIII!III!III
II!II:IIIIIIIII@III:IIII:
.!:lil:I:I:I:I:I!:I:IIII:I.I:
.11111:!:I:i::IIII:I::I:I:II:
j I ~ [j ~ ~ ~~~ 1 ~ ~ ~ ~ 1 j i ~ ~ ~ ~ jj ~ j ~ ~
.IIIII:III:I:III!I:III:II:III
iiiiii!il!lliiii'iiii!!i!!:i!
1
:111111:':11:1::1111:1:111:1 EA
:III,II':::I:::!:::I!::I.::: EA
10
EA
:11:1:lil:!II'II!:III!IIIII:II!IIIII,:II.:IIIIII::'i:::1:1111111:1:
:I:I:II:II:II':::I::IIIII:III:,!I:II:III:IIIII:,IIIIII11II1II111I1I
EA
EA
<):;9 .pe>
<is-<t."'O
EA
12J:!t;>,"V
8'100. ec:;
EA
:11111111.1':II:::lil:III!:I:IIIII:I'III:I:I.::I,!:I:::llill:II:.I:
EA
11::IIIII!III::illlllllll:III,IIII::I:II:IIII:1111111111:11:1111111
: I: :: I111 I I I : 1 1 I : III : 1111 I III: III : : i I : : : : ~ II : I ~ ' : ! : : III : I I II I : I : : I I
1:lliIlilllll:IIIII:I:III:liIlilill\III:IIIII:III.:I'llllll::II!III
III i II i I I ~ I ~ : II , II I : I : I . " ,I::: 1 I I '1 : II: : I : I : I : I : I : II : : I : I : I : I' 1 II :
IIIIII:IIIIIIIIIIIIIIIII:!I!II:I:,::!II:II!II':IIII!!I1111illlllll.
1:I':I:I:III:::::I'::I::::lllilll:I-I!:II!:::':.I:I::.I'1:::111:::1
I: 1111 ~ I : I : I : ~ : 111I : 11II: I :: III I I : : : 111111I11 : : : : 1 II i : : : II : I : I! , II:
I: 111 : : . : III : '11111 : I ~ I : II ~ I : III. ' .111 : I I : I : : I : II : : I. : . . : I II : 1.\ : : i
1111111111:1:111111:11:\I:IIIIII:IIIII:II:IIII,!III:111::111111:1:1
j ~ ~ j I ~ ~ ~ ~ ~ ~ ~ ~ ~ j ~ ~ ~ ~ j i j ~ ~~ j ~ ~i j j j j ~ ~ ~ ~ j \j i ~ ~ 1 ~ ~ j ~ ~ ~ ~ ~ i j) ~ ~ ~j ~ ~ 1 j ~ ~ I ~
I: !: I i III : I ,I Ii, III : 1 : \ : III : : : : : '1 : I : I ,: : : : I : 1 I : .1 : ,II , : : \ ' 1 : : : ~ : I!
l!i!i!!I:!i!i!i!i!!!!,:!!:!!II!i!i'!!il:!:!i:i!i!l!i!i!i!!!i!!:i!i:
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
LF
EA
8~e.K>
8$'0. <<>
j::!i!i!i!i!!II!I!lli!iiji\il!!!\!\I!I'i!ii!li!i!i!i!:\!\i!iii\!\i:
CY
119 .s-o
nqG""',OO
WATER SYSTEM TOTAL
lto ,1""\ 4;.5""0
P-4
PROJ#80800015-5425110
)
I
_\lGUS ,.j
, ,
.. ,...:; .,.,~
;;E:O:~'-
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
PAVEMENT & MISCELLANEOUS BID SCHEDULE
')
11>:"'1 No Entry Required
PAVEMENT STRUCTURES
P-1 Asphalt overlay, Type F, 1 W' thick, including tack, markings,
etc. (Meadowbrook Dr. Open-cut trenches only)
P-1A Asphalt pavement, Type F, 2" thick, min full width, complete
(Neighborhood roads)
P-2 Graded aggregate base (GAB), 10 Y2" thick, 7' wide and Type
B, asphalt patch 2 Y2 " thick. including removal of 2 Y2 " GAB
and placement of bituminous tack coat
P-2A
Graded aggregate base (GAB), 8" thick, including sub-base
preparation, grading, compaction and bituminous prime coat,
complete.
Asphalt Pavement Leveling
as a ro riate & necessa
Asphalt Milling, 0 -1 W, 9' wide, complete.
Perimeter of areas receivin overla on Meadowbrook Dr.
4" thick concrete sidewalk, 3000 psi mix
P-3
P-4
It
P-5
P-6 6" thick concrete driveway remove and replace in kind,
3000 si mix
P-7 2" asphalt pavement driveway remove and replace
P-8 18" Raised-edge asphalt curb
P-9A
P-9B
::II,~"~II~III :':::::III:!I Sy I'I'!~III,IIIIIII:II,I :IIIIII,::~I,":':,II 11::I::I:I:I::lil::,:',I,':
111,1:1'1,::1:111'1,11111:,1 Sy :!II,III'!III!I:I:lllil,I,IIII,I:III,III,IIIII!'I':I:11'11:1'1:11111,:
"!!'!!I!!I!'!!!!!II!!!!!!I! Tons ,!!I,I!!I!!!!"'I!!!!'!IIIII!!!!!!!!!!!!!,!!'!!!!'!!!!,!,!IIII!I!I,II,
I!,!!I'!I!!!"!,,I!,!!!!!!!!
1111111111::111111::1:11111:
1111::I:II::!:11I,I::II:I:I:
II : II I I : I I : I : : II: : I : !: : I : ~ I '
150
200
Sy ',!!'!!!!!I'I!!!!I!!!!!!!!!!II'I,I!!!!!'!!!!!!!!!!!!!!!!!!!!!!!!,!!!'
Sy iiiiil'iiii!iiiiiiiii!!!I!!lilil!iii!i'!!i!i!liiiii!!!!!!!il'iililiii.
Tons
Sy li~~:III:! 11:111:1:~i: !I'I', 11111111: II::: 111,111' :"11:1:1': I: 1,:llli
Sy
1.2,50. t>O
1111111111:11111:::1:11111:1 LF Ililllllllll:I::illl!I~lliillllll::i:I:!IIIII!!II:I!ill:i::'I:ill:::I:
10
10
1S: ut..)
Sy
is-: C>U
.c
,5000,
MISCELLANEOUS
M-1 Flowable fill 10 CY '1~ ('u '1S-o '>'CJ
,
M-2 Rock excavation 10 CY C( S-, c;IC> 9'>~ ('.l(>
M-3 Foundation backfill, GA DOT Type II, for additional 100 CY I t ':::0 i 1.00. ,;'0
unclassified excavation (Embankmentl ,
M-4 Clearing and Grubbing 1 ACRE c(:, i S-CO. 60.-
1>00.
M-5 Fence Removal & Replacement, New, Replaced in Kind :!::I:i:!:::::I!I::ll:l:i:l: LF l:i::!I:l:l:l:::::::::::i::: ~ I : : : : : ! : I ! ! :! : ! : :: I : : : I: : : i : : : : : i : :: ! : : i i
. ' ,
M-6 Remove existing asphalt pavement and curbs, etc., complete 11111:ll:.:II'II!::I:II:1111 Sy I : II ! ~ I : : I : I, : : III i ' : . : I : : : I I ! i : I ~: 1'1 : 1 i: : I 11'1 ~ : 1 11111 :: ,I ~ 1 I : I : 1 I ::
I(Neiqhborhood onlv)
It
BIDPROPOSAL
Addendum #3 PZL Bid Schedule (6-18-08)
LF
i 5b. c.t.;
iW.H)
LF
is-,oP
i B.O<J
PAVEMENT TOTAL
552t5. CJ(<.)
P-5
PROJ#808000015-5425110
MISCELLANEOUS TOTAL
44-c,o, "0
)
)
~
~
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
~."; No Entry Required
PAVEMENT & MISCELLANEOUS BID SCHEDULE
M.8
Install, additlonal, or remove and replace catch basin, (GDOT HHHiHHiHi!:WHniU
103~~ . __. ::i:ii:!11j:j~:!i1:::::1:i~
A~dltlonaI18" RCP, ASTM C76, Class III, /ncl. rubber gaskeled iiWWnrii1i!iiiHiW LF
~:;on~ !~~~:.~:~ :~;:;:~i. 1"..;Ubb~ g.,keted ii!!i::i[~~'~~~~ LF
~~dltlonaI30" RCP, ASTM C76, Class III, mcl. rubber gaskeled 1iUiiHiiiHiiii:!iWi!i LF
omts, er GDOT standard specifications. _"" !!!'!,iiiHii:WiiiHHi!!,
Additional 36" RCP, ASTM C76, Class III, inc!. rubber gasketed HiiiUH!i;::Hi!i:gi!ii LF
'oints, er GDOT standard specifications. ::H:n::H:Un:Wn
:~~;~a~~~i~~~~i~:ri~~~I~~0~;~~~~~~76~;' ~~~djng "!III!,:':'"!I!lillli,":'1
LS 1111"11!111'IIIIIII',:"1111II1I:,'II'IIIIII"IIII"111lll:IIIII:111111
M-9
M-10
M-11
M-12
P.6
PR0J#808000015-5425110
')
')
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
. tI;i~HWI .No Ent"" Required
.li}":;.r:-.~~ -J
LUMP SUM CONSTRUCTION BID SCHEDULE
Lump sum construction (Includes but Is not limited to
the listing continued below)
LUMP SUM TOTAL
88S'"co . "~
LUMP SUM CONSTRUCTION ITEMS
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
Mobilization, Demobilization
Bonds, Insurance
Gabion Retaining Walls
Remove and Reset Fences, All Types
--, ....-..-
Remove and Reset Gates, All Types
Remove and Reset Storm Sewer, Lengths & Sizes Vary
Remove C1nd Reset Yard Drainage Pipe, Lengths & Sizes Vary
.-...- -... ..-.
Reconstruct Retaining Wall, Height and Type Varies
Remove and Reset Signs, Type Varies
Remove and Reset Water Sprinkler Systems, Complete
Remove and Reset Yard Lamps, Type Varies
Remove and Reset Mailboxes, Type Varies
.....---.....-
Traffic Control
Miscellaneous Grading
Pennanent Grassing .. _
Raise Existin Manholes and Valves Boxes to Grade
GRAND TOTAL
SANITARY SEWER TOTAL
(fJ
lZO/114. ?o
55eo,~
4460, ~S:-
B8s-(o ,C/O
fils"]. &/0. ~
,
.A-~
WATER SYSTEM TOTAL
PAVEMENT TOTAL
MISCELLANEOUS TOTAL
LUMP SUM TOTAL
GRAND TOTAL
BIDPROPOSAL
SIlO/ZOOS
05.07013 PZI. Bid 5chedlle 5-zo.<l8 ..Is
P-7
PROJ#808000015-5425110
Attachment LSB
'}
')
II
STATEMENT OF NON-DISCRIMINATION
The undersigned understands that it is the policy of Augusta-Riclunond County to
promote full and equal business opportunity for all persons doing business with Augusta...
._.____~~~~~ .c:~~~. _ Th~.:u?~~jlp.ied .~Oy~~~~._ t~~~e ~a,,~ ~()~~i~_sri~inated, o.E......tl.!:e_ ba~~.L
raCe, reli&ion, gender,. natidoal origin or ethnicity, with regilrdto prim$ contracting,
subcontracting or partnering opportunities.
The undersigned covenants and agrees to make good faith efforts to ensure maximum
practicable participation of local small businesses on the bid or contract awarded by Augusta-
Richn:1ond County. The ~dersigned further covenants that we haye completed truthfully and
fully the required fotms re~ding good f~itQ ~fforts apd local small busine$S
s ubcohtractorlsupplier utilization:
The undersigned further covenants and agreeS not to.erigll~e itl discriminatory conduct of
~y type against local small businesses, in confonnity with Augusta-Richmond County's Local
Small Business OpportilrYty Program. Set forth below is the signature of an officer of the
bidding/cotlttacting tity with the t\uthority to bind the entity.
I
"?fi:s.I.~ - 0014LA-r"( ~;lWl ~~
Title of Att~ting PartY :f:.t::.I.vnol->"S.) f.L,t-
Subscribed and sworn to before me
thi$ ri ~ day of::I:..-n.o , 20~
........'_....,'"-"''''...
_.to' ",~ON .s~\,
; '" ~.,.,.o....:.T~L't, ,~.
." -",,_ tf
iJf 4\Tn"r' ...'.,.. 6
1\~fAl1'r \~~
~.n:l-~ -'- : ~
My commission expires: l~~~.:t ttsuc J J
~t G.. ",,'0 0......" ~.....
.. ~~"...~'~~~...~~...:"
-" 1'4 coutt~
\\.,''''~
, ' :,Ii'f~M,(~';l.
' :l "
. .,. /'
,
I;.'
':'
r "
~'.
It
'~':
"--l
e"
o
f
f: :;:
~ ~
10
~
~ ~
Po. U
~ -<
a~~
2:l~u
rgo~
~t:~
;j~t
~~~
~<cn
S. ~~
Q~
. 00
~8t)
8 ~
~ zoo
z
o u
i t8
Q CI:J
.I
~
B
;;)
-<
I
t
.~
~
Cl
~
~
o
~
!
.0
'';::
::a
'C
... ..~
4)
~
")
)
I
I
I
I
t
~
d
't;
j
Q;:
~
,
~
:Q;
:sl
~
8
'0-
la
.- fi.- 0"-- - . -..
'O~
!~
..
u-
~j
--1----.... _"
in ~
:s ';J ;...
~ El ~
;$ lI.l t:l
] ';1
M ~fQ
e ..:l
'S -
'tS
S
d.
8
~
it
....
~
1
73.
~
is
~
~
J:i
i::l
o
~
a.
~
-
-
oW
-
o
~]
.... ...
c~
~.S!
c.....
~
a;
a
III
~
~.
4.) GJ
Q' -;
tJ ~
i'j
f;
:)
~
<>:J.
. -:
· '1:1 E 1'- i
::l g.~ ~,;.
laS=flc
tl.O.Il Cl:l ... fl3
~~<1:S~
~
;:s
::
I;:
ti
~
~
~
il:q
z:
~
Ii
tt
~
Cl
,. 6
if
c,'1:I
~=j
fi-m
~;gz
~ ~.
~c.I'
:I !
0Z
i
=-
::I
'S~
~s
III ~
~:s
c:I
j
:s
CI.I
GIl.
...
?ol
;:I
~
&.
o
...
~
~
:g
is
~
'2
~
.c
CIiI
~
r;j
'--
I .---1
, ~'!\r' "'~f7~i)'
00
.....
..
~
~
~
0(
co
~
c
Q)
C
.c
...
~
I
I
f
~
!
, "
, , '" I J " ~'," d ',),,), PI' 1\ ',' ,"'I ~ ',I "1 11t~ " .
, ',,' ,,"," ""'''''J'I~I' ,',\'''' ,I,
l ' ""," "\~,,;JI,;J f,~l \:4~(.1~~' ,I' ,'< "
'I t:.i.;~ 't \.#: ,I' J
, \'V~'\t,~}'}t."'flr'\
\1, ";, { \ ';
, .
I
I
---~~
tll,
o
g:~
~~
Z~
;::lZ
;0
0"'"
t~
0_
qJ,.J
:i....
~f-<
fI.li:l
i~
...:Ie!
t;1~
~~
tI.l~
~~
(J~
,90
~~
Of-<
t.lZ
~8
o~
~tI.l
=~
,~
~
g
..(
It
)
')
g
]'
c..
d
.a
~
~
~
g
i!
.g
,-,
b
'~
,g
bO
~
,=,
~
11
':=t
Q;
,B-
~
9
o
Ii
!
t
oj,
~
'"
~
;(
~
f-o
1(
III
III
-"
i
E
.c
l.)
~
<
....
Q
:.:9 .....
CI Q:l 1:1
ii~
~~<
At
""""
\
0;)
Q
~
....
~
(:IS
b
=
(:)
V
~...
--ColIC
'" 41 ..
.. ,:I :0
~"ES:"
~>
., - _._~.._..
, d d
c.. '7 c:o
0....=
~c:l..
tI.):8.!:::.8
~ !II Q,.
Q./::~~
~ '~'a
-<i~
jg t,< CI
U"~Z
~'g ~P;j,
~d~
fJ>
c.o
.:::\
~
.S
c.o
:;J
f.l:l
.If
,'",
~ i
lI-.8@
~S.s
go t
~ ~
4a
....
ell
Q
-
7i
~
]
-0
,f
.8
.=
:f
~
u
~
tJ
01=
e~
<<I ~ ..
Z;'U..
p.,.a~
= . S
~Ei
Q'I:l
r.J~
-
,tij
.~
".,J
i
,g
,~
e
~
~
~
~
1:,
.g
i
~
.;.
~
Co
go
'S~
CI ..
as
,. :I
z,!:
Q
J
a
en
~
G
e
,1lIl
Z
>.
~
t
Q
U
...:5
2.
~
i
Eb,
...
r;tJ
I
.. ,$'
:g
~
~ ~ ~. :) o.
, 0 '\5
i s " z
, ." t;
;z; "" 0
t ~ ~ Co!
t; .,.
~ CI
0 W
Qo C'l
t = ...
10 .~
tJ
It
lit
S
c:l
~ ~
~ C'
..
0 0.
~I '"
~
1'1
,0
1 \
~~ ~
S ..8
~S~ s 0
J Z
O~i:) ..
4.l t;
:q
~~g t ~
Zo ll:
OQoQ,. .S! ~
i~~ liI
s:; Q,.
:a
It O~~ ::I
~!t u
.s
ut
~;~ ~
:a
~~C 0.
:s
:!1U ~
..
~~ S
u
~>- lIS
::
8~ ;I
0
...
1
.~ =;
.~
')
)
00
'"
c-
o.
'"
'"
~
<
al
Ul
.J
1:
Gl
E
.z:
u
J!
<
~
~
,;J
~
c
E-;
~
...
~
~
~
~
~
<I.l
o
:l.
o
~
~
r.:l
"'"
~
J
~
loiI
c:
;:)
!;(
z
C
;j
e
N
tz
o
o
;..
Ii
.,
;j
, ',\; \ ")~~~~' ;;:r'" ,'; :\
;' i;~ ,;~I~~P) ~,\~. \ " j
,I~:?};.';C, \
, ,
~
)
~
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 f11lancial 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 fmancial interest is authorized as per O.C.G.A. 36-1-14, or the
procurement contract is awarded pursuant to O.C.G.A. 45-10-22 and 45-10-24, or the transaction
is excepted from said restrictions byO.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 fmancial
interest.
,
~~w ~\4~~
have read and understand the information
Address:
Q \J AL\-r--( S\t:"} tM ~\Ce
4~1 C-r\v\>\bl..,v~c:'t: C,i...
vYl+\-L-nt-.3€L \ Qt4 3oQOt
'l-Lo - eo4;lo Fax # (1@ Z lD -- ~o4--,
Co InJ ~~
oA -\4lQ N\'f.c~0 fZof1b lDA"T6L \W\~~\l-6W1.(;"~S
~~\\a f.-~.s ~c....
1
Vendor Name:
City & State:
Date:
FORM MUST BE SUBMITTED WITH BID PACKAGE. NO EXCEPTION(S) WILL BE GRANTED
7h'I-IN
~Elll7dC) 7J J -'J170
Date:
(pI tS-lOB
I~
W"""
~l' i:J
. 'i' ,'~
f~ :j
)
Bid/R.FP /RFQ# 0& -~ \ A lo
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91,
stating affirmatively that the individual, firm, Or corporation which is contracting with Augusta Richmond
County Board of Commissioners baS registered with and is participating in a federal work authorization
program. [any of the electronic verification of work a1.!thorization programs operated by the United States
Department of Homeland Security or any equivalent federal work authorization program operated by the
United States Department of Homeland Security to verify information of newly hired employees, pursuant
to the Immigration Reform and Control Act of 1986 (!RCA), P.L. 99-603], in accordance with the
applicability provisions and deadlines established in O.C.G,A 13-10-91.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection
with the physical performance of services pursuant to this contract with Augusta Richmond County Board
of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance
. With O.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially
:'si.milar form. Contractor further agrees to maintain records of such compliance and provide a copy of each
", such verification to the Augusta Richmond County. Board of Comririssioners at the time the
subcontractor(s) is retained to perform such service.
.. ~\\l\
E- Verify ... User Identification Number 500 or More
'.', QV\4\..,,\,y &'>rt"vn tp\'h{q ~L\rno\..Js. . LJ.,t., .
, ,
,:'~ompany N
Please Check One.
100 or more 100 or less ./
Number of Employees
. \~rot...,) ~iA. ~A
~d Name of Authorized Officer or Agent
iStJBSCRIBED AND SWORN
. iFORE'ME ON TInS THE
F. d 5" DAY OF ~'\\-9. . 2oo.Q..
Notary Public __......"""'-\\
'M C .. E . ~- \\\I\ON SL '~l
. Y OmDllSSlOn xprres: - 0 '" ........,..:7l:'''' '.
K "A'" .~ ?"6_ ..A
, r .....".I"~
f {' tlOT.4/ft_ \~~
jI! h. -..... r 8 I
~ ('): '""/.Jh I ~
~~~~ QlIe: JII
~+ ~"'~a 0.....1 ~%
4... ~A."A:C. O~J:'..~I ~ #'
" VI. ..~..,...,... ~.....~
RETURN WITH YOUR SUBMITT1b.~f,,~~~:7'
<,.,
P'
:!?
~(: ..~"
~,~. F
~:: ;
)
)
r:
BidJRFPIRFQ # 08 -- \ l\ \.0
~
SUBCONTRACTOR AFFIDAVIT
:r;~' '. "'-i
,'" "-;
.~:
~~~;-~
\~ i1: By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91,
~l '1 stating affirmatively that the individual, finn, or corporation which is engaged in the physical perfonnance
IL,! of services under a contract with (fu4J-.rr'f ~7vIJfl (;J,4-n:!,: ,.(.;l-V//Ol'Qn behalf of Augusta Richmond County
~H:~ Board of Commissioners has registered with and is participating in a feder;ll work authorization program*
~f}',iIIany of the electronic verification of work authorization programs operated by the United States Department
~ 1::1 :.<>f Homeland Security or any equivalent federal work authorization program operated by the United States
I$:;'~' Department of Homeland Security to verifyinfonnation of newly hired employees, pursuant to the
~rNl,Jrnmigration Reform and Control Act of 1986 ([RCA), P.L. 99-603]. in accordance with the applicability
~i'~provisions and deadlines established in O. C. G. A 13-10-91.
~11 "
r~.'. t.;.~'.'.. . N ( i4
~,... '
~\!.~~': E-Verify * User IdentiticationNumber
~~~~~< ./? a. ~
!J.'.i..".;l...:i........ If2/- (m , ,../fllkl?;f//1/C
:'Il~';'');'-; "
$jr:ii": Company Name
It ~?'-
~!l~i~Y: utho i Officer or Agent
1II~~subcontractor Sign~~)
~V:i!( . tltf.lf - &xIJ}l;~1
~l,Title Autho' d Officer or Agent of Subcontractor
"\?' e;II l' ,
.. . & . ...-.
. ted Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
Please Check One;
500 or More _ 100 ()r more _ 100 or less -L
Number of Employees '
Date:
,,'....)(>0-2
d5
DAY OF ~ \>..Y'~
.2008
. .;...__,"1;;.''t:..'''''~\
..,.-- ...\.ott SHl:.b ,,_
N ~Y" ......"". "4, .
\ 7- 3- \\ I ~'"~.., ....~..<9~,.t
;t$l~O\AR'I' \ \
t i _.-.! ~
\0\ PUB~\CJJ~
't O"~ "'~..J..;. 6f
. t. '?~..';;..~:':4~;;.~;~7
-_~~8IA CO\): #'
. \\.\'-""".....4'
ME RETURN WITH YOUR SUBMITTAL
t
BID BOND
5l2OI2lD
BB-t
)
ID0620081
I.
~;:'
~..
~;,
~:?,.
~~:'
~,,:
i;:;
~'
. ~L
,,{,'
:!
~\JT/U'f1ES Da'I'. fItlDI ~15-54ZS110
.~IOJ)WATBlIl\'~Bml~
SRCTlON DB
BID BOND
r.
f:
~~
l~'
}":
,~
KNOW AlLMENBYTHPSEPRESBNTS.. that~the Quality Storm Water
Solutions LLC II~Developers surE?tYa&ra'.isaAA-~~ity Co
are hereby held md firmly bouftd unto the Augusta-Rlc:hmand County ~Iitm at
Augasta,GeorgiusOwnerinthepmalsumof 10% of Attached 'Bid.. . . . . . '. ,
. . . , . . . . . . . . . .. for the pa)'2nent of which;. well and truly to be madel we heteby
jointly and. severally biIx1 outselves, our heirsl execatD%s, administrators, fJllC:a!580lS and as..
5ignedthis 27th darof June ~20~.
~;:
~':
<'
,
,.
!:
~.
~:.
..'
~{
i......
i' .
(:
The c~tian at the above oblisation i$ such that whereu the Prindpal has submitted to the
Augusta-Richmond County CommiasiOn ci AU8Ulta. Gecx-gia, a ceitain BieL attached hereto
Bnd hereby anade a part ~ to enter into a com.a in writing for the Au~ Utilities
Dcw&Jjment ~ No. 808000015-5425110 Nixcm 'Rnad Water ~emenlls. for Augusta,.
Georgia in accordance with plans.nd spedfications of the Augusta UtiI.i1ies Department.
t~'
NOW, THERBFO.RE.
(a) If 8I.id Bid ahall be rejected, or in the al1ernate,
(b) If slid Bid shall be accepted and the Principlll sball e~~ and deliver . contract
m the Parm of Cclatnct a~ed heteto (pzoperly ~ in accordance with
said Bid) md &hall furnish . bond for his faithful performance of. said contract, and
for the payment of all personri performing Jabor or furnishing materials in
conned:icm 1herewith, and ~ in all other rupedI perform the agreement created .
by the acx:eptm:e of.aid Diet then tIUs obligatim shaD be void, otherwise the same
shall mNin in force and efiec:t it &eing exp:esely ~ aNi agreed that the
. liability of the St1rety for any and an c:Wms hereunder shaII, in no event" exceed
the penal amount of this obligation as herein stated.
(Se8l)
~) (Surety)
: ': '. .;~ ~~~~ ~,~::~'\:
, ~~!,\1""h;$;!.~;">::'
~'\'- .",\'" ~-l" ~'..~., ,
,;. . ~,l\ I \ . C :t~. ,.;, ~'"
<:",>'(i~~;, ,:;~\\<'
" .~,. """ """';1('{.\.;I
"l l~ ,.:' ~ "'(C,~:t
~_: {\1'4f. .' 0 .~~... ~ :.:
""ll ,~'J.,...O ~ :;;_.\ ,
) "'" ,~~~~ ~"~;i<~;; '~p }~"';;' 1:,
rne'y- ;n'_i,~t~~;:?~;!,!f.i.,s;h;';,V'~ f. '
. L"....~ ~D .,' .>-. I ..~,.. ~ ~
.~ 't~'l~..~t"a'-;;...~,. ~fi~ "!<.~ ~.
1,)\ )~"", ~f'J':1.oti'ttJ' ~ >,
'-')-, ~ ,1\t'~;;4 ~{j:i1'~ l\"'i: . ;"~
. '~;'C~ .~~t::.!~~,J ,. .
. ~:,~~> :.,'.'~.'-' . ..
. ':..~ ";.' .
'}
')
atJ~:
~:.
~lj HIil!TA lJ1I1JTIES DfPf. PAOI #POOOO'5-54~51I0
~-t;. RlIDN ~ IIlTER IMPfIOYHfiISMHtt B1BSIO~
~;~:
~'.
~\..
~;:.,
\:;',
t/.;:
~.:
ii:~.. :--
~:;.
~'.
The Surety , fer value received, hereby stipula1eS and agrees that the obligations of said Surety
and. its bmd 8ha11 be in no way Unpaired or affected by enyextensiorl of the tin\e within which
the Owner may a.a:ept such BJd; and ,laid Surety does henby waive neUe.! of any such
~
IN WITNESS WHERBOF, the Prlnclpal and the Surety have hereunto ~t their hands anti seals,
~:.";...:'.:.':,, ~~w:h of ~~ ~ corporations have ~~d their COIporate se.wJa to he he1eto aHixed and
~ prelU\w 10 PC Ii~__ by their proper uu..ers, the day and year first lIet
1.;-: forth abcWe,
ro.
0,'
,.
Si~ thLs 27th dAy of June
. A.D. 20~.
.' . Yt'itness
Quality Storm Water solutions LLC
~.::
:;,
~ '.
I,'
~ :
(Seal)
(PritdpIl)
By '~"llARI/ :t r1.$ urdf/J{f ~tr [; I C(5
~ fIItIa) , . (Seal) .
Witness
pm),
~
;z;//j
Developers Surety & Indemnity Company
Attest
By
Kelly
It
BID BOND
5IlOI2OOI
B~2
I..J :.. ".
AlA DOCUMENT A310 BID BOND AlA @ FEBRUARY 1970 ED THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHINGTON, D.C. 20006
WARNING: Unlicensed photocopying violates U,S. copyright laws and is subject to legal prosecution.
1
It
THE AMFlllCAN INSTITUTE OF AP~YIITECTS
) .'
.
AIA Document A3l 0
Bid Bond
BOND # ID0620081
KNOW ALL MEN BY THESE PRESENTS, that we
QUALITY STORM WATER SOLUTIONS LLC
437 CAMBRIDGE CIRCLE MARTINEZ, GA 30907
(Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called the Principal, and DEVELOPERS SURETY AND INDEMNITY COMPANY
P.O. BOX 19725 IRVINE, CA 92623
a corporation duly organized under the laws of the State of IOWA
as Surety, hereinafter called the Surety, are held and finnly bound unto AUGUST A UTILITIES DEPT
530 GREENE ST AUGUSTA, GA 30901(Here insert full name ,and address or legal title of Owner)
as Obligee, hereinafter called the Obligee, in the sum of
Ten Percent of Amount Bid-------------------------------------------Dollars ( $ 10 % of attached bid),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, fIrmly by these presents.
t
WHEREAS, the Principal has submitted a bid for
install new 10" watermain, approx 1500 If
(Here insert full name, address and description of project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the
bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for
the prompt payment oflabor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such Contract and give such bond or bonds, ifthe Principal shall pay to the Obligee the difference
not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid then this ob~igation
shall be null and void, otherwi~e to remain in full force and effect.
1.7 .~
Signed and sealed this Hth day of June 2008
QUALITY STORM WATER SOLUTIONS LLC
(principal)
(Seal)
P{6SIDtJ..TI
(Title)
DEVELOPERS SURETY AND INDEMNITY
COMPANY
t
ri/U
(Witness)
(Seal)
This Certificate is executed in the City of Irvine, California, the 20th day of June
2008
)
)
t
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND lNDEMNITY COMPANY
PO BOX 19725, IRVINE, CA 92623 (949) 263-3300
www.InscoDico.com
KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby make,
constitute and appoint:
***Gregory E. Nash, Phillip H. Condra, Kelly L. Berry, jointly or severally***
as its true and lawful Attorney(s)-in-Fact, to malee, execute, deliver ~nd acknowledge, for and on behalf of said corporation as surety. bonds, undertakings and
contracts of suretyship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to
be done in connection therewith as the corporation could do, but reserving to the corporation full power of substitution and revocation, and all of the acts of said
Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS
SURETY AND INDEMNITY COMPANY effective as of November I, 2000:
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each oftbem hereby is, authorized to
execute Powers of Attorney, qualifying the Attomey(s)-in-Fact named in the Powers of Attorney to execute, on behalf of the corporation. bonds, undertakings and
contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of
any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in
the future with respect to any bond, undertaking or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its respective Executive Vice
President and attested by its Secretary this 1 st day of February, 2005,
t
o~
~"'''''''''''''I
~""", 1 AND IMII""
~,f 9:-~:"""'u""", .,~ ~,,~
l~/'o~~OIl4 ,,:.... 't.-'\
$ ~ (j ~ fI..',-=",: \
i:2f OCT. \~~
;~i 10 io~
\0,\ 1936 ;~;
\~fI..... ...~~
~"'1'::"....IOW~..."'~ I
"" Y'f) ............ ~ !I......
"~",I: * """......
""'''11''''''''
By:
David H. Rhodes, Executive Vice-President
~, Ak~
Walter A. Crowell, Secretary .
STATE OF CALIFORNIA
COUNTY OF ORANGE
)
)SS.
)
On February I, 2005, before me, Nita G. Hiffmeyer, personally appeared David H. Rhodes and Walter A. Crowell, personally known to me (or proved
to me on the basis of" satisfactory evidence) to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the
same in their authorized capacities, and that by their signatures on the instrument the entity upon behalf of which the persons acted, executed the instrument.
WITNESS my hand and official seal
(~~E~I
1_ OAANGECOUNTY B
\ _ _ _ _ ~~~~~~.;o:~'
s;..._ ~ ~-~
CERTIFICATE
Tbe undersigned, as Executive Vice-President, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing
Power of Attorney remains in full force and has not been revoked, and furthermore. that the provisions of the resolution of the respective Boards of Directors of
said corporation set forth in the Power of Attorney, is in force as of the date of this Certificate.
t
0~~~
By
David L. Kerrigan, Executive Vice-President
ID-1438 (DSI) (Rev. 2105)
")
t
.=.
-
Bonds Southeast, Inc.
BID BOND RESULTS
CONTRACTOR QUALITY STORM WATER SOLUTIONS LLC
/00')0
BOND# ID0620081 AMOUNT ~
OBLIGEE AUGUSTA UTILITIES DEPT
DESCRIPTION OF PROJECT
install new 10" watermain. approx 1500 If
t
PLEASE FILL IN FIRM NAME & THREE BID PRICES:
LOWEST BIDDER
2ND LOWEST BIDDER
3RD LOWEST BIDDER
IF YOUR BID IS NOT LISTED ABOVE, WHAT WAS YOUR BID? $
COMMENTS
SIGNED
20
BY
)
27
BID DATE 6/a/2008
$
$
$
PLEASE RETURN IMMEDIATELY TO: BONDS SOUTHEAST, INC.
1030 17TH AVE. SOUTH
NASHVILLE, TN 37212
(615) 321-9700 FAX (615)321-9702
t
~
~rt~.g~n/~N:Qle'n.t
A
~ ~~. ~d/4. g~d'''''
It
All Bidders
Phyllis Mills, Quality Assurance Analyst
~eri Sams ~u, ~~
Procurement Director
DATE: June 11, 2008
SUBJ: Changing Bid Date and Clarification to Specifications
BID ITEM: 08-146 Nixon Road Water Improvements
NEW OPENING: Friday, June 20th at 11 :00 A.M.
TO:
RECEIVED
JUN .1 6 200B
FROM:
ADDENDUM NO.1
..
The opening date for Bid #08-146 Nixon Road Water Improvements has been changed:
FROM: Tuesday, June 17th, 2008@ 3:00 p.m.
TO: Friday, June 20th, 2008 @ 11 :OOa;m.
It
In reference to the Plans and Specifications entitled" Augusta Utilities Department Project
No.80800001S-5425110 Nixon Road Water Improvement Augusta, Georgia", dated May 20,
2008, prepared by OneSource Development, LLC, 4210 Columbia Road, Suite 16-A, Martinez,
GA 30907, the following is hereby made a part of the Bidding Documents
SECTION NO.
Section P
Proposal (Form & Bid Schedule)
DESCRIPTION
Bid Proposal page P-2 (Water Bid
Schedule)
. .
REPLACE ENTIRE SHEETwith attached
revised sheet.
Deleted: Item W-1C (10" diameter PVC
water transmission main C900, Class 200)
1 ,5~0 LF.
Added: Item W-2C, (10" diameter ductile
iron water transmission main, Class 350,
standard joint), 1520 LF.
It
Please acknowledge addendum in your submittal.
END ADDENDUM
Room 605 - 530 Greene Street, Augusta Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www,aul!ustal!a.l!ov ADDENDUM 1 08-146
Register at www.demandstar.com/suoolierfor automatic bid notification Page 1 of2
I
~
~
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
WATER SYSTEM BID SCHEDULE
\1;;'; ';';'1 No Entry Required
:.:.:.:.:.
W-1A 6" diameter PVC water transmission main C 900, Class 200
W-1B 8" diameter PVC water transmission main C 900, Class 200
W-1C 10" diameter PVC water transmission main C 900, Class 200
.
W-1D 12" diameter PVC water transmission main C 900, Class 200
W-1E 14" diameter PVC water transmission main C 905, Class 200
W-1F 16" diameter PVC water transmission main C 905, Class 200
W-1G 18" diameter PVC water transmission main C 905, Class 200
t W-1H 20" diameter PVC water transmission main C 905, Class 200
W-11 24" diameter PVC water transmission main C 905, Class 200
W-1J 30" diameter PVC water transmission main C 905, Class 200
W-2A 6" diameter ductile iron water transmission main Class 350,
standard 'oint
W-2B 8" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2C 10" diameter ductile Iron water transmission main Class
350 standard oint
W-2D 12" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2E 14" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2F 16" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2G 18" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2H 20" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-21 24" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-2J 30" diameter ductile iron water transmission main Class XXX,
standard 'oint
W-3A 6" diameter ductile iron water transmission main Class XXX,
t restrained 'oint
W-3B 8" diameter ductile iron water transmission main Class XXX,
restrained 'oint
BIDPROPOSAL
Addendum #1 PZl Bid Schedule (6.11.08) .xls
P-2
PROJ#808000 15-542511 0
I
I
A
~ $d ~puf, ~/~
~
~~~I~n/.~NQl~n/.
" .....
TO:
All Bidders
Phyllis Mills, Quality Assurance Analyst
Geri Sams ~ P'iM
Procurement Director
RECEIVED
jU~j 1 b 2008
FROM:
DATE:
June 13, 2008
SUBJ:
Clarification of Specifications
BID ITEM:
08-146 Nixon Road.Water Improvement
Friday, June 20th at 11 :00 A.M.
OPENING:
"
c.
ADDENDUM NO.2
In reference to the Plans and Specifications entitled "Augusta Utilities Department Project No.
