Loading...
HomeMy WebLinkAboutRaes Creek Sewer Replacement Augusta Richmond GA DOCUMENT NAME: ~Q~S cx-eex- se~ '(e.t)DCern:::rrr- DOCUMENT TYPE: LDD-T\ QC-r YEAR:'C\\ BOX NUMBER:D-\ FILE NUMBER: \~5or~ NUMBER OF PAGES: ~1 .. .. .... ~ , . ';, .~. .~~ .~ ... "; ........... , -:1-- :,::, ~ ,/:,~ '>~'~':' 't,.;.., ",'~', '. ~ I . . ,1 .;. r ~. -: . . - ~ ..:. ~."':'. " ,.::0., .,'" . :'I"'::':~:,<:(" ", .-: ~ }: -. ',1< , -~ . :.:::~. ..... '-.' ~.. ,'" l"...,': ';.:'~: ......,. . . .', ~ :..' . ...1 . <l'~'.'" ::":'~ :'.:,{' .. .,' :>~~ _.;f .. ~" 'I ' - " ...-,., . .~. " . ~.: ~.t.. -r :" I. .', . .."0/: , ....... .. .~ " ....1 ..:" 'I.. . _~ '" 'I..": 4~: ;:. '. " ~. J .. '- ~ ': ~ .' -.; :~,;:,:,~');.:,~t':.- ;" :'1,.,",,'," :.. >-/:' ( ., .' p .' ,J,.:.:-:,:~~~;. .~..,~~. ~- ~~>. ..\ ~~~.:; -;;, ~ ", , \ . ".' ~:~~ :. ... '.If~'-' :,' 1:<';"': . . - '.' ,"t':'>,.. ". ,.0" .. . - of " .'~.# .><::~. . '. '... , , . " , ,;.- "1,' , . . ~~ .~ ...: .. ....' f ~ ..:.... '. I".' " :;:~\:' ~. "..' ,..../ : "- . 'l' -_ " -J... 'l .. ';J., '. '"' ''i,;,. ;, ,', " , . ~:.ol ;.;:: .'.;>-" . .. '... : -j-.. - . . '," \. ... '~'" :/".- -,. ..:- , " " .~; !,'-~' -~ '..-. ': -." ,",;, ;! ': ",' ' -: .... ~ . "'. ~ .'~,~. t . .J. .' . - ." t ". . ,< -- ':"- .#.'.~ " t '-1.- . ~l" =... . to. . <"-_., '...._L "'. .;' .' .' -./. '\ . ~. ",::',.' , " ~ >--. ..; .. t.I."-,, , , . '~ , ' T-'-, " ~" " ...~ ',. = ~'::l~' ~. ,'. '~ ':~" . '" . , '. ~',~ " ..;. ~. .~ ..... . .:( ,1,,;". >,.\ /., ~', ... . ..'~.<J""( ~::, ,~ ,-.' ..' ,1" ,:!II,,--' . . ~: 'J'" ~'-- .-.. ...~ ,.;,_ ~ t.,' -.', ',' . .: :t., ~ ',' : ' . '.'1'," " :.... ': >. :,'" ,-': , ~'-:'" :r: ".' - \. ," , ":: :, .~!~..\-. ,', ". ~,;'. ... . ,. . ~{ ,,' , ,"I" - , , ~.. ~ \ " .. );.. ('... - ' ;,:\ .... 'I- . - , . " -::.' .. \." "j'_'-' -,,,,,,''';1'' .',.--, 'J <((,',:-,;,{,..." 1.;. :";';::' ':; '-'- \ . '.... r~' .":.-:,,' ~: r .. "'.. . "', l: . " " .~. . .', .. . l.. ...r 1>,' ,'f'" ','" ..,..( '.. (;. -";..,;' ~ ,,:.;... 7 ~.;~. . ,".1. . ',_ ",', _~"... _, :; ~,'., ',,',,:',_,' ','_~, '.>, .:.' :I~:;," ,,0-,,; t_;., ..' ':.~'Ii .... ' :.'1 :,'; _ I , .. . .~' " . '~ , #.. . ,. . ".,. ,..., '.: f" \ '-,f:'; .. , .. . ..' )-0- ., . t... . . \ . :1_' .._~""'" t' ...~, #. , ",'~:,- :'('''' " , :,' . ,;,'~, .,' ,:':<;--"i<<~~:.:'-",;:>~,";;'::::-: .;", ','".' ,1'.:..