808000015-5425110 Nixon Road Water Improvement Augusta, Georgia", dated May 20,2008,
prepared by OneSource Development, LLC, 4210 Columbia Road, Suite 16-A, Martinez, GA 30907, the
following is hereby made a part of the Bidding Documents:
drawinas
Drawing No. dot 2
Description
-notice of clarification-
(Requested by Augusta Utilities Dept)
On the parcel (A) 099-0-075-:00-00 portion of the
10" water main, a 10" x 8" tee, an 8" gate valve
and an 8" plug with reaction blocking will be
installed. The 8" fire line beyond the 8" gate valve
is not a part of this contract.
It
specifications
Section P
Proposal (Form & Bid Schedule)
description
Bid Proposal page P-3 (Water Bid Schedule)
(Replace Sheet with attached revised. sheet. .
Revised Item W-B" to read as follows: .
"Fire hydrant, installed complete with valve, lead
pipe, joint restraint and blocking (supply hydrant
with Davidson A TV installed), 3 ea."
Section TS-12
Part 3 - Standards for Water Mains
3.2, K. Fire Hydrants (pg TS12-10) - (Replace
Sheet with attached revised sheet.
Revised paragraph "1)" to read as follows:
"Fire hydrants shall be provided and installed
complete (BY THE Contractor) with valve, lead
pipe, joint restraint and blocking supply hydrant
with Davidson ATV installed."
t
Room 605 - 530 Greene Street, Augusta Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www.autl-ustaga.jZ:ov
Register at www.demandstar.com/supolier for automatic bid notification
ADDENDUM 2
Page 1 of2
ADDENDUM 2
Page 2 of 2
Bolts, nuts and washers for flanges shall be hot dip galvanized, except tee-bolts shall be Cor-Ten steel.
It
K.
Fire Hydrants
I) Fire hydrants shall be provided and installed complete (BY THE Contractor)
with valve, lead pipe, joint restraint and blocking supply hydrant with Davidson ATV installed.
,2). Fire hydrants shall be of the dry barrel break-away type conforming to AWW A
C502 (latest version), with two 2 Y2 inches threaded hose nozzles and one 4 Y2 inch threaded pumper
nozzle. Hose and pumper nozzle threading shall be national standard. Shoe connection shall be 6-inch
mechanical joint. The center line of the nozzles shall be 18 inches above the fInish grade. Hydrants shall
have a 51.1 inch interior valve opening. Hydrants shall be restrained from hydrant to tee at the main and
have a concrete thrust block poured behind them. At the discretion of the Utilities Director, additional
protection for fire hydrants shall be provided including but not limited to concrete filled ductile iron
traffic posts surrounding each hydrant.
3) Fire hydrant branches (from main to hydrant) shall be a minimum of 6 inches ill.
'-Each branch shall be provided with a resilient seat gate valve located as close as possible to the main.
Hydrants shall be located at or near road right-of-way lines with pumper nozzle pointing toward the road.
A clear zone around all fire hydrants shall be adhered to, consisting of a 5 foot radius around the hydrant
and 7 feet above the top of the hydrant. Maintain 15 feet minimum from hydrant to all structures.
Placement of landscaping, fencing, etc. shall be considered in order to meet this clear zone requirement.
L. Backflow Prevention Devices
It
I) Backflow prevention devices shall be provided, as required by the Utilities
Director and as set forth in these Standards. All irrigation systems, water services and fire lines for
industrial, office, commercial, schools, mobile home parks, multi-family residences and any other
locations as determined by the Utilities Director shall require a minimum of a double-check backflow
prevention assembly. In addition, based on the degree of hazard present, AUD may require a reduced'
pressure (RPZ) backflow prevention assembly on the customer side of service lines' (domestic, irrigation,
and fire). A certifIed person shall test backflow devices and the results furnished to AUD prior to any
water use. Residential development shall install a "Dual-Check" backflow device on the customer's side
of service line at the point of tie-in to the water meter. Lawn irrigation systems shall have a minimum of
a double-check valve backflow prevention device per the 2002 Georgia
Please acknowledge addendum in your submittal.
END ADDENDUM
It
.
~
.
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
WATER SYSTEM BID SCHEDULE
H %: I No Entry Required
W-3C 10" diameter ductile iron water transmission main Class XXX,
restrained 'oint
W-3D 12" diameter ductile iron water transmission main Class XXX,
restrained 'oint
W-3E 14" diameter ductile iron water transmission main Class XXX,
restrained 'oint
W-3F 16" diameter ductile iron water transmission main Class XXX,
restrained 'oint
-3G 18" diameter ductile iron water transmission main Class XXX,
restrained 'oint
W-3H 2.0" diameter ductile iron water transmission main Class XXX,
restrained 'oint
W-31 24" diameter ductile iron water transmission main Class XXX,
restrained 'oint
W-3J 30" diameter ductile iron water transmission main Class XXX,
restrained 'oint
W-4 Jack .and Bore 24" diameter steel casing. Minimum wall
thickness 0.250 inch, with 10" diameter, restrained joint
ductile iron carrier pipe, end seals, Class 350 Included
I
W-5 Select backfill, GA DOT Type I, Class I & \I (Sand/Clay) -
Measured b in- lace volume
W-6 Miscellaneous pipe fittings and connections
W-8
W-9A
W-9B
W-9C
W-9D
W-9E
W-9F
W-9G
W-9H
I W-91
BIDPROPOSAL
Addendum #2 PZL Bid Schedule (6-12-08)
1IIIIIllllIIIIIlIlIlIIlIIII LF
III1I11I1I1111I111111111I11 LF
lllllllllll\lllllllllllllll LF
1111111!llllllllllllllll!11 LF
11\111111111111111111111111 LF
1IIIIIIIIIII!IIIIIIIIIII!11 LF
IIIIII!II!I!IIIIIIIIIIIIIII LF
lli!Illllll:IIIIIII!llllIl: LF
130 LF
250 CY
ill!lli:!iil,!l!!llii!,i "il'i'ii,:!i!!II"lili'"lii"I:i,li,j
1IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII!I!111111111III11I111
11111!111!1111!!!IIIIIIIIIIIIIII!IIIIIIIIIII!111111111111111111:
liii',I,i'I'iil,II',I'!iii,ilil,,,'IIII'!i,'il,,,il'I'il'\II,"
1IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl!IIIII\11\1\11111.
11!!lllllllllllllllllllllllllllllllllllllllllllllllllllll111111:
3,000 LBS
mmmmmmliill!lll EA llllmmmmlmim ililll!lilllllll!llllliimmmmm
3
111111111111111111111111111
IIII11II11II III ~ 1 I 1 II I 1I111
111!1!IIIIIIIII:llllllIIIII
IIIIII III : I11I ! II ~ III ~ I I1II
111111111::I:liliiilillllll
~ I : I : II I I [ IIII : III 1 i IIIIIII
: ! i I Ii I \ : I : II I ~ I i j I : Iii! III
! II i I~ ~ !II~!: I: ~: i ~ I: i IIII1
11111:1:llllllilll:llllllil
EA
EA
I I I 111IIIIII ! II1I1 ! 1 I ! IIII ! I1II1 ! II1I I I ~ II! III1II1I11I11I111 ! II
llllllllllllllllllilllll illlilllllilllllll!llllil!II!1111111111
~ i I11II1 i I :llI11 :llI1!11 11111111:1 \ 1111I1I 1 11111111111111111\11
II ~ II ~IIIII!:! II ~ I ~ II II i III: I ~II i:l: :::~ II! I i ~ II :!l\lil\li@l
I I : II I III! III : i IIIIII i ~ I : ! IIIII!I: IIIII i II I 1IIII1 I II1II I III I III
::IIIIIIIIIIIIII:lil!i!! :11!IIIIIIIIII!lllIIIIIII!llillllllllll
. ! III! III1 I II i I : i \ i I i I ~ : : : I III i llill :! I I I I I! ~ I I: i II ~ i III i : Ii: II
iil!lilil1i!lil!li!!I,!ijli!!liiliiililli!!lil,!i!ill!"ill!il
W-7 8" X 6" Diameter Transition Couplings
Fire hydrant, installed complete with valve, lead pipe, joint
restraint and blocking (supply hydrant with Davidson ATV
installed '
6" in-line valye, including yalve box, installed, complete, open
ri htlleft
8" in-line butterfly valve, including valve box, installed,
com lete,o en ri htlleft
10" in-line butterfly valve, including valve box, installed,
com lete, 0 en ri htlleft
12" in-line butterfly valve, including valve box, installed,
com lete, 0 en ri htlleft
14" in-line butterfly yalve, including valve box, installed,
com lete, 0 en ri htlleft
16" in-line butterfly valve, including valve box, installed,
com lete, 0 en ri htlleft
18" in-line butterfly valve, including valve box, installed,
com lete, 0 en ri htlleft
20" in-line butterfly valye, including valve box, installed,
com lete, 0 en ri htlleft
24" in-line butterfly valve, including yalve box, installed,
com lete, 0 en ri htlleft
EA
EA
EA
EA
EA
EA
EA
EA
P-2
PROJ#80800015-5425110
I
TO:
All Bidders
Phyllis Mills, Quality Assurance Analyst
h~ri Sams kPi ~
Procurement Director
DATE: June 18, 2008
SUBJ: Changing Bid Date and Questions from a Vendor
BID ITEM: 08-146 Nixon Road Water Improvements for Augusta Utilities Department
NEW OPENING: Friday, June 27th at 11:00 A.M.
RECEIVED
JUN 2 0 2008
~
~"h"e'Hle'/2/- ~HHle'/2/-
.
~ $-d (flhou .YtF~~
FROM:
.-
ADDENDUM NO.3
The opening date for Bid Item #08-146 Nixon Road Water Improvements for Augusta
Utilities Department has been changed:
FROM:
TO:
Friday, June 20, 2008 @ 11 :00 a.m.
Friday, June 27, 2008 @ 11 :00 a.m.
It
Questions from a Vendor
1) Drawings state that casing for Jack & Bore is to be 18" diameter, however, bid form states
24" diameter casing. Please verify correct size.
Answer: Since restrained carrier pipe is to be installed, use 24" diameter
casing.
2) Bid Form Item P-5: Drawings do not show any new or existing sidewalk, nor is there any
visible sidewalk at the site. Please clarify. .
Answer: These construction drawings were prepared in conjunction with
another project. In a particular area, the projects overlapped. In this area, there
was a possibility that sidewalks were to be installed; therefore, Item P-5 was
added to the Bid Form.
3) Bid Form Item P-8: Drawings do not show any new or existing asphalt curbing, nor is there
any visible asphalt curbing existing at the site. Please clarify.
Answer: Same as Question 2. This was an attempt to anticipate the action of
Augusta's Engineering Division, set-up a bid item if needed and avoid an
"additional change order".
Please acknowledge addendum in yo~r submittal.
It
END ADDENDUM
Room 605 - 530 Greene Street, Augusta Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www.augustaga.g:ov ADDENDUM 3 08-146
_ Register at www.demandstar.com/suooIier for automatic bid notification Page 1 of 1
Room 605 - 530 Greene Street, Augusta Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www .augusta~a.gov
Register at www.demandstar.comlsuoolier for automatic bid notification
ADDENDUM 4 08-146
Page 1 of 1
~
I
~
~V<!'dldn/~.n'Ole'n/
A
~ ~n' ~:dM, $~~;l'
.. -."-,,.,~ '" ,-. ,.>'
-...---.-
FROM:
Ail Bidders
Phyllis Mills, Quality Assurance Analyst
b~ri Sams. .~ ~
Procurement Director
RECEIVED
jUN 2 0 2008
TO:
DATE:
SUBJ:
June 19, 2008
Clarifications to the Specifications
BID ITEM:
08-146 Nixon Road Water Improvements for Augusta Utilities Department
NEW OPENING:
Friday, June 27th at 11 :00 A.M.
t',
ADDENDUM NO.4
In reference to the Plans and Specifications entitled "Augusta Utilities Department Project No.
808000015-5425110 Nixon Road Water Improvement Augusta, Georgia", dated May 20, 2008,
prepared by OneSource Development, LLC, 4210 Columbia Road, Suite 16-A, Martinez, GA 30907, the
following is hereby made a part of the Bidding Documents:
I
DRAWINGS
Drawing No. DOT 1
DESCRIPTION
Augusta Utilities Department requests a 10-inch stub-out be
included during construction of. the 10-inch water main. See
attached sketch (DWG ADD 3) for the location of the 10-inch stub-
out.
Also from Sta 0+00 to Sta 2+90:t along Nixon Road, 10 inch PVC
pipe will be installed due to the 12-inch natural gas main in the
area.
SPECIFICATIONS
DESCRIPTION
Section P
Proposal (Form & Bid Schedule)
Water Bid Schedule (Replace with attached revised sheets
P-2 thru P4).
Added: Item No. W1-C Added (10. diameter PVC water
transmission main C 900, Class 200) 290 LF
Revised Item W-2C" to read as follows:
"10" diameter ductile iron water transmission main, Class
350, standard joint, 1230 LF.
Revised Item 10-C" to read as follows
"10" in-line gate valve, including valve box, installed,
complete, open right/left) 7 ea
Pavement Structures (Replace with attached revised sheet P5)
Deleted: Item Nos. P-5 and P-8
I
Please acknowledge addendum in your submittal.
END ADDENDUM
It
10" - 11 1/4. BEND
II
/I
1/
~:
u//
Ds3 1/
1-
I
I
I
/OW ESTES EXPRESS UNES IV
1549 DOUG BARNARD PWY
PARCEL 099-0-068-00-0
ZONED B-2
-----
-----
INSTALL 10" GV I
-'Ut'-IEE______J
10- PLUG l
NOlE: TO BE RESTRAINED
FROM GV TO lEE
PROPOSED 24" WATER
MAIN (BY OTHERS)
NOT IN THIS CONTRACT
F 10" RJDIP BY BORE & JACK;
INCLUDING 18" STEEL CASING.
10"- 2~' BEND
STA 2+90 :i: 10" GV
It
W
W
'\.
'---
---
--
-------
.=.=.= == .=.= -=GUTTER L1NE-= -= -= -=-==
--GUTTER L1NE- - - - ----
e.~ Land "'....h' . eon..llInt Enth.-ln9 . Sww)ln,
~ . EnWanm..td SonIcoI . storrn_ lI............t
~ . neSource
DEVELOPMENT. LLC
4210 ClIUrtiII ADm - ..... eM 3l*I7 - Ph: (708J 18H010
E-m8II:~.com - Fax: (708) 883-8011
AUGUSTA UTILITIES DEPARTMENT
NIXON ROAD
WATER IMPROVEMENTS PLAN
(ADDENDUM 3)
I
SCALL 1" = 40' PROJ. 05-7013 DATE 06/16/08 DWO ADD 3
It
ii\lGU1"
.
€O;c.\
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
I<H!>I No Entry Required
..... .
PAVEMENT & MISCELLANEOUS BID SCHEDULE
It
P-1 Asphalt overlay, Type F, 1 Y:z" thick, including tack, markings,
etc. (Meadowbrook Dr. Open-cut trenches only)
P-1A Asphalt pavement, Type F, 2" thick, min full width, complete
(Neighborhood roads)
P-2 Graded aggregate base (GAB), 10 Y:z " thick, 7' wide and Type
B, asphalt patch 2 Y:z " thick, including removal of 2 Y:z" GAB
and placement of bituminous tack coat
P-2A Graded aggregate base (GAB), a" thick, including sub-base
preparation, grading, compaction and bituminous prime coat,
complete.
P-3 Asphalt Pavement Leveling
(as appropriate & necessary)
P-4 Asphalt Milling, 0 - 1 Y:,", 9' wide, complete.
(Perimeter of areas receiving overlay on Meadowbrook Dr.)
P-5 4"thick concrete sidewalk, 3000 psi mix
P-6 6" thick concrete driveway remove and replace in kind,
3000 si mix
P-7 2" asphalt pavement driveway remove and replace
p-a 1a" Raised-edge asphalt curb
P-9A
10
LF
P-9B
10
LF
PAVEMENT TOTAL
MISCELLANEOUS
M-1 Flowable fill
10
10
CY
CY
M-2 Rock excavation
It
M-3 Foundation backfill, GA DOT Type II, for additional
unclassified excavation Embankment
M-4 Clearing and Grubbing
M-5 Fence Removal & Replacement, New, Replaced in Kind
M-6 Remove existing asphalt pavement and curbs, etc., complete
Nei hborhood onl
100
CY
1
ACRE
BIDPROPOSAL
Addendum #3 PZl Bid Schedule (6-18-08) ,xis
P-5
PROJ#808000015-5425110
It
e
~
AUGUSTA UTILITIES DEPARTMENT
PROJ ECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
WATER SYSTEM BID SCHEDULE
W-1A 6" diameter PVC water transmission main C 900, Class 200
W-1 B 8" diameter PVC water transmission main C 900, Class 200
W-1 C 10" diameter PVC water transmission main C 900, Class
200
W-1D 12" diameter PVC water transmission main C 900, Class 200
W-1 E 14" diameter PVC water transmission main C 905, Class 200
W-1 F 16" diameter PVC water transmission main C 905, Class 200
W-1 G 18" diameter PVC water transmission main C 905, Class 200
t
W-1 H20" diameter PVC water transmission main C 905, Class 200
W-11 24" diameter PVC water transmission main C 905, Class 200
W-1J 30" diameter PVC water transmission main C 905, Class 200
It
W-2A 6" diameter ductile iron water transmission main Class 350,
standard joint
W-2B 8" diameter ductile iron water transmission main Class XXX,
standard joint
W-2C 10" diameter ductile iron water transmission main Class
350 standard 'oint
W-2D 12" diameter ductile iron water transmission main Class XXX,
standard joint
W-2E 14" diameter ductile iron water transmission main Class XXX,
standard joint
W-2F 16" diameter ductile iron water transmission main Class XXX,
standard joint
W-2G 18" diameter ductile iron water transmission main Class XXX,
standard joint
W-2H 20" diameter ductile iron water transmission main Class XXX,
standard joint
W-21 24" diameter ductile iron water transmission main Class XXX,
standard joint
W-2J 30" diameter ductile iron water transmission main Class XXX,
standard joint
W-3A 6" diameter ductile iron water transmission main Class XXX,
restrained joint
W-3B 8" diameter ductile iron water transmission main Class XXX,
restrained 'oint
BlDPROPOSAL
Addendum #3 PZl Bid Schedule (6-18-08) ,xis
VHiJI No Entry Required
P-2
PROJ#80800015-5425110
It
ii>
~
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
WATER SYSTEM BID SCHEDULE
!UHH No Entry Required
10" diameter ductile iron water transmission main Class XXX,
restrained joint
W-3D 12" diameter ductile iron water transmission main Class XXX,
restrained joint
W-3E 14" diameter ductile iron water transmission main Class XXX,
restrained joint
W-3F 16" diameter ductile iron water transmission main Class XXX,
restrained joint
W-3G 18" diameter ductile iron water transmission main Class XXX,
restrained joint
W-3H 20" diameter ductile iron water transmission main Class XXX,
restrained joint
W-31 24" diameter ductile iron water transmission main Class XXX,
restrained joint
W-3J 30" diameter ductile iron water transmission main Class XXX,
restrained joint
W-4 Jack and Bore 24" diameter steel casing. Minimum wall
t thickness 0.250 inch, with 10" diameter, restrained joint 130 LF
ductile iron carrier pipe, end seals, Class 350 included
W.5 Select backfill, GA DOT Type I, Class I & II (Sand/Clay) - 250 CY
Measured b in- lace volume
W-6 Miscellaneous pipe fittings and connections 3,000 LBS
W-7 8" x 6" Diameter Transition Couplings
W-8 Fire hydrant, installed complete with valve, lead pipe, joint
restraint and blocking (supply hydrant with Davidson ATV
installed)
W-9A 6" in-line valve, including valve box, installed, complete, open
right/left
W-9B 8" in-line butterfly valve, including valve box, installed,
complete, open right/left
W-9C 10" in-line butterfly valve, including valve box, installed,
complete, open right/left
W-9D 12" in-line butterfly valve, including valve box, installed,
complete, open right/left
W-9E 14" in-line butterfly valve, including valve box, installed,
com lete, open right/left
W-9F 16" in-line butterfly valve, including valve box, installed,
complete, open right/left
W-9G 18" in-line butterfly valve, including valve box, installed,
complete, open right/left
W-9H 20" in-line butterfly valve, including valve box, installed,
It complete, open right/left
W-91 24" in-line butterfly valve, including valve box, installed,
complete, open right/left
BlDPROPOSAL
Addendum #3 PZl Bid Schedule (6-18-08) .xls
P-3
PROJ#80800015-5425110
It
ra
~
AUGUSTA UTILITIES DEPARTMENT
PROJECT #808000015-5425110
"NIXON ROAD WATER IMPROVEMENTS
WATER SYSTEM BID SCHEDULE
I
W-9J 30" in-line butterfly valve, including valve box, installed,
com lete, open right/left
W-10A 6" in-line gate valve, including valve box, installed, complete,
o en right/left
W-10B 8" in-line gate valve, including valve box, installed,
com Jete 0 en ri ht/left
W-10C 10" in-line gate valve, including valve box, installed,
com Jete open right/left
W-10D 12" in-line gate valve, including valve box, installed, complete,
open right/left
W-10E 14" in-line gate valve, including valve box, installed, complete,
open right/left
W-10F 16" in-line gate valve, including valve box, installed, complete,
open right/left
W-10G 18" in-line gate valve, including valve box, installed, complete,
open right/left
W-10H 20" in-line gate valve, including valve box, installed, complete,
open right/left
W-101 24" in-line gate valve, including valve box, installed, complete,
open right/left
W-10J 30" in-line gate valve, including valve box, installed, complete,
open right/left
W-11 X" air/vacuum valve including X" diameter precast concrete
manhole, installed, complete
W-12 X" air release valve, including X" diameter precast concrete
manhole, installed, complete
W-13 8" tapping sleeve, valve, valve box, complete
W-14 Check valve and vault with X" bypass line
W-15 New 1" long side water service, installed, including re-
connection, complete
W-16 New 1" short side water service, installed, including re-
connection, complete
W-17 Polyethylene wrap of ductile iron water main
W-18 Tie-in to existing line
W-19 X" cut in gate valve, including valve box, installed complete,
o en right/left
W-20 Cut and Plug Existing Water Line
W-21 Miscellaneous Class A Concrete
I
BID PROPOSAL
Addendum #3 PZl Bid Schedule (6-18-08) .xls
IUUHI No Entry Required
WATER SYSTEM TOTAL
P-4
PROJ#80800015-5425110
FROM:
All Bidders
Phyllis Mills, Quality Assurance Analyst
~eri Sams ~ ~
Procurement Director
RECEIVED
JUN 2 3 2008
'.C\ +-
~
.
~~~Ii!fn/~ddW/l.f.
A
gg;). !Jbn flhptd, <<;raot~
.
TO:
DATE:
June 19, 2008
SUBJ:
Clarification of Specifications
OPENING:
08-146 Nixon Road Water Improvement
Friday, June 27th at 11 :00 A.M.
BID ITEM:
ADDENDUM NO.5
In reference to the Plans and Specifications entitled" Augusta Utilities Department Project No.
808000015-5425110 Nixon Road Water Improvement Augusta, Georgia", dated May 20,2008,
prepared by OneSource Development, LLC, 4210 Columbia Road, Suite 16-A, Martinez, GA 30907, the
following is hereby made a part of the Bidding Documents:
See Attached BID Schedules
.
Please acknowledge addendum in your submittaL
END ADDENDUM
.
Room 605 - 530 Greene Street, Augusta Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www.augustaga.gov
Register at www.demandstar.com/suooIier for automatic bid notification
ADDENDUM 5
Page 1 of 1
I
PERFORMANCE BOND
11/5/2008
PB.!
t
Bond # 776260P
PERFORMANCE BOND
KNOW ALL l'ERSONS BY THESE PRESENTS: that
QUALITY STORM WATER SOLUTIONS, LLC
, (Name of Contractor)
437 Cambridge Circle, Mar:tinez, GA 30907
. (Address ofContnlctor)
a Partnership
(Corporation, Partnership, or Individual)
Developers Surety and Indemnity Company
~ame of Surety)
hereinafter called Principal, and
hereinafter called Surety, are held and firmly bound unto the CITY OF AUGUSTA.
GEORGIA., hereinafter called OWNER, the total aggregate penal sum of:
One Hundred Thirty-nine Thousand Six Hundred Eleven dollars
I '--
($ 13 9 I 611 . 00 . . . . . . . . . . .. ) of lawful money of the United States. for the payment
of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors. and assigns, jointly and severally. firmly by these presents.
TIlE CONDITION OF TIllS OBLIGATION is such that whereas, the PRINCIPAL entered into
a certain contract with the OWNER, dated the day. of , 2008
a copy of which is hereto attached and made a part for the construction of
. AUGUSTA UTILITIES DEPARTMENT PROJECT#808000015-5425110
NIXON ROAD WATER IMPROVEMEl"TS
AUGUSTA, GEORGIA
NOW, THEREFORE, if the PRINCIPAL shall well, truly and faithfully perform its duties. all
the undertakings. covenants, terms, conditions, and agreements of said contract during the
original term thereof, and any authorized extensions or modifications thereof which may be
granted by the OWNER. with or without notice to the SURETY and during the one (l) year
guaranty period and if the PRINCIPAL shall satisfy all claims and demands incurred under such
contract, and shall fully; indemnifY and save hannless the OWNER 'from all costs and damages
which it may suffer by reason of failure to do so, and shall reimb,urse and repay the OWNER alJ
outlay and expenses which the OWNER may incur in making good any default. then this
obligation shall be void, otherwise to remain in full force and efkct.
PROVIDED, FURTHER, that the said SURETY, for'value received hereby stipulates and agrees
that no change, extension of time, alteration .or addition to the tenns of the contract or to WORK
to be perfonnedthereuncter shall in any way affect its obligation on this BOND, and it does
t
AUGUSTA UTlUl1ES ()EPT PROJ #808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
hereby waive notice of any such change, extension of time, alteration or addition to the tenus of
the contract or to the WORK. .
PROVIDED, FURTIIER, that no fmal settlement petween the O~'ER and the CONTRACTOR.
shall abridge the right of the other beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in
which shall be deemed an original, this the day of
3
counterparts, each one of
,2008.
QUALITY STORM WATER SOLUTIONS, LLC
Name ofPrincil'al
Signed, sealed and delivered
in the presence of:
BY: Theron Sapp
TITLE: President
OLC- !!uJ-~ =
u..dii.W Wltn." . t! j
. WITNESSED:.
.. ~~
BY; lAv,'J 15aywetr. ~.)
TITLE: Aq h/l +- - .&a ((,ue {f J: flS Uv-aVl (:f/
~ .J
(CORPORATE SEAL)
DJJr:0r g, fd, & Ill) 4U-
Notary_Public . .
MyCommission Expires:
;, : MA.. RY B. BAGWat.'i:i'. \
. NOTARY PIlRf U~ .
(NOTARY ~.( ~tl'T1Qncj Cou~ty
iJ,,~tbt GeorgIa
My CQmrn. (ixpires Aug. 1,2010
t
PBRFORMANCE BOND
11/6f'200B
PB-2
t
AUGUSTA U1UllES DEPT PROJ #a08000015-54Z5110
r-.tIXON ROAD WATER IMPROVEMENTS
Developers
NAME OF SU
& Indemnity.- Co
BY:
~
- ~
Signed, sealed and delivered
in the presence of:
TlTI.E:
r
, - \.
Unofficial Witness
WITNESSED:
4 ~ 11.{ (L.S.)
BY:
(SURETY SEAL)
t -.
must not be prior to date of Contract. If CONTRACTOR is
partners should execute BOND.
anies ex.ecuting BONDS must appear on the Treasury Department's most
1St -(Circular 570 as amended) and be authorized to transact business in the
state where the Project is located.
I
PERFORMANCE BOND
11/61200B
PB-3
~ A- .:
t
Bond # 776260P
PAYMENT BOND
KNOW ALL PERSONS BY TIIESE PRESENTS: that
QUALITY STORM WATER SOLUTIONS, LLC
C'lame of Contractor)
437 Cambridge Ci~cle, Martinez, GA 30907
(Address of Contractor )
a Partnership
(Corporation,Partncrship, or Individual)
hereinafter called Principal, and
Developers Surety and Indemnity Company
(Name of Surety)
hereinafter called Surety, are held and firmly bound unto the CITY OF AUGUSTA,
GEORGIA, hereinafter called OWNER, the total aggregate penal sum of:
One Hundred Thirty-nine Thousand Six Hundred Eleven dollars
t.-
($13 9 I 611 . 0 0 . . . . . . . . . . .. ) of lawful money of the United States, for the payment
of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally; firmly by these presents.
1HE CONDITION OF TIllS OBLIGATION is such that wbereas, the PRINCIPAL entered into a
certain contract with the OWNER, dated the day of , 2008
a copy of which is hereto attached and made a part for the construction of
AUGUSTA VTlLITIES DEPARTMENT PROJECT # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
AUGUSTA, GEORGIA
NOW, THEREFORE, if the PRINCIPAL shall promptly make payment to all persons, firms, and
corporations furnishing materials for or perfonning labor in the prosecution' of the WORK
provided for in such contract, and any authorized extensions or modification thereof, including all
amounts due for materials, lubricants, oil, gasoline, coal. and coke, repairs on machinery,
equipment and tools, consumed or used in connection with the construction of such WORK, and
for all labor cost incurred in such WORK including that by a SUBCONTRACTOR, and to any
mechanic or materialman lienholder whether it acquires its lien by operation of State or Federal
law; then this obligation shall be void, otherwise to remain in full force and effect.
I
PA YMENT BOND
11/8/2008
PTB-l
,
I
PAY~TBOND
111612008
PTB-2
t
AUGUS1AUTIll11:S DEPT PROJ #808000015-5425110
N1XON Rom W"TER IMPHO\IEMEI\ TS
PROVIDED, FURTHER., that the said SURETY, for value received hereby stipulates and agrees
that no change, extension oftime, alteration or addition to the terms of the contract or to WORK
to be performed thereunder shall in any way affect its obligation on this BOND, and it does
hereby waive notice of any such change, extension oftime, alteration or addition to the terms of
the contract or to the WORK. '
PROVIDED. FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of the other beneficiary hereWlder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in ~oWlterparts, each one of which shall
be deemed an original, this ,the _ day of . 2008.
QUALITY STORM WATER SOLUTIONS. LLC
Name ofPrincipaJ.
Signed; sealed and delivered
in the presence of: '
BY: Theron Sapp
TInE: President
t
~^~ I-v~
Un cia! Witness " '7
<JY1 CVw1 ~, ~CUif D JatL
-Notary Public ' , ,
WITNESSED:
BY' Dau;J l3wJrull ~ ~
TITLE:AJ fl1f- ~ [) tlJ weir :Lnscwcn{e
(CORPORATE SEAL)
~y Co~mission Expires:
, . MARY B. BAGWELL
" -:NOTARY PUBLIC
. -Richmond County
(NOTARY SMM of Georgia
My'Comm. Expirss A.ug.. 1; ~1t)
t
PAYMENT B01\1>
Developers Surety & Indemnity Co
BY:
/
// "
Signed. sealed and delivered TITI..E:
in the presence of: .
Unoffi'i~~
:. --..
,~
:~ESSED~ L ~~.S'l
(SURETY SEAL)
It
Note:
not be prior to date of Contract. IfCONTRACfOR is partnership, .
d execute BOND.
Important: Surety companies executing BONDS must appear on the Treasury Department's
most current list (Circular 570 as amended) and be authorized to transact business
in the state where the Project is located.
t
PAYMENT BOND
1 \ 1612008
PTB-3
_~J-~
e. NTAG.HlFfMEYER
COM".. 1543481
NO'M'/' PUBUCCALIRlRNIA
OAANCE COUKTY
Mt_cphsJan. 10._
It
POWER OF AITORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
PO BOX 19725, IRVINE, CA 92623 (949) 263-3300
wwwJIISCODico.com
KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby make,
COIISlilUtll and appoint
***Gregory E. Nash, Phillip H. Condra, Kelly L. Berry, jointly or severally***
as its true and lawful Attomey(s)-in-Fact, to make, execute, deliver ~d acknowledge, for and on behalf of said COIpOt'8lion as Slmlty, bonds, UDdertakings and
contracts of sure?;yship giving and grBIItlng unto &aid Attomey(s)-in-Fact full power and authority to do and to perform f:Vcry act necessary, requisite or proper to
be done in conn~on tberew:ith as the corporaUon could do, but reserving to the: corporation full power of substitutiOll and revocation, and all of the acts of said
Attomey(s)-in-FIICt, pursuant to these preseuls, are hereby ratified and confirmed. .
This Power of Altomey is granted and is signed by facsimJle under and by autbority of the following resolution adopted by the Board of Directors ofDEVELOPERS
SURETY AND INDEMNITY COMPANY effi:c;tive as of November 1,2000:
RESOLVED, !bat the Chairman of the Board, the President and any Vice fusident of the corporation be, and that each of them hereby is, authorized to
execute Powers ilf Attorney, qualifying the Attomey(s)-in-Fact named in the Powers of Attorney to execute, 011 behalf of the: cmporation, bonds, undertakings and
contracts of ~hip; and !bat the SecretaJy or any Assistant Secretary of the corporation be, and each of 1hem hereby is, authori7.ed to attest the execution of
any such Power ~f Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certifieate relatin8 thereto by
facsimile, and aDy such Power of Attorney or certifiea1l: bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in
the future with respect to any bond, undertaking or contraet of suretyship to which it is attacblld.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY bas caused these preseDIs 10 be signed by its respective Executive Vice
President and attested by its Secrclaly this 1st day of Febroary, 2005.
I
~o~
David H. RhOdes, Executive Vice-President
By. AkA ~
Waller A. CroweD, Sec:rctary
4;';;D~...
4~~"-~('>.~,,-
1~"""'~"'OIttJ' ~,
:r'c; f> -~'l
:OIJ! OCT ''''\
!Q:. . .""'.
SUI I 10 in.
\~ 1936 Ii]
\";};..J..owt.4.~1
~'" T' ~...~
..-...........
OOUN'IYOF OlANGE
)
)88.
)
STATE OF CALIFORNIA
On Fe;bnwy I, 2OOS, before me, Nita Ci Hiffineyer, personally appeared David H. Rhodes and Walter A. Crowell. personally known to me (or proved
to me on the: basis ot satisfactoIY evidence) to be the: petSOlIJ wh08Cl names BJe subscribed to the within instrument and acknowledged to me that they executed the
same in their authorized capacities, and that by their signatures on the inslnDneo.t the entity upon behalf of which the per801l8 acted, executed the instrument.
WITNESS my band and official seal
CERTmCATE
The lIl1denigned, as Executive Vice-President, of DEVELOPERS SURETY AND INDEMNITY COMPANY, docs hereby certify that the foregoing
Power of Atto~ remains in full force and bas not been revoked, and furthermore, that the proVisions of the resolution of the respective Boards ofDim:tors of
said corporation set forth in the Power of Attorney, is in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, the _ day of
I
(])~~~
By
David 1. Kerrigan, Executive Vice-l'relident
/'
10-1438 (OS!) (Rev. 2/DS)
CERTIFICATE OF OWNER'S ATTORNEY
5/20/2008
COA-l
AUGUSTA UTILITIES DEPT PRO] #808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
COA
CERTIFICATE OF OWNER'S ATTORNEY
I
I, the undersigned , the duly
authorized and acting legal representative of the CITY OF AUGUSTA, GEORGIA, do hereby
certify as follows:
I have examined the attached Contract(s) and Performance and Payment Bond(s) and the manner
of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly
executed by the proper parties thereto acting through their duly authorized representatives; that
said representatives have full power and authority to execute said agreements on behalf of the
respective parties named thereon; and that the foregoing agreements constitute valid and legally
binding obligations upon the parties executing the same in accordance with terms, conditions,
and provisions thereof.
.
Attorney for Owner
Date:
NOTE: Delete phrase "Performance and Payment Bonds" when not applicable.
.
CERTIFICATE OF OWNER'S ATTORNEY
11/6/2008
COA-l
AUGUSTA UTILITIES DEPT PROJ #808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
COA
CERTIFICATE OF OWNER'S ATTORNEY
I
I, the undersigned , the duly
authorized and acting legal representative of the CITY OF AUGUSTA, GEORGIA, do hereby
certify as follows:
I have examined the attached Contract(s) and Performance and Payment Bond(s) and the manner
of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly
executed by the proper parties thereto acting through their duly authorized representatives; that
said representatives have full power and authority to execute said agreements on behalf of the
respective parties named thereon; and that the foregoing agreements constitute valid and legally
binding obligations upon the parties executing the same in accordance with terms, conditions,
and provisions thereof.
It
Attorney for Owner
Date:
NOTE: Delete phrase "Performance and Payment Bonds" when not applicable.
It
Revision Date
August 2001
I
GENERAL CONDITIONS
ARTICLE I-DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms
have the meanings indicated, which are applicable to both the singular and plural thereof:
Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly
issued by OWNER to prospective Bidders prior to the time of opening of Bids.
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be
performed; other Contract Documents are attached to the Agreement and made a part thereof as
provided therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by
CONTRACTOR in requesting progress or final payments and which is to include such supporting
documentation as is required by the Contract Documents.
Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for
the Work to be performed.
It
Bonds-Bid, performance and payment bonds and other instruments of security furnished by
CONTRACTOR and its Surety in accordance with the Contract Documents.
Change Order-- A document recommended by PROFESSIONAL, which is signed by
CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the
Agreement.
Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents);
CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid
documentation submitted prior to the Notice of Award) when attached as an exhibit to the
Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans,
Specifications and the Drawings as the same are more specifically identified in the Agreement;
Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of
Contract together with all amendments, modifications and supplements issued pursuant to
paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement.
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents
as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price
Work).
Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in
the Agreement for the completion of the Work.
I
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the
Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of l
GENERAL CONDITIONS
GC-1 of 52
Revision Date
August 2001
.
Georgia, the Augusta-Richmond County Commission, and its authorized designees, agents, or
employees.
Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall
fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's
Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving
Day and the following Friday, and Christmas Day.
Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory.
faulty or deficient, does not conform to the Contract Documents, or does not meet the requirements
of any inspection, reference standard, test or approval referred to in the Contract Documents, or has
been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility
for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance
with paragraph 14.8 or 14.10).
Drawings-The drawings which show the character and scope of the Work to be performed and
which have been prepared or approved by PROFESSIONAL and are referred to in the Contract
Documents.
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective,
but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of
Augusta, Georgia.
.
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications,
but which does not involve a change in the Contract Price or the Contract Time.
General Requirements-Sections of Division I of the Specifications.
Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders.
Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon
compliance by the apparent successful bidder with the conditions precedent enumerated therein,
within the time specified, OWNER will sign and deliver the Agreement.
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to .
PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which
CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents.
OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission.
Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or.
for a related purpose) before reaching Substantial Completion for all the Work.
PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person
designated to perform the design and/or resident engineer services for the Work.
PROGRAM MANAGER - The professional firm or individual designated as the representative or the
OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and
CONTRACTOR when project is part of an OWNER designated program.
.
Project-The total construction of which the Work to be provided under the Contract Documents may
GENERAL CONDITIONS
GC-2 of 52
Revision Date
August 2001
I be the whole, or a part, as indicated elsewhere in the Contract Documents.
Project Area-The area within which are the specified Contract Limits of the improvements
contemplated to be constructed in whole or in part under this Contract.
Project Manager-The professional in charge, serving OWNER with architectural or engineering
services, his successor, or any other person or persons, employed by said OWNER, for the purpose
of directing or having in charge the work embraced in this Contract.
Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM
MANAGER who is assigned to the site or any part thereof.
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically
prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations,
brochures, standard schedules, performance charts, instructions, diagrams and other information
prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for
some portion of the Work.
Specifications-Those portions of the Contract Documents consisting of written technical descriptions
of materials, equipment, construction systems, standards and workmanship as applied to the Work
and certain administrative details applicable thereto.
Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with
any other SUBCONTRACTOR for the performance of a part of the Work at the site. .
I
Substantial Completion-The Work (or a specified part thereof) has progressed to the pointwhere, in
the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of
Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so
that the Work (or specified part) can be used for the purposes for which it is intended, or ifthere be
no such certificate issued, when final payment is due in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially completed" as applied to any Work refer to
Substantial Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or supplements
these General Conditions.
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels
or other such facilities or attachments, and any encasement containing such facilities which have
been installed underground to furnish any of the following services or materials: electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television, sewage and
drainage removal, traffic or other control systems, or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifiable parts thereof required
to be furnished under the Contract Documents. Work is the result of performing services, furnishing
labor and furnishing and incorporating materials and equipment into the construction, and furnishing
. documents, all as required by the Contract Documents.
GENERAL CONDITIONS
GC-3 of 52
Revision Date
August 2001
I
Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date
of the Agreement and signed by OWNER and recommended byPROFESSIONAL, ordering an
addition, deletion or revision in the Work, or responding to differing or unforeseen physical
conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to
emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or
the Contract Time butis evidence that the parties expect that the change directed or documented by
a Work Change Directive will be incorporated in a subsequently issued Change Order following
negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided
in Article 10.
Written Amendment-A written amendment of the Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-
engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. .
I
I
GENERAL CONDITIONS
GC-4 of 52
Revision Date
August 2001
.
ARTICLE 2-PRELlMINARY MATTERS
Delivery of Bonds:
2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR
shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in
accordance with these Contract Documents.
Copies of Documents:
2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one
(1) complete set of the Contract Documents for execution of the work. Additional sets of the project
manual and drawings and/or individual pages or sheets of the project manual or drawings will be
furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will
be OWNER's standard charges for printing and reproduction.
Commencement of Contract Time, Notice to Proceed:
2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to
Proceed may be given at any time after the Effective Date of the Contract.
I
Starting the Project:
2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No
Work shall be done prior to the date on which the Contract Time commences. Any Work performed
by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of
CONTRACTOR.
Before Starting Construction:
2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and
compare the Contract Documents and check and verify pertinent figures shown thereon and all
applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL
any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a
written interpretation or clarification from PROFESSIONAL before proceeding with any Work
affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error,
ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should
have known thereof.
2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in
the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for
review:
2.6.1. an estimated progress schedule indicating the starting and completion dates of the
various stages of the Work:
2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and
.
2.6.3. a preliminary schedule of values for all of the Work which will include quantities and
prices of items aggregating the Contract Price and will subdivide the Work into component parts in
GENERAL CONDITIONS
GC-5 of 52
Revision Date
August 2001
I
sufficient detail to serve as the basis for progress payments during construction. Such prices will
include an appropriate amount of overhead and profit applicable to each item of Work which will be
confirmed in writing by CONTRACTOR at the time of submission.
2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with
copies to each additional insured identified in the Supplementary Conditions, an original policy or
certified copies of each insurance policy (and other evidence of insurance which OWNER may
reasonably request) which CONTRACTOR is required to purchase' and maintain in accordance with
Article 5.
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR,
OWNER , PROFESSIONAL and others as appropriate will be held to establish a working
understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as
well as procedures for handling Shop Drawings and other submittals, processing applications for
payment and maintaining required records.
Finalizing Schedules:
.
2.9. At least ten day.:; before submission of the first Application for Payment, a conference
attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held
to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an
additional ten (10) calendar days to make corrections and adjustments and to complete and
resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules
are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized.
progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly
progression of the Work to completion within any specified Milestones and the ContractTime, but
such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing,
scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full
responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample
submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for
reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved
by PROFESSIONAL as to form and substance.
CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be
responsible for maintaining the schedule, including updating schedule. Schedule updates shall
include progression of work as compared to scheduled progress on work. Schedule updates shall
accompany each pay request.
.
GENERAL CONDITIONS
GC-6 of 52
Revision Date
August 2001
It
ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called
for by one is as binding as if called for by all. The Contract Documents will be construed in
accordance with the law of the State of Georgia.
3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or
part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or
equipment that may reasonably be inferred from the Contract Documents or from prevailing custom
or trade usage as being required to produce the intended resultwill be supplied whether or not
specifically called for. When words or phrases which have a well-known technical or construction
industry or trade meaning are used to describe Work, materials or equipment, such words shall be
interpreted in accordance with that meaning.
I
3.3. Except as otherwise specifically stated in the Contract Documents or as may be
provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7,
the provisions of the Contract Documents shall take precedence in resolving any conflict, error,
ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of
any such. standard, specification, manual, code or instruction (whether or not specifically
incorporated by reference in the Contract Documents) and the provisions of any such Laws or
Regulations applicable to the performance of the Work (unless: such an interpretation. of the
provisions of the Contract Documents would result in, violation .of such Law or Regulation).
Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as .
provided in paragraph 9.4.
3.4. Reference to standards, specifications, manuals or codes of any technical society,
organization or association, or to the Laws or Regulations of any governmental authority, whether
such reference be specific or by implication, shall mean the latest standard, specification, manual,
code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the
Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract
Documents.
3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract Documents or between the Contract Documents and
any provision of any such Law or Regulation applicable to the. performance of the Work or of any
such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7,
CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with
the Work affected thereby and shall obtain a written interpretation or clarification from
PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for
failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless
CONTRACTOR had actual knowledge thereof or should reasonably have known thereof.
Amending and Supplementing Contract Documents:
I
3.6. The Contract Documents may be amended to provide for additions, deletions and
revisions in the Work or to modify the terms and conditions thereof in one or more of the following
ways:
GENERAL CONDITIONS
GC-7 of 52
Revision Date
August 2001
.
3.6.1. a formal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph 10.3), or
3.6.3. a Work Change Directive (pursuant to paragraph 10.4).
As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed
by a Change Order or a Written Amendment.
3.7. In addition, the requirements of the Contract Documents may be supplemented, and
minor variations and deviations in the Work may be authorized in one or more of the following ways:
3.7.1; a Field Order (pursuant to paragraph 9.5).
3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs
6.24 and 6.26), or .
3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4).
Reuse of documents:
.
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or
organization performing or furnishing any of the Work under 'a direct or indirect contract with
OWNERshalkhave or acquire any title to 'or OWNERSHIP rights in any of the Drawings,. .
Specifications .or other documents (or copies of any thereof) prepared by or bearing the seal of
PROFESSIONAL or PROFESSIONAL's consultant; and they shall not .reuse such Drawings,
Specifications or other documents (or copies of any thereof) on extensions of the Project or any
other project without written consent of OWNER and PROFESSIONAL and specific written
verification or adaptation by PROFESSIONAL.
.
GENERAL CONDITIONS
GC-8 of 52
Revision Date
August 200 1
It ARTICLE 4-AVAILABILlTY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS
Availability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the
Work is to be performed, rights-of-way and easements for access thereto, and such other lands
which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be
obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to
agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the
Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or
easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The
CONTRACTOR shall provide for all additional lands and access thereto that may be required for
temporary construction facilities or storage of materials and equipment.
Physical Conditions:
4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for
identification of those reports of explorations and tests of subsurface conditions at or contiguous to
the site that have been utilized in preparing the Contract Documents and those drawings of physical
conditions in or relating to existing surface or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been utilized in preparing the Contract Documents.
I
.4.2.2. CONTRACTOR may rely upon the general accuracy otthe "technical data" contained
in such reports anddrawings. Such "technical data" is identified in the Supplementary Conditions;
Except for such reliance on such "technical data,"CONTRACTOR may not rely upon or make any
claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: .
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes,
including but not limited to, any aspects of the means, methods, techniques, sequences and
procedures of construction to be employed by CONTRACTOR and safety precautions and programs
incident thereto, or
4.2.2.2. other data, interpretations, opinions and information contained in such reports or
shown or indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data"
or any such data, interpretations, opinions or information.
4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1)
subsurface or otherwise concealed physical conditions which differ materially from those indicated in
the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ
materially from those ordinarily found to exist and generally recognized as inherent in construction
activities of the character provided for in the Contract Documents, then CONTRACTOR shall give
OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours
after first observance of the conditions.
I
4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if
they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time
required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall
recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER
GENERAL CONDITIONS
GC-9 of 52
Revision Date
August 2001
It
and PROFESSIONAL determine that the conditions at the Site are not materially different from
those indicated in the Contract Documents or are not materially different from those ordinarily found
and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify
CONTRACTOR of the determination in writing. The Work shall be performed after direction is
provided by the PROFESSIONAL.
Physical Conditions-Underground Facilities:
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract
Documents with respect to existing Underground Facilities at or contiguous to the site is based on .
information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground
Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions:
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or
completeness of any such information or data; and
4.3.1.2. The cost of all of the following will be included in the Contract Price and
CONTRACTOR shall have full responsibility for reviewing and checking all such information and
data for locating all Underground Facilities shown or indicated in the Contract Documents, for
coordination of the Work with the OWNER'S of such Underground Facilities during construction, for
the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto
resulting from the Work, the cost of all of which will be considered as having been included in the
Contract Price.
I, ,4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or.
contiguous to the site which was not shown or indicated in the .Contract Documents and which
CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall,
promptly after becoming aware thereof and before performing any Work affected thereby except in
an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility
and give written notice thereof to that OWNER. and to OWNER and PROFESSIONAL.
PROFESSIONAL will promptly review the Underground Facility to determine the extent to which the
Contract Documents should be modified to reflect and document the consequences of the existence
of the Underground Facility, and the Contract Documents will be amended or supplemented to the
extent necessary. During such time, CONTRACTOR shall be responsible for the safety and
protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be
allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent
that they are attributable to the existence of any Underground Facility that was not shown or
indicated in the Contract Documents and which CONTRACTOR could not reasonably have been
expected to be aware of. If the parties are unable to agree as to the amount or length thereof,
CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
Reference Points:
.
4.4. OWNER shall provide Engineering surveys to establish reference points for construction
which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the
Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in
the General Requirements), shall protect and preserve the established reference points and shall
make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall
report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation
GENERAL CONDITIONS
GC-10 of 52
Revision Date
August 2001
I
because of necessary changes in grades or locations, and shall be responsible for the accurate
replacement or relocation of such reference points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site which was not shown or indicated in
Drawings or Specifications or identified in the Contract Documents to be within the scope of the
Work and which may present a substantial danger to persons or property exposed thereto in
connection with the Work at the site. OWNER shall not be responsible for any such materials .
brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom
CONTRACTOR is responsible.
-
4.6 CONTRACTOR shall immediately: (i) stop allwork in connection with such hazardous
condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii)
notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall
promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified
expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall
not be required to resume Work in connection with such hazardous condition or in any such affected
area until after OWNER has obtained any required permits related thereto and delivered to
CONTRACTOR special written notice (i) specifying that such condition and any affected area is or
has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under ..
which. such Work may be resumed safely. If OWNER and.GONTRACTOR cannot agree as to
entitlementtoorthe amount or extent of an adjustment,if any, in Contract Price or Contract Times
as a result of such Work stoppage or such special conditions under which Work is agreed by
CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11
and 12.
4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume
such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under
such special conditions, then CONTRACTOR may order such portion of the Work that is in
connection with such hazardous conditions or in such affected area to be deleted from the Work. If
OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an
adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the
Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may
have deleted such portion of the Work performed by OWNER's own forces or others in accordance
with Article 7.
4.7.1 The provisions of4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site.
.
GENERAL CONDITIONS
GC-11 of 52
Revision Date
August 2001
I
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at
least equal to the Contract Price as Security for the faithful performance and payment of all
CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at
least until one year after the date when final payment becomes due, except as otherwise provided
by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other
Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed
by Law or Regulation or by the Contract Documents and be executed by such sureties as are
named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on
Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended)
by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent
must be accompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2.1 All bonds and insurance required by the Contract Documents to be purchased and
maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly
, licensed or authorized in the State of Georgia to issue bonds or insurance policies forthe limits and
coverages so required. All bonds signed by an agent must be accompanied by a certified copy of
authority to act. Such surety and insurance companies shall also meet such additional requirements
and qualifications 'as may be provided, in the SupplementaryConditions. '
I",
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured
identified in 5.3, an original or a certified copy of the complete insurance policy for each policy
required, certificates of insurance (and other evidence of insurance requested by OWNER or any
other additional insured) which CONTRACTOR is required to purchase and maintain in accordance
with 5.3.
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or
becomes insolvent or its right to do business is terminated in any state where any part of the Project
is located or it ceases to meet the requirements of paragraph 5.1 , CONTRACTOR shall within five
days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER.
CONTRACTOR's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and
other insurance as is appropriate for the Work being performed and furnished and as will provide
protection from claims set forth below which may arise out of or result from CONTRACTOR's
performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract
Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by
anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by
, anyone for whose acts any of them may be liable:
I
5.3.1. Claims under workers' or workmen's compensation, disability benefits and other
similar employee benefit acts;
GENERAL CONDITIONS
GC-12 of 52
Revision Date
August 2001
.
5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or
death of CONTRACTOR's employees;
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any
person other than CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained
(a) by any person as a result of an offense directly or indirectly related to the employment of such
person by CONTRACTOR, or (b) by any other person for any other reason;
5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction
of tangible property wherever located, including loss of use resulting therefrom;
5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily
injury or death of any person or for damage to property; and
5.3.7. Claims for damages because of bodily injury or death of any person or property
damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle.
-,
The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for
not less than the limits of liability and coverage's provided in the Supplementary Conditions, or
required by law, whichever is greater. The comprehensive general liability insurance shall,include
completed,operations insurance. All of the policies of insurance sOTequired to be purchasedar;1d
maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement
that the coverage afforded will not be canceled, materially changed or renewal refused until at least'
thirty days prior written notice has been given to OWNER, PROGRAM MANAGER,and
PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and
at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective
Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such
completed operations insurance for at least two years after final payment and furnish OWNER with
evidence of continuation of such insurance at final payment and one year thereafter.
Contractual Liability Insurance:
5.4. The comprehensive general liability insurance required by paragraph 5.3 will include
contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and
6.33.
OWNER's Liability Insurance:
5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability
insurance, and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain
such insurance as will protect OWNER against claims which may arise from operations under the
Contract Documents.
It Property Insurance:
GENERAL CONDITIONS
GC-13 of 52
Revision Date
August 2001
1
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase
and maintain property insurance upon the Work at the site to the full insurable value thereof (subject
to such deductible amounts as may be provided in the Supplementary Conditions or required by
Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR,
Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in
the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against
the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and
damage including theft, vandalism and malicious mischief, collapse and water damage, and such
other perils as may be provided in the Supplementary Conditions, and shall include damages,
losses and expenses arising out of or resulting from any insured loss or incurred in the repair or
replacement of any insured property (including but not limited to fees and charges of
PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all
risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall
purchase and maintain similar property insurance on portions of the Work stored on and off the site
or in transit when such portions of the Work are to be included in an Application for Payment.
5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional
property insurance as may be required by the Supplementary Conditions or Laws and Regulations
which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL
AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional
insured parties.
I.
5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be
purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain;a'
provision or endorsement that the coverage afforded will not be canceled or materially changed or
renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by
certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2.'
5.9. OWNER shall not be responsible for purchasing and maintaining any property
insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the
extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of
loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering
any such loss, and if any of them wishes property insurance coverage within the limits of such
amounts, each may purchase and maintain it at the purchaser's own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be included in the
property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof
will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to
commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or
not such other insurance has been procured by OWNER.
1
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and
damages caused by any of the perils covered by the policies of insurance provided in response to
paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all
such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all
other parties named as insureds in such policies for losses and damages so caused. As required by
paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar
waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL,
GENERAL CONDITIONS
GC-14 of 52
Revision Date
August 2001
I
PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers
shall extend to the rights that any of the insured parties may have to the proceeds of insurance held
by OWNER as trustee or otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to
paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all
losses and damages caused by the perils covered thereby. Accordingly, all such policies shall
contain provisions to the effect that in the event of payment of any loss or damage the insurer will
have no rights of recovery against any of the parties named as insureds or additional insureds, and
if the insurers require separate waiver forms to be signed by PROFESSIONAL or
PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required
of any Subcontractor, CONTRACTOR will obtain the same.
Receipt and Application of Proceeds:
5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7
will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their
interests may appear, subject to the requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall
distribute it in accordance with such agreement as the parties in interest may reach. If no other
special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so
received applied on account thereof, and the Work and the cost thereof covered by an appropriate
Chang~ Order or Written Amendment. . . .
I
Receiptand Application of Insurance Proceeds
5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers
unless one of the parties in interest shall object in writing within fifteen days after the occurrence of
loss to OWNER's exercise of this power. If such objection be mads, OWNER, as trustee, shall make
settlement with the insurers in accordance with such agreement as the parties in interest may reach.
If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an
insured loss, give bond for the proper performance of such duties.
Acceptance of Insurance:
I
5.14. If OWNER has any objection to the coverage afforded by or other provisions of the
insurance required to be purchased and maintained by CONTRACTOR in accordance with
paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER
shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such
certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to
the coverage afforded by or other provisions of the policies of insurance required to be purchased
and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not
complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof
within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with
paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional
information in respect of insurance provided by each as the other may reasonably request. Failure
by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall
constitute acceptance of such insurance purchased by the other as complying with the Contract
Documents.
GENERAL CONDITIONS
GC-15 of 52
Revision Date
August 2001
It
Partial Utilization-Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to
Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance
with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers
providing the property insurance have acknowledged notice thereof and in writing effected the
changes in coverage necessitated thereby. The insurers providing the property insurance shall
consent by endorsement on the policy or policies, but the property insurance shall not be canceled
or lapse on account of any such partial use or occupancy.
Indemnification
5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM
MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands,
damages, losses, and expenses, including. attorneys' fees, arising out of or resulting from the
performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or
expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of
tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part
by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed
by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in
whole or in part by the negligence or other fault of a party indemnified hereunder.
It
5.16.2. In any and all claims against OWNER or any of its agents or employees by any
employee of CONTRACTOR, any SUBCONT~CTOR, anyone directly or indirectly employed 'by.
any of them, or anyone for whose acts any of them may be liable, the indemnification obligation
under the previous paragraph shall not be limited in any way as to the amount or type of damages,
compensation or: benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under
workmen's cOmpensation acts, disability benefit acts, or other employee benefit acts.
5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or
indirectly employed by it from and against all claims, suits, demands, damages, losses expenses
(including attorneys' fees) arising out of any infringement on patent or copyrights held by others and
shall defend all such claims in connection \Mth any alleged infringement of such rights.
It
GENERAL CONDITIONS
GC-16 of 52
Revision Date
August 2001
.
ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES
6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently,
devoting such attention thereto and applying such skills and expertise as may be necessary to
perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely
responsible for the means, methods, techniques, sequences and procedures of construction, but
CONTRACTOR shall not be responsible for the negligence of others in the design or specification of
a specific means, method, technique, sequence or procedure of construction which is shown or
indicated in and expressly required by the Contract Documents. CONTRACTOR shall be
responsible to see that the finished Work complies accurately with the Contract Documents.
6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent
resident superintendent, who shall not be replaced without written notice to OWNER and
PROFESSIONAL except under extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the site and shall have authority to act on behalf of
CONTRACTOR. All communications to the superintendent shall be as binding as if given to
CONTRACTOR.
Labor, Materials and Equipment:
.
6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay
out the Work and perform construction as required by the Contract Documents. CONTRACTOR
shall at all times maintain good discipline and order at the site. Except in connection with the safety
or protection of persons or the Work or property at the site or adjacent thereto, and except as
.otherwise indicated in the Contract" Documents; all Work at the site shall be performed during
regular working hours, and CONTRACTORwillnot permit evening work or the performance of Work
on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written
notice to PROFESSIONAL.
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish
and assume full responsibility for all materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances,fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent
necessary for the execution, testing, initial operation, and completion of the Work as required by the
Contract Documents.
6.5. All materials and equipment shall be of good quality and new, except as otherwise
provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish
satisfactory evidence (including reports of required tests) as to the kind and quality of materials and
equipment. All materials and equipment shall be applied, installed, connected, erected, used,
cleaned and conditioned in accordance with the instructions of the applicable Supplier except as
otherwise provided in the Contract Documents; but no provision of any such instructions will be
effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or
employees, any duty or authority to supervise or direct the furnishing or performance of the Work or
any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15.
Adjusting Progress Schedule:
.
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent
indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of
GENERAL CONDITIONS
GC-17 of 52
Revision Date
August 200 1
.
new developments; these will conform generally to the progress schedule then in effect and
additionally will comply with any provisions of the General Requirements applicable thereto.
Substitutes or "Or-Equal" Items:
.
6.7.1. Whenever materials or equipment are specified or described in the Contract
Documents by using the name of a proprietary item or the name of a particular Supplier, the naming
of the item is intended to establish the type, function and quality required. Unless the name is
followed by words indicating that no substitution is permitted, materials or equipment of other
Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by
CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is
equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the
following as supplemented in the General Requirements. Requests for review of substitute items of
material and equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or
equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance
thereof, certifying that the proposed substitute will perform adequately the functions and achieve the
results called for by the general design, be similar and of equal substance to that specified and be
suited to the same use as that specified. The application will. state that the evaluation and
acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will
require a change in any of the ContractDocuments (or in the provisions of any other direct contract
with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or .
not incorporation or use of the substitute in connection with the Work is subject to payment of any
license fee or royalty. Allvariations of the proposed substitute from that specified will be identified in
the application and available maintenance,repair and replacement service will be indicated. The.
application will also.contain an itemized estimate of all costs that will result directly or indirectly from
acceptance of such substitute, including costs of redesign and claims of other contractors affected
by the resulting change, all of which shall be considered by PROFESSIONAL. In evaluating the
proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's
expense, additional data about the proposed substitute.
6.7.2. If a specific means, method, technique, sequence or procedure of construction is
indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a
substitute means, method, sequence, technique or procedure of construction acceptable to
PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to
determine that the substitute proposed is equivalent to that indicated or required by the Contract
Documents. The procedure for review by PROFESSIONAL will be similar to that provided in
paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General
Requirements.
.
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each
proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will
be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be
evidenced by either a Change Order or an approved Shop Drawing.. OWNER may require
CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other
surety with respect to any substitute. PROFESSIONAL will record time required by PROFESSIONAL
and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and in
making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL
accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of
GENERAL CONDITIONS
GC-18 of 52
Revision Date
August 2001
. PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute.
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or
organization (including those acceptable to OWNER and PROFESSIONAL as indicated in
paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL
may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor,
Supplier or other person or organization to furnish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
.
6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors,
Suppliers or other persons or organizations including those who are to furnish the principal items of
materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement
for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof
in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance
(either in writing or by failing to make written objection thereto by the date indicated for acceptance
or objection in the bidding documents or the Contract Documents) of any such Subcontractor,
Supplier or other person or organization so identified may be revoked on the basis of reasonable
objection after due investigation, in which case CONTRACTOR shall submit an acceptable
substitute, the Contract Price will be increased by the difference, and the cost occasioned by such
substitution and an appropriate Change Order will be issued or Written Amendment signed. No
acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or
organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective
Work. ' ;';' .
6,9. CONTRACTOR shall be fullyresponsible:to OWNER and PROFESSIONAL for all acts.
and omissions of the Subcontractors, Suppliers and other persons and organizations performing or
furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as
CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the
Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL
and any such Subcontractor, Supplier or other person or organization, nor shall it create any
obligation on the part of OWNER or PROFESSIONAL to payor to see to the payment of any
moneys due any such Subcontractor, Supplier or other person or organization except as may
otherwise be required by Laws and Regulations. .
6.10. The divisions and sections of the Specifications and the identifications of any
Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers
or delineating the Work to be performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an
appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the
Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of
OWNER and PROFESSIONAL arid contains waiver provisions as required by paragraph 5.11.
CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by
CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7.
Patent Fees and Royalties:
.
6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident
to the use in the performance of the Work or the incorporation in the Work of any invention, design,
GENERAL CONDITIONS
GC-19 of 52
Revision Date
August 200 1
.
process, product or device which is the subject of patent rights or copyrights held by others.
CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone
directly or indirectly employed by either of them from and against all claims, damages, losses and
expenses including attorneys' fees and court and arbitration costs arising out of any infringement on .
patent rights or copyrights incident to the use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process, product or device not specified in the
Contract Documents, and shall defend all such claims in connection with any alleged infringement of
such rights.
Permits:
6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses,
governmental charges and inspection fees, and all public utility charges which are applicable and
necessary for the execution of the Work. All permit costs shall be included inthe base bid. Permits,
if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any
delays associated with the permitting process will be considered for time extensions only and no
damages or additional compensation for delay will be allowed.
Laws and Regulations:
6.14.1. . CONTRACTOR shall give all notices and comply with all Laws and Regulations
applicable to furnishing and performance of the Work. Except where otherwise expressly required
by applicable Laws and Regulations, neither OWNERnor.PROFESSIONAL shall be responsible for.
monitoring CONTRACTOR's compliance. with any Lawsor.Regulations.
II
6.14.2. If CONTRACTOR observes that any oftheContractDocuments are contradictory to
such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any
necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR
performs any Work that it knows or should have known to be contrary to such laws, ordinances,
rules, and regulations and without such notice to the Project Manager, it shall bear all related costs.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to
be paid in accordance with the Laws and Regulations of the place of the Project which are
applicable during the performance of the Work.
Use of Premises:
II
6.16. CONTRACTOR shall confine construction equipment, the storage of materials and
equipment and the operations of workers to the Project site and land and areas identified in and
permitted by the Contract Documents and other land and areas permitted by Laws and Regulations,
rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the
premises with construction equipment or other materials or equipment. Any loss or damage to
CONTRACTOR's or any Subcontractor's equipment is solely at the risk of. CONTRACTOR.
CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the
OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the
performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any
such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly
attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or
at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and
GENERAL CONDITIONS
GC-20 of 52
Revision Date
August 2001
.
hold OWNER harmless from and against all claims, damages, losses and expenses (including, but
not limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable,
brought by any such other party against OWNER to the extent based on a claim arising out of
CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish and other debris or contaminants resulting from the
Work. At the completion of the Work,CONTRACTORshall remove all waste materials, rubbish and
debris from and about the premises as well as all tools, appliances, construction equipment and
machinery, and surplus materials, and shall leave the site clean and ready for occupancy by
OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or
adjacent property to stresses or pressures that will endanger them.
Record Documents:
.
6.19. Contractor shall keep at the site and in good order one record copy of the Contract
Documents and all Drawings and Specifications. These documents shall be annotated on a
continuing basis to show all changes made during the. construction process. These shall be
available to PROFESSIONAL and the Project Manager and shall be'submitted with the Application
for Final Payment.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all
safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk
of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred
the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or
loss to:
6.20.1. all employees on the Work and other persons and organizations who may be
affected thereby;
6.20.2. all the Work and materials and equipment to be incorporated therein, whether in
storage on or off the site; and
6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities and Underground Facilities not designated for removal,
relocation or replacement in the course of construction.
.
CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having
jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR
shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when
prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,
relocation and replacement of their property. All damage, injury or loss to any property referred to in
GENERAL CONDITIONS
GC-21 of 52
Revision Date
August 2001
.
paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any
Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of
them to perform or furnish any of the Work or anyone for whose acts any of them may be liable;
shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or
Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by
either of them or anyone for whose acts either of them may be liable, and not attributable, directly or
indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). C'ONTRACTOR's duties
and responsibilities for the safety and protection of the Work shall continue until such time as all the
Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in
accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly
provided in connection with Substantial Completion).
6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be
the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent
unless otherwise designated in writing by CONTRACTOR to the Project Manager.
Emergencies:
;' '
6.22. In emergencies affecting the safety or protection of persons or the Work or property at
the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from
PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss.
CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that
any significant changes in the Work or variations from the Contract Documents have been caused
thereby. If PROFESSIONAL determines that a.change in the Contract Documents is required
because of the action taken in response to an emergency, a Work Change Directive or Change
Order be issued to document the consequences cifthe changes or variations.
.
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving
injuries to any person on the Site, whether or not such person was engaged in the construction of
the Project, and shall file a written report on such person(s) and any other event resulting in property
damage of any amount within five (5) days of the occurrence.
6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required
because of the action taken by CONTRACTOR in response to such an emergency, a Change Order
will be issued to document the consequences of such action.
. .
Shop Drawings and Samples:
6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly
submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all
submittals and samples required by the Contract Documents. All submittals and samples shall have
been checked by and stamped with the approval of CONTRACTOR and identified as
PROFESSIONAL may require. The data shown on or with the submittals will be complete with
respect to dimensions, design criteria, materials and any other information necessary to enable
PROFESSIONAL to review the submittal as required. At the time of each submission,
CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample
may have from the requirements of the Contract Documents.
.
6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's
review and approval shall be only for conformance with the design concept of the Project and
compliance with the information given in the Contract Documents. The approval of a separate item
GENERAL CONDITIONS
GC-22 of 52
Revision Date
August 2001
.
as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will
make any corrections required by PROFESSIONAL and resubmit the required numberof corrected
copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall
constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined
and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and
similar data, and that each submittal or sample has been reviewed or coordinated with the
requirements of the Work and the Contract Documents.
6.24.1. No Work requiring a submittal or sample submission shall commence until the
submission has been approved by PROFESSIONAL. A copy of each approved submittal and each
approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to
PROFESSIONAL and OWNER. Any delays associated with the submittal process will be
considered for time extensions only, and no damages or additional compensation for delay will be
allowed.
6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have
determined and verified all quantities, dimensions, specified performance criteria, installation
requirements, materials, catalog numbers and similar data with respect thereto and reviewed or
coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the
requirements of the Work and the Contract Documents.
I
6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific
written notice of each variation that the Shop Drawings or samples may have from theTequirements
. of the Contract Documents,and, in addition, shall cause a specific notation to be made on each
Shop Drawing submitted to PROFESSIONAL br review and approval of each such variation.
6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings
and samples, but PROFESSIONAL's review and approval will. be only for conformance with the
design concept of the Project and for compliance with the information given in the Contract
Documents and shall not extend to means, methods, techniques, sequences or procedures of
construction (except where a specific means, method, technique, sequence or procedure of
construction is indicated in or required by the Contract Documents) or to safety precautions or
programs incident thereto. The review and approval of a separate item as such will not indicate
approval of the assembly in which the item functions.
6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR
from responsibility for any variation from the requirements of the Contract Documents unless
CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the
time of submission and the OWNER has given written approval to the specific deviation; any such
approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or
omissions in the submittals.
6.28. Where a shop drawing or sample is required by the Contract Documents or the
schedule of shop drawings and sample submissions accepted byPROFESSIONAL as required,
any related work performed prior to PROFESSIONAL's review and approval of the pertinent
submittal will be at the sole expense and responsibility of CONTRACTOR.
Continuing the Work:
It
6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during
all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending
GENERAL CONDITIONS
GC-23 of 52
Revision Date
August 2001
.
resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as
CONTRACTOR and OWNER may otherwise agree in writing.
Cleaning Up:
6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials,
rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At
the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris
from the site as well as all tools, construction equipment and machinery, and surplus materials and
will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance
with applicable Laws and Regulations. In addition to any other rights available to OWNER under the
Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any
amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the
site not designated for alteration by the Contract Documents.
Indemnification:
.
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall
indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their
consultants, agents and employees from and against all claims, damages, losses and e~enses,
direct, indirect or consequential (including but not limited to fees and charges of PROGRAM
MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and
arbitration costs) 'arising out of or resulting from the performance of the Work, provided that any
"such'c1aim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or'death,
or to injury to or destruction of tangible property (other than the Work itself) including the'lossof use
resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of
CONTRACTOR, any SubcontraCtor, any person or organization directly or indirectly emplciyedby
any of themto perform or furnish any-of the Work or,anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by ,
or is imposed by Law and Regulations regardless of the negligence of any such party.
6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or
any of their consultants, agents or employees by any employee of CONTRACTOR,any
Subcontractor, any person or organization directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification
obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or for CONTRACTOR or any such
Subcontractor or other person or organization under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the
liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the
preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or
specifications.
.
GENERAL CONDITIONS
GC-24 of 52
Revision Date
August 2001
I
ARTICLE 7---0THER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the Project at the site by OWNER's own
forces, have other work performed by aided OWNERs or let other direct contracts therefor which
shall contain General Conditions similar to these. If the fact that such other work is to be performed
was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR
prior to starting any such other work, and, if CONTRACTOR believes that such performance will
involve additional expense to CONTRACTOR or requires additional time and the parties are unable
to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles
11 and 12.
7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party
to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's
employees, proper and safe access to the site and a reasonable opportunity for the introduction and
storage of materials and equipment and the execution of such work, and shall properly connect and
coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work
that may be required to make its several parts come together properly and integrate with such other
work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise
altering their work and will only cut or alter their work with the written consent of PROFESSIONAL
and the others whose work will be affected. The duties and responsibilities of CONTRACTOR
under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent
that there~are'comparable provisions for the benefit of CONTRACTOR in said direct contracts .
between OWNER and such utility OWNERs and other contractors.
.
7.2: If any part of CONTRACTOR's Work depends for proper execution or results upon the
work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and .
promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that
render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure
so to report will constitute an acceptance of the other work as fit and properfor integration with
CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work.
Coordination:
7.4. If OWNER contracts with others for the performance of other work on the Project at the
site, the person or organization who will have authority and responsibility for coordination of the
activities among the various prime contractors will be identified in the Supplementary Conditions,
and the specific matters to be covered by such authority and responsibility will be itemized, and the
extent of such authority and responsibilities will be provided in. the Supplementary Conditions.
Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL
shall have any authority or responsibility in respect of such coordination.
.
GENERAL CONDITIONS
GC-25 of 52
Revision Date
August 2001
II
ARTICLE 8---0WNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all
communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a
PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status
under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in
connection with such appointment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents
promptly and shall make payments to CONTRACTOR promptly after they are due as provided in
paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands and easements and providing
Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph
4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of
explorations and tests of subsurface conditions at the site and in existing structures which have
been utilized by PROFESSIONAL in preparing the Drawings and Specifications.
8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property .
insurance are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. . .
.
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set
forth in paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs
13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR
under certain circumstances.
ARTICLE 9--PROFESSIONAL'S STATUS DURING CONSTRUCTION
OWNER's Representative:
9.1. PROFESSIONAL will be OWNER's representative during the construction period. The
duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's
representative during construction are set forth in the Contract Documents and shall not be
extended without written consent of OWNER and PROFESSIONAL.
Visits to Site:
.
9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various
stages of construction to observe the premises and quality of the executed Work and to determine,
in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL
will not be required to make exhaustive or continuous on-site inspections to check the quality or
quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a
greater degree of confidence that the completed Work will conform to the Contract Documents. On
the basis of such visits and on-site. observations as an experienced and qualified design
GENERAL CONDITIONS
GC-26 of 52
Revision Date
August 2001
.
PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and
will endeavor to guard OWNER against defects and deficiencies in the Work.
Project Representation:
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident
Project Representative to assist PROFESSIONAL in observing the performance of the.Work. The
duties, responsibilities and limitations of authority of any such Resident Project Representative and
assistants will be as provided in the Supplementary Conditions. If OWNER designates another
agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties,
responsibilities and limitations of authority of such other person will be as provided in the
Supplementary Conditions.
Clarifications and Interpretations:
9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the
Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as
reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable
from the overall intent of the Contract Documents. If CONTRACTOR believes that a written
clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time,
CONTRACTOR may make a claim as provided for in Articles 11. or 12.
Authorized Variations in Work:
.
9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are consistent with the overall intent of the Contract Documents. These may be
accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who
shall perform the Wark involved promptly. If CONTRACTORbelfeves that a Field Order justifies an
increase in the Contract Price or an extension of the Contract Time and the parties are unable to
agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in
Article 11 or 12.
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work which
PROFESSIONAL believes to be defective and will also have authority to require special inspection
or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed
or completed. .
Shop Drawings, Change Orders and Payments:
9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples,
see paragraphs 6.23 through 6.29 inclusive.
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles
10,11 and 12.
.
9.9. In connection with PROFESSiONAL's responsibilities in respect of Applications for
Payment, etc., see Article 14.
GENERAL CONDITIONS
GC-27 of 52
Revision Date
August 2001
.
Determinations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price
Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR
PROFESSIONAL's preliminary determinations on such matters before rendering a written decision
thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written
decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten
days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other
party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a
decision.
Decisions on Disputes:
I
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 orthe 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 5 Responsibilities:
9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the
Contract Documents nor any decision made in good faith to exercise such authority shall give rise to
any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their
agents or employees.
9.14. PROFESSIONAL shall not be responsible for the construction means, methods,
techniques, sequences, or procedures or the safety precautions and programs used.
PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents.
.
. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of
CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing
any of the Work.
GENERAL CONDITIONS
GC-28 of 52
Revision Date
August 2001
It
ARTICLE 10--CHANGES IN THE WORK
10.1. Without invalidating the Contract, OWNER may at any time or from time to time order
additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a
proposal request, identifying the Work to be added, deleted or revised. Upon receipt,
CONTRACTOR shall promptly submit a written proposal for the changed work prepared in
accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the
OWNER may order the partial suspension of any Work related to the proposed deletion, in which
case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to
claim lost profits on deleted work. All changed Work shall be executed under the applicable
conditions of the Contract Documents.
10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order
will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract
Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall
remain paramount and shall prevail irrespective of any conflicting provisions contained in these
Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed, Work performed in an
emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the
Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be
signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval.
I
10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole
discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive
will be in accordance with Section 11.3:. The Work Change Directive will specify a. price; and if
applicable a time extension, determined to be reasonable by OWNER If CONTRACTOR fails to
sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles
11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed
by the Work Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by
OWNER, regardless of pending claim actions, unless otherwise agreed to in writing.
10.6. If notice of any change affecting the general scope of the Work orthe provisions of the
Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the
provisions of any Bond to be given to a surety, the giving of any such notice will be
CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted
accordingly.
.
GENERAL CONDITIONS
GC-29 of 52
Revision Date
August 2001
It
ARTICLE 11-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total compensation (subject to written authorized
adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and
obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense
without change in the Contract Price.
11.2. The Contract Price may only be changed by a Change Order or by a Written
Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written
notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly
(but in no event later than thirty days) after the occurrence of the event giving rise to the claim and
stating the general nature of the claim. Notice of the amount of the claim with supporting data shall
be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional
period of time to ascertain more accurate data in support of the claim) and shall be accompanied by
claimant's written statement that the amount claimed covers all known amounts (direct, indirect and
consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims
for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No
claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this
paragraph 11.2.
11.3. The value of any Work covered by a Change Order or of any claim for an adjustment
in the Contract. Price will be determined by the' following procedures:
I.
11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and
acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price
items are approximations prepared by OWNERfdr.bid purposes and that the actual compensation.
payable to CONTRACTOR for the utilization of such items is based upon the application of unit
prices to the actual quantities of items involved as measured in the field and required to complete
the Work as originally defined in the Contract Documents.
11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work,
as defined in these Contract Documents, is required and affects the quantities required for items
designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the
compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by
a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal
to the quantity of the unit price item required to complete the Work as defined in the Contract
Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices,
OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to
the Work is required which results in a change in Work designated in the Bid Proposal as a lump
sum item, the amount of increase or decrease in the lump sum price shall be established by mutual
agreement of the parties.
It
11.3.5. If the pricing methods specified in 11.3 are inapplicable, or ifthe parties areunable to
agree on a price for the changed work, a reasonable price for the same shall be established by
OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order,
GENERAL CONDITIONS
GC-30 of 52
Revision Date
August 2001
It
specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall
perform the Work as directed in the Change Order.
11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized
dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances
at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity
or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary
change for items identified as lump sum quantities shall be made by OWNER based upon an
analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions.
Cost of the Work:
.
11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid
by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in
writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of
the Project, shall include only the following items and shall not include any of the costs itemized in
paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the
performance of the Work under schedules of job classifications agreed upon by OWNER and
CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be
apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be
limited to, salaries and wages plus the. cost of fringe benefits which shall include social security .
contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such
employees shall include superintendents and foremen at the site;The expenses of performing Work
after regular working hours, on Saturday, Sunday or legal holidays, shall be included inthe above to ..
the extent authorized by OWNER.
11.4.2. Cost of all materials and equipment furnished and incorporated in the Work,
including costs of transportation and storage thereof, and Suppliers' field services required in
connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits
funds with CONTRACTOR with which to make payments, in which case the cash discounts shall
accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus
materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so
that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then
determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract
provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the
Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's
Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract
Documents insofar as applicable.
.
11.4.4. Costs of special consultants (including but not limited to engineers, architects,
testing laboratories, surveyors, attorneys and accountants) employed for services specifically related
to the Work.
11.4.5. Supplemental costs incluqing the bllowing:
GENERAL CONDITIONS
GC-31 of 52
Revision Date
August 2001
II
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of
CONTRACTOR's employees incurred in discharge of duties connected with the Work.
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies,
equipment, machinery, appliances, office and temporary facilities at the site and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost less market
value of such items used but not consumed v.tlich remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether
rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER
with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation,
dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental
of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary
for the Work.
.'
11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any
Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of
them may be liable, and royalty payments and fees for permits and licenses.
11.4.5.6. Losses and damages (and related expenses); not compensated by insurance or
otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the
. performance andfurnishing of the Work (except losses and damages withinthedeductible amounts
of property insurance established by OWNER in accordance with paragraph5~6) provided they have
resulted 'from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for whose acts any of them may be liable. Such
losses shall include settlements made with the written consent and approval of OWNER. No such
losses, damages and expenses shall be included in the Cost of the Work for the purpose of
determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction
and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site.
11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone
service at the site, expressage and similar petty cash items in connection Vvith the Work.
.
11.4.5.9. Cost of premiums for additional Bonds and insurance required because of
changes iri the Work and premiums of proPE1rty insurance coverage within the limits of the
deductible amounts established by OWNER in accordance with paragraph 5.6.
11.5. The term Cost of the Work shall not include any of the following:
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives,
principals (of partnership and sole proprietorships), general managers, engineers, architects,
estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors,
timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in
CONTRACTOR's principal or a branch office for general administration of the Work and not
specifically included in the agreed upon schedule of job classifications referred to in paragraph
11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative
GENERAL CONDITIONS
GC-32 of 52
Revision Date
August 2001
It. costs covered by CONTRACTOR's Fee.
11.5.2. Expenses of CONTRACTOR's principal area branch offices other than
CONTRACTOR's office at the site.
11.5.3. Any part of CONTRACTOR's capital expenses, including interest on
CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for
delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR
is required by the Contract Documents to purchase and maintain the same (except for the cost of
premiums covered by subparagraph 11.4.5.9 above).
11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly, employed by any of them or for whose acts any of them may be liable, including
but not limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied and making good any damage to property.
11.5.6. Other overhead or general expense costs of any kind and the costs of any item not
specifically and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
.
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be
determined as follows: '
11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon;
11.6.2. a fee based on the following percentages of the various portions of the Cost of the
Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall
be fifteen percent,
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five
percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable
to CONTRACTOR on accountof overhead and profit of all Subcontractors shall be fifteen percent,
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4,
11.4.5 and 11.3,
11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such
change which results in a net decrease in cost will be the amount of the actual net decrease plus a
deduction in CONTRACTOR's Fee by an amount equal to ten percent ofthe net decrease, and
11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in
CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with
paragraphs 11.6.2.1 through 11.6.2.4, inclusive.
.
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together
with supporting data in such detail and form as prescribed by the Project Manager. When a credit is
GENERAL CONDITIONS
GC-33 of 52
Revision Date
August 2001
-
due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which
results in a net decrease in cost will be the amount of the actual net decrease in direct cost as
determined by the Project Manager, plus the applicable reduction in overhead and profit. When
both additions and credits are involved in any change, the combined overhead and profit shall be
calculated on the basis of the net change, whether an increase or decrease. In any event, the
minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost
per man-hour and total labor price, labor burden, equipment hours and rate for each piece of
equipment, material by units of measure and price per unit, other costs specifically itemized, plus the
overhead and profit markup.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances
so named in the Contract Documents and shall cause the Work so covered to be done by such
Subcontractors or Suppliers and for such sums within the limit of the allowances as may be
acceptable to PROFESSIONAL CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade
discounts) of materials and equipment required by the allowances to be delivered at the site and all.
applicable taxes; and
.
11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation
costs, overhead, profit and other expenses contemplated for the.allowances have been included in
the Contract Price and not in the allowances. No demand for additional payment on accountofany
thereof will be valid.
Prior to final payment, an appropriate Change Order will be issued as recommended by
PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by
allowances, and the Contract Price shall be correspondingly adjusted.
Unit Price Work:
11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit
Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount
equal to the sum of the established unit prices for each separately identified item of Unit Price Work
times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of
items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids
and determining an initial Contract Price. Determinations of the actual quantities and classifications
of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance
with Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR
to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item.
II
11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR
differs materially and significantly from the estimated quantity of such item indicated in the
Agreement and there is no corresponding adjustment with respect to any other item of Work an-d if
CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof,
CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article
11 if the parties are unable to agree as to the amount of any such increase.
GENERAL CONDITIONS
GC-34 of 52
Revision Date
August 2001
t
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any request for an
extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and
OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim.
Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15)
calendar days after such occurrence unless the OWNER allows additional time. All claims
submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the
reasons for and causes of the delay and clearly indicate why the subject delay was beyond
CONTRACTOR's control or fault.
I
12.2. If CONTRACTOR is delayed at any time in the performance, progress,
commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL,
or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by
changes ordered in theW ork, or by labor disputes, fire, unavoidable casualties, utility conflicts which
could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any
causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by
Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be
entitled to an extension of time for such causes only for the number of days of delay which OWNER
may determine to be due solely to such causes and only to the extent such occurrences actually
delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with
all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the
Contract Documents to the contrary, no interruption, interference; inefficiency, suspension or delay
in the performance, progress, commencement or completion of the Work for any cause whatsoever;,
including those for which OWNER or PROFESSIONAL may be responsible in whole orin part, shall
relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional
compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNERfor '
interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the
right to seek an exte:nsion to the Contract Time in accordance with the procedures set forth herein.
-
GENERAL CONDITIONS
GC-35 of 52
Revision Date
August 2001
It
ARTICLE 13-WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
Warranty and Guarantee:
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment
will be new unless otherwise specified and that all work will be of good quality, performed in a
workmanlike manner, free from faults or defects, and in accordance with the requirements of the
Contract Documents and any inspections, tests, or approvals referred to in this Article. All
unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract
Documents or such inspections, tests, approvals, or all applicable building, construction and safety
requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR
by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or
accepted as provided in this Article.
Access to Work:
13.2. For the duration of the Work, PROFESSIONAL and its representatives, other
designated representatives of OWNER, and authorized representatives of anyregulatory agency
shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for
such access and observation of the Work and also for any inspection or testing by others.
-
Tests and Inspections:
13.3. .Ifthe Contract Documents, laws, ordinances, rLiles, regulations or orders of any public
authority having jurisdiction require any Work to specifically beinspetted, tested, or approved by
someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of
readiness therefore.
13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections,
tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to
CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense
including additional expenses for inspection and tests required as a result of delays by
CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests,
and approvals on anyWork prepared, performed, or assembled away from the site, CONTRACTOR
will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All
such tests will be in accordance with the methods prescribed by the American Society for Testing
and Materials or such other applicable organizations as may be required by law or the Contract
Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the
direction of PROFESSIONAL and at CONTRACTOR's expense.
13.5. All inspections, tests or approvals other than those required by Laws or Regulations of
any public body having jurisdiction shall be performed by organizations acceptable to OWNER and
CONTRACTOR (or by PROFESSIONAL if so specified).
It
13.6. If any Work (including the work of others) that is to be inspected, tested or approved is
covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL,
be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless
CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the
same and PROFESSIONAL has not acted with reasonable promptness in response to such notice.
GENERAL CONDITIONS
GC-36 of 52
Revision Date
August 2001
It
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests,
or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to
perform the Work in accordance with the requirements of the Contract Documents.
Uncovering Work:
13.8. If any Work required to be inspected, tested or approved is covered prior thereto
without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the
request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for
observation, inspection, testing or approval and replaced at CONTRACTOR's expense.
.
13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be
observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at
PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation,
inspection or testing as PROFESSIONAL may require, that portion of the Work in question,
furnishing all necessary labor, material and equipment. If it is found that such Work is defective,
CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure,
observation, inspection and testing and of satisfactory reconstruction (including but not limited to
fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and
OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are
unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article
11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed - an
increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to
such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties
are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor -
as provided in Articles 11 and 12.
OWNER May Stop the Work:
13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled
workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor,
materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents,
OWNER may order CONTRACTOR to stop the Work until the cause for such order has been
eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the
part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party.
CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or
other damages for a stop work order under this paragraph.
Correction or Removal of Defective Work:
It
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to
OWNER and as specified by PROFESSIONAL, either correct the defective Work whether
fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work.
If CONTRACTOR does not correct such defective Work or remove and replace such defective
Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may
have the deficiency corrected. All direct and indirect costs of such correction shall be paid by
CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the
expense of correcting or removing and replacing all Work of others destroyed or damaged by the
correction, removal, or replacement of the defective Work.
GENERAL CONDITIONS
GC-37 of 52
Revision Date
August 2001
I
One Year Correction Period:
13.12. If, after approval of final payment and prior to the expiration of one year after the date
of substantial completion or such longer period of time as may be prescribed by law or by the terms
of any applicable special guarantee required by the Contract Documents, any Work or materials are
found to be defective, incomplete, or otherwise not in accordance with the Contract Documents,
CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written
instructions, either correct such defective Work or if it has been rejected by OWNER, remove iUrom
the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with
the terms of such instructions, OWNER may have the defective Work corrected, removed, or
replaced. All direct, indirect and consequential costs of such removal and replacement (including
but not limited to fees and charges of engineers, architects, attorneys and other professionals) will.
be paid by CONTRACTOR.
Acceptance of Defective Work:
II
13.13. If, instead of requiring correction or removal and replacement of defective Work,
OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL)
prefers to accept it, OWNER may. do so. CONTRACTOR shall bear all direct, indirect and
consequential costs attributable to OWNER's evaluation of and determination to accept such
defective Work (such costs to be,approved by PROFESSIONAL as to reasonableness and'to
include but not be limited to fees and charges of engineers, architects, attorneys and ,other
professionals). If anysuch acceptance occurs prior to PROFESSIONAL's recommendation of final .. .
payment, a. Change Order will be issued incorporating the necessary revisions in the ContraCt
Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in
the Contract Price,and, if the parties are unable to agree as to the amount thereof, OWNERmay
make a claim therefor as provided in Article 11. If the acceptance occurs after such
recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER.
OWNER May Correct Defective Work:
-
13.14. If CONTRACTOR fails within a reasonable time after written notice of
PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as
required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to
perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply
with any other provision of the Contract Documents, OWNER may, after seven days' written notice
to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies
under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete
corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site,
take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto,
take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at
the site and incorporate in the Work all materials and equipment stored at the site or for which
OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow
OWNER, OWNER's representatives, agents and employees such access to the site as may be
necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct,
indirect and consequential costs of OWNER in exercising such rights and remedies will be charged
against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a
GENERAL CONDITIONS
GC-38 of 52
Revision Date
August 2001
.
Change Order will be issued incorporating the necessary revisions in the Contract Documents with
respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price,
and, if the parties are unable to agree as to the amount thereof, OWN ER may make a claim therefor
as provided in Article 11. Such direct, indirect and consequential costs will include, but not be limited
to, fees and charges of engineers, architects, attomeys and other professionals, all court costs and
all costs of repair and replacement of work of others destroyed or damaged by correction, removal
or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an
extension of the Contract Time because of any delay in performance of the Work attributable to the
exercise by OWNER of OWNER's rights and remedies hereunder.
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract
Documents, including any requirements of the progress schedule, PROFESSIONAL may direct
CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not
limited to, employing additional workmen and/or equipment, and working extended hours and
additional days, all at no cost to OWNER in order to put the Work back on schedule. If
CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may
terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the
Work done by others. The cost of completion under such procedure shall be charged against
CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the
Contract Documents, including an appropriate reduction in the Contract Price. Ifthe payments due
CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to
OWNER.
.
.13.,16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule,
all costs to OWNER of associated inspection, construction management and resident engineers
shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change
Order.
.
GENERAL CONDITIONS
GC-39 of 52
Revision Date
August 2001
.
ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION
Schedule of Values:
14.1. The schedule of values established as provided in 2.9 will serve as the basis for
progress payments and will be incorporated into a form of application for Payment acceptable to
Project Manager. Progress payments on account of Unit Price Work will be based on the numberof
units completed.
Application for Progress Payment:
14.2. At least twenty (20) calendar days before the date established for each progress
payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL
for review an application for Payment filled out and signed by CONTRACTOR covering the work
completed as of the date of the application and accompanied by such supporting documentation as
is required by the Contract Documents. If payment is requested on the basis of materials and
equipment not incorporated in the Work but delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale,
invoice or other documentation warranting that OWNER has received the materials and equipment
free and clear of all liens and evidence that the materials and equipment are covered by appropriate
property insurance and other arrangements to protect OWNER's interest therein, all of which will be
satisfactory to OWNER. Payment is subject to a ten percent (1 O%)retainage that will be held until .
the final payment or acceptance by OWNER. The amount of retainage with respect to progress.
. payments will be as stipulated in the Agreement.
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and
equipment covered by any Application for Payment, whether incorporated in the Project or not, will
pass to OWNER no later than the time of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application
for Payment, either indicate in writing a recommendation of payment and present the application to
OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's
reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the
necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days of
. presentation to him of the application for payment with PROFESSIONAL's recommendation of the
amount for payment, pay CONTRACTOR amount recommended. .
.
14.5. PROFESSIONAL's recommendation of any payment requested in an Application for
Payment will constitute a representation by PROFESSIONAL to OWNER, based on
PROFESSIONAL's on-site observations of the Work in progress as an experienced and qualified
design PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the
accompanying data and schedules, that the Work has progressed to the point indicated; that, to the
best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in
accordance with the Contract Documents subject to an evaluation of the Work as a functioning
whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the
GENERAL CONDITIONS
GC-40 of 52
Revision Date
August 2001
.
Contract Documents, to a final determination of quantities and classifications for Unit Price Work
under paragraph 9.10, and to any other qualifications stated in the recommendation; and that
CONTRACTOR is entitled to payment of the amount recommended. However, by recommending
any such payment, PROFESSIONAL will not thereby be deemed to have represented that
exhaustive or continuous on-site inspections have been made to check the quality or the quantity of
the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract
Documents or that there may not be other matters or issues between the parties that might entitle
CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to
CONTRACTOR.
14.6. PROFESSIONAL's recommendation of final payment will constitute an additional
representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's
being entitled to final payment as set forth in paragraph 14.13 have been fulfilled.
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if,
in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER.
PROFES~IONAL may also refuse to recommend any such payment, or, because of subsequently
discovered evidence or the results of subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to
protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction or
replacement. ' .
.
.,
14.7.2. the Contract Price has been reduced by Written Amendment or Change Order.
14.7.3. OWNER has been required to correct defective Work or complete Work in
accordance with paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events
enumerated in paragraphs 15.2.1 through 15.2.9 inclusive.
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL
because claims have been made against OWNER on account of CONTRACTOR's performance or
furnishing of the Work or Liens have been filed in connection with the Work or there are other items
entitling OWNER to a off-set against the amount recommended, but OWNER must give
CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for
such action.
Substantial Completion:
.
14.8. When CONTRACTOR considers the entire Work ready for its intended use,
CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is
substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and
request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable
time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the
Work to determine the status of completion. If PROFESSIONAL does not consider the Work
substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons
therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will
prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the
GENERAL CONDITIONS
GC-41of 52
.
.
.
Revision Date
August 2001
date of Substantial Completion. There shall be attached to the certificate a tentative list of items to
be completed or corrected before final payment. OWN ER shall have seven days after receipt of the
tentative certificate during which to make written objection to PROFESSIONAL as to any provisions
of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes
that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after
submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the
reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the
Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to
OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised
tentative list of items to be completed or corrected) reflecting such changes from the tentative
certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER.
At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL \^All
deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities
pending final payment between OWNER and CONTRACTOR with respect to security, operation,
safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR
agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the
definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be
binding on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the rightto exclude CONTRACTOR from the Work after the date
of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete
or correct items on the tentati\e list.
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work. .
which (i) has specifically been identified in the Contract Documents, or (ii) OWNER,
PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of
the Work that can be used by OWNER for its intended purpose without significant interference with
CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to
Substantial Completion of all the Work subject to the following:
14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to .
use any such part of the Work which OWNER believes to be ready for its intended use and
substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and
PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL
to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time
may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of
the Work ready for its intended use and substantially complete and request PROFESSIONAL to
issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after
either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of
that part of the Work to determine its status of completion. If PROFESSIONAL does not consider
that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and
CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part of
the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with
respect to certification of Substantial Completion of that part of the Work and the division of
responsibility in respect thereof and access thereto.
GENERAL CONDITIONS
GC-42 of 52
.
.
.
Revision Date
August 2001
14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to
take over operation of any such part of the Work although it is not substantially complete. A copy of
such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER,
CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to
determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to
be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing
to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by
OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver
such list to OWNER and CONTRACTOR together with a written recommendation as to the division
of responsibilities pending final payment between OWNER and CONTRACTOR with respect to
security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part
of the Work which will become binding upon OWNER and CONTRACTOR at the time when
OWNER takes over such operation (unless they shall have otherwise agreed in writing and so
informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part
of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items
on said list and to complete other related Work.
14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior
to compliance with the requirements of paragraph 5.15 in respect of property insurance.
14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial
Occupancy.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon
portion thereof is complete, PROFESSIONAL will make afinalinspection with OWNER and
CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection
reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such
measures as are necessary to remedy such deficiencies.
Final Application for Payment:
14.12. After CONTRACTOR has completed all such corrections to the satisfaction of
PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all
maintenance and operating instructions, schedules, guarantees, bonds, certificates or other.
evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and
other documents, CONTRACTOR may make application for final payment following the procedure
for progress payments. The final Application for Payment shall be accompanied (except as
previously delivered) by: (i) all documentation called for in the Contract Documents, including but not
limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and
(iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising
out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as
approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment
for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other
indebtedness connected with the Work for which OWNER or OWNER's property might in any way
be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to
furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral
satisfactory to OWNER to indemnify OWNER against any lien.
GENERAL CONDITIONS
GC-43 of 52
Revision Date
August 2001
.
14.12.1. No application for final payment will be accepted by OWNER until approved as-built
documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
14.12.2. Notwithstanding any other provision of these contract documents to the contrary,
OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials
provider. Subcontractor, laborer or other party to ensure that payments due and owing by
CONTRACTOR to any of them are or will be made. Such parties shall rely only on
CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to
defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL
for all claims arising from or resulting from Subcontractor or supplier or material men or laborer
services in connection with this project.
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL
for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal
to perform the work required by these contract documents.
Final Payment and Acceptance:
.
14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction
and final inspection and PROFESSIONAL's review of the final Application for Payment and
accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied
that the Work has been completed and CONTRACTOR's other obligations under the Contract
Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of
the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment
and present the Application to OWNER for payment. At the same time PROFESSIONAL will also
give written notice to OWNER and CONTRACTOR that the Work is acceptable subjecfto the
provisions of14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR,
indicating in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application. After the
presentation to OWNER of the application and accompanying documentation, in appropriate form
and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount
recommended by PROFESSIONAL will become due and will be paid by OWNER to
CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly
delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final
Application for Payment and recommendation of PROFESSIONAL and without terminating the
Agreement, make payment of the balance due for that portion of the Work fully completed and
accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected
is less than the retainage stipulated in the Contract and if bonds have been furnished as required in
Article 5, the written consent of the surety to the payment of the balance due for that portion of the
Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with
the application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a VlBiver of claims.
CONTRACTOR's Continuing Obligation:
.
14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with
the Contract Documents shall be absolute. Neither recommendation of any progress
or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial
GENERAL CONDITIONS
GC-44 of 52
Revision Date
August 2001
.
Completion, nor any payment by OWNER to CONTRACTOR under the Contract
Documents, nor any use or occupancy of the Work or any part thereof by OWNER,
nor any act of acceptance by OWNER nor any failure to do so, nor any review and
approval of a Shop Drawing or sample submission, nor the issuance of a notice of
acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of
defective Work by OWNER will constitute an acceptance of Work not in accordance
with the Contract Documents or a release of CONTRACTOR's obligation to perform
the Work in accordance with the Contract Documents (except as provided in
paragraph 14.16).
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising
from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from
failure to comply with the Contract Documents or the terms of any special guarantees specified
therein, or from CONTRACTOR's continuing obligations underthe Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those
previously made in writing and still unsettled.
.
.
GENERAL CONDITIONS
GC-45 of 52
Revision Date
August 2001
.
ARTICLE 15-SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof
for a period of not more than ninety days by notice in writing to CONTRACTOR and
PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the
Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension
if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12.
Termination For Cause:
15.2. Upon the occurrence of anyone or more of the following events:
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy
. Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any
equivalent or similar action by filing a petition or otherwise under any other federal or state law in
effect at such time relating to the bankruptcy or insolvency;
.
15.2.2. if a petition is fi.led against CONTRACTOR under any chapter of the Bankruptcy
Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such
equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at
the time relating to bankruptcy or insolvency;
15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under
applicable law or under contract, whose appointment or authority to take charge of property of
CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of
general administration of such property for the benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they
become due;
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable
materials or equipment or failure to adhere to the progress schedule established under paragraph
2.9 as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having
jurisdiction;
15.2,8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
.
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the
Contract Documents,
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written
GENERAL CONDITIONS
GC-46 of 52
.
.
.
Revision Date
August 2001
notice and to the extent permitted by Laws and Regulations, terminate the services of
CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the
same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for
trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for
which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as
OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the
direct, indirect and consequential costs of completing the Work (including but not limited to fees and
charges of Professionals, architects, attorneys and other PROFESSIONALs and court and
arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed. such unpaid
balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will .
be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but
when exercising any rights or remedies under this paragraph, OWNER shall not be required to
obtain the lowest price for the Work performed.
15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will be
the means for disposition of the balance of the contract obligations.
Termination for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL,
OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to
terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any
items ):
15.4.1. For completed and acceptable Work executed in accordance with the Contract
Documents prior to the effective date of termination, including fair and reasonable sums for
overhead and profit on such Work;
15.4.2. For expenses sustained prior to the effective date of termination in performing
services and furnishing labor, materials or equipment as required by the Contract Documents in
connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such
expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated
contracts with Subcontractors, suppliers and others; and
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other
economic loss arising out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the
termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or
which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER
will not release CONTRACTOR from liability.
GENERAL CONDITIONS
GC-47 of 52
Revision Date
August 2001
. CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the. Work is suspended for a period of
more than ninety calendar days by OWNER or under an order of court or other public authority, or
PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or
OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then
CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and
provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time,
terminate the Agreement and recover from OWNER payment on the same terms as provided in
15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if
PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is
submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay
CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days'
written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such
amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not
intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in
Contract Price or Contract Time or otherwise for expenses or damage directly attributable to
CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph
shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in
accordance with the progress schedule and without delay during disputes and disagreements with
OWNER.
.
.
GENERAL CONDITIONS
GC-48 of 52
Revision Date
August 2001
.
ARTICLE 16-D1SPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether involving law or
fact or both, or extra work,and all claims for alleged breach of contract shall within ten (10) working
days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision.
All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the
amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the
claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with
the Work as directed. Any claim not presented within the time limit specified in this paragraph shall
be deemed to have been waived, except that if the claim is of a continuing character and notice of
the claim is not given within ten (10) working days of its commencement, the claim will be
considered only for a period commencing ten (10) working days prior to the receipt by OWNER of
notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by
registered .or certified mail, return receipt requested, directed to his last known address.
16.2 All claims, disputes and other matters in question between OWNER and
CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be
decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by
execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond
County, Georgia, and waives any right to contest same.
.
.
GENERAL CONDITIONS
GC-49 of 52
Revision Date
August 2001
.
ARTICLE 17 -MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Documents requires the giving of written
notice, it will be deemed to have been validly given if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
by registered or certified mail, postage prepaid, to the last business address known to the giver of
the notice.
Computation of Time:
17.2.1. When any period of time is referred to in the Contract Documents by days, it will be
computed to exclude the first and include the last day of such period. If the last day of any such
period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computation.
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight
shall constitute a day.
General:
.
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property
because of any error, omission or act of the other party or of any of the other party's employees or
agents or others for whose acts the other party is legally liable, claim should be made in writing to
the other party within a reasonable time of the first observance of such injury or damage: The
provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the
provisions of any applicable statute of limitations or repose.
17.4. The duties and obligations imposed by these General Conditions and the rights and
remedies available hereunder to the parties hereto, and, in particular but without limitation, the
warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1,
13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and
PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a
limitation of, any rights and remedies available to any or all of them which are otherwise imposed or
available by Laws or Regulations, by special warranty or guarantee or by other provisions of the
Contract Documents, and the provisions of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with each particular duty, obligation, right and
remedy to which they apply. All representations, warranties and guarantees made in the Contract
Documents will survive final payment and termination or completion of the Agreement.
.
17.5. CONTRACTOR shall keep adequate records and supporting documentation
applicable to this Work and Contract. Said records and documentation shall be retained by
CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of
this Contract. OWNER shall have the right to audit, inspect, and copy all such records and
documentation as often as OWNER deems necessary during the period of the Contract and for a
period of five (5) years thereafter provided, however, such activity shall be conducted only during
normal business hours. OWNER, during this period of time, shall also have the right to obtain a
copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the
aforesaid records and supporting documentation.
GENERAL CONDITIONS
GC-50 of 52
Revision Date
August 2001
.
17.6. The Contract Documents are intended by the Parties to, and do, supersede any and
all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the e\ent any
provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this
provision of the Contract Documents shall control.
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no
interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents
and CONTRACTOR specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provision of these general conditions, there shall be no
substitutions of materials that are not determined to be equivalent to those indicated or required in
the contract documents without an amendment to the contract.
Sanitary Sewer Overflow Prevention:
17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction:
17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater
to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited.
.
17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to begihning
work. This plan will include a list of key personnel with 24-hour contact information who will respond
during an emergency situation. The ERP will include estimates of mobilization time for a response
crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the
RESIDENT PROJECT REPRESENTATIVE prior to implementation.' . .
17.9.3 In the event bypass pumping is required to facilitate new sewer construction,
bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department
for review prior to establishment of the bypass. All bypass systems will include complete
redundancy in pumping systems, if failure of the primary pumping system could result in a discharge
of untreated wastewater to waters of the State.
17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump
operation and maintenance if the failure of the bypass pump could result in the discharge of
untreated wastewater to waters of the State.
17.9.5 In the event of a discharge of 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.
GENERAL CONDITIONS
GC-51 of 52
.
.
.
Revision Date
August 2001
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER,
the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the
Utilities Department will undertake necessary actions to abate an overflow situation. The cost of
these actions will be the responsibility of the CONTRACTOR.
17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be
conducted by the Utilities Department to assess potential mitigation measures that may be required
of the CONTRACTOR.
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100
Augusta, GA 30901.
The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as
onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM
MANAGER's personnel in any way responsible for those duties that belong to OWNER and lor the
CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction methods,
means, techniques, sequences, and procedures necessary for coordinating and completing all
portions of the construction work in accordance with the construction Contract Documents and any
health and safety precautions required by such construction work.
PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any
control over any construction contractor or other entity or their employees in connection with their
work or any health or safety precautions 'and have no duty of inspecting, noting,observing,
correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity'or
any other persons at the site except PROGRAM MANAGER's own personnel.
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of
providing to OWNER a greater degree of confidence that the completed construction work will
conform generally to the construction documents and that the integrity of the design concept as
reflected in the construction documents has been implemented and preserved by the construction
contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction
contractor(s) nor assumes responsibility for construction contractor's failure to perform work in
accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials
incorporated into the construction work, and construction contractors include manufacturers of
materials incorporated into the construction work
GENERAL CONDITIONS
GC-52 of 52
SUPPLEMENTARY GENERAL CONDITIONS
5/20/2008
SGC-l
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS SECTION SGC
SUPPLEMENTARY GENERAL CONDITIONS
.
CONTRACTOR'S Liability Insurance
Insurance shall be written with limits of liability shown below or as required by law, whichever is
greater:
· Commercial General Liability (per occurrence) Each Occurrence ........................ $ 1,000,000
· General Aggregate. ...............,..... ........... ....... ......... ................... ....... ......... ............... $ 2,000,000
· Products.................................................................................................................... $ 2,000,000
· Personal & Adv Injury ............................................................................................... $ 1,000,000
· Fire Damage............................................................................................................. $ 500,000
· Automobile Liability (any auto) Combined Single Limit...................................... $1 ,000,000
· Excess Liability (Umbrella) Each Occurrence ....................~............................... $5,000,000
· Workers Compensation.................... ................. ..... ...................... .... ..... ............. Statutory Limits
· Employer Liability....................................................................................:................. $ 1 ,000,000
DRAWING LIST
.
DOT1 ............................ Overall Water Plan
DOT2 ............................ Overall Water Plan
D1 thru D4 .................... Augusta Ut,ilities DepartlTlEmt Standard Details
.
NOTICE OF AWARD
11/6/2008
NA-I
.
NOTICE OF AWARD
DATE:
CONTRACTOR: QUALITY STORM WATER SOLUTIONS, LLC
ADDRESS: 437 Cambridge Circle
Martinez
City
Augusta Utilities Department
PROJECT: Nixon Road Water Improvements
GA
State
30907
Zip Code
PROJECT NO: 808000015-5425110
At a meeting of the Augusta-Richmond County Commission
. you were awarded the Contract for the following Project:
held on (Date)
Augusta Utilities Department Project # 808000015-5425110
Nixon Road Water Improvement
Enclosed please find 5
copies of the Contract Documents for your execution. Please complete the
pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and retum to this office within
10 days from the date of this letter, excluding Legal Holidays.
.
The Certificate of Insurance must be complete.
Power of Attorney must be submitted in triplicate; an original and two copies is permissible.
Very truly yours,
Augusta Utilities Department
Project Engineer
Reclept of this NOTICE OF AWARD Is hereby acknowledged this.
day of
2008
Contractor By
Please sign and return one copy of this Notice of Award Acknowledgement to:
Augusta Utilities Department
Attn: Engineering Division
360 Bay Street, Suite 180
Augusta, GA 30901
Title
.
.
NOTICE TO PROCEED
DATE:
TO: QUALITY STORM WATER SOLUTIONS, LLC
Attn: Theron Sapp, President
437 Cambridge Circle
Martinez, GA 30907
Augusta Utilities Department
PROJECT: Nixon Road Water Improvements
PROJECT NO:
You are hereby notified to commence WORK in accordance with the Agreement dated
on or before
, and you are to complete the WORK within
consecutive calendar days thereafter. The' date of completion of all WORK is therefore
.
Very truly yours,
Augusta Program Management Team
Project En~ineer
Receipt of this NOTICE TO PROCEED is hereby acknowledged
This, the
day of
, 2008
Contractor: Quality Storm Water Solutions, LLC
By:
Title:
Please sign and return one copy of this Notice to Proceed Acknowledgement to:
Augusta Utilities Department
Attn: Engineering Division
360 Bay Street, Suite 180
.
Augusta, GA 30901
NOTICE TO PROCEED
11/6/5/20/2008
808000015-5425110
NP-I
, CONSTRUCTION CHANGE ORDER
11/6/2008
CCO-I
.
AUGUSTA UTILITIES DEPARTMENT PROJ # 8080000-5425110
NIXON ROAD WATER MPROVEMENTS
CCO
CONSTRUCTION CHANGE ORDER
I CONUMBER
BID ITEM
DATE
PROJECT TITLE Augusta Utilities Department Nixon Road Water Improvements
ORIGINAL CONTRACT DATE PROJECT NUMBER 808000015-5425110
OWNER Augusta-Richmond County Commission PO NUMBER P143800
The following change is hereby made to the contract for the above project:
Description of Change (for a more detailed description see attached proposal):
PAYEE
TOTAL AMOUNT OF THIS CHANGE ORDER
$
The contract time will be INCREASED by Q calendar days as a result of this change.
.
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDER (INCREASE) $
THIS CHANGE ORDER (INCREASE) $
TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $
FUNDING NUlVIBERI ACCOUNT NUMBER
PROPOSED BY: DATE:
CONTRACTOR
REQUESTED BY: DATE:
ENGINEER
SUBMITTED BY: DATE:
DEPARTMENT HEAD
FINANCE ENDORSEMENT: DATE:
COMPTROLLER
RECOMMENDED BY: DATE:
ADMINISTRATOR
APPROVED BY: DATE:
MAYOR
.
.
WAIVER OF LIEN
5/20/2008
WL-l
.
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION wL
WAIVER OF LIEN
Contractor (QUALITY STORM WATER SOLUTIONS, LLC) hereby indemnifies and agrees to
save Owner (City of AUGUSTA, GEORGIA) harmless from all liens, or claims or rights to enforce
liens, against the property of Owner or the improvements to be erected thereon arising out of any
work to be performed or labor or materials to be furnished under this Agreement for the project
described as:
AUGUSTA UTILITIES DEPARTMENT PROJECT # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
Neither final payment by Owner nor acceptance of the improvements erected hereunder shall
constitute a waiver of this indemnity, and if any such lien or claim for lien shall at any time be filed,
.
Contractor shall refund to Owner all moneys Owner may be compelled to pay in discharging such
lien including all costs and reasonable attorneys fees.
CONTRACTOR
DATE
NOTARY PUBLIC
DATE
.
e
e
APPLICATION FOR PAYMENT NO._
To: CITY OF AUGUSTA, GEORGIA
(OWNER)
From: (CONTRACTOR)
Contract:
Project: Aut!:usta Utilities Department - Nixon Road Water Improvements
OWNER's Contract No. 808000015-5425110 ENGINEER's Project No.
For Work accomplished through the date of:
1.
2.
3.
4.
5.
Original Contract Price:
Net change by Change Orders and Written Amendments (+ or -):
Current Contract Price (1 plus 2):
Total completed and stored to date:
Retainage (per Agreement):
R % of completed Work: $
_ % of stored material: $
Total Retainage:
Total completed and stored to date less retainage (4 minus 5):
Less previous Application for Payments:
DUE THIS APPLICATION (6 MINUS 7):
$
$
$
$
$
$
$
$
6.
7.
8.
Accompanying Documentation:
CONTRACTOR'S Certification:
The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on
account of Work done under the Contract referred to above have been applied on account to discharge
CONTRACTOR's legitimate obligations incurred in connection with Work covered by prior Applications for
Payment numbered I through _ inclusive; (2) title of all Work, materials and equipment incorporated in said
Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free
and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to
OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered
by this Application for Payment is in accordance with the Contract Documents and not defective.
Dated
CONTRACTOR
By:
State of
County of
Subscribed and sworn to before me this
day of
Notary Public
My Conunission expires:
Payment of the above AMOUNT DUE THIS APPLICATION is reconnnended.
Dated
ENGINEER
By:
APPLICATION FOR PAYMENT
5/20/2008
AP-1
00
~~~ N
I
~
S@O --<
O~~
~~i ~ ~
~o
Q) ~~
..... ~o
CIl <~
0 ;;sU'J
~ ~
0 ~
Z
s:: ~
0
'.):l
CIl
.~ 0
0.. ~
< ~ ~
~O
~~
"""'"~
~~
~~
C/O
U
~U'JE--
SB~
0<0
~>~
U~ 0
U'JO u
~ ~ 'c
~
....
o~ u
oj
..::
~E-- s::
E--"""'" 0
<E-- u
....
~~ 5
t::
E--O ~
u
f2C/ 0
"s
~~
~~ ~
~
0
s ffi
--<
'"
0 ::;E
~
<ii ~
>
'-+-< ~
~ 0 ~
;;s 0
"3 0
~ ~ "0 ~
0 6
E-- 0 ..J::
"""'" U
~. CJ:l ......
<ii ~
....
0 uoo
E-< ......0
d.i ....l~
~--
(5 ~~
z
- N C") ~ V") \0 r-- 00 0\ 0 - N C") ~ V") \0 r-- 00 0\0 - N C") ~ V") ~~ 00 0\ 0
- - - - - - - - - - N N N N N N NN N N C")
CERTIFICATE OF SUBSTANTIAL COMPLETION
11/6/2008
CSC-l
.
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS SECTION CSC
CERTIFICA TEOF SUBSTANTIAL COMPLETION
DATE OF ISSUANCE
OWNER: CITY OF AUGUSTA, GEORGIA
CONTRACTOR QUALITY STORM WATER SOLUTIONS, LLC
Contract:
Project: AUl!usta Utilities Department - Nixon Road Water Improvements
OWNER's Contract No. 808000015-5425110
ENGINEER's Project No. OS-07013
This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following
specified parts thereof:
.
To CITY OF AUGUSTA,GEORGIA
OWNER
And To QUALITY STORM WATER SOLUTIONS, LLC
CONTRACTOR
The Work to which this Certificate applies has been inspected by authorized representatives of OWNER,
CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with
the Contract Documents on
DATE OF SUBSTANTIAL COMPLETION
A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the
failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in
accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by
CONTRACTOR within days ofthe above date of Substantial Completion.
.
Date
.
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance,
heat, utilities, insurance and warranties and guarantees shall be as follows:
OWNER:
CONTRACTOR:
The following documents are attached to and made a part of this Certificate:
[For items to be attached see definition of Substantial Completion as supplemented and other specifically noted
conditions precedent to achieving Substantial Completion as required by Contract Documents.]
.
This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents
nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract
Documents.
Executed by ENGINEER on
Date
ENGINEER
By:
(Authorized Signature)
CONTRACTOR accepts this Certificate of Substantial Completion on
QUALITY STORM WATER SOLUTIONS, LLC
CONTRACTOR
By:
(Authorized Signature)
OWNER accepts this Certificate of Substantial Completion on
Date
CITY OF AUGUSTA, GEORGIA
OWNER
By:
MAYOR
.
.
e
e
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-l
CLEARING AND GRUBBING
.
PART I-SCOPE
1.1 Clearing and grubbing shall consist of the removal and disposal of all trees, brush,
stumps, logs, grass, weeds, roots, decayed vegetable matter, posts, fences, stubs,
rubbish and all other objectionable matter resting on or protruding through the original
ground surface and occurring within the construction limits or rights-of-way of any
excavation, borrow area, or embankment.
PART 2 - CONSTRUCTION METHODS
2.1
e
CLEARING: Clearing shall consist of the felling and cutting up, or the trimming of
trees, and the satisfactory disposal of the trees and other vegetation together with the
down timber, snags, brush and rubbish occurring within the areas to be cleared. Trees
and other vegetation, except such individual trees, groups of trees, and vegetation, as
may be indicated on the drawings to be left standing, and all stumps, roots and brush in
the areas to be cleared shall be cut off one foot above the original ground surface.
Individual trees and groups of trees designated to be left standing within cleared areas
shall be trimmed of all branches to such heights and in such manner as may be
necessary to prevent interference with the construction operations. All limbs and
branches required to be trimmed shall be neatly cut close to the whole of the tree or to
main branches, and the cuts thus made shall be painted with an approved tree wound
paint. Individual trees, groups of trees, and other vegetation, to be left standing, shall
be thoroughly protected by barriers or by such other means as the circumstances
require. Clearing operations shall be conducted so as to prevent damage by falling
trees to trees left standing, to existing structures and installations, and to those under
construction, and so as to provide for the safety of employees and others.
2.2 GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots
and matted roots from the site as indicated on the drawings. In foundation areas,
stumps, roots, logs or other timber, matted roots, and other debris not suitable for
foundation purposes shall be excavated to a depth of not less than 18 inches below any
sub grade, shoulder or slope. All depressions excavated below the original ground
surface for or by the removal of stumps and roots, shall be refilled with suitable
material and compacted to make the surface conform to the surrounding ground
surface.
e
CLEARING AND GRUBBING
5/20/2008
TS 1-1
CLEARING AND GRUBBING
5/20/2008
TS 1-2
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
PART 3 - DISPOSAL OF CLEARED AND GRUBBED MATERIAL
3.1 Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to
clearing and grubbing shall become the property of the Contractor and may be sold by
him, provided such disposal is otherwise in accordance with these specifications. All
matter removed shall be hauled away and deposited at locations approved by the
Owner, or may be disposed of as stated above. Burning shall be by special permit only
and will be subject to all requirements of Local, State and Federal Governments
pertaining to the burning. No burning will be allowed on the site unless all fires are
kept under constant attendance by persons having equipment necessary to prevent the
spreading of fire. Such equipment shall include, at the minimum, a bulldozer or front
end loader, and an approved pump and hose connected to an acceptable source of
water. Disposal by burning shall be kept under constant attendance until all fires have
burned out or have been extinguished.
END OF SECTION
.
,.,'
.
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-2
EXCA V ATIONAND BACKFILLING
.
PART I - SCOPE
1.1 This section covers all excavation, trenching and backfilling for pIpe lines and
structures, complete.
PART 2 - EXISTING IMPROVEMENTS
2.1
.
The Contractor shall maintain in operating condition and protect from damage all
existing improvements including utilities, roads, streets, sidewalks, drives, power and
telephone lines, gas lines, water lines, sewers, gutters and other drains encountered, and
repair to the satisfaction of the Engineer any aerial, surface or subsurface improvements
damaged during the course of the work. Where and if shown on the plans, the locations
and existence or nonexistence of underground utilities are not guaranteed. The
Contractor shall contact the various utility companies to determine and/or verify such
information prior to proceeding with the work. He shall make reasonable and
satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at
street crossings and if necessary to provide temporary walkways and bridges for
crossing of the open trench as directed. Work shall not commence within Augusta
right-of -way until a Right-of-Way Encroachment Permit is obtained from the Augusta
Engineering Department.
PART 3 - EXCAVATION
3.1 All excavation of every description and of whatever substances encountered shall be
performed to the depths indicated on the drawings or as specified herein. Excavation
shall be made by the open cut method except as -otherWise specified or shown on the
drawings. Excavation methods shall generally meet or exceed Occupational Safety and
Health Administration (OSHA) construction industry standards.
3.2
.
All excavated materials not required for fill or backfill shall be removed and wasted as
directed. The banks of shallow trenches shall be kept as nearly vertical as practicable
and where required shall be properly sheeted and braced. Except where otherwise
indicated, trench bottoms shall be not less than 12 inches wider nor more than 16 inches
wider than the outside diameter of the pipe to be laid therein, and shall be excavated
true to line, so that a clear space of not less than 6 inches in width is provided on each
side of the pipe. The bottom of trenches shall be accurately graded to provide uniform
bearing and support for each section of the pipe on undisturbed soil at every point along
its entire length, except for portions of the pipe sections where it is necessary to
excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug
after the trench bottom has been graded. Bell holes shall be excavated only to an extent
sufficient to permit accurate work in the making of the joints and to insure that the pipe,
EXCAVATION AND BACKFILLING
5/20/2008
TS 2-1
EXCAVATION AND BACKFILLING
5/20/2008
TS 2-2
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
for a maximum of its length will rest upon the prepared bottom of the trench.
Depressions for joints other than mechanical shall be made in accordance with the
recommendations of the joint manufacturers for the particular joint used. Excavation
for structures and other accessories shall be sufficient to leave at least 12 inches in the
clear between their outer surfaces and the embankment or timber which may be used to
hold the bank and protect them. Where damage is liable to result from withdrawing
sheeting, the sheeting will be ordered to be left in place. Except at locations where
excavation of rock from the bottoms of trenches is required, care shall be taken not to
excavate below the depths indicated. Where rock excavation is required, the rock shall
be excavated to a minimum over-depth of 4 inches below the normal required trench
depth. The over-depth rock excavation and all excess trench excavation shall be
backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials
which are so hard or cemented that the excavation of such material requires blasting.
The excavation shall proceed in a conventional manner with satisfactory effort made to
remove hard materials.before the Engineer makes a determination of need for blasting.
Pre-drilling and blasting will be allowed, if the Contractor can provide evidence for the
Engineer's review that boring logs can and will show that the material can or cannot be
excavated. Evidence will be provided for the Engineer's review and approval before
pre-drilling and blasting is undertaken. The excavation and removal of isolated
boulders or rock fragments larger than one cubic yard in volume encountered in
materials of common excavation shall be classified as rock excavation. Whenever wet
or othern:ise unstable soil that is incapable of, properly supporting the pipe, as
determined by the Engineer or indicated on the drawings, is encountered in the trench
bottom, such soil shall be removed to a depth required for the lengths designated by the
Engineer, and the trench backfilled to trench bottom grade, as herein specified, with
coarse sand, fine gravel, or other suitable material. Backfill with earth under structures
will not be permitted and any unauthorized excess excavation below the levels
indicated for the foundation of such structures shall be filled with sand, gravel, or
concrete, as directed.
.
A. Grading and Stacking: All grading in the vicinity of trench excavation shall be
controlled 'to prevent surface ground water from flowing into the trenches. Any
water accumulated in the trenches shall be removed by pumping or by other
approved methods. During excavation, material suitable for backfilling shall be
stored in an orderly manner a minimum distance of one and one-half times the
depth of the excavation back from the edges of trenches to avoid overloading and
prevent slides or cave-ins. Material unsuitable for backfilling, as determined by
the Engineer, shall be removed from the job site and disposed of by the
Contractor in a manner as approved by the Engineer.
.
B. Shoring and Sheeting: All shoring, sheeting, and bracing required to perform and
protect the excavation and to safeguard employees and the public shall be
performed. The failure of the Engineer to direct the placing of such protection
shall not relieve the Contractor of his responsibility for damage resulting from its
omISSIOn.
Whenever sheeting is driven to a depth below the elevation of the top of the pipe,
that portion of the sheeting below the elevation of the top of the pipe shall not be
disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot
below finished grade. No sheeting shall be removed until the excavation is
substantially backfilled as hereinafter specified.
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.
C.
Water Removal: Where water is encountered, it shall be prevented" from
accumulating in excavated areas by pumping, well-pointing and pumping, or by
other means approved by the Engineer as to capacity and effectiveness. Water
removed from excavations shall be discharged at points where it will not cause
injury to public or private property, or the work completed or in progress. All
efforts. to prevent sedimentation shall be made. Under no circumstances shall
trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water
shall not be allowed to rise in open excavations after pipe or structures have been
placed.
D.
Blasting: Explosives are to used only within legal limitations. Before explosives
are used, all necessary permits for this work shall be secured and all precautions
taken in the blasting operations to prevent damage to private or public property or
to persons. The Contractor shall assume full liability for any damage that may
occur during the use of explosives. No blast shall be set off within 50 feet of pipe
already laid in the trench.
E. Tree Protection: Care shall be exercised to 'protect the roots of trees to be left :
standing. Within the branch spread of the tree, trench shall be opened only when
the work can be installed immediately. Injured roots shall be pruned cleanly and
backfill placed as soon as possible.
PART 4 - BACKFILLING
4.1 Trenches and other excavations shall not be backfilled until all required tests are
performed and the work has been approved by the Engineer. The trenches shall be
carefully backfilled with the excavated materials approved for backfilling consisting of
earth,' loam, sandy clay, sand and gravel, soft shale, or other approved materials. No
material shall be used for backfilling that contains mulch, other unstable materials,
stones, blasted rock, broken concrete or pavement, or other hard materials having any
dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth
with an exceptionally high void content. Backfilling within Augusta right-of-way shall
conform to Georgia Department of Transportation and City of Augusta specifications.
4.2
.
For backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above the
top of gravity pipelines, only selected materials shall be used.. Select materials shall be
finely divided material free from debris, organic material and stone, and may be
suitable job excavated material or shall be provided by the Contractor from other
sources: The backfill shall be placed in uniform layers not exceeding 8 inches in depth.
EXCAVATION AND BACKFILLING
5/20/2008
TS 2-3
Each layer shall be moistened and carefully and uniformly tamped with mechanical
tampers or other suitable tools. Each layer shall be placed and tamped under the pipe
haunches with care and thoroughness so as to eliminate the possibility of voids or
lateral displacement.
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
4.3
4.4
.
The remainder of the backfill material shall then be placed and compacted above the
level specified above. In areas not subject to traffic, the backfill shall be placed in 12'
inch layers and each layer moistened and compacted to a density approximating that of
the' surrounding earth. Under roadways, driveways, paved areas, parking lots, along
roadway shoulders and other areas subject to traffic, the backfill shall be placed in 8
inch layers and each layer moistened and compacted to density at least equal to that of
the surrounding earth so that traffic can be resumed immediately after backfilling is
completed. Any trenches which are improperly backfilled, or where settlement occurs,
shall be reopened to the depth required for proper compaction, then refilled and
compacted' with the surface restored to the required grade compaction. Along all
portions of the trenches not located in roadways, the ground shall be graded to a
reasonable uniformity and the mounding over the trenches left in a neat condition
satisfactory to the Engineer.
Sheeting not specified to be left in place shall be removed as the backfilling progresses.
Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left
by the removal of sheeting and shoring shall be carefully filled and compacted. Where,
in the opinion of the Engineer, damage is liable to result from withdrawing sheeting,
the sheeting will be ordered to be left.in place.
PART 5 - BORING AND JACKING
5.1 Where required by the drawings, the pipeline will be installed in a steel casing, placed
by boring and jacking. Where boring is required under highways, the materials and
workmanship will be in accordance with the standards of the Georgia Department of
Transportation or local authority. Boring and jacking UJider railroads will be governed
by the latest A.R.E.A. standards and those of the railroad involved. The steel casing
shall be in accordance with ASTM A252 to the thicknesses shown on the drawings.
PART 6 - PAVEMENT REMOVAL AND REPLACEMENT
6.1 Where necessary existing pavements shall be removed and replaced, the applicable
specifications of the Georgia Department of Transportation or local authority shall
govern this work. Joints shall be sawed, unless joints equally uniform in the opinion of
the Engineer result from other means. Refer to Augusta-Richmond County Right-of-
Way Encroachment Guidelines for pavement removal and replacement.
END OF SECTION
.
EXCAVATION AND BACKFILLING
5/20/2008
TS 2-4
GRADED AGGREGATE BASE COURSE
5/20/2008
TS 3-1
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-3
GRADED AGGREGATE BASE COURSE
.
PART I - SCOPE
This section covers a graded aggregate base course to receive bituminous paving under another
section, complete.
PART 2 - GENERAL SPECIFICATIONS
The graded aggregate base course shall conform to all applicable specifications of Section 300 of
the Standard Specifications for Roads and Bridges of the Georgia State Department of
Transportation, Latest Edition.
PART 3 - PREPARATION OF SUBGRADE
The sub grade to receive the graded aggregate base course shall be constructed in accordance
with requirements of Section 209 of the Standard Specifications for Roads and Bridges of the
Georgia State Department of Transportation. .'
.
PART 4 - MATERIALS & CONSTRUCTION FOR BASE COURSE
Materials and construction for the graded aggregate base course shall be in accordance with
Section 310 of the Standard Specifications for Roads and Bridges of the Georgia State
Department of Transportation.
END OF SECTION
.
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
PART 1 -SCOPE
SECTION TS-4
GRADED AGGREGATE SURFACE COURSE
This section covers a graded aggregate surface course to a driveway or parking area, complete.
PART 2- GENERAL SPECIFICATIONS
The graded aggregate surface course shall conform to all applicable specifications of Section
318 of the Standard Specifications for Roads and Bridges of the Georgia State Department of
Transportation, Latest Edition.
PART 3 - PREPARATION OF SUBGRADE
The sub grade to receive the graded aggregate surface course shall be constructed in accordance
with requirements of Section 209 of the Standard Specifications for Roads and Bridges of the
Georgia State Department of Transportation.
PART 4 - MATERIALS & CONSTRUCTION FOR SURFACE COURSE
, ,
Materials and construction for the graded aggregate surface course shall be in accordance with
Section 310 of the Standard Specifications for Roads and Bridges of the Georgia State
Department of Transportation.
.
END OF SECTION
.
GRADED AGGREGATE SURF ACE COURSE
5/20/2008
TS 4-1
BITUMINOUS PAVING
5/20/2008
TS 5-1
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-5
BITUMINOUS PAVING
.
PART 1- SCOPE
1.1 This section covers the replacement of pavement for linear water and/or sewer line
cuts in roads including asphalt overlay of existing roadways.
PART 2 - GENERAL
1.2 After installation of the water lines and compaction requirements are met, 10.5" of
graded aggregate base shall be installed and compacted in accordance with Section TS-
4. The top 2.5" of the graded aggregate base material shall be removed and replaced
with Type "B" asphalt binder upon installation of the asphalt cap. A 1-1/2" overlay of
Type "F" asphalt will be applied for a 50' width along transverse cuts ahd for the width
of street in longitudinal cuts.
2.2 Asphalt driveway patches will be 2 inches thick on compacted subgrade. This also
applies to cuts through asphalt valley gutters.
PART 3 - SEASONAL LIMITATIONS
.
3.1
No bituminous mixtures shall be applied fdrsurface treatment between October 21 st
and April 10th except as directed by the Engineer. '.'
PART 4 - WEATHER LIMITATIONS
4.1 Bituminous mixtures shall not be produced or placed during rainy weather, when the
sub grade or base course is frozen or shows any evidence of excess moisture nor when
the moisture on the surface to be paved would prevent proper bond nor when the air
.temperature is less than 45 degrees F. in the shade away from artificial heat.
PART 5 - APPLICABLE SPECIFICATIONS
5.1 All work and materials required under this section of the specifications shall conform
to the applicable sections of the Standard Specifications of the Augusta Utilities
Department, Augusta Engineering Department and/or Georgia Department of
Transportation (GDOT)~
.
BITUMINOUS PAVING
5/20/2008
TS 5-2
AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134
MEADOWBROOK AREA UTILITY IMPROVEMENTS
.
PART6-SUBGRADE
6.1 The sub grade shall be prepared as specified under the sections of the above
specifications covering sub grade preparation.
PART 7 - SURFACE COURSE
7 .1. ASPHALT CONCRETE: The asphalt concrete mixture shall conform to the Georgia
Department of Transportation, Standard Specifications for Highway Construction, for
Type B asphalt binder for pavement patches and Type F asphalt concrete for pavement
overlays. The job mix shall be approved by the engineer and no material shall be used
until approved.
7.2
TRANSPORTATION AND DELIVERY: The mixture shall be transported from the
mixing plant to the point of use in approved vehicles. Loads shall not be of such size or
weight as to interfere with the efficient operation of the spreader. Loads shall not be
sent out so late in the day as to prevent the completion of spreading and compaction of
the mixture during daylight, unless artificial light is provided. The mixture shall be
delivered at a temperature between 225 degrees F. and 325 degr~es F. and within 20
degrees F.oftemperature set at the mixing plant.
.
7.3
SPREADING: Upon arrival at the point of dUmping, the mixture shall be dumped into
the hopper and spread by mechanical pavers, true to line, grade and cross section
specified and to the loose depth that will secure the required compacted thickness of 1-
1/2 inches. The hot mixture shall be free from lumps and shall be spread while it is in a
workable condition.
After the mixture has been screeded and before roller compaction is started, the surface
shall be checked, all fat spots and irregular areas removed and replaced with
satisfactory material. All irregularities in alignment and grade along the outside edge
shall also be corrected by the addition or removal of mixture before the edge is rolled.
7.4 COMPACTION: While the mixture is hot, it shall be compacted thoroughly and
uniformly by rolling. The surface of the compacted mixture shall be smooth, and true
to' crown and grade. Any mixture that becomes loose or broken, mixed with dirt, or is
in any way defective, shall be removed and replaced with fresh hot mixture which
shall be immediately compacted to conform to the surrounding area. Any area showing.
an excess of bituminous materials shall be removed and replaced, and the edges shall
be kept to a reasonable straight line and trimmed.
.
The density after compaction shall be at least 98 percent of the laboratory-determined
density.
BITUMINOUS PAVING
5/20/2008
TS 5-3
AUGUSTA UTILITIES DEPARTMENT - BOND PROJECT # 50134
MEADOWBROOK AREA UTILITY IMPROVEMENTS
.
7.5 PROTECTION OF PAVEMENT: The newly finished pavement shall be protected
from vehicular traffic of any kind until the pavement has cooled and hardened and in
no case less than 6 hours.
7.6 TOLERANCE: The finished surface shall not vary more than '/8 inch in 10 feet from
the true profile and cross section.
PART 8 - TESTS
8.1 The above work will be subject to thickness and compaction tests as deemed necessary
by the Engineer. Such tests will be at the expense ofthe Contractor.
END OF SECTION
.
.
AUGUSTA UTILITIES DEPARTMENT PROJ# 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-6
CONCRETE CONSTRUCTION
.
PART 1 - SCOPE
1.1 This section covers concrete construction, complete, including reinforcement thereof. .
PART 2 - FORMS
2.1 Forms shall be of wood, metal, structural hardboard or other suitable material that will
produce the required surface finish. Forms placed for successive pours for continuous
surfaces shall be fitted to accurate alignment to assure a smooth completed surface free
from irregularities, and shall be sufficiently tight to prevent the loss of mortar. No
forms shall be left permanently in place without approval of the Engineer. Holes
resulting from removal of form ties shall be filled solid within 12 hours after removal
of forms with cement mortar.
PART 3 - REINFORCING AND EMBEDDED METALS
3.1
.
Bar reinforcement shall be intermediate grade new billet steel conforming to the
requirements of the ASTM Designation A15. All bars 3/8 inch and larger shall be
deformed bars conforming to ASTM Designation A305. Detailing, fabrication and
tagging of reinforcement shall be done in accordance with ACI "Manual of Standard
Practice for Detailing Reinforced Concrete Structures" (ACI 315), except that where
longer laps are indicated on the design drawings, the drawings shall govern. Wire fabric
reinforcement shall consist of steel wire conforming to the requirements of ASTM
Designation A185. Anchor bolts and structural shapes shall conform to ASTM
Designation A36. Exposed surfaces of embedded steel shall be given one shop coat of
Red Lead Iron Oxide conforming for Federal Specification TT -P-86c, Type II, unless
otherwise noted on the drawings. Anchor bolts and miscellaneous steel items to be
embedded in concrete shall be accurately placed in accordance with the drawings, and
adequately secured in position to prevent dislodgement during concrete placing
operations. Anchor bolts shall be protected after concrete has been placed and set by
daubing with grease, wrapping with burlap, and covering bolts with wooden boxes.
PART 4 - CONCRETE
4.1 All concrete shall be equivalent to ready mix concrete manufactured and delivered in
accordance with the requirements of ASTM Designation C94 and having a compressive
strength at 28 days of 3,000 psi, except as noted herein. The concrete manufacturer
shall assume the responsibility of the design of the concrete mix in accordance with
Alternate No.2 of ASTM C94. Air entrained concrete shall be used for all concrete.
4.2
.
MATERIALS
A. Cement: Cement shall be Type I or IA "Portland" cement, all one manufacturer,
conforming to ASTM, C150 or ASTM C175, respectively.
CONCRETE CONSTRUCTION
5/20/2008
TS 6-1
CONCRETE CONSTRUCTION
5/20/2008
TS 6-2
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
B.
Aggregates: Aggregates shall conform to ASTM C33. Coarse aggregate shall be
crushed rock or gravel and graded from * inch to number 4 sieve for mass or
foundation concrete. Fine aggregate shall be natural sand.
C. Mixing water shall be proportioned so that slump when measured with standard
slump cone does not exceed the following:
e
Slabs on grade .......................Max 4", Min 3"
Footings..................................Max 5", Min 3"
All others................................Max 6", Min 3"
D. \ Joint Filler Strips: Pre-molded joint filler strips shall be resilient compressive,
bituminous and fiber materials saturated with at least 35 percent and not over 50
percent by weight of asphalt. Poured type joint composition for expansion joints
shall be elastic compound made up of asphalt and colloidal mineral fillers.
PLACING CONCRETE: Runways for wheeled equipment shall be provided to convey
concrete. Runways shall not be supported on the reinforcement. Concrete shall be
placed and compacted in layers not over 24 inches deep. Vibrators may be used
provided they are used under experienced supervision and the mixture is dry enough to
prevent segregation. Form vibrators shall not be used. Vibration shall not be used for
transporting or moving concrete inside forms. No more concrete shall be placed than
can be consolidated and finished the same day as placed. Free fall of concrete shall be '
limited so that no segregation of materials' occurs. '
4.3 JOINTS: Construction joints not indicated on drawings shall be approved by the'
Engirieer in advance of pour. Joints in foundation walls shall be keyed. Before
depositing the concrete is resumed, the hardened surface shall be roughened, cleaned of
foreign matter and thoroughly wetted but not saturated. The cleaned and wetted
surfaces shall be slushed with a coating of neat cement grout against which the new
concrete shall be placed before the grout has attained its set.
4.2
4.4 . FINISHING: After stripping forms, all voids and honeycombs shall be patched by
chipping and scarifying the defective areas and treating it with an approved bonding
agent. All such voids shall be patched, not merely plastered. Grout mixture shall consist
of one part Portland cement and one part sand. Immediately following removal of
forms, all fins and irregular projections shall be removed from all surfaces except from
those which are not to be exposed or waterproofed. Slabs shall be struck-off and
consolidated by approved machine or hand methods, screeding and tamping concrete so
that upori completion, the surface shall be true to grade as shown on drawings and free
of surface voids. All floors shall have a monolithic steel trowel finish unless otherwise
indicated on the drawings. Exterior walls shall be compacted, screeded and floated to a
true even surface with wood floats and then broomed.
END OF SECTION
.
procedure as described below.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
D.
Immediately following, or simultaneously with, the incorporation of fertilizer,
lime shall be distributed at the rate of 3000 pounds per acre, and shall be
incorporated into the soil to a depth of at least three inches by discing,
harrowing, or other acceptable methods. The incorporation of lime along with
the fertilizer may fOlm a part of the tillage operation specified above.
E.
Not less than 30 days after completion of seeding, the Contractor shall furnish
and apply Nitrate of Soda or Ammonium Sulphate to the planted areas. Nitrate
of Soda shall be a commercial product, containing not less than 16 percent
Nitrogen and Ammonium Sulphate not less than 20 percent Nitrogen. The
Nitrogen fertilizer shall be uniformly spread and distributed with approved
equipment at a rate that will give not less than 60 pounds of available Nitrogen
per acre. Other commercial types of nitrogenous material may be substituted at
the option of the Contractor. The time of application shall be limited to the
season of June through August.
3.2 PERMANENT SEEDING
.
.
A.
Between the dates of April 1 and June 1, Hulled Common Bermuda seed shall
be applied at a rate of 10 pounds of seed per acre.
B. Between the dates of October 1 and March 1, Unhulled Common Bermuda seed
shall be applied at a rate of 10 pounds of seed per acre.
C. If seeding is undertaken between September 15 and February 15, Unhulled
Common Bermuda seed shall be applied at a rate of 6 pounds of seed per acre
simultaneously with Rye seed at a rate of 28 pounds per acre.
D. Seed may be applied by means of a hydro-seeder or other means approved by
the Engineer.
E. Immediately after seeding operations have been completed, the areas shall be
compacted by means of a cultipacker, roller wood float, or other approved
equipment sufficiently weighted, or compacted by hand methods, to reduce air
pockets to a minimum. The complete planted area shall be left with a firm, even
surface, free from abrupt humps and hollows, and to the established grade.
F. All areas seeded for temporary or permanent grass shall be unifomlly mulched
with hay or straw at the rate of 2 1/2 tons per acre, except where hydro seeding is
employed using a cellulose mulch mixed with the seed and fertilizer.
GRASSING BERMUDA
5/20/2008
TS 7-2
GRASSING BERMUDA
5/20/2008
TS 7-3
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
3.3 TEMPORARY GRASS
A. Temporary grass shall be used when directed by the Engineer to control erosion
where permanent grassing cannot be planted.
B. Temporary grass shall be a quick growing species such as rye grass suitable to
the area and season. Seeding shall be done in accordance with the permanent
grassing requirements above, except that ground preparation shall be the
minimum required to provide a seed bed where further grading will be required.
Areas that require no further grading shall be prepared as. described in
"GROUND PREPARATION" above. Lime shall be omitted unless the area will
later be planted in permanent grass without further grading, in which case lime
shall be applied as described above. Fertilizer shall be applied at the rate of 400
pounds per acre. Nitrogen shall be omitted.
C. In March or April of the following year, as soon as weather is suitable, all areas
planted in temporary grass which are, owned by the City of Augusta shall be
thoroughly plowed up and grassed in accordance with the applicable permanent
grassing method described above.
e
D.
MAINTENANCE: The Contractor shall erect necessary warning signs and
barriers, mow grassed areas, and repair or replace grassed areas failing to show
a uniform growth of grass or damaged by his operations, and shall otherwise
maintain the grass until final acceptance of the contract. Replacement of dried
out or damaged grass shall be at the Contractor's expense.
3.4 ACCEPTANCE
A. Grassed areas will be accepted when a "Final Stabilization" is achieved. (See
Section "TS-8, 3.1.D".
B. The work may be accepted in whole or in part as determined by the Engineer
and the Owner.
END OF SECTION
.
EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES
5/20/2008
TS 8-1
AUGUSTA UTILITIES DEPARTMENT PRO! # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS SECTION TS-8
EROSION, SEDIMENTATION, & POLLUTION CONTROL MEASURES
.
PART 1 - GENERAL:
1.1 This section covers erosion, sedimentation and storm water pollution control measures
as shown on the plan or required on the .job and are intended to comply with the
requirements of the Georgia Environmental Protection Division's General Permit No.
GAR 100002, latest edition. For the purpose of this project and as referenced in the
General Permit, the Owner and the Contractor are considered the "Primary Permittee,"
and the Contractor and all his subcontractors shall be considered the "Operator."
1.2 The measures shown on the plans and specified herein are minimum requirements and
may be augmented by the Engineer if positive control is not established for storm
magnitudes up to and' including a 25 year rainfall event. These specifications and the
corresponding plans do not, in any way, relieve the Contractor of any obligations with
respect to permits for wetlands, storm water, stream buffers, flood plains or any other
local, state or federal requirements.
.
PART 2 - CONSTRUCTION SCHEDULE
2.1
: . .
The construction schedule shown on the Erosion, Sedimentation and Pollution Control
,Plans pertains to ES&PC work only, and defines the sequence of implementation of
"Best Management Practices" (BMPs). It is not to be submitted as the Contractor's
work scheduleltimeline required after award of contract. .
PART 3 - DEFINITIONS
3.1 All terms used in this section shall be interpreted in accordance with the definitions set
forth in the NPDES General Permit, some of which are restated as follows:
A. "Best Management Practices" (BMP's)" means schedule of activities,
prohibitions of practices, maintenance procedures and other management
practices to prevent or reduce the pollution of waters of the state. BMP's also
include treatment requirements, operating procedures and practices to control
site runoff, spillage or leaks, sludge or waste disposal or drainage from raw
material storage.
B. "Buffer" means the area of land immediately adjacent to the banks of state
waters in its natural state of vegetation, which facilitates the protection of water
quality and aquatic habitat.
.
c.
"Construction Activity" means the disturbance of soils associated with clearing,
grading, excavating, and filling of land or other similar activities which may
result in soil erosion.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
D.
E.
F.
e
"Final Stabilization" means that all soil disturbing activities at the site have been
completed, and that for unpaved areas and areas not covered by permanent
structures, 100% of the soil surface is uniformly covered in permanent
vegetation with a density of 70% or greater, or equivalent permanent
stabilization measures (such as the use of rip rap, gabions, permanent mulches
or geotextiles) have been used. Permanent vegetation shall consist of: planted
trees, shrubs, perennial vines; a crop of perennial vegetation appropriate for the
time of year and region; or a crop of annual vegetation and a seeding of target
crop perennials appropriate for the region. Final stabilization applies to each
phase of construction. For infrastructure construction projects on land used for
agricultural or silvicultural purposes, final stabilization may be accomplished by
stabilizing the disturbed land for its agricultural or silvicultural use.
"Grading" means altering ground surfaces to specified. elevations, dimensions
and/or slopes; this includes stripping, cutting, filling, stockpiling and shaping or
any combination thereof.
"Qualified Personnel" meanS a person who has successfully completed an
erosion and sediment control short course or an equivalent course approved by
the Environmental Protection DivisioJ..1 (~PD) and the Georgia Soil and Water
. Conservation Commission and have obtained GSWCC Certification credentials.
G. "Waters of the State" means any and all rivers, streams, creeks branches, lakes,
reservoirs, ponds, drainage systems, springs wells, wetlands and all other bodies
of surface or subsurface water, natural or artificial, lying within or forming a
part of the boundaries of the State which are not entirely confined and retained
completely upon the property of a single individual, partnership or corporation.
PART4-GENERALPROCEDURES
4.1 The Contractor shall utilize, at a mInImum, Best Management Practices, including
sound construction practices to prevent and minimize erosion arid resultant
sedimentation, which are consistent with and no less stringent than those practices
contained in the "Manual for Erosion and Sediment Control in Georgia," published by
the State Soil and Water Conservation Commission as of January 1 of the year in which
the land disturbing activity was permitted, as well as the following: '
.
A.
Stripping of vegetation, . grading and other development activities shall be
conducted in such a manner as to minimize erosion. Earth areas which are not to
be paved shall be grassed at the earliest possible time during the construction
phase, so as to minimize exposure to rainfall and run-off.
EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES
5/20/2008
TS 8-2
EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES
5/20/2008
TS 8-3
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
B.
Unnecessary cut and fill operations shall be kept to a minimum, except that
temporary berms, wherever possible, should be constructed at the end of each
day of grading, in order to contain sediment and slow down erosion, should
rainfall occur during the night. Berms shall also be constructed, where needed,
to prevent sediment from being transported onto areas outside the actual
construction limits;
C. Whenever feasible, existing natural vegetation shall be retained, protected and
supplemented. '
D. Disturbed areas and the duration of exposure to erosive elements shall be kept to
a practicable minimum.
E. Temporary vegetation and/or mulching shall be employed to protect exposed
critical areas during development.
F. Permanent vegetation and structural erosion control measures shall be installed
as soon as practicable.
G.
To the extent necessary, sediment in run-off water shall be trapped by the use of
debris basins, silt traps, silt barriers, or similar measures until the disturbed area ,
is stabilized.
e
H. Adequate provisions. shall. be provided to minimize damage from surface water
to the cut face of excavations and the sloping surfaces of fills.
I. Cuts and fills shall not endanger adjoining property.
J. Fills shall not encroach upon natural water courses or constructed channels in a
manner so as to adversely affect other property owners.
K. Construction equipment shall cross flowing streams by means of bridges or
culverts, except when such methods are not feasible, provided in any case that
such crossings shall be kept to a minimum and provided that the appropriate
stream buffer variances and wetlands. approvals have been obtained from the
Environmental Protection Division (EPD) and the Corps of Engineers, .
respectively.
L. Should the -specified erosion, sedimentation and pollution control measures
prove 'to be inadequate, additional measures as directed by Engineer shall be
provided for treatment or control' of any source of sediments. Additional
adequate sedimentation control facilities to retain sediments on site or to
preclude sedimentation of adjacent waters shall be implemented.
e
M.
Except when a prior variance has been obtained from EPD or where a drainage
structure must be constructed with adequate erosion control measures, no
construction activities shall be conducted within a 25 foot buffer along the tops
of banks on all state waters nor within a 50 foot buffer along the tops of banks
on all state waters classified as "trout streams." If required for construction
purposes, a buffer variance will be applied for by the Owner.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
N.
Whenever possible, proposed storm water piping systems and detention ponds
shall be constructed prior to other earth disturbing operations. The storm water
piping and detention system shall then be used as a means to coritrol erosion and
sediment on the site.
O.
Sediment basins of the temporary nature shall be constructed as shown on plans
and as required to retain sediment on the site. All temporary sediment basins
shall be maintained in accordance with the "Manual for Erosion and Sediment
Control in Georgia," latest edition and then removed when final stabilization is
attained.
P.
Where erosion due to wind is likely to be of concern, trees or groups of trees
and bushes should be left standing, wherever possible, to serve as windbreaks.
PART 5 - ELEMENTS OF THE PLAN
The minimum requirements for the prevention of erosion and sedimentation for this site
are depicted on the plans and specified herein. The elements of the plan are discussed
as follows, and are listed in chronological order,as far as is practical. The construction
activities should proceed in the order listed.
.
5.1
e
A. Remove all marketable timber from the limits of construction, rights-of-way,
utility easements, designated fill areas, and other areas to be cleared.
B. Begin clearing and grubbing operations only after silt barriers are installed
immediately after the area has been cleared for their placement, install dams,
berms and all other remaining erosion and sedimentation control measures as
shown on the drawings and specified herein. Care shall be taken not to clear and
grub beyond the construction limit.
C. Contractor shall notify Engineer within 24 hours after the installation of the
initial soil erosion control measures so that the Engineer may inspect the
measures in accordance with the EPD General Permit.
D.
As grading operations commence, the topsoil shall be stripped and stockpiled in
mounds surrounded by berms. As mentioned above, berms or windrows shall be
constructed each afternoon at approximately 100 foot intervals across the
graded areas, except in the low-lying areas of the project. This action will tend
to check erosion should rainfall be experienced during the night.
EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES
5/20/2008
TS 8-4
EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES
5/20/2008
TS 8-5
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
E.
Construction on the sanitary and storm sewer lines should be commenced as
soon as grading operations have been substantially completed. The disturbed
strip along each line which is located outside of a street right-of-way should be
grassed immediately upon the completion of trench backfilling, as described,
below.
F. A graded depression around each catch basin on the site shall be used to contain
sediment during construction in accordance with the "Manual for Erosion and
Sediment Control in Georgia," latest edition.
G. As soon as the graded areas which are not to be paved, to be built upon, or
receive underground utilities have been brought to final grade, three or four
inches of topsoil shall be spread over these areas. Grassing operations should
begin immediately, as described in the grassing specifications. Roadway
shoulders and slopes shall receive a similar treatment as soon as the installation
of the utilities ,are complete.
H
All grassing will be performed in accordance with the section of the
specifications titled "Grassing." Should seasonal limitations prevent the
establishment of the permanent grass cover, the area to be grassed shall be
covered with temp9rary ,grass cover; then the permanent grass will be
established as soon as its growing s'eason is reached.
.
L The hay bale dams and silt fencing described: above shall not be removed until
the surrounding pavement base material has been placed and is ready for
priming and/or areas are properly stabilized.
J. In no instance, shall any pollutants, hazardous waste or solid materialsinc1uding
petroleum products, building materials, etc. be discharged to waters of the State.
K. All work shall be in accordance with good grading practice and shall conform to
accepted practices in accordance with the "Manual for Erosion and Sediment
Control in Georgia" (latest edition). '
PART 6 - INSPECTIONS. SAMPLING & MONITORING:
6.1
The Contractor shall be aware that the Owner may contract witha third party to perform
additional site inspections of erosion, sedimentation and pollution control measures and
also procure samples of storm water runoff for testing in accordance' with the
requirements of the EPD General Permit No. GAR 100002. Third party inspections and
samplings shall not relieve the Contractor of any obligations with respect to these
specifications or that required by the EPD General Permit GAR 100002. Should any
inspections determine that there are deficiencies in the Contractor's work, then
corrective action will be required as directed by the Engineer or Owner.
e
A.
Contractor's Requirements. With respect to inspections, sampling and
monitoring for compliance with EPD General Permit, the Contractor shall, at a
minimum, be responsible for the following:
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.
.
1. Each day when any type of construction activity has taken place on site,
qualified personnel provided by the Contractor shall inspect: a) all areas
on the site where petroleum products are stored, used or handled for
spills and leaks from vehicles and equipment; b) all locations on the site
where vehicles enter or exit the site for evidence of off-site sediment
tracking; and c) all silt retention basins, traps, barriers, etc. for evidence
of failures, potential failures or excess silt accumulation.
2. These inspections must also occur after each rainfall event on the site
and must be continued until such time that the project is complete and
the site has achieved final stabilization. The Contractor shall document
these daily inspections on a form provided by or approved by the
Engineer and must submit these forms weekly and after each rainfall
event to the Owner's designated representative. Additionally, should a
deficiency in any of the erosion control measures be noted, the
Contractor shall notify the Engineer within 24 hours.
3.
Erosion and sedimentation control measures shall be inspected by a
representative of the Owner beginning with the first earth disturbing
activity and continuing through final stabilization of the project site.
Storm water monitoring, sampling and testing will be accomplished by
personnel representing the Owner beginning with the first earth
disturbing activity and continuing through final stabilization of the
project site. The Contractor shall allow the monitoring agency access to
the site at all hours of the day by providing a key to any locked gates and
shall also coordinate these services by notifying the monitoring agency
when: a) the first rainfall event of 0.5 inch or more in 24 hours occurs on
the site after the clearing and grubbing operations have been completed
in the drainage area of the location selected as the representative
sampling location; and b) whenever a rainfall event that reaches or
exceed 0.5 inch that occurs either 90 days after the first sampling event
or after all mass grading operations have been completed in the drainage
area for the representative sampling location.
B.
Subcontractor's Requirements: Subcontractors shall be considered as acting
under the direction of the Contractor in his role as the Operator under the EPD
General Permit. The Contractor shall insure that all subcontractors comply with
the Permit. Subcontractors shall be responsible, at a minimum, for the
following:
1. Each day when any type of construction activity has taken place on his
EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES
5/20/2008
TS 8-6
EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES
5/20/2008
TS 8-7
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
portion of the site, the Subcontractor shall inspect: a) all areas on the site
where petroleum products are stored, used or handled for spills and leaks
from vehicles and equipment; b) all locations on the site where vehicles
enter or exit the site for evidence of off-site sediment tracking; and c) all
silt retention basins, traps, barriers, etc. for evidence of failures, potential
failures or excess silt accumulation.
2..
These inspections must also occur after each rainfall event on the site
and must be continued until such time that the project is complete and
the site has achieved final stabilization.
3.
The Subcontractor shall immediately report any noted deficiencies to the
Contractor, who will take appropriate corrective action.
END OF SECTION
.
.
FLOW ABLE FILL
5/20/2008
TS 9-1
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-9
FLOW ABLE FILL
.
PART 1 - SCOPE
1.1 The work covered by this section of specifications consists of furnishing all labor,
equipment, appliances, and materials, and in performing all operations in connection
with the installation of flowable fill work, complete, in strict accordance with this
specification and the applicable drawings, and subject to the terms and conditions of the
Contract.
PART 2 - FLOW ABLE FILL MIX DESIGN
2.1 The mixes fall into the categories of "very flowable" and "less flowable," which is
controlled by the amount of water that is added. The less flowable mix should be used
when it is desirable to put traffic back on a roadway quickly (usually 8 to 10 hours) or
when being used to backfill pipes which could "float" out of position due to the buoyant
effect of the very flowable fill mix. This mix will still self-consolidate around pipes
without any "honeycomb" areas. Adding water to flow able fill to obtain the desired
plastic characteristics will not compromise the quality of the hardened flowable fill.
. Less Flowable Mix (Mix 1)
WEIGHTS VOLUME
Min. 50 lbs Cement 0.25
Min. 600 lbs. Fly Ash 4.24
SSD 2500 lbs Sand 15.17
55gal. 458 lbs Chlorides Water 7.34
Total Cubic Feet 27.00
REFERENCE
ASTM C150 Type I or II
ASTM C618 Class C
Clean, potable < 500 ppm
2.2 Above values are based on specific gravities - cement 3.15, fly ash 2.27, sand 2.64, and
water 1.00. Anticipated unconfined compressive strength is 80 psi at 28 days and 150
psi at 56 days. For "very flowable" fill (Mix 2), add 10 gallons of water per cubic yard
of Mix 1.
PART 3 - INSTALLATION OF FLOWABLE FILL
3.1
The trench shall be prepared and the pipe joints placed as normal. There should be at
least 6 inches of flow able fill above any utility line. Once the pipe is covered, it will be
sufficiently anchored and water may be added to the remaining flowable fill to ease
.
placement without danger of floating the pipe. If it is important to quickly return traffic
to the roadway, the flow able fill mixture shall not be altered by the addition of water.
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
3.2
3.3
3.4
.
The flowable fill may be discharged from the ready-mix truck into the space to be
filled, or by other methods approved by the Utilities Department representative. The
mix may be placed in part depth or full depth as conditions at the site dictate. Formed
walls or other bulkheads shall be constructed to withstand the mounded soil rather than
wood or metal forms. When backfilling utility lines, flowable fill shall be distributed
evenly to prevent movement of the line.
The material is self-consolidating and there is no need to use vibrators. Finishing can be
accomplished with a square shovel if the fill surface is at the bottom of pavement or
with a wood float if the surface will be temporarily used as a finished surface.
Once the flow able fill is in the trench, the self-consolidating material displaces the
extra water not needed for maximum density. Provision shall be made for this "bleed
water' to run off and away from the surface of the hardening flowable fill (use of vapor
barriers such as plastic sheets is not desired). The material will usually support foot
traffic within an hour after the bleeding ends. Typically, full traffic can be allowed on
the hardened flowable fill within 8 to 20 hours (depending on site conditions, volume to
be backfilled, etc.). Without damage to the fill or any structures below. Ifit is necessary
to return traffic in less than 8 hours, or if there is concern that traffic flow will "rut" the '
hardening flowable fill, steel plates shall be used to bridge over the hardening flowable
fill as directed by the Utilities Department representative. If the filled cavity is too wide
to bridge, steel plates shall be placed on top of the hardening flow able fill as soon as it
is able to support foot traffic (one hour after bleeding ends), and full traffic can be
, allowed without damage to the fill or structure below.
3.5 As the extra water is displace from the consolidating flowable fill, there will be an
initial subsidence of about one-eighth (118) of an inch per vertical foot. Once the
flowable fill hardens, there will not be future settlement. The hardened flow able fill
can be shaped to grade the next day to allow the patch thickness required. The patch
may be applied directly to the cured flowable fill.
3.6 It will be the responsibility of the Contractor to furnish the necessary information to
obtain approval of the mix design and to use 'the necessary construction techniques to
assure that the finished material will perform as intended.
END OF SECTION
.
FLOW ABLE FILL
5/20/2008
TS 9-2
CURBS AND GUTTERS, CONCRETE
5/20/2008
TS 10-1
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-IO
CURBS AND GUTTERS, CONCRETE
.
PART 1 - SCOPE
1.1 This section covers construction of Portland cement concrete curbs and gutters,
complete.
PART 2 - CONCRETE
2.1 Concrete and the equipment, workmanship and materials therefore shall conform to the
applicable requirements of the "Concrete Construction" section, except as hereinafter '
specified. Concrete shall have a slump of not more than 3 inches. The concrete
mixtures shall have an air content by volume of 4.5 percent, plus or minus 1.5 percent,
based on measurement made on concrete immediately after discharge from the mixer.
PART 3 - MATERIALS:
3.1
Provide materials, not specifically described but required for proper completion of the
work, of this Section, as selected by the Contractor subject to the approval of the
Engineer.
.
PART 4 - EXECUTION:
4.1 SUB GRADE PREPARATION
A. The sub grade shall be constructed true to grade and cross section. The sub grade
shall be of materials equal in bearing quality to the sub grade under the adjacent
roadway or street and shall be placed and compacted to conform with applicable
requirements of "Graded Aggregate Base Course" with the following
modifications. The sub grade for curb and gutter shall extend in all cases at least
one foot in width back of the curb or gutter or valley pavement. The sub grade
shall be tested for grade and cross section by means of a template extending the
full width of the curb, gutter, or combination curb and gutter. The sub grade
shall be maintained in a smooth, compacted condition, in conformity with the
required section and established grade until the concrete is placed. In cold
weather, the sub grade shall be prepared and protected so as to produce a
sub grade free from frost when the concrete is deposited.
4.2 FORMS
A.
Forms shall be of wood or steel, straight, and of sufficient strength to resist
springing during depositing and consolidating the concrete. The outside forms
shall have a height equal to the full depth of the curb or gutter. The inside form
of curb shall have batter as indicated and shall be securely fastened to and
.
supported by the outside form. Straight forms of wood shall be two inch
nominal surface plank, and of steel, shall be of approved section with a flat
surface at the top. Rigid forms shall be provided for curb returns except that
benders or thick plank forms may be used for curb or curb returns with a radius
of ten feet or more, when grade changes occur in the return, or where the central
angle is such that a rigid form with a central angle of ninety degrees cannot be
used. Back forms for curb may be made of one half inch benders, for the full
height of the curb, cleated together. Curb forms shall be carefully set to
alignment and grade and to conform to the dimensions of the curb. Forms shall
be held rigidly in place by the use of stakes placed at intervals not to exceed
four feet. Clamps, spreaders, and braces shall be used where required to insure
rigidity in the forms. The forms on the front of the curb shall be removed not
less than two hours nor more than six hours after the concrete has been placed.
Forms back of curb shall remain in place until the face and top of the curb have
been finished as specified in the Finishing paragraph. Gutter forms shall not be
removed for twelve hours after the concrete has been placed. Forms shall not be
removed while the concrete is sufficiently plastic to slump in any direction.
Forms shall be cleaned and coated with form oil each time before concrete is
placed. Wood forms may, instead, be thoroughly wetted with water before
concrete is placed, except that with probable freezing temperatures, oiling is
mandatory.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.
4.3.
.
JOINTS
A. Expansionjoints and contraction joints shall be constructed at right angles to the
line of curb, gutter, and combination curb and gutter. Dowels, tie bars and
reinforcement when required will be shown on the plans and shall be installed
in accordance with the applicable details.
B. Contraction Joints: Contraction joints shall be constructed by means of one-
eighth inch thick separators, of a section conforming to the cross section of the
curb, gutter, entrance pavements, and combination curb and gutter. Contraction
joints shall be so placed that monolithic sections between curb returns will not
be less than five feet nor greater than fifteen feet after the concrete has set
sufficiently to preserve the width and shape of the joint. After separator plates
have been removed, all exposed edges of joints shall be rounded with the proper
edging tool to a radius of one-fourth inch.
C. Expansion Joints: Expansion joints shall be formed by means of preformed
expansion joint filler material cut and shaped to the cross section of the curb,
gutter, entrance, and combination curb and gutter.
D.
Expansion joint filler, unless otherwise specified, shall conform to ASTM
Standard D1751-60 or D1752-60 or shall be resin impregnated fiberboard
conforming to the physical requirements of ASTM Standard D1752-60.
Expansion joints shall be provided in curb and combination curb and gutter at
CURBS AND GUTTERS, CONCRETE
5/20/2008
TS 10-2
the ends of all returns. Expansion joints at least one half inch in width shall be
provided at intervals not exceeding fifty feet. Expansion joints shall be provided
in nonreinforced concrete gutter at the locations indicated.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
4.4.
.
.
4.5.
CONSTRUCTION
A. Curbs, Gutters and Combination Curb and Gutters: Shall be of the dimensions
and sections shown on the drawings.
B. Reconstruction: Where the plans provide for reconstruction of existing curb or
combination curb and gutter and the limit of new work specified does not fall on
a joint, the entire section shall be removed and the new curb, combination curb
and gutter or entrance pavement shall join the old curb at the first joint line
beyond the specified limit.
C. Placing Concrete: The faces and adjacent edges of abutting rigid pavements and
structures shall be painted with an approved bituminous material prior to
placing concrete. Concrete shall be placed in the forms to the specified depth in
six inch layers and thoroughly consolidated by tamping and spading so that
there are no rock pockets at forms, and mortar entirely covers the top surfaces.
Concrete may be compacted by means of mechanical vibrators.
D
Finishing: The edges of the gutter and top of the curb shall be rounded with an
edging tool to a radius of one-fourth inch and the surfaces shall be floated and
finished with a smooth wood float until true to grade and section and uniform in
texture. The floated surfaces shall then be brushed with a fine hair brush with
longitudinal strokes. Immediately after removing the front curb form, the face
of the curb shall be rubbed with a wood or concrete rubbing block and water
until blemishes, form marks, and tool marks have been removed. The surface,
while still wet, shall be brushed in the same manner as the gutter and curb top.
The top surface of gutter and entrance shall be finished to grade with a wood
float. Except at grade changes or curves, the finished surfaces shall not vary,
from the testing edge of a ten foot straightedge, more than one-eighth inch for
gutter and entrance and one-fourth inch for top and face of curb. Irregularities
exceeding the above shall be satisfactorily corrected. Visible surfaces and edges
of the finished curb, gutter, and combination curb and gutter shall be free of
blemishes and form and tool marks, and shall be uniform in color, shape, and
appearance.
E. Curb forming machines for constructing curb and gutter will be approved based
on trial use on the job. Use of the equipment shall be discontinued at any time
during the construction if the equipment produces unsatisfactory results, and the
work shall be removed and reconstructed for the full length between regularly
scheduled joints. Removed portions shall be disposed of as directed.
CURING AND PROTECTION
CURBS AND GUTTERS, CONCRETE
5/20/2008
TS 10-3
Sheets shall be laid directly on the concrete surface with a light colored
side up and overlapped twelve inches when a continuous sheet is not
used. The curing medium shall not, be less than eighteen inches wider
than the concrete surface to be cured and shall be securely weighted
down by placing a bank of moist earth on the edges just outside the
forms and over the transverse laps of form closed joints. Sheets shall be
satisfactorily repaired or replaced if damaged during curing. The curing
medium shall remain on the concrete surface to be cured for not less
than seven days.
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
A. Curing: Immediately after the finishing operations, the exposed concrete
surfaces shall be cured by one of the following methods as the Contractor may
elect:
B. Mat Method: The entire exposed surface shall be covered with cotton mats
conforming to Federal Specification DD-M-148 or with t"YO or more layers of
burlap conforming to Federal Specification CCC-C-467b having a combined
weight of fourteen ounces or more per square yard when dry. Mats shall overlap
each other at least six inches. The mat shall be thoroughly wetted with water
prior to placing on the concrete surface and shall be kept continuously in a
saturated condition and in intimate contact with concrete for not less than seven
days.
C. Impervious Sheeting Method: The entire exposed surface shall be wetted with a
fine spray of water and then covered with waterproof paper conforming to
ASTM Standard C171 63, or with wetted polyethylene coated burlap or
polyethylene sheeting conforming to the water retention requirements of ASTM
Standard C 171-63; polyethylene sheeting and polyethylene film bonded to
burlap shall be not less than 0.004 inch thick.
.
1)
2)
.
Membrane Curing Method: The entire exposed surfaces shall be covered
with a clear memqrane forming curing compound. The curing
compound shall be applied in two coats by hand operated pressure
sprayers at the coverage of approximately two hundred square feet per
gallon for both coats. The second coat shall be applied in the direction
approximately at right angles to the direction of application of the first
coat. The compound shall form a uniform continuous coherent film that
will not check, crack, or peel and shall be free from pin holes and other
imperfections. Concrete surfaces that are subjected to heavy rainfall
within three hours after the curing compound has been applied shall be
resprayed by the method and at the coverage specified above at no
additional cost to the Owner. Joint openings shall be sealed at the top by
inserting moistened paper or fiber rope or covering with strips or
waterproof paper prior to application of the curing compound, in a
manner to prevent the curing compound from entering the joint.
CURBS AND GUTTERS, CONCRETE
5/20/2008
TS 10-4
CURBS AND GUTTERS, CONCRETE
5/20/2008
TS 10-5
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
Concrete surfaces to which membrane curing compounds have been
applied shall be adequately, protected for seven days from pedestrian
and vehicular traffic and from any other action which might disrupt the
continuity of the membrane. Any area covered with curing compound
and damaged by subsequent construction operations within the seven
day period shall be re-sprayed as specified above at no additional
expense to the Owner.
3)
Protection: After curing, debris shall be removed and the backfill shall
be placed as indicated. The completed curb, gutter, and combination
curb and gutter shall be protected from damage ,until accepted. The
Contractor shall repair damaged concrete and clean concrete discolored
during construction. Curb, gutter, and combination curb and gutter that
are damaged shall be remove and reconstructed for the entire length
between regularly scheduled joints, not by refinishing the damaged
portion. Removed damaged portions shall be disposed of as directed.
4.6 SEALING JOINTS
A.
The sealing of expansion joints in curb and gutter sections will not be required.
Any expansion joint material protruding after the concrete is cured shall be
trimmed flush with the surface. Expansion joints in the valley pavement shall be
sealed with an approved joint sealer, conforming to Federal Specification SS-S-
164; The joint opening shall be thoroughly cleaned of all foreign material before
the sealing material is placed. The sealing shall be done in such manner that the
material will not be spilled on the exposed surfaces of the concrete. Any excess
material on the exposed surfacesofthe concrete shall be removed immediately,
and the exposed concrete surfaces cleaned.
.
END OF SECTION
.
CONCRETE PAVEMENT
5/20/2008
TS 11-1
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-ll
CONCRETE PAVEMENT
.
PART 1 - SCOPE
1.1 This section covers the construction of concrete pavements. The work shall consist of a
pavement composed of Portland cement concrete constructed on a prepared sub grade in
accordance with these specifications, and in the areas and to the typical cross sections
shown in the plans. The Contractor is to provide for the construction and completion in
every detail of the work described. The Contractor shall furnish all labor, materials,
equipment, tools, transportation and supplies required to complete the work in
accordance with the plans, specifications, and terms ofthe contract documents.
1.2 Concrete pavement construction shall conform in all respects to the section "Concrete
Construction" of these specifications. . The requirements below shall be considered
additional requirements for pavement.
PART 2 - SUBMITTALS AND APPROVALS:
2.1
Concrete and other materials specified shall be furnished from sources of supply
approved by the Engineer. The Contractor shall submit a "Proposed Paving
Construction Plan," showing joint types and locations, and a statement of proposed
sequence and schedule of paving operations. This submittal shall also include a brief
. description of paving equipment to be'used:
.
PART 3 - PRODUCTS:
3.1 MATERIALS
A. Concrete shall be composed of Portland cement, aggregates, and water
conforming to the section of these specifications on Concrete Construction
except as noted below.
B. The concrete shall have the following percentages of entrained air:
1) For 1 Yz inch maximum size aggregate, entrained air content shall be
5 +/- percent by volume.
2) For: 3/4 or 1 inch maximum size aggregate, entrained air content shall
be 6 +/- percent by volume.
3)
Joint materials and curing compounds shall be as specified under the
section "Concrete Construction" hereof.
.
CONCRETE PAVEMENT
5/20/2008
TS 11-2
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
3.2 CONCRETE MIX, DESIGN AND TESTING
A. The concrete mix shall conform to the section "Concrete Construction" hereof,
except that the slump range shall be 2 to 4 inches.
PART 4 -EXECUTION:
4.1 PLACING AND FINISHING
A. SUBGRADE PREPARATION: Subgrade construction shall generally conform
to Section 300.04 of the Standard Specifications for Roads and Bridges of the
Georgia Department of Transportation, latest edition.
B.
The sub grade shall be systematically test rolled with a heavily loaded vehicle
prior to paving. All soft and yielding material and portions of the sub grade that
will not compact readily when rolled or tamped shall be removed and replaced
with suitable material. The sub grade shall ,be brought to an unyielding condition
by compacting it to uniform density at or slightly above standard optimum
moisture. Immediately prior to pla,cing concrete, the sub grade shall be
moistened as required to provide a, uniform dampened surface at the time
concrete is placed.
.
C. LINES AND GRADES: The concrete pavement shall be installed true to line,
and grade accurate to accommodate the thickness. of the specified surface
courses in each individual area. Where alternates may be specified, plan grades
shall be adjusted accordingly.
D. FORMING: Forms shall be set to the required grades and lines to facilitate
orderly concrete placement. Forms shall be of such cross section and strength
and so secured as to resist the pressure of the concrete when placed without
springing or settlement. Forms shall be cleaned after each use and coated with
form release agent as often as required to ensure separation from concrete
without damage.
In lieu of fixed forms, the Contractor may place concrete with a slip form paver
designed to spread, consolidate, screed and float finish the freshly placed.
concrete in one complete pass of the machine. The slip form paver shall be
, operated with as nearly a continuous forward movement as possible, with
stopping and starting of the paver held to a minimum.
.'
E.
CONCRETE PLACEMENT: Concrete shall be deposited and consolidated in
such a manner as to prevent the formation of voids or honeycomb pockets.
However, over consolidation of the concrete so as to cause segregation of
aggregates shall be avoided.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.',
. ,
END OF SECTION
.
F.
JOINTS: Contraction joints, expansion joints, and construction joints shall be
placed as indicated on the approved "Proposed Paving Construction Plan,"
specified above. Depth of contraction joints shall be equal to at least one-fourth
the depth of the slab and may be installed by either hand-forming, or by sawing.
If sawing is used, the joints shall be cut as soon as the saw will not ravel the
edges and in no case more than 24 hours after the pavement has been placed.
G.
FINISHING: The finishing sequence of all slabs shall consist of striking off and
consolidating, floating, straight-edging and fmal surface finishing. Adding
water to the surface of the concrete to assist in finishing operations shall not be
permitted. A uniform, gritty, non-slip finish shall be provided using a stiff-
bristled broom or by the use of a burlap drag just before the water sheen
disappears.
H.
CURING: Curing shall be as specified under "Concrete Construction" of
these specifications.
i.....' .'
CONCRETE PAVEMENT
5/20/2008
TS 11-3
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-1
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-12
WATER DISTRIBUTION SYSTEM
.
PART 1 - SCOPE
1.1 This section covers all work associated with the water distribution system.
PART 2 - GENERAL
2.1 The Contractor/Developer is responsible for verifying the exact location, size and material
of any existing water facility proposed for connection or use by the project.
2.2 All work that occurs in the public right-of-way shall comply with the City of Augusta's
"Development Documents" (latest version) and the "Right-of-Way Encroachment
Guidelines" (latest version). Any field changes that occur in the public right-of-way and
are not specifically related to water or sewer items shall be coordinated with the Augusta
Engineering Department.
PART 3 - STANDARDS FOR WATER MAINS
.
3.1
COVER - Standard cover requirements are as follows:
A. Standard depth of cover is 4 feet below existing and proposed road surface
(and areas designed for normal traffic loading) unless otherwise approved by
Augusta Utilities Department (ADD).
B. Minimum cover to finished grade over water mains shall be 36 inches.
Minimum cover under ditch bottoms shall be 24 inches. Any variance in
minimum cover must be approved by ADD on a case-by-case basis.
C. In the event the shoulder of the road should rise above the roadway level, the
water main shall be placed at a depth to maintain 4 feet below the road surface
in order to keep a four foot depth for future driveway cuts.
3.2 HORIZONTAL SEPARATION
A. Unless otherwise specified, horizontal spacing should conform to the following
rules, where all separation distances listed are edge to edge:
1)
Ten (10) feet to any existing or proposed wastewater lines or force main,
storm sewer or sewer manhole. Horizontal separation of less than 10
feet requires pipe material to be DIP for water mains, wastewater lines
or force mains.
.
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-2
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
2)
Fifteen (15) feet to buildings, top of bank of lakes, streams, creeks or
other structures. Ten (10) feet is considered the absolute minimum, and
will only be considered by AUD when unavoidable. If separation
distance is less than ten (10) feet, the pipe material is required to be DIP.
3) Where horizontal separations between water and sewer cannot be met,
water and sewer lines shall be DIP, and joints staggered such that
maximum separation exists between joints AS APPROVED BY AUD.
4) Ten (10) feet minimum separation to gas mains.
5) Ten (10) feet minimum to underground electric cable.
6) Current Georgia EPD separation requirements.
3.3 VERTICAL SEPARATION
A. Unless otherwise specified, vertical spacing should conform to the following
rules, where all separation distances listed are edge to edge:
1) Water mains shall cross over and not under other pipes.
2)
Eighteen (18) inch minimum separation between all pipes and cables
. shall be maintained, with six (6) inch absolute minimum separation with
DIP, when conforming to Georgia EPDseparation requirements.
.
3) When water mains cross under sewers, additional measures shall be
taken. At least 18 inches of separation between the bottom of the sewer
and the top of the water main shall be provided. Adequate structural
support for the sewer shall be provided to prevent deflection or settling
on the water main. No joint shall be encased ,under the crossing.
Encasement of the water pipe in concrete or flowable fill will also be
considered.
4) Where vertical separations between water and sewer cannot be met,
water and sewer lines shall be DIP, and joints staggered such that
maximum separation exists between joints AS APPROVED BY AN
AUDENGINEER.
5) Ten (10) feet minimum separation to gas mains.
6) Ten (10) feet minimum to underground electric cable.
7) Current Georgia EPD separation requirements.
.
1 ) Water mains shall be ductile iron pipe (DIP). Polyvinyl chloride (PVC), or
galvanized pipe may be used only where necessary to match existing
materials encountered in field, as approved by Engineer.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
3.4
WATER MAIN MATERIAL
A. General Requirements
.~
.
2) DIP shall be centrifugally cast and shall conform to A WW A C150/ANSI
A21.50 (latest version) for design and A WW A C 151/ ANSI A21.51
(latest version) for manufacture. PVC pipe 6 inch to 12 inch diameter
shall conform to A WW A C900 (latest version). PVC pipe 14 inch to 36
inch diameter shall conform to A WW A C905 (latest version).
3)
For water mains 6" through 16", DIP Pressure Class 350 shall be
allowed. For water mains 18" through 24'\ DIP Pressure Class 300 shall
be allowed. PVC C900 (most current date), Class 200, SDR-14 with
cast iron equivalent a.D.s, gasket bell end withelastomeric gaskets shall
be allowed for water mains 6" through 10" (solvent weld joints are not
permitted). Flanged DIP shall have threaded ductile iron flanges and
shall conform to the requirements of A WW A C115/ANSI21.15 (latest
version). All flanges shall be ductile iron class 150 with a minimum
working pressure of 350 psi for diameters 3"-12", and 250 psi for 14"-
48" diameter pipe., and conform to ANSI B 16.5 (latest version).
Flanges shall be flat faced and all joints shall use 1/8 inch black
neoprene full-faced gaskets.
4) Ductile iron pipe and fittings shall have bituminous coating outside and
shall be cement lined in accordance with AWWA C104/ANSI A21A
(latest version). DIP shall have 1/16" cement mortar lining with rubber
gasket push-on joints, restrained joint, or mechanical joints. Mechanical
joint glands shall be ductile iron. Tee bolts and nuts shall be Cor-Ten
steel. Rubber gasket joints shall conform to AWWA Cll1/ANSI
A21.11 (latest version), and shall be furnished by the pipe manufacturer
with the pipe. A non-toxic vegetable soap lubricant shall be supplied
with the pipe in sufficient quantities for installing the pipe. The
lubricant shall be approved by NSF for use with potable water mains.
5)
Pipe classes designated previously in this standard are mInImUm
allowed. Actual pipe class. shall be determined based upon the
installation and the use intended. Pipe shall be appropriately labeled on
the drawings. All PVC pipe for potable water service shall bear the
approved stamp of the National Sanitation Foundation. Copper wire (12
gauge) shall be attached along the top of all buried PVC water lines,
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-3
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-4
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
wrapped around service corporations and stubbed up into all valves
boxes for locating purposes. This wire shall be mechanically spliced so
as to be electrically conductive, then insulated to protect against
corrosion of the bare wire.
6)
Any pipe, solder and flux used during installation of the water lines and
services must be "lead-free" with not more than 8% lead in pipe and
fittings, and not more than 0.2% lead in solders and flux.
B. Applications That Require DIP: DIP shall be required as carrier pipe in the
following circumstances:
1) Within 10 feet of sanitary and storm pipes.
2) Within 15 feet of structures (near side of concrete footing), or top of
bank of lakes/streams/creeks.
3) Crossings over or under sewers and storm pipes with less than 18 inches
separation, with no joint allowed within 10 feet of crossing. '
4)
Within project boundaries of subdivisions with private roads where the
Utilities Department. will take over the line for operations and
maintenance while the roads will not be deeded to Augusta.
.
5) Along all state rights-of-way.
6) The Utilities Director may mandate DIP in any instances of off-site or
on-site construction where future abuse to the line is possible due to
location or circumstances.
C. Boring and Jacking Water Lines
1) Where required by the drawings, the water line will be installed in a ,
steel casing, placed by boring and jacking. Where boring is required
under highways or city/county roads, the materials and workmanship
will be in accordance with the standards of the Georgia Department of
Transportation or local authority. Boring and jacking under railroads
will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines"
and those of the railroad involved. The following guidelines apply to
jack and bore installations:
2)
Casing Pipe: The casing pipe shall conform to the materials standard of
ASTM Designation A252, with minimum wall thickness of 0.250 inch.
Steel pipe will have a minimum yield strength of 35,000 psi. Casing
pipe shall be joined together with welded joints, and work shall be
performed by a certified welder.
.
WATER DISTRIBUTION SYSTEM
" 5/20/2008
TS 12-5
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
3)
Carrier Pipe: The carrier pipe shall be ductile iron as specified herein.
4) Installation: The steel casing shall be installed by the "Dry Bore and
Jack" method. If voids develop or if the bored hole diameter is greater
than the outside diameter of the pipe by more than approximately 1 inch,
remedial measures will be taken as approved by an AUD Engineer.
5) When installing water line through casing, Contractor shall use
mechanical joint pipe with retainer glands through length of casing or
field-Iok gaskets. The water main shall be equipped with locking
gaskets placed throughout length of casing to adequately restrain the
pipe. The ends of the casing shall be sealed with brick and mortar, or a
manufactured collar. The pipe shall be supported by with a minimum of
two casing spacers per twenty (20) feet of. pipe, with one spacer
approximately 1 foot from the bell of the pipe.
D. Restrained Joints:
1) The method used to restrain joints shall be suitable for the pipe size
thickness and test pressure as per manufacturer's specifications.
Retainer Glands/Mega-Lug shall be considered a restrained fitting.
.
2)
Restrained Joints shall be DIP as follows:
a. For 12-inch and Smaller - Restrained joint shall be U.S. Pipe
Field Lok, American Ductile Iron Pipe Lok-Fast, EBAA Iron
Mega-Lug, or an equivalent product.
b. For 14-inch Diameter and Larger - Restrained joint shall be U.S.
Pipe TR Flex, American Ductile Iron Pipe Lok-Ring, or
equivalent product, or EBAA Iron Mega-Lug.
c. If inserting in older cast iron pipe, the restrained joint shall be as
approved by AUD.
.
E. ' Reaction Blocking:
. In lieu of restrained joints, all plugs, caps, tees, bends and other fittings shall be
provided with adequate reaction blocking as shown on AUD-Details 11 &
12.Fittings shall be poly wrapped (6 mil) before pouring reaction blocking.
Thrust blocks shall be poured-in-place concrete having a minimum compressive
. strength of 3,000 psi after 28 days of cure time. Soil bearing value shall be
2,000 psf maximum, and reaction blocking shall be made to bear directly
against the undisturbed trench wall. Lower soil bearing values shall be used
when soil is poor quality. Where trench conditions are, in the opinion of the
Engineer, unsuitable for reaction blocking, the Contractor shall provide tied
joints to adequately anchor the piping as shown on the drawings. All the rods
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-6
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
and clamps shall be given a bituminous protective coating. All materials,
fittings and appurtenances intended for use in pressure pipe systems shall be
designed and constructed for a minimum working pressure of 200 psi unless the
specific application dictates a higher working pressure requirement.
F.
G.
Main Taps
Mains may be tapped as long as the tapping line is smaller than the tapped line
unless otherwise approved by AUD. See Section 14.2.2.2;9 for service tap
requirements. Equal size line connections'approved by AUD shall require that a
tee be cut into the main where possible. Tees are also required at locations
dictated by the Utilities Director. Tapped connections in pipe and fittings shall
be made in such a manner as to provide a watertight joint and adequate strength
against pull-out. In addition, the following guidelines shall be met:
.
1) Tapping Sleeves and tapping crosses shall be of a heavy body ductile
iron, mechanical joint suitable for a working pressure of 200 psi for
sleeves and crosses larger than 14-inch, or a working pressure of250 psi
for sleeves and crosses equal to or less than 14-inch, or as approved by
AUD. Tapping sleeves and valves are required for all taps 4 inches and'
greater. Taps less than 4 inches shall be provided with a service saddle
meeting the requirements of Section 14.2.2.2.9. Valves shall be
provided on all taps. Tapping sleeves shall be a minimum of 6 feet from
pipe joints.
2) Schedule 40 PVC shall only be used as a sleeve for the installation of
service line tubing under pavement areas. Use in the water distribution
system or other areas is not acceptable.
H. Water Service Lines and Taps
1) For 2" service lines: Galvanized pipe shall be seamless, American
made, Schedule 80 and shall conform to the ASTM Specifications.
.
2)
Where water service lines connect to DIP or any pressure-rated pipe,
service saddles must be used. No direct service taps shall be allowed.
Brass double strap tapping saddles shall be used. U-bolt type straps are
not acceptable. All water service taps on the main shall be spaced at a
minimum distance of 18 inches apart and a minimum of 18 inches from
a bell or fitting. If two or more taps are required at a minimum spacing,
they shall be offset 450 alternatively. Services greater than one (1) inch
shall be seamless galyanized. Two-inch (2") services shall have three
2", 90-degree galvanized, non-malleable elbows per Augusta Utilities'
two-inch Water Service detail.
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.
3)
All service line taps shall be supplied with corporation stops (AUD-
Detai116). General requirements for corporation stops are as follows:
for 1" services, a Ford FB-600-4 or equivalent with a taper thread inlet
and flared copper outlet. For 1" water service lines, eighth bend shall be
the Ford LA02-44 or equivalent or the Ford LA04-44 or equivalent for
compression fittings.
4)
Service line tubing shall be rolled of soft continuous and seamless
copper Type K conforming to A WW A C800 and ASTM B-88 (latest '
version). The minimum diameter for residential use shall be one (1)
inch. The service line shall be laid in a straight line and be of a
continuous piece of pipe from corporation to curb cock (ADD-Detail
16), and shall not exceed 100 feet in length from the main to the meter.