-.', "..\,~ . ~" , .-)., : l _:. ',.. ,.... .,.'. " ";:~'...:..",,:,- ',t..:'.' '~.:/ ..... . \.......~;' .,' """:" . , ',:,'" ':-, ;;.'~;;,r-:;,..,;.:,'::_::',,_',",..,,',~.,:,_'.;\'.'.',.,';,.,":~;[;~~,.::.:~:,:cV-::;' " '.... < :>':,,' ',:::'.,',_,':' -,' "':'~, . ., . ,.'.. -1 .,~.:,',~~.,;.'...' ',~,,:: . " ','i- .::. '. ... ~ . . , ':..t" . ,.". ': ., __,_ .::4.,."":.",', -_'J' .," ...i-:' ,~~...~ .. '.',': l' ' . '- 'l-'- "~".; t. . l' ... . ,>::-" ,~:::':~'~~\ ::,~ :',:(,,',::::/~..\..~, ' '~; . "::':-:;':", ..:~~. >. ,,:'..June :1997>,>.,.',..:,:, , (: ,.#<, ~', .' L, ~. '.\', ," ..~. ~", '. .', .~. ~",:"'.~ _~ ( ..:~"':..', :;' :':.'.;:~ :' _ . '~:':' . J;. .....". ~.r ~ - ". __ '.~ ' ' ~ , ,. "- ~ ~~\~,..... ", ",":~rrJ~ic,~~4;~ ::E;~"~',i.\':::;~,", '..' ?'~ Y: ,:',r ',' ":,' ,,' ,".', ""," ," , ,: "',-"; C', ,C'", <c" ::'c':',.' ':< C, ,"c"':" c, ,.,0".: , '"',''' ',:, ..' ,., ,,,' "..', " -": :'::':;:'" ::_[.::_,"".."P~:~~~,,:"~,'~E-' It:,:, ' 'r, ;A4btri~'(f:~:~IA<' \!'" i;" ',;, .. 1IiIi.. '~E 'N ~G I..N':E'.:E, R ~s' ' " ,"':',~ - ,,", ''''''_~'''''''i:''-',:'.,'J~H"O~'~,-?06,},7_,,~4-5,627.-~,,;~,,: "'~" _ . _,,_."_ ,',.". '<:'-,k.' '; ~~:,:,:"""';;.,~',-' ,."-,' ',",", ", '<'"",:;",','::,'" ,:,' ,,-. - ,':", ',..-.,,-'...';--. '",",," -'. ,,'" i.' ,:':, ,~< ..'.'.. :;: '. ">~:.).Z,.I~M;M'.~E'R~M;A~~(~' 'E::v,'A; N' ~,'-,A 'N',D. L E:(J~P d L-D':__~::'JNJj::, -,,"" ::, ."I'~ ~>::_ ~:.-, ':~'~;:"',;y:-;,. .>-;_<\:::c,..::::~",.,r,:,,',~>,,>>'~;",::~~ "., ."",.~:~}~)~~::~.,:~~"':"'~\' /.O::,~7 '.'~::' "":'~:,_: -[;ij,:~Y, :' ~~:'~'~"~".-,' '~, i. ~. "'.:~'::-,~:~",.,'.'."_,,,. .', " ~, ,_ _..":;...:,.....>""_,,;,:,'_,__1(,, ',:'- '!.:.\.~.:A'J'.;, ,'::' ~,-7F6 '. ".;.::_~,-;.:," ", '''i\.'','';~"'''::'''' -~ ,::.. c.' ,:,_,',"'.;', ,". " .,' ,,_ ~""-'''.' ,'>j;._ f '. .' ~' -to . ....~,.. ,. , '-.'...... 'I'~' '.. , ,"- .('-- ."....' --'r. '} -,,' -, -",:;,'.',..,;,'_:,'..,:." t, ",', '--'., ," ,..:,-.:.;'-,;'".,~~: :,,'-" ",..:,~,:~..;~,..,..'..,~~'\'~-i. ... r. .....;.,..w. ",J "~'''.~I. '.' ,~'.~": ',.-,::_:~'!.~. .' .~:.'. '~" ',:',.' '.,J-l.... : .'~' ..... '.-1'-" ,~;_.. .. _. . ~ t. ~". . t;.., ',",.,':-::t'.';~,;,:,'.',,",_,-.;-. .<~; ~,_~r:_,,~..,,:~ ~,-!: ''''>'' '" ~ '.' " /:---:'......:;~;..:.': ~ ,:'::-":.','; ., 1,-' .f,' .... ". ~. ~ ... ~":.'