No service line fittings shall be placed under the roadway. For wide
roadways, it may be considered placing fittings in the median. The curb
cock shall be located 6 inches behind and 8 inches below the top of new
curb or edge of asphalt.
1. Meter Installation
.
1)
The Contractor shall furnish and install an approved meter box at the
termination point of all water services, and maintain the box until such
time as a meter is installed. Meter boxes for one and one-half inch
(112") and smaller meters are standard, while two-inch (2") can be
installed in a Rome oversized 2" cast-iron box. Meters three-inches (3")
and larger shall be installed in a meter vault. Meter boxes shall be Rome
type, 10" x 19" x 10" cast iron box. and lid. The top shall have cast ribs
on the bottom side with four (4) legs to prevent sliding movement. The
box shall have a minimum weight of 37 lbs., for meters one and one-half
inch (112") or smaller. Meter and curb stop shall be fully encased by the
meter box. Meter vaults for meters two-inch (2") and larger shall be
pre-cast reinforced concrete using 3,000 psi concrete and #4 rebar
(ADD-Detail 15). No site built vaults are permitted. The access hatch
shall be made of heavy-duty aluminum, and shall be hinged and
lockable. The hatch shall be large enough for removal of the meter but
no smaller than 36" x 36". For commercial applications, the meter lid
shall have a notch to accommodate automated meter reading technology.
Wall dimensions shall allow 2 feet of working clearance. Vault floors
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-7
shall be no less than four inches (4") thick with 3,000 psi concrete and
#4 rebar, with the meter located no less than 18 inches off the floor. In
addition, all commercial meters shall have a bypass piping arrangement
approximately one size smaller than the meter to facilitate meter
removal. This bypass valving shall bypass the meter, but not the
backflow prevention device. If a bypass device is installed on the
backflow prevention device, then a separate backflow prevention device
should be installed on that bypass.
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.
.
2)
Meter boxes should generally be placed eighteen inches (18") inside the
adjacent utility easement that parallels the right-of-way. Where
sidewalk is installed, two feet (2') of clearance is required between the
customer's side of the sidewalk edge and the meter box. In
developments where the property line is not clearly defined (e.g.,
condominiums) the meter box should be placed for ready access as
approved by AUD. Meter boxes and control valves shall be accessible
and unobstructed for four feet (4') in all directions. This shall include
but not be limited to transformers, telephone junCtion boxes, walls, trees,
etc. Meters boxes shall not be placed in areas that can be fenced, such as
a backyard, and shall not be placed in any asphalt or concrete surfaced
areas unless approved in writing by AUD. For shopping centers, the
developer's engineer should give special consideration to meter layout
so as to satisfy these requirements. When no alternative is available but
to locate in asphalt, the top of box shall be flush with the asphalt surface.
Meter boxes shall not be located. in low areas that normally receive
storm water. The box shall also be located outside of parking stalls.,
The box and lid should be traffic bearing, but located outside of a
commonly trafficked area. Valves shall have concrete donuts when not
in asphalt or sidewalk.
3) Meters will be installed by AUD at the time service is required at the
stub-out, and will remain the property of AUD. Areas that are privately
owned where AUD does not own water or sewer utilities may be master
metered. Each unit within a residential building (i.e., duplex, triplex,
etc.) shall have a separate meter, unless prior approval is received from
the Utilities Director. AUD takes no responsibility for improperly sized
meters or the problems associated with them. Meters will be available in
the following sizes: 5/8 x 3/4, 1, 1 Yz, 2, 3, 4 -inch, and larger standard
sizes as necessary. AUD reserves the right to request historical data for
meter sizing.
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-8
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-9
~UGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
1.
Valves, Fittings, and Appurtenances
1) Gate valves, 4 inches to 18 inches, shall be U.S. Pipe Metro-Seal 250
resilient seated gate valve, or equivalent, and must conform to A WW A
C509 (latest version). Valves larger than 18 inches shall be gear
operated butterfly valves, conforming to A WW A C504 (latest version).
Wafer valves will not be accepted.
2) Valves shall OPEN LEFT if installed south of Gordon Highway (SR
10), or OPEN RIGHT if installed north of Gordon Highway. Valves
shall be provided with valve stem extensions to within 6 inches of
ground surface, where centerline of pipe to grade is greater than 4 feet.
3) Valve boxes shall be M&H E-2702, Mueller HI 0364 or approved equal.
Each valve box shall be adjustable for a minimum cover of 3 feet. - The
flanged base of the valve box shall be at least six (6) inches above the
pipe so not to stress water lines 4" and smaller. Extension pieces will be
required for additional depth over valves. Extensions shall be M&H E-
31200rMuellerH-10375. Covers shall have "WATER" cast on top.
4)
All valves, bends, tees, crosses and dead ends shall be restrained by
retainer glands, restrained gaskets, or by use of a concrete thrust block in
those instances that warrant such an installation.
.
5) Standard pressure pipe fittings of size four (4) inch ill and larger shall
be ductile iron conforming toAWWA C153 (latest version), with
mechanical joints unless flanged or restrained joints are required. Gray
cast-iron fittings are not allowed. Ductile iron fittings shall be epoxy
coated in accordance with A WW A C 116 (latest version). Mechanical
joint fittings, 24 inches and smaller shall be rated for 350 psi minimum
working pressure, while all fittings between 30 and 48 inches shall be
rated for 250 psi minimum working pressure. Mechanical joint fittings
54 through 64 inch shall be rated 150 psi minimum working pressure.
Glands for mechanical joint fittings shall be ductile iron. Only bolt
systems furnished by the manufacturer for mechanical joints are
acceptable; nuts and bolts shall be new, not reused. Pipe gaskets shall be
new as supplied by the pipe manufacturer. For sizes less than four (4)
inch ill, fittings shall be suitable to the pipe material and application.
6)
For flanged pipe, flanges shall be ductile iron Class 150, ANSI B16.5.
Flanged joint fittings 14 inches and smaller shall be rated for 350 psi
minimum working pressure, and flanged joint fittings between 14 and 48
inches shall be rated for 250 psi working pressure. All flanges shall be
flat faced. Full face, 1/8 inch black neoprene gaskets shall be used on all
flanged joints. All joints shall conform to A WW A C1l5 (latest version).
.
Bolts, nuts and washers for flanges shall be hot dip galvanized, except
tee-bolts shall be Cor-Ten steel.
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
K.
Fire Hydrants
-
1) Fire hydrants shall be provided BY THE Augusta Utilities Department
and installed by the Contractor.
2) Fire hydrants shall be of the dry barrel break-away type conforming to
A WW A C502 (latest version), with two 2 12 inches threaded hose
nozzles and one 4 Yz inch threaded pumper nozzle. Hose and pumper
nozzle threading shall be national standard. Shoe connection shall be 6-
inch mechanical joint. The center line ofthe nozzles shall be 18 inches
above the finish grade. Hydrants shall have a 5Y4 inch interior valve
opening. Hydrants shall be restrained from hydrant to tee at the main
and have a concrete thrust block poured behind them. At the discretion
of the Utilities Director, additional protection for fire hydrants shall be
provided including but not limited to concrete filled ductile iron traffic
posts surrounding each hydrant.
3)
Fire hydrant branches-(from main to hydrant) shall be a minimum of 6
inches ill. Each branch shall be provided with a resilient seat gate valve
located as close as possible to the main. Hydrants shall be located at or
near road right-of-way lines with pumper nozzle pointing toward the
road. A clear zone around all fire hydrants shall be adhered to,
consisting of a 5 foot radius around the hydrant and 7 feet above the top
of the hydrant. Maintain 15 feet minimum from hydrant to all
structures. Placement of landscaping, fencing, etc. shall be considered
in order to meet this clear zone requirement.
L. Backflow Prevention Devices
.
1)
Backflow prevention devices shall be provided, as required by the
Utilities Director and as set forth in these Standards. All irrigation'
systems, water services and fire lines for industrial, office, commercial,
schools, mobile home parks, multi-family residences and any other
locations as determined by the Utilities Director shall require a
minimum of a double.:.check backflow prevention assembly. In addition,
based on the degree of hazard present, AUD may require a reduced
pressure (RPZ) backflow prevention assembly on the customer side of
service lines (domestic, irrigation, and fire). A certified person shall test
backflow devices and the results furnished to AUD prior to any water
use. Residential development shall install a "Dual-Check" backfiow
device on the customer's side of service line at the point of tie-in to the
water meter. LaWn irrigation systems shall have a minimum of a
double-check valve backflow prevention device per the 2002 Georgia
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-10
Plumbing Code (DCA, 2000). The plumber or builder tying service into
the set meter will submit the test results for the backflow prevention
device to AUD's Backflow Prevention Section prior to acceptance and
any water use.
AUGUSTA UTIlITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
e
2)
Backflow prevention device assemblies shall be the latest approved
product of a manufacturer regularly engaged in the production of this
type equipment. All assemblies shall be as approved by the America
Society of Sanitary Engineering (ASSE), The American National
Standards Institute (ANSI), The American Water Works Association
(A WW A), Foundation for Cross Connection Control and Hydraulic
Research of the University of Southern California, and the Georgia State
Plumbing Code.
3)
Backflow prevention device ownership and maintenance responsibilities
shall b(~ as set forth in the appropriate ordinances. The property owner
shall document yearly that a qualified technician has tested and
inspect'ed the backflow prevention device and that the device has passed
inspection. A copy of the technician's certification must be attached to
the test results and submitted to the AUD's Backflow Prevention
Section. The technician must comply with AUD Policies and
Procedures for Backflow ,Prevention by Containment (latest version). A
copy of this manual is available upon request from AUD.
M. Fire Lines
1) All fire, lines shall have a mInImum double-detector check valve
assembly (detector check valve with a 5/8 inch by-pass meter to detect
low flows) within the right-of-way or dedicated easement. No
exceptions to the by-pass meter requirement shall be made regardless of
sprinkler system type, configuration, etc. Certain types of fire lines will
require RPZ check-valve. Please contact AUD's backflow prevention
section to determine actual requirements.
3.5 CONSTRUCTION GUIDELINES FOR WATER DISTRIBUTION SYSTEMS
A. Deviation from Plans
e
1)
Durin~: construction, when deviations from approved plans are
desired, the AUD Inspector shall be notified. Revised plans shall be
submitted to AUD as soon as possible for approval after coordination
with AUD, the Engineer, and the Contractor. Budgetary items shall be
coordinated with AUD prior to beginning revised work. A minor
change is one that does not affect capacities, flows or operation and may
be allowed in the field during construction by AUD's Inspector. The
Inspector shall have authority as to what constitutes a minor or major
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-11
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-12
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
change. A complete set of "red-line" drawings clearly showing any
changes shall be submitted to the AUD Inspector at the completion of
the work, and must be reviewed and approved prior to final payment.
2)
Record Drawings
a. The Contractor shall record, on a weekly basis, on one set of
utility drawings all changes and deviations from the contract
drawings in sizes, lines or grade. Record also the exact final
location of water lines by offset distances to surface
improvements such as edge of existing pavement or to property
markers, etc. at a maximum interval of 200 feet. Make sufficient
measurements to definitely locate all water lines to permanent
points. The drawings will show references to all valves, fittings,
pipe brand changes, etc., and shall use the approved Augusta,
GA edge of pavement layer as a reference. Transfer accurately
all such records in red pen or pencil to white prints of the utility
drawings and deliver them to the' Inspector with the monthly
payment estimate.
b.
At the completion of the water and/or wastewater construction
and prior to recording the final plat, the Contractor shall furnish
AUD's Inspector with red-nile drawings of the project. The
drawings must show allfielCl changes made to the approved
drawings.
e
3) Field Verification
The Contractor is responsible for verifying the exact location, size and
material of any existing water facility proposed for connection or use by
the project. No publicly owned water or wastewater line shall be
uncovc:::red without prior coordination with AUD.
B. Erosion and Sedimentation Act Compliance
All phases of construction shall be completed in accordance with the Erosion
and Sedimentation Act 12-7-1 et seq.
c. Work Conducted in Rights-of-way
Where a traffic control plan is required, it shall be in accordance with Augusta
"Rights of Way Encroachment Guidelines".
D.
Water Distribution System Installation
1) Authorization must be obtained from AUD to construct, alter or modify
a water line. Construction of water infrastructure will be authorized by
the Utilities Department, upon ,approval of submitted plans and
e
notification of AUD at least 48 hours prior to starting construction (706-
312-4132).
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
e
e
2)
Installation of water mains and associated appurtenances shall be in
accordance with current A WW A specifications and manufacturer's
requirements for the specific product. Loading or unloading and storage
of pipe, fittings, valves, etc. shall be done in such manner as to avoid
damage. The interior of all pipe, fittings, valves, etc. shall be kept free
of dirt and foreign matter at all times. All piping shall be placed in a dry
trench with a stable bottom. Wet trench installation shall be allowed
only upon approval of AUD.
3)
Restrained joints shall be required at each fitting involving a change of
direction and on surrounding pipe, as specified in the approved plans.
Concn::te thrust blocks can be allowed in lieu of mechanical restraint
systems, as approved by AUD.
4)
Backfill shall be free of boulders and debris, and shall conform to
Georgia Department of Transportation Specifications. Sharp or rocky
material encountered in the base shall be replaced with proper bedding.
Pipe shall be laid on line and grade. as designed. Pipe joints, gravity
blocks" service connections, and conflicts shall be left exposed until
visually inspected and approved by the AUD's Inspector.
5) Fire hydrants shall be installed true and plumb with the center of the
pumper nozzle facing toward the road according to Section "TS-13,
3.4.K". Hydrants shall not be placed in the sidewalk.
6) All valves shall be placed according to plans. V alve stems shall be
installed plumb. Valve stem extensions are required as described in
Section "TS-13, 3.4.J". Air relief valves shall be installed at all high
points in the water main where air can collect, as shown on the plans or
as directed by Augusta Utilities.
a. Handling and Storing of Materials: Unload pipe so as to avoid
deformation or other injury thereto. Place no pipe within pipe of a
larger size. Store pipe and fittings on sills above storm drainage
level and deliver for laying after the trench is excavated. Valves
shall be drained and stored to protect them from freezing.
b.
Pipe Laying (General): The interior of the pipe shall be clean and
joint surfaces wiped clean and dry when the pipe is lowered into
trench. Lower each pipe, fitting and valve into the trench
carefully and lay true to line and without objectionable breaks in
grade. The depth of cover below finished grade shall be not less
than 3 feet, or as shown on the drawings. Give all pipes a uniform
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-13
bearing on the trench bottom. Allow no trench water or dirt to
enter the pipe after laying. Insert a watertight plug in the open
end of the piping when pipe laying is not in progress. Water pipe
shall be bedded when required by poor soil conditions (AUD-
Detail 8).
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
E.
-
.
Pressurization and Leakage Testing
1)
After installation, all water mains shall be leak tested, in accordance
with A WW A C-600, Section 4.1 (latest version) for DIP, and C605,
Section 7 for PVC. The Contractor/Developer shall provide all
equipment, materials and labor necessary for pressure and leak testing.
This test must be observed by an Augusta Utilities Department
representative. A pumping pressure of 200 psi, or 1.5 times the working
pressure at the point of testing depending on the discretion of an AUD
representative, must be supplied at the expense of the
Contractor/Developer. The main tested shall either be isolated from
active potable lines or protected from leakage by' a double valve
arrangement. All water used for pressure testing must be potable water
with adequate. chlorine residual. Water lines shall be tested by valve
sections. Maximum allowable leakage shall be as determined in
accordance with current A WW A specifications. The standard duration
of test is four (4) hours. Testing procedures shall meet or exceed
A WW A C600 (latest version) requirements. Any portions of the main
which fail the test shall be replaced or adjusted until the entire new main
passes the test criteria. Concurrent with the pressure test, and before any
work will be accepted for payment, the Contractor shall perform a
leakage test. Leakage is defined as the quantity of water to be supplied
into th~ newly laid pipe, or any valved section thereof necessary to
maintain the water pressure to within 5 psi of the test pressure. No pipe
installation will be accepted until the leakage is less than the number of
gallons per hour as determined by equation 1 from A WW A C600 for
DIP:
L = SDJP
133200
Where L = allowable leakage in gallons per hour, S = the length of pipe
in the section tested, D = the nominal diameter of the pipe in inches, P
=the average test pressure during the leakage test in pounds per square
inch gauge. For PVC pipe, the following equation shall be used:
L = NDJP
7400
Where N = Number of joints in the pipeline being tested.
W A TERDISTRIBUTlON SYSTEM
5/20/2008
TS 12-14
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-15
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
F.
Connecting to Existing Systems
1) All connections to existing mams shall be made under the direct
supervision of the ADD's Iilspector. Valves on existing mains shall be
operated by or under direct supervision of ADD personnel. Tapping
sleeves and valves shall be pressure tested prior to tapping. If service to
existing customers must be interrupted, ADD shall be notified at least
three (3) days (72 hours) in advance. The contractor shall make the
necessary notifications to the customers. The new line shall be
chlorinated for up to three (3) days and then drained and bacteria tested.
Only after maintaining the appropriate chlorine residual and passing the
bactericilogical test shall the line be put into service, at the direction of
AUD.
2) If cut-off of service is required, the Contractor shall be ready to proceed
with as much material pre-assembled as possible at the site to minimize
the length of service interruption. Augusta Utilities r~serves the right to
postpone service cut-off if, in the opinion of the Utilities Director, the
Contractor is not ready to proceed on schedule. Scheduled interruptions
should not exceed four (4) hours. The Contractor/Developer shall
arrange for temporary services to Customer(s) if water will be shut off
for more than four hours.
.
3)
Local chlorination will be required for all pipe and fittings used to
complete connections with the potable water system. Tapping sleeves
and valves shall be chlorinated in accordance with A WW A
requirements. All wet taps shall be witnessed by the ADD's Inspector.
,G. Cleaning and Flushing
Upon completion of installation, the mains shall' be flushed and the water
disposed of without creating a nuisance. Flushing must achieve a minimum
water velocity of2.5 fps in all portions ofthe pipe. The duration of the flushing
will be determined by the ADD's Inspector. No flushing or cleaning shall take
place without an Augusta Utilities representative present. The existing mains
where the new mains connect may require flushing under the direction of AUD
when service is restored. The Contractor shall be responsible for the treatment
of discharge and disinfection water. All flushing activities shall be in
accordance with A WW A C651.
H. Disinfection
1)
Augusta Utilities shall be notified at least 24 hours in advance to
schedule bacteriological testing of water mains. The Contractor shall
replace or adjust components of the pipeline which fail the test.
Clearance is required from the Utilities Department before AUD will
allow the main to be put into service.
.
2)
All piping complete with fittings and appurtenances shall be sterilized as
specified in the applicable sections of A WW A Specification C651 (latest
version) "Disinfecting Water Mains." Piping and appurtenances shall be
thoroughly flushed then chlorinated with not less than fifty parts per
million (50 ppm). Calcium hypochlorite can be used. Water from the
existing distribution system or other source of supply should be
controlled so as to flow slowly into the newly laid pipeline during the
application of chlorine. The solution should be retained in the pipeline
for not less than 24 hours and the system shall maintain the chlorination
level originally introduced into the line, which should not be less than 50
ppm. The system shall then be flushed with potable water and the
sampling program started. A minimum chlorine residual of 1.0 ppm
should be available in the line after flushing.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.
END OF SECTION
.
3)
Sampling taps and chlorinated water used for disinfection shall be
flushed to a location that will not damage property, persons, etc., and
shall be provided by the Contractor/Developer at the expense of the
Contractor/Developer. The provisions of this paragraph apply equally
to new pipe and fittings and to existing pipelines into which connections
have been made or which may have been otherwise disturbed to the
extent that contamination may have occurred. All requirements of the
health authorities shall be observed in executing this work. The disposal
of heavily chlorinated water (following disinfection) must be
accomplished in accordance with the latest editions of the AWW A
Standard C651 and the EPD's Minimum Standards for Public Water
Systems. No dry chlorine shall be placed in the pipes while installing.
4) . A minimum of two samples tested by a State approved private lab, shall
indicate bacteriologically satisfactory water and the results shall be
submitted to the Inspector.
WATER DISTRIBUTION SYSTEM
5/20/2008
TS 12-16
MEASUREMENT AND PAYMENT
5/20/2008
TS13-1
AUGUSTA UTILITIES DEPARTMENT PRO! # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
SECTION TS-13
MEASUREMENT AND PAYMENT
.
I. WATER MAIN
ITEMS W-IA throul!h W-3J - All piping line 'items shall be measured in linear feet and shall
include costs for piping and installation, trench excavation, trench box, dewatering, asphalt
cutting, normal joints and gaskets, normal backfill, pressure and leakage testing, pipe
sterilization, bacteriological testing, and flushing. No additional payment shall be made for these
items.
.
ITEM W-4 - Jack and bore line items shall be measured in linear feet and shall include costs for
casing piping, carrier piping, and installation, blasting, asphalt cutting, restrained joints and
gaskets, end seals, and normal backfill. No additional payment shall be made for these items.
ITEM W-5 - Select backfill shall be measured in cubic yards and shall include costs for the
backfill and installation as well as all transportation and stockpiling charges. The volume of
material included shall be the actual measured "in-place" volume. The maximum trench width
used to calculate the volume will be 7 feet. No additional payment shall be made for these items.
ITEM W-6 - Miscellaneous pipe fittings and connections. shall be measured in pounds and
include costs for all fittings and installation, mechanical joint restraint, etc., regardless of
material. No additional payment shall be made for these items.
ITEM W-7 - Transition couplings shall be measured individually (each) and shall include costs
for couplings, soil surface preparation, connection to water main, excavation, asphalt/concrete
cutting, installation, normal backfill, and testing. No additional payment shall be made for these
items.
ITEM W-8 - "Fire hydrants" shall be deemed as entire F.R. lateral assy, complete shall be
measured individually (each), shall include all costs for 6" fire main laterals, except the hydrant
itself, which will be supplied by the Owner beginning at the "Tee" connection to water main, all
associated valves and fittings, concrete pad (if required), excavation, asphalt/concrete cutting"
installation, normal backfill, soil surface preparation and testing. No additional payment shall be
made for these items. .
.
ITEMS W-9A throul!h W-12 - All valve line items shall be measured individually (each) and
shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation,
dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and
testing. No additional payment shallbe made for these items.
ITEM W-13 - Tapping sleeve and valves shall be measured individually (each) and shall include
costs for sleeve, valve, associated hardware, valve boxes, temporary plugging/draining of
pipeline, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and
testing. No additional payment shall be made for these items.
ITEM W-14 - Check valves and vaults shall be measured individually (each) and shall include
costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering,
asphalt/concrete cutting, all associated pipe and fittings, installation, normal backfill, and testing.
No additional payment shall be made for these items.
MEASUREMENT AND PAYMENT
5/20/2008
TS13-2
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.
ITEM W-15 throu2h W-16 - Long and short side water service connections shall be measured
individually (each) and shall include costs for piping, water meter connection, dewatering,
asphalt/concrete cutting (including service markings), installation, normal backfill, and property
restoration. This line item shall include the cost of reconnection of any existing services, if
required. No additional payment shall be made for these items.
ITEM W-17 - Polyethylene pipe wrap shall be measured in linear feet and shall include costs for
pipe wrap materials and installation. No additional payment shall be made for these items.
ITEM W-18 - Tie-ins to existing lines shall be measured individually (each) and shall include
costs for piping, dewatering, asphalt/concrete cutting, installation, normal backfill, and property
restoration. No additional payment shall be made for these items.
ITEM W-19 - All cut-in gate valves shall be measured individually (each) and shall include
costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering,
asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. No
additional payment shall be made for this item.
ITEM W-20 - Cut and plug existing water line shall be measured individually and shall include
all costs associated with cutting into an existing line and plugging it as detailed in the plans and
specifications. No additional payment shall be made for this item.
ITEM W-21 - Miscellaneous concrete shall be measured in cubic yards and shall, iricl~q(;l costs
. for concrete, 'installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt
cutting, and normal backfill. No additional payment shall be made for these items.
III. PAVEMENT STRUCTURES
ITEM P-l - Asphalt overlay shall be measured in square yards and shall include costs for
asphalt materials and installation, temporary striping and permanent striping (replaced in kind),
and markers (both temporary and permanent). No additional payment shall be made for these
items.
.
ITEM P-2 - Aggregate base (10 12" thick) and asphalt patch (2 12" thick) shall be measured in
square yards and shall include costs for all aggregates (regardless of type), 2 12" graded
aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation,
striping (both temporary and permanent), and markers (both temporary and permanent). The
. square yardage calculation shall be based upon a standard width of seven (7) feet for payment
purposes. No additional payment shall be made for these items.
ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include costs for all
asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as
authorized by the project representative. The payment shali be based upon confirmed delivery
tickets. No additional payment shall be made for these items.
.
.
.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor,
equipment, and material removal and disposal costs. No additional payment shall be made for
these items.
ITEMS P-5 throu2:h P-6 - Concrete sidewalk and driveways shall be measured in square yards
and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete,
installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the
nearest joint or saw-curt as directed by the project representative. No additional payment shall
be made for these items.
ITEM P-7 - Asphalt driveway replacement shall be measured in square yards and shall include
costs for existing asphalt removal and disposal, asphalt, installation, site preparation. Existing
asphalt shall be removed to the nearest joint or saw-curt as directed by the project representative.
No additional payment shall be made for these items.
ITEM P-8 - Asphalt raised edge curb shall be measured in linear feet and shall include costs for
additional, asphaltic concrete only, and additional costs for "tie-ins, turn-outs, and other special
conditions as necessary. No additional payment shall be made for these items.
ITEM P-9 - Concrete Curb and gutter removal and replacement shall be measured in linear feet
and shall include costs for removal and disposal of existing concrete curb and gutter, coricrete,
installation, site preparation, formwork, and finishing. No additional payment shall be made for
these items. '
IV. MISCELLANEOUS
ITEM M-l - Flowable fill shall be measured in cubic yards and shall include costs for all
materials, labor, equipment, and excess materials. No additional payment shall be made for these
items.
ITEM M-2 - Rock excavation shall be measured in cubic yards and shall include costs for
blasting, labor, equipment, imd material removal and disposal. No additional payment shall be
made for these items.
ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall include costs for the
backfill and installation as well as all transportation and stockpiling charges. Quantities shall be
verified by trench volume calculation. No additional payment shall be made for these items.
ITEM M-4 - Clearing and grubbing shall be measured in acres and shall include costs for
vegetation removal, stockpiling, disposal and any required permitting. No additional payment
shall be made for these items.
ITEM M-5 - Fence removal and replacement shall be measured in linear feet and shall include
all costs associated with removal and replacement of the existing fence with new materials of
like quality as necessary for water line installation. No additional payment shall be made for
these items.
MEASUREMENT AND PAYMENT
5/20/2008
TS13-3
MEASUREMENT AND PAYMENT
5/20/2008
TS13-4
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
ITEM M-6 - Remove existing asphalt pavement and curbs, etc., complete (neighborhood only).
Measurement shall be per square yard. No additional payment shall be made for these items.
ITEM M-7 - Existing storm drainage structures not yet incidental to the work deemed un-fit by
Owner's site representative or added at the discretion of the Engineer, shall be removed and
replaced, complete, as per GDOT Std No. 1034-D, and shall be measured individually (each).
No additional payment shall be made for these items
ITEM M-8-11 - Reinforced concrete pipe 18",24", 30", 36" as per GDOT, measured in linear
feet.
ITEM M-12 - Erosion, Sediment and Pollution Control, complete as per GAEPD NPDES GAR
100002 (lump sum).
v. LUMP SUM CONSTRUCTION
ITEM LS-l - Lump sum construction includes, but is not limited to, the items described in the
bid schedule. No separate or additional payment shall be made for these items.
Mobilization, Demobilization
Bonds, Insurance
Gabion Retaining Walls
Remove and Reset Fences, All Types
Remove and Reset Gates, All Types
Remove and Reset Storm Sewer, Lengths & Sizes Vary
Remove and Reset Yard Drainage Pipe Lengths & Sizes Vary
Reconstruct Retaining Wall, Height and Type Varies
Remove and Reset Signs, Type Varies
Remove and Reset Water Sprinkler Systems, Complete
Remove and Reset Yard Lamps, Type Varies
Remove and Reset Mailboxes, Type Varies
Traffic Control
Miscellaneous Grading
Permanent Grassing
Raise Existing Manholes and Valves Boxes to Grade
.
. .
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
END OF SECTION
August 2006
Page 1
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
. NIXON ROAD WATER IMPROVEMENTS
ADD STANDARD DETAILS
.
---:--:-~:--:--:-~
, .. < . : 'O, . - < .. - .
~
'"
GROUT
...
~
-
=
USE A MAXIMUM OF 3
BRICK COURSES AS RE-
QUIRED TO ADJUST TO
FINISHED GRADE
'"
"'.
'"
=
=
SECTION C-C
=
-
PRECAST CONCRETE
.
l' - .
1 ·
=
f ,1 JOINT DIP MIN.
.~
BRICK DAM NOT
lESS THAN 213
D2
N
o
=
r
4i(~
=
1
DROP PIPE TO BE DUCTILE
IRON OF NEXT STD, SIZE
SMALLER THAN O2 (6" MIN.)
TYPICAL
THREADED ROD
DIP DROP TO BE
ENCASED IN STONE
"..
I., "
I' ·
,
=
=
..~
C
C
TYPICAL SECTION
AUD - DETAIL 1
DROP MANHOLE
NOT TO SCALE
.
August 2006
Page 2
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
ADD STANDARD DETAILS
.
.
MANHOLE RING AND COVER
SEE STANDARD SPEC.
8"X2.'lI4" TOP GRADE RING
PLAN VIEW
5"X2.114" GRADE RINGS
AS REQUIRED -
CONCRETE
TO 213D
NOTES:
1. MANHOLES 5' OR LESS IN"DEPTH USE A 2'.Q" CONCENTRIC
CONE SECTION
2. USE 6" WALL THICKNESS IF MANHOLE EXCEEDS 20' DEPTH.
3, INVERT CURVATURE TO HAVE AS LONG AS A RADIUS AS
POSSIBLE
4, CONC. TO BE POURED TO THE SPRING LINE OF THE PIPE
(PRECAST ONLY),
EXISTING SANITARY
SEWER (12" MAX)
IM's@12"OC,EW
POURED IN PLACE
CONC, (3000PSI)
TYPICAL SECTION
AUD - DETAIL 2
PRECAST MANHOLE
NOT TO SCALE
.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
e
NON-SHRINK
GROUT (TYP)
I
,
a" MAX
I.lJ
z:
o
<.>
<.>
ir
.....
Z
I.lJ
<.>
<.>
I.lJ
,
9
...
MAKE UP
LENGTHS
AS REQ'D
.
cr:
I.lJ
W
ir
~
"r
z
;1-'~'
~ N~
CO
it>
.
August 2006
Page 3
ADD STANDARD DETAILS
MANHOLE RING AND COVER
SEE STANDARD SPEC,
OFF.SITE MANHOLES REQUIRE INTEGRATED RING AND
COVER, SHALL BE MINIMUM 2' ASOVE GRADE.
SEE AUO STANDARDS AND SPECS
e"X2-114" TOP GRADE RING
..'
"
'."
....
24"10
5"X2-1/4" GRADE RINGS
AS REQUIRED
MilNHOLE
STEPS
(SEE SPECS)
NOTES
1, REQ'D - USE 6" WALL THICKNESS IF MANHOLE
EXCEEDS 20' DEPTH
2., INVERT CURVATURE TO HAVE AS LONG A
RADIUS AS POSSIBLE,
3,MH STEPS EACH 1'-0" OC MAX
4, EXTERIOR PROTECTION ON MANHOLE
, .'
"
'.'J~~
, ~.2:
CONCRETE
'.
WATER TIGHT
flEXIBLE BOOT
PLUS GROUT
'-
.'
..
SANITARY SEWER
, '6
.
2/30
STAINLESS STEEL CLAMP
4.'
. ,01.
.'.. \
: .'
4"
4'-0"10
4"
D'PICA!-2ECTION
AUD - DETAIL 3
PRECAST MANHOLE
NOT TO SCALE
August 2006
Page 4
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
AUD STANDARD DETAILS
.
"A"
"A"
2-NON-PENETRA T1NG
PICK HOLES
.
I 231/2" 11
~~~Eh'7/L&Z~L1"
SECTION OF COVERS
~
PLAN QF MANHOLE
FRAME AND COVER
I~
25""
~LEV.
(MIN.) 4= r DIAMETER ANCHOR HOLES
HALF SECT.
33 114"
BOLTED WATERTIGHT FRAME AND COVER
US FOUNDRY #USF 668 RING & B,^'T COVER
LO.IID RATING-HEAVY DUTY
STANDARD COVER
US FOUNDRY #USF 668 RING & Kl COVER
LOAD RA.T1NG-HEAVY DUTY
VENT HOLE LOGA TION DRILLED AS SHQlNN
HALF SECTION FRAME-HALF ELEV. FRAME "A-A"
APPROXIMATE WEIGHT
FRAME 180
COVER 125
TOTAL 285
AUD - DETAIL 4
TRAFFIC MANHOLE FRAME & COVER
ANCHOR BOLT PER
US FOUNDRY SPEC,
NOT TO SCALE
.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
....
....
u::
:.::
()
;ii
....
<(
1=
~
AUD STANDARD DETAILS
j[~\H\~Ul!~H\f:..... oo... -.:- -:. "," ....-: _.-..:::..' =/' llltl_III'
ll.!.'JII' ~E=fffi ... -. .. -,' -, -, . " rm Wl-\ I
= 'mf=t~ ~:> :.:-/~';~,:,:~~_~.~;~>,'-':'{:'~~Jl' 1:.= @
:=1.11 ::-,,::,::< >,.:,,< ,~~,<":~"':~":--::'.: II;::: TYPE 1, 1A-1A3SELECT BACK FILL MAY BE ~ ~ t
:'OO'-~~ :',:>:':,-"OO'_ .'oo' REQUIRED. ~j::i
-,oo-- ,... ...-:: -. . ~. '.',; .,- 8~~
_,,':_':::'~::.- ',-- <igj~
~-' -'_:'-~'. <':_. '_. :~~..'-.' ClASS-4" BAcKFILL BY APPROVAL ONLY ~ ~
::-~-~~:".':: :'.~~~'~~~~-<-~~-~: . .'
.
1.
COMPACTED BACKFILL
PER SECTION 14.31
.
. '. . -. -.
.-' .".
. '-,
. - '. ..:.'. -.'. '. -,--
-' . -." .
- --. . .
-. ". . . - .-'
--. . . -. -
.. --
-
;', '.'
." " ,-
. - .' -. -
. ,
. -". -
. - -. ..
. '. . ...
SPRINGLlNE
UJ
z
2 HAUNCHING
UJ
0-
0::
BEDDING
FOUNDATION MAY BE REQUIRED
CLASS 1 BEDDING
NO. 57 STONE
(DEPTH OF BEDDING VARIES BY PIPE DEPTH)
l-
Z
UJ
:::
@
m
:E
lJ.J
UJ
a.
n:
~
1, TRENCH EXCAVATION, BACKFILL AND COMPACTION SHALL BE IN STRICT
CONFORMANCE WITH SECTION 14.31 OF AUGUSTA UTILITIES DEPARTMENT SPECIFICATIONS,
AUD - DETAIL 5
TYPICAL TRENCH EXCAVATIONI
---
BACKFILL DETAIL FOR SANITARY SEWER
NOT TO SCALE
.
August 2006
Page 5
August 2006
Page 6
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
AUD STANDARD DETAILS
.
6" ClEANOUT WITH PVC
TVVIST-OFF PLUG
RIGHT-OF-WAY
ASP HAL T
PRECAST CONC~ETE VALVE
RING WITH &f8"REBAR
ALONGSIDE
~
a.
10
It
TO SEWER MAIN
PLUG HERE FOR END OF
LINE UNTIL PLUMBER MAKES
CONNECTION
....
....
FROM BUILDING DRAIN
BY UTI ITY
CONTRACTOR
UTILITY PORTION
CONFORMS TO AUO
SPECS ON UTILITY
SERVICE LINE
B PL BING
CONTRACTOR
RESIDENTIAL SHALL
CONFORM TO GA
PLUMBING CODE
LATEST ADDITION
AUD-6
SEWER CLEANOUT
NOT TO SO,tE
II
August 2006
Page 7
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
AUD STANDARD DETAILS
.
, " " .' :
I
Ii. I
,<",. 'T
I
-: J
>i .,;(. ~ I
" ...;' :' .
I
I
I
I
.1
1
I
I
I
I
I
I
I
I
1
k
I',
r. '.'"
L-- i. ';''..',~
:,-..: :".
, ~ .
BREAKOUT PRECAST
OPENING TO FIT OVER
PIPE
t
I
,
,
1
I
I
I
1
1
,
1
1
I
I
/J
/.. ,I
",;,;, " I
./ ".',
...::.~ ~:' :.~
BASE DIMENSIONS
LENGTH (MIN) 6'
WIDTH 6'
THICKNESS 6" PRECAST
:
. NO, 4 REBARS12"'
ON CENTER BOTH
'WAYS
FRONT VIEW
e
24" PRECAST RISER
ADD ADOITIONAL PRECAST
RISERS AS REQUIRED
BREAKOUT EXISTING
. L P>PE TO fORM "VERT
.bij
a.
9
SIDE SECTION
NOT~S
1, CONCRETE TO BE POURED AROUND PIPE PENETRATION FOR SEAL ON OUTSIDE
2. CONSTRUCTION SHAll BE IN ACCORDANCE WITH AUGUSTA UTILITY DEPARTMENT
STANDARDS, LATEST REVISION.
AUD - DETAIL 7
CONNECTOR MANHOLE
NOT TO SCALE
e
August 2006
Page 8
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
AUD STANDARD DETAILS
.
I .. OlA+9" lAIN 12-12' M~'I
. ~~::. >: ::-.:~.:>:" :-.: "
", .' .'-.
. '-. - - ...
- . . .
1112 OF DIA, MIN. t-
COMPACTED BACKFill
~Jit~.~t4~l~t~~t
:Cl ,0.", ' D~ '"
'0 .~~~~..: ....;~~::~.:
]4'MIN
15~ MAX
PLAIN OR
. REINFORCED
CONCRETE
CONCRETE CRADLE
r
CONCRETE ARCH
4'1.111'1
15' M."-.X PLAIN OR
REINFORCED
CONCRETE
COMPACTED.
BACKFILL
24" MIN
e
BEDDiNG MATERIALS ,AS DEFINED BY ASCE
MANUAL OF PRACTICE NO, 60-GRAVITY SEWER
DESIGN AND CONSTRUCTION, ANDASTM
D 3839. SEE SECTION 11.
6'
GRANULAR BEDDING
CLASS 1../<0,57 STONE
BEDDING CLASSES FOR FLEXIBLE PIPE
GENERAL BEDDING AND BACKFILLING CONCEPTS DEVELOPED fOR FLEXIBLE SEWER PIPE MAY ALSO BE APPLIED TO RlGlD PIPE,
REFER TO ,ANSI AND ASTIA SPECIFICATIONS: NO, 57 STONE IS REQUIRED FOR BEDDING WITH I've PIPE IN AlJGUSTA,
. "....
,,:~ ;~. :':'~~.=:::":;':: ~':'.~":."
..: ::'.: '. -'-:" -- . . ..~. ," -." ',"
... .:". -. .' : "". .-. .':
CLASS 2
TRENCH BACKFILLED WITH COURSE SAND 1\ GRAVElS
WITH MAX PARTICLE SIZE OF 1 112",INCL
VARIOUSLY GRADED SANDS &. GRAVELS
CONTINUING SMALL PERCENTAGES OF FINES,
SOIL TYPES GW, GP. SIN 11 SP ARE INCLUDED.
TRENCH BACKFILLED WITH FINE SAND AND CLAYEY
GRAVElS.INCL FINE SANDS, SAND.CL>\Y MiXTuRES,
AND GRAVel-CLAY MIXTURES. SOIL TYPES GM.
ac, SM, AND SC ARE INCLUDED,
THIS TYPE M,ATERIAL IS TO BE USED ."lITH APPROVAL
ONLY BY THE AUD REPRESENTATIVE.
CLASS 3
CL~SS 4
AUD - DETAIL 8
BACKFILL CLASSES FOR PIPING INSTALLATION
NOT TO SC~lE
e
August 2006
Page 9
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
ADD STANDARD DETAILS
.
HOLD DOWN STRAP
118" STEEL
RED-PRIMED '11'/1/16" I.DPIPE A B C
BITUMINOUS COATING
8" 11 112" 2" 83/4"
10" 13 1/2" 21/2" 8 3I4~
.1:2 GROUT
iT 131/2" 3" 83/4"
314" x 24-
GALVANIZED
ANCHOR BOLTS
~I
~.
-l
NO.4 REBAR
12" O.C,E.F,
(MIN. OF 3)
.
1~1
'Tr- 1
l n,,3,.fJ'IMIN,
rr
~
LE-
I MIN, .
SOIL OF SUITABLE BEARING CAPACITY
NOTE: CARRIER PiPE MAY BE CASED PER
AU D - DET AI L 9 DESiGN ENGINEERING SPECS,
CONCRETE PIER FOR AERIAL CROSSING
I
August 2006
Page 10
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
AUD STANDARD DETAILS
.
i-VB"
mrlllllllllllllllB lIIlllllllllllllflllr'lllIlllllllillllllllll!llllllllllllllllll
11iIll1illl1lll1llll1llfi lI!1i $lI1llIl1llll1llll $lI1llIl'1iIll Illilllllllll IIIllllllt
lJiI!lllil IllI IllIl IIIfi II!ll !Ill IllIl IIIll IIIfi IllIl 1l1lHIll IlIlI IllI !Ill IiIllIll1lI
1!?
~
cf,
.
I. I. 10-314" -I -I
'12"
TOP VIEW SIDE VIEW
~ I.. . 10-314" ~I'
C ::~~~M~~~:~M~~~~~'= 1
FRONT VIEW
STEP SHALL BE MANUFACTURED BY OLIVER TIRE AND RUBBER COMPANY OR
APPROVED EQUAL.
AUD - DETAIL 10
MANHOLE STEP
NOT ro SCAlE
.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
AUD - DETAIL 11
.. .,to ... .....
A,
AUD STANDARD DETAILS
FfITlNG ANO EMBEOOED
GALVAIiIZEO ROOS OVER
IN CONCRETE (SEE TASlE
fOR SIZES
usa ME3A><lUGS AND COf~RETE BlOCKING
. NO RODOING REQUIRED
1 11~ MIN. PIPE STR.e,P'M'ANCHOR
SOl TS IN CONCRETE
THRUST BLOCK DETAIL
CLAMPS AND TIERODS
NOT TO SCALE
:<4
6
8
10
12
14
6
.
. EACH AREA (AI2}IS 112 OF
TABULATEOTOTALAREA
:.LOkIJM.~ Of THRUJiIJlLOCK IN CY!:l1C Y AROJ;..
THRUST BLOCK NOTES
1, PIPE ~ 16" DIA CAN BE RESTRAINED USlNG THRUST BLOCKS
OR RESTRAINED JOINTS AT THE CONTRACTORS OPTION,
CONTRACTOR SHALL SUBMlT A BURIED PIPING RESTRAINT
PLAN TO THE ENGINEER,
2. KEEP CONCRETE CLEAR OF JOINT AND JOINT ACCESSORIES,
3.. CONCRETE THRUST BLOCKING SHALL BE POURED AGAINST
UNDISTURBED EARTH,
4, REQUIRED VOLUMES OR BEARING .6,REAS AT FmlNGS SHALL BE
AS INDICATED BELOW, AND ADJUSTED, IF NECESSARY, TO CONFORM
TO THE TEST PRESSURE(Sl AND AlLOWABLE SOIL BEARING
STRESS(ES) STATED IN THE SPECIFICATIONS,
5, THRUST BLOCK VOLUMES FOR IlERTICAL BENDS HAVING UPWARD
RESULTANT THRUSTS ARE BASED ON TEST PRESSURE OF 150PSIG
AND THE WEIGHT OF CONCRETE = 4050 LBSICU YO, TO COMPUTE
VOLUMES FOR DifFERENT TEST PRESSURES, USE THE; FOLLOWING
EQUATION: VOLUME = (TEST PRESSJ150l x (TABLE VAlUE),
6, BE.ARING AREAS FOR HORIZONTAL BEND THRUST BLOCKS ARE
BASED ON TEST PRESSUREOF l5lJPSIG AND AN ALLOWABLE SOIL
BEARING STRESS OF 2000 LBS/Sa FT, TO COMPUTE BEARING
AREAS FOR DIFFERENT TEST PRESSURES AND SOIL BEARING
STRESSES, MULTIPLY TABLE VALUES BY THE FACTOR
(13,33)(P'IS\: ), WHERE: P' = ACTUAL TEST PRESSURE, PSIG
Sh = ACTUAL SOIL BEARING PRESSURE. PSF,
7, THRUST BLOCKS FOR VERTICAL BENDS HAVING DOWNWARD
RESUu.>.rn THRUSTS SHALL 8E THE SAME AS FOR HORIZONTAL
BENDS.
8. BEARING AREAS, VOLUMES, AND SPECIAL BLOCKING DETAILS
SHOWN ON PLANS TAKE PRECEDENCE OVER THIS STANDARD
9, BEARING AREA OF THRUST BLOCK SHALL NOT BE LESS THAN 1,0
SOFT.
10, VERTICAL BENDS THAT REQUIRE A THRUST BLOCK VOLUME
EXCEEDlNG.5 CUBIC YARDS REOUIRE SPECIAL BLOCKING DETAILS,
SEE PLANS FOR VOLUMES SHOWN TO LEFT OF SOLID LINE IN
TABLE.
11, TEST PRESSURES ARE SHOWN IN THE PIPING SCHEDULE,
12, ,>.CTUAL ALLOWABLE SOIL BEARING PRESSURE IS 1500 LBS/SO FT_
.
August 2006
1,0
_1
3,8
5_9
$,5
11,5
5,3
8,4
1"",
16,3
.3
WYE
TEE
NOT TOSCA.lE
BEND
11'4" PL 'fWOOD OVER
FACE OF BOLTS
Page 11
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
ADD STANDARD DETAILS
NOTES
1, DO NOT ALLOW CONCRETE TO COVER BOLTS, GLANDS, RINGS OR NUTS,
2, ALL PLUGS, CAPS, TEES, V/YES AND AT BENDS MORE THAN 11114"
SHALL BE GIVEN REACTION BLOCKING AS SHOWN
3, SUFFICIENT THRUST BLOCK BEARING AREA SHALL BE INSTALLED
TO DISTRIBUTE THE THRUST BLOCK BEARING INTO THE UNDISTURBED TRENCH
WALL IfIHERE IT IS DETERMINED THAT THE TRENCH WALL WILL NOT PROVIDE
SUITABLE SUPPORT,3WALL-THREADED RODS WITH APPURTENANCES
SHALL BE USED IN LIEU OF BLOCKING
4, MEGA-LUGS MAYBE INSTALLED wlo RODDING AS AN APPROVED EQUAL,
MINMUM 0.5 Cu. Yd,
.
L",,, '.0.1 CONCR"" TO " POD":O AG^,N" DNOISTDR"O
TRENCH WALL OF SUITABLE BEARING CAPACITY
AUD - DETAIL 12
REACTION BLOCKING
.
August 2006
NOT TO SCAlE
Page 12
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
Page 13
ADD STANDARD DETAILS
.
CENTEREDlRESTRAlNED POSITIONING FOR WATER MAINS
MECHANICAL JOINT PIPE REQUIRED FOR WATER MAINS,
STANDARD POSmONING
FOR SANJTARY SEViER
.
PULl.QN OR ''''"RAP-AROUND END SEALS OR PRESSURE GROUTING
NO BRICK SHALL BE ACCEPTED
STEEL CASING
DIP STANDARD DEPTH
CLASS 50
~
1. SPACER OPTIONS: S" OR 12'" WIDE SAND
2, .A,pPROVED lYPES ARE CASCADE OR PSI
3, INSTAlLATION SHALL BE lAW THE MANUFACTURES STANDARDS
4. CASING PIPE THICKNESS SHAlL BE PER OOT OR RAILWAY SPECIFICATIONS
AUD - DETAIL 13
TYPICAL ROADWAY JACK AND BORE
FOR WATER AND SANITARY SEWER MAINS
.
August 2006
H
H
II
H
H
H
II
"
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
TAPPING VALVESHALL SEA MUELLER
T-2360 RESILIENT WEOGE~FLX MJ ENDS
OR APPROVED EQUAL TAPPING SLEEVE
SHALL BE A MUELLER H..&15 MJ OR
APPROVED EQUAL. . NO SS REPAIR CLAMPS
OR MJ SPLIT SLEEVES WILL BE ACCEPTED,
TOP VIEW
.
TAPPING SLEEVE AND VALVE SHALL BE
PRESSURE TESTED FOR 1 HOUR pRIOR
TO TAPPING THE EXISTING MAIN. AN
AVD INSPECTOR SHALL BE PRESENT
DURING TESTING. ALL TESTING SHALL BE
IN ACCORDANCE WITH AUO SPECIFICATIONS.
TESTING PRESSURE SHALL BE 200 p.sj,
SIDEVIEW
Page 14
ADD STANDARD DETAILS
AUD -DETAIL 14
TAPPING VALVE AND SLEEVE
.
August 2006
NOT TO SCAlE
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
..
~g
t;-iLtia;
~l;:.!l.'
",.-t1-S
Sil:t
~~l~
i~ If!i.
~li'~
.'U- .*
~~..::
~" "~
~--
.
.
August 2006
- ~'I
.~
[fWlf' . ~ .......~...~... ;
tli ..... .. '. .. '\j.' '5!l~ 9
II i !Hi' .' .,...h~ ....1'
! HI~ .',
ti"" ,
lii ,t
n ~.. ~
'1l<J lll", ...ij
.~. ~u~ rt':oo
il ~S !i
~iligl ~g~
Q:e !:;I, m~ . i~Q)
.~: ~r.;.;$ ,.~ I
!~
t
....
oo
~g J~
* ~ ::='iij!'..PJ'p;
~I:J ~8:f(;
L - . ~--~ 1
~~ 111 rJ!
m:;-..........._____ ;. ,
'.>.~ ---
~1:. !
~
~
5
9
'"'
~
r.
i~ I
jfli
ml;).~
U~
w- ~
u
""""
"''''
~'.~'
~-
~~.
@
Page 15
ADD STANDARD DETAILS
d
I
//
} I
rt
it. .'iO
w'. "\.. .
.~..'."",~~'-'.".' '.'
ilf," . .
'''It' \
~;t~"'.~. ..
~~~I~
8l!~q
~i~~?
~ m-.~:~;',e
I
I en
I
~\
, . ~
. I ..~'
I II
g!11 I ~ n ~ ~
~n~ ~ ~!~~ !i Ui
". i } a->tlg Q E*~ _
rI~ > mUi UUf
:..c:t J U1 ~ hlt,:: .
....;.--. t dJ 1
~ ,2
" ~IO
~l'tl i=
';;}rl
(j'J
\-~.
\ gf
! ~J
.~ \\1.1.1
.13 "g
r: <t
,~ ! \'
rei!< \
i~ l..
'Il~
U
~1;;
m.. ~
U
~8
~i
w~
If'~,
im
':112;
tf ~~.
.. ~It
~ &~
c;g
n
<_...1
...J!
<I
H.
Z!51~
1-'9.
...J1t.
.....,d
.....I~
~r"
....lg
~il>
8iG
u.,1#
~i~
t.)1
.....1
~~_l
cot
~j
. ~;:
I
\0
....... "
.J~
<~
tu~
O~
.....
O~
~.
:;;;!w
ffi~
UJ 2a
0",,;:
tJ &.1....
:::;)~".
.~.~!
o::mu
WJf
~ li'a.
~fl
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
FORD LA04-44, FORD
LA02-440R APPROVED
EQUAL 'I" CORPORATION
STOP COUPLlNGlf8 BEND
Page 16
AUD STANDARD DETAILS
WATER METER TO BE PURCHASED FROM
AND INSTALLED BY AUGUSTA UTILITIES
ANY COUPLINGS OR REDUCERS REQUIRED ON NEW 1" SERVICES
AFTER CURB STOP SHALL BE INSTALLED BY AUGUSTA UTILITIES
METER BOXES TO BE
INSTALLED AND MAINTAINED
BY DEVELOPERUNTIL
RESIDENCE IS OCCUPIED
METER BOXES ARE TO
BE ROME10X19X10 CAST
IRON OR APPROVED
EQUAL
FORD B11-444W OR
APPROVED EQUAL r
FULL PORT CURB STOP
HAYES 5628CF OR
APPROVED EQUAL ,;1"
SERVICE ELBOW
.
FORD FB600-4 OR APPROVED
EQUAL 1" BALL CORPORATION
STOP
SERVICE LINE TO BE
CAREFULLY BENT TO
ACHIEVE 90 DEGREE
ANGLE AT DESIRED
METER LOCATION
SMITH .BLAIR OR
APPROVED EQUAL
1" DOUBLE
STRAPPED TAPPING
SADDLE
.
August 2006
1" SOFT K COPPER SERVICE LINE
AUD - DETAIL 16
WATER SERVICE
NOT TO SCALE
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
METER BOXES TO BE INSTALLED
AND MAINTAINED BY DEVELOPER
UNTIL RESIDENCE IS OCCUPIED
OVERSIZED METER BOXES
ARE TO BE ROME 16X22X16
CAST IRON ORAPPROVED
EQUAL ' . .
.
Page 17
ADD STANDARD DETAILS
WATER METER TO SE PURCHASED FROM
AND INSTALLED BY AUGUSTA UTILITIES
2" GATE VALVE 4067.$CREW TYPE WITH 2" SQUARE
. OPERATING NUTOREQUAL.
VALVE BOX M8cHE2702 OR EQUAL
2" SCH 80 SEAMLESS GALVANIZED PIPE
EXTENDED TOTHE RIGHT OF WAY
2" GALVANIZED NIPPLE OR
.~COUPUNG TO ADJUST TO GRADE
FB 500 OR
APPROVED EQUAL
2" CORPORATION STOP
SMITH BLAIR OR
APPROVED EQUAL
2" TAPPING SADDLE
PIPE TREAD 313
DOUBLE STRAP
.
August 2006
AUD - DETAIL 17
2" WATER SERVICE
NOT TO SCALE
2"90"
GALVANIZED
ELBOW
August 2006
Page 18
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
ADD STANDARD DETAILS
.
ASPHALT OVERLAY COMPACTED
2" THICKTY?E "F"
- 50' IN WiDTI-l FOR TRANSVERSE CUTS
- 'NIDTH VARIES FOR LONGITUDINAL CUTS
.
///~'
/'
/
/
E:" . nF GP.';DED./"
Ac(:;r;;EC4TE 84SE
Oaf/co ACTED TO
\ co;:; r:", Y DEh';!TY
25'
25'
2~" COMPACTED ASPHALTIC
BINDER, TYPE B CAP.
SAW CUT EDGE AND
APPLY TACK
ANCf
_~~wwwwPJPE BEDDING PER AUGUSTA
UTILITIES DEPARTMENT
STANDARDS
1. THIS DETAIL SHALL APPLY TO AUGUSTA UI1UTIES DEPARTMENT BONO PROJECTS ONLY.
2. TOP 10 1/2" OF TRENCH TO BE GRADED AGGEGATE BASE. TOP 2 1/2" OF GRADED AGGREGAT
BASE TO BE REMOVED AND REPLACED WlTHTY?E B ASPHALT BINDER UPON INSTALLATION
OF ASPHALT CAP.
3. DETAIL SHOWS A TRANSVERSE CROSSSECTlON. OVERLAY WIDTH
MAY VARY FOR LONGITUDINAL CUTS.
AUD - DETAIL 18
AUGUSTA UTILITIES DEPARTMENT BOND PROJECT
ROAD CUT DETAIL
(PIPE IN EXISTING ROADWAY)
NOT TO SCALE
.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
Page 19
Cl i i~l! ~i ~II
1 ::l
. .. ...J ~.. !ll;! ~ I,
a. i~~ ~I~ fll ~~
~
l- i; i!1 ~ b5
mi II ill nil i~~ IIi
zo
-~
1-0 u~ i~gl ~~i il!
...JZ
0
CD ~ > ~ 15 d 5~~
Cl ~ .. .. ..
z
Ii:
::i
.
II
~~
:.~
~
z
r
I~
..,.
..:-
~
~~
~~
..I
.
August 2006
AUD STANDARD DETAILS
i
i~ i I ~
n ! ~I! r! L
~~ BRt ~ ~~ ~ ~ ~ g ~
~~ I~I 3~~oh~ ~oC
~~f ~~; d~~ ul ~z d
~i~ g~ P!i; pl. ;;~ 3 I
':~2 ~i! ! ~~~ ~ i b
~m:f ~ -J.. ~~
~I
! ~~
J~ !~ l~
I~ II a~
~~ :;,
;1
~ I~ ~ ~~
i h~ Q ~I
i ~8 2 ~ ~i
.. li~ ~ ; fl~
~B ~ I~
~~ ~ ~ ~~
~
!
, 81
~ ~ ~~
! HI
a .". u...
~ pI
o I i~
... ..:lrii
~2
fil~2ro:r
p~~~
~~;l8~
Z~"'i$l!!
esgd
J!!U!;!~
I~~~j
~ I~u
~,
1=
<J
w
Ul
!:i
:::>
~
J:
I-
~
W
~
~
>
w
en
~
..J
W m
0:: .....
Q; w..J
~ ~<
o Ull:ii
zoo
~....
u. 15 I
~ Zo
..J :::>
~ ~
~
:::>
:::>
()
~
z
o
~
z
CD
~
o
()
.
'It
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
HYMAX COUPLING
I~
SECTION OF
DUCTILE
IRON PIPE -
CLASS 350
.
Page 20 '
ADD STANDARD DETAILS
10' - 0" MINIMUM
.1
EXISTING WATER MAIN
(ASBESTOS CEMENT PIPE)
o~
SANITARY SEWER LINE
IN PLACE OR TO BE
INSTALLED
PROCEDURE
1. CUT AND REMOVE SECTION OF EXISTING ASPHALTIC CEMENT PIPE.
2. REPLACE WITH SECTION OF DUCTILE IRON PIPE CLASS 350.
3. INSTALL HYMAX COUPLINGS MANUFACTURED BY DRESSER OR EQUAL.
AUD - DETAIL 20
SANITARY SEWER MAIN INSTAllATION
(IN AREA OF EXISTING ASBESTOS CEMENT PIPE CROSSING)
NOT TO SCALE
.
August 2006
August 2006
Page 21
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
ADD STANDARD DETAILS
.
..
ENCLOSURE SIDE WALL
(INSIDE VIE'vV)
l
.,~,,....
...
ENCLOSURE SIDE WALL
{OUTSIDE VIEW,
~
\..., ."... \. DRAINAGE PORT
........' \. DRAINAGE PORT
STEP ONE', INSTALLATION Of ALUMINUM fLATENEO
EXPANO'ED METAL FOR THE PREVENTION OF ENTRY OF SMAll
ANIMALS. RODENTS AND SNAKES WHIlE ALLOWING THE EXIT
Of THE DRAI'~AGE DISCHARGE FROM THEENCLOSiJRE
STEP lWO: lNSTAl.LA TIOO OF SOLID VINYL fLAPS OVER THE
AlUMINUM EXPANDED METAl. THE FlAPS PREVENTTHE
WIIlD FROM ENTERING THE ENCLOSURE THROUGH THE
DRAINAGE PORTS WITHOUTOBSTRlJCTU4G THE DRAINAGE
DISCHARGE, .. .. .
OUTSIDE OF ENCLOSURE ~<
FOAM INSULA nON
.
SIDE VIEW SHOWING THE INSTALLATION
OF ALUMINUM AND VINYL FLAPS INSIDE
THE ENCLOSURE
~- ,
'-At!
/I
~
I
'..".m ALUMINUM AND VINYL flAPS ARE SECURED
AROUND THE DRAINAGE PORT,
ALUMINUM EXPANDED METAL
.,,"'.........-'..
VlNYL FlAPS {OPEN FOR FLOW, CLOSED AGAINST
THEWIND)
DISCHARGE
FLOW
1'::::;'
\ OPEN
"
'.....
~lOSE
...
NOTE:
1, ALL REDUCED PRESSURE ZONE ASSEMBLIES (RPZ"s) ARE TO BE INSTALLED ABOVE GROUIID OR INSIDE THE
FACILITY TO PROTECT fROM FREEZING. EXPOSURE TO F~EEZING WILL RESULT IN IMPR"OPER FUNCTIOWNG
OF AN RPZ AND MAY CAUSE UN-REPAIRABLE DAMAGE TO THE ASSEMSL Y
2. SOUTHERN BUILDIIIG CODE SECTlOtl3114.4 ~ FRE.EZING (19114): A WATER, SOIL OR WASTE PIPE SHAll NOT BE
INSTALLEO OR PERMITTEO OUTSIOE OF A BUILDING OR COIICEALED IN OUTSIDE WALLS OR ANY PLACE .
WHERE THEY MAY BE SUBJECT TO FREEZING TEMPERATURES, UNlESSADEQUA TE PROYI510N tS MADE TO
PROTECT THEM FROM FREEZING,.
3, FACILITIES REOUIREING AN RPZ MAY BE AlLO"'"ED TO INSTALL IT INSIDE PROVIDED THAT E1TliER: THERE
ARE NO OTHER CONNECTIONS BETWEEN THE METER AND THE BUILDING. AND IT IS UNLlKEL Y ONE WOULO BE
INSTALLED INTHE FUTURE. OR II DOUBLE CHECK ISI/~STALlEDATTHEME1ER.
4, ALL ABOVE GROUND ENCLOSURES FOR RPZ'4 ARE TO BE SiZED TO THE RPZ SIZE OR LARGER PER
MANUFACTUREffS SPECIFICATIONS, E,G, A TWO-INCH RPZ MUST GO IN AN ENCLOSURE OESIGNED FOR A
W{O-INCH OR LARGER RPZ.
5, iF A PERIMETER fOOTER IS USEO THEN CLEAN GRAVEl.. COVERING THE ENTlRE BOTTOM OF THE
ENCLOSURE MUST BE A FULL TWEl..VE INCHES (12") OEE!',
t, ALL ENCLOSURES ARE TO BE OESIGNED WITH DRAIN OPENINGS LARGE ENOUGH TO ACCOMODA TE A FULL
DISHARGE OF THE ASSEMBLY.
AUD DETAIL - 21
DRAIN DETAIL FOR RPZ BOX ENCLOSURE
NOT TO SCALE
.
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
ADD STANDARD DETAILS
CARSON IND. SERIES 1730D BOXW/COVER
, . (OR EQUIVALEND
USED FOR ALL ASSEMBLIES 2" AND SMALLER
6" MIN, TO TOP
OF GRAVEL
t
DOUBLECHECK ASSEMBLY DETAIL
TEST COCKS HillO
VoIITH BRASS OR
PLAb'T1C PLUGS OR
CAPS
.
SEE HOlE OETAIL~
(BELOW) ~.'"
PIPE CUTOUT HOlES MUST BE
LARGER THAN THE WATER LINE
AND SEALED V.UH EXPANSION
FOAM ORSIUCONE Ci\l.lLK INSIDE
AND OUTSIDE THE BOX TO
PREVENT DIRT AND WATER FROM
ENTERING THE BOX,
HOLE DETAIL
INSIDE VIEW
BACKFUYW ASSEMBLY
SEALED WITH EXPANSION
FOAM OR SIUCONE CAULK
ON BOTH SIDF..5
i
/
!
!
f
'~H
BALL VALVES rosrnoNED SO
TilEY CAN BE OPEN FULLY
AUD DETAIL - 22
DOUBLE CHECK ASSEMBL YINSTALLATION
NOT TO SCALE
.
August 2006
Page 22
August 2006
Page 23
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
ADD STANDARD DETAILS
.
WATERLINE AT 90 DEGREE
ANOLE TO THE GROUND
SEALER BOTH SIDES
-ef<~1S"MIN.
PIPING ALTERNATE #1
SIDE VIEW
PIPING ALTERNATE #2
TOP VIEW
WATERLINE AT 00 DEGREE
ANGLE TO.THE GROUND
SEAlER BOTH SIDES
'.
.
,.,;-""
-.'...."
''''''''-':::~'''''''''' .
SEALER 60TH SIDES
PIPING ALTERNATE # 3
TOP VIEW
PIPING AL TERNA TE # 4
TOP VIEW
NOTES:
1, ASSEMBLIES SHOULD BE CENTERED IN THE BOX TO AlLOW ACCESS FOR TESTING AND REPAIR
2, BOX MUST NOT REST ON THEWATERLlNE.
3. ENTRY AND EXIT POINTS OF THE WATERLINE MUST BE SEALED ON BOTH SIDES TO PREVENT ENTRY
OF WATER AND DIRT. SEE DOUBLE CHECK ASSEMBLY AND HOLE DETAIL.
4. MINIMUM CLEARANCE TO BE MAINTAINED;
- 8"-18" TOP OF ASSEMBLY TO TOP OF BOX
- 6" FRat,,! BOTTOM OF DEVICE TO TOP OF GRAVEL.
5. A SMALLER BOX MAY BE USED, WITH PRIOR APPROVAL OF THE INSPECTOR, IF SPACE RESTRICTIONS
WILL NOT ALLOW INSTALLATION OF THE 17300 OR ITS WQUIVALENT
AUD DETAIL - 23
DOUBLE CHECK VALVE
ASSEMBLY VARIATIONS
HOT TO SCAlE
.
August 2006
Page 24
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
ADD STANDARD DETAILS
.
STANDARD BOX
~//~
/
..",~
BACKFLOW PREVENTER
CENTERED (L"R) lF
POSSIBLE
GRAVEL 6' MIN. DEPTH(CLEAN
AND COMPACTED) FROM LOWEST
POINT OF DEVICE INSIDE
BRICKED OR BLOCKED AREA
BOX CAN SIT ON BRICKS OR . -.-
BLOCKS PORPERL Y
MORTARED IN PLACE WITH
ANY HOLESFILLED
INSTALLATION #1
EARTHEN LEDGE
(UNDISTURBED SOIL
2" - 3" WIDE)
.
IIW
~/
If
! I i
LEDGE. DETAIL
THE ENTIRE BOX CAN BE SUPPORTED TOP VIEW
ON COMPACTED OR UNDISTURBED
SOIL (SEE LEDGE DETAIL # 6)
INSTALLATION #2
COMPACTED !:ARTH
'",- THE ENTIRE BOX CAN BE
SUPPORTED ON COMPACTED
OR UNDISTURBED SOIL (SEE
LEDGE DETAIL # 6)
'NOTE:
OTHER TYPES OF INSTALLAllON MAY BE
NECESSARY DUE TO VARYING FIELD
CONDlT10NS, CONSULT WITH INSPECTOR
BEFORE INSTALLING
INSTALLATION #3
AUD DETAIL - 24
DOUBLE CHECK VALVE
FOUNDATION VARIATIONS
NOT TO SCALE
.
ENCLOSURE: HOTBOX OR EQUIVALENT BOX
SIZED TO ASSEMBLY SIZE 3/4" TO 2"
'-
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
ADD STANDARD DETAILS
.
TWO PIECE BOX
,///,;,~ll<:>""
/ / I' ".',
/ / / I "'~~>..
""...." / ~/ I . ,
, ",,~,>>~
1/,( { /~>"",~L. //.:%;j
", " 11(}:r"" . ", . / / ,
, """<",.' ~r~:''::-'., / ,/ . ,
/,",," \JX <.,t /1 ,
~~, .~<:~" )"/~( " i
<;>~ ,,,-,,jt?'..,, ,
"'<~'-^'" '...-...y, /~~>
-, >, 'I!f!!:" /
> "'~:::::"~:~~ ~J:;::>"//'
NOTE: BOX SHOULD BE HEATED OR
INSULATED TO PROTECT FROM FREEZING
FIBERGLASS
SHELL
FOAt,A GASKETEO SEAL
INSULATION
STANDARD COLORS:
- WHITE
- BEIGE
FIBERGLASS SHELL
.
SIDE VIEW
OF LIP SEAL
PHYSICAL PROPERTIES
,75
1
1.5
2
3/4" -I"
314" .1'
314- . 1112"
1114"' 2"'
II"
13"
21"
13"
It~SIDE L'<SlI)E INStJUI.ll0N DRAINAGE
..\l'JOTH HEIGHT "R'"VALUE CAPACrrY
19" 22"' lMl 100
'J.T' 23" B.O HID
JJ- 23" B,O 575 GPM
J!I' 35" BD 575GPM
MOOEl NO.
tP.S.
INSIOE
DEPTH
FEATURES
RBERGLASS CONSTRUCTION, DRAINAGE CAPACITY (RPZ) DEVICES, ENGlNEEREO HEATER SIZING
(pROTECTION FOR .JO' F}, TESTING I MAINTENANCE ACCE SS. GROUND ANCHOR CAPABlUTIES AND LOO<A!lLE UD,
AUD DETAIL- 25
REDUCED PRESSURE ZONE ASSEMBLY
INST ALLA TtON
NOT TO SCALE
.
August 2006
Page 25
AUGUSTA UTILITIES DEPARTMENT PROJ # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
.
.
August 2006
~ :'~
i P
'Ii' 5
t:~~-
p~.'.."
!<>I~
\;1-:% ....-'"
..,iii~~
;J~.... l'I:l!i
~~l!"
Q_:,u,::
~,,~""
~_~_,;r:-~
~i~~
~Sn
L-"""
~
i ~ :<;1
t:~():
B~t=:.
..~@j
Ilk
~
("
~!
~!
B~
~I
j8
ii
~~
"""'-~
~n~
~Q$
~~:8.
--....~~1
:i
:i
Ii
3
~'
!
5'
!
,:)
-..'\
~
~
e
ch
o..,:-~
~n
..$'"
~~
~!ii
O!<ta
"g"
~n
UU~
u
..s
~.;
I!;
=~~
~~~
a j
l/,... llo
U "
'\'J;;f
n
l>
..
p\..,.; 1."I'.~~i-.-:./
!I~ r~..'.....'IJ\,' .
- [}.,
~_::~ ',-
,~
'~
!!l
~
'7<'
:x
:M
,0
~
B
u
....9' o:t
~~ lh i
~j I! ~
h~ l~
~~ b~
~ .lii;~
~ ll~
Ilk
~'. u
i 111"
/Ii . Ii:!
E ~a
5 r2
~
:<\
s~l ,^'
U~
,ill!
'~
Page 26
AUD STANDARD DETAILS
I
h
!i
h~
h!
~~.~
,~,~.~
i ~.i..~.
h i:i~j:
~,~i; t:.
;j;1:_~'iM,n:
t!tt_:~
un
.~
a
t;
!
5
ii
! 5
~~ Ui
'" ~ '~~i}
~"'~u2~;:
i ~ ~,l.' ~1.1,
!l;i ~~h
h.-.~',,~., ~ i3.~.
~U!';(!=:U.~
il.J $ :2., ~. ~.~.
..;~ 0:, '~~il,e,e
III Y" - .
b ,
%... f'+
~
N
~
;:)
j
ffi
(O~
NLU
~ ~ -JI ~
~ 0.,. '. :((...... g
LU5:l:W~
ClOok
o.oJ Z
.:::l~
<(U
~(
IJ:l
-l
<(
U
c:
"~
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
It
..
1-
l't1Q
o~
~i
~.~ ~
~~'.' 9
~i 5
2" "
I~ E
It
!l..' .'.~.
il'"
Sli~
..."It
1Ill!1li
.....R....~:~
b~a~
ilnii
Ulli IJ
~..E..~i-...~..' ~....~
;'l.~ 'I:; ~f'
~a !"jii
...... Ii
I
August 2006
\
'5_~
'-"!!<
s_~,
10
~
~
'"
,.,
. l'11
'L:
.if
~t
ttiZ
a
'1
il!li;
c~
5~
..~
~,
lt~.
II
!~
!~
..~
fi
till.
ilg
~'
5
~
d
~15
s:ilt
9Sli
i
It
sl
!~i
ill-
~
j!7t.
;~.'U'
~ll
~g
::J
III
'~
~
~
~
o
~
rt::
~ie~ ~
lii- ~
U !i~; ,g
~l!~~fi ~
!!t;~! ~
~.. ~ r:~ N
~I ~f~
ir I n
.~.
ti
~
I
~
::J
~
~
~o:::
J~~
<i:o:~
~f:~
cr;:a
ClUJ'"
~~
:5
o
~
~
ADD STANDARD DETAILS
;
e
g
i
!i
..
!:.'
;
B
~.
,~
a;'
5j
Ull
t ~I .
r
$f
R
i!
~ '
~-
~
5
e
!ll!
. !>5t,
"
,~
-
d
ll,
~;
. ~,
,Q
;'$
VI
'€
1
<II
Page 27
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
It
INSTALL '^1Th
MTtilMUM
ClEARp,J--JCE OF
12" FP.OM THE
P-ORT~ FtDOR.
00 GRADE.
INSTALL FOR
ACceSSIBILITY ~
PROTECT
FROME
FREEZlfJG,
MAJORITY' OF
LOCAL ceDES
RESTR1CT F-IT
IN$T-~l.l.ATIONS.
I
August 2006
..mATER
t:r MJN. /
i
I
j;
-.
Page 28
AUD STANDARD DETAILS
HEATER
',-....... ELECTRICAL
OUTLET
FOOTER (TYP,} AUERNA TlVE IS 4' X ~'
CONCRETE FOOTER 0;:: 4'"'THlC-K. rou.
CONCRETE SlAB
R.p.z. INSTALLATION DETAIL
NOTE: BOX SH."ll..SE HEAT'EO OB lNSUlATEO TO
PROTECT FROM- FREE'ZING
TYPICAL ANCHOO
(OlJTSlOE}
~1TH ADEQUA'rE FOOTER ANCHOR
ANGLE MAY BE MOUNTED r,jSlOE
ENCLO,SURe:
FOOTER OR CONCRETE SLAB (R.P,Z, BOX)
NOTE; IF A PERIMETER FOOTER 15 USED THEN THERE MUST BE GRAVEL COVERING
THE-ENnRE BOfrOM .oF THE ENCLOSURE A FUll.. TWElVE mCHES DEEP.
SIDE VlEW
FOOTER OR sLAD
slOe VIEW
FROTECTn/E
ENCL.OSVRE
30"MAX.
12" M1N.
---r
REDUCED PRESSURE BACKFLOWPREVENTER
314" THROUGH 2'
REDUCED PRESSURE BACKFLOW PREVENTER
2 112" THROUGH 10"
SUPPORT (13M
ANO LARGER)
AUD DETAIL - 28
REDUCED PRESSURE ZONE
ASSEMBLY INSTALLATION
NOT TO SCALE
AUGUSTA UTILITIES DEPARTMENT PRO] # 808000015-5425110
NIXON ROAD WATER IMPROVEMENTS
.
I
I
August 2006
Page 29
ADD STANDARD DETAILS
~
I~~.
"
.
lU
i
tr
wel
i5~
z:t--
'"~
M~
ffi.!i'
~ ill'
oit
ulll
'aiM
~ ~,;x
-co.
...... w 0
I ~...~ 'i. '.
.~ ;!l~
;?\iil
~
if
2
Ii;)
1..--........
...., .
t:
#
i~!
~ti ll...
Ii n~
il ~u
u
II
..'"
~,
'-
I
(~
ff~
~ii
"
,..../)
i i
I I
"~ II
~ Ii
~3
<a f
~.,I
g~
~ll
1,1
sr
-s "..I
iii ~."
I..~.'~.
=h
~i<u
i ;III
i ~U!~b~92
e lM!n~~ ~~~
o
'~ Z.',.,l- ~'* ~ -.;
..
11"
ltti
~~
~;.-~
Ai!
~~
1111
:<ill
Q
...
~
11
~
~
g
~
i
n:
~
w
o
0)'0::
N.W
'+,
:!.. z ~.'..
~ww
.~..~~
On:
:::IltJ
<t:.:J
~
ii:
~