-:,-- .....:,:.... '''t~.~'l ';,il-.. ........~. '~. ...:_ _ .; . .... .r:<......: ': /.' . .' . :. .; ,,'.' '.. ,- ,.,. .r.~ . :.. . "l '.~~ _._ 41 . ~ _: " :" . >.", r :.", "'.:~'- ',- .: .... .~.' - ' , , :~";:' " .': . ~., ;. ..... . .'. .: ~' :.1, ._:-.,"..1 . '. t ' . . J t;"'" '..1.:; 'i' '-. '.... ",,',1"': ';:":.,' :._,'.,l~. . :' ,._.l.._". . .....~ ;.';'~-', -' t~. ._ >-,' .....' . '(' ,. ','" .... ;:- ~ l ., ',. " .... ..... .. ,. -'-' ",,', ..... '.,. ~ , ~:' .. \ . ~ '.' - " ''']-. : 1,;.'- ,.,,[ '" ,~ '..' '-'t"; ~'~r.:'" ....... '.'-. .'.1'. : ....-.., - ~ . , I '.~.i ' -.. , ,';? +'. .... ~: . '.. c ~'.' , '. ..~.. ". .-: .~ t ....;~..~' \ ( . I . ..... l":: ,:.: ._-':.'- ;'1,,'-"'-'- ;,:,~- , .~ , ., ..:: ~ -.. -t '. .~ ~ ; ~. .. '.: '...':. ,\.. " , .,',1- ......:.. , .'.'. ,. "'~ ~.:. ; .~,~ . ~ '. " .' <- .'_ . ;_' ~l: ~'!' ~:;\ . -!,. ~" . . . ~ ~ r> '~;:' :~" \:. ';O..~ " l". ". .. "'1"- .',',' - ~.."r:/:- .',:'.~' ;':'" . - . ...'.. '.,"- . ' I '. . _ . ~ :.. '..-. , ..' ~, ' : r.~'.~ ... , "~ "t,. ". ' /:j:~:~'\ .: -: .:- ,\. '.:-,'..:'.. -I: '1'" .: .....',.. r , ". ~ ~ 4~" . , ' "~;'> ,")" :" :', '\. .' ,c ~ .....; \..~-~~~l PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Lilburn Insurance ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 7 COMPANIES AFFORDING COVERAGE Lilburn. GA 30226 INSURED COMPANY A AUTO OWNERS INSURANCE COMPANY Gary's Grading & Pipeline Co.,Ine 3113 Westbrook ~'race COMPANY B HOME BLDRS ASSOC/GA MUT. INS. CRP /PCp. COMPANY C , Lawrenceville" GA 30244 COMPANY I D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DDIYV) DATE (MMIDDIYV) LIMITS OENERAL LIABILITY X COMMERCIAL GENERAL lIABllIlY CLAIMS MADE !XI OCCUR A I--- OWNER'S & CONTRACTOR'S PROT X XCU INCLUDED 48263662 GENERAL AGGREGATE $2.000.000 PRODUCTS. COMP/OP AGG $2.000-.000 PERSONAL & ADV INJURY $1.000.000 05/12/97 05/12/98 EACH OCCURRENCE $1 000.000 FIRE DAMAGE (Anyone fire) $ 50.000 MED EXP (Anyone person) $ 10.000 COMBINED SINGLE LIMIT $ 1,000.000 BODILY INJURY $ (Per person) 05/12/97 05/12/98 BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ AUTOMOBILE LIABILITY - X ANY AUTO _ All OWNED AUTOS X SCHEDULED AUTOS --'- A ~ HIRED AUTOS X NON.QWNED AUTOS ~ - 96-413-617-00 ~RAOE LIABILITY ANY AUTO '-- AUTO ONLY. EA ACCIDENT . $ OTHER THAN AUTO ONLY: EXCESS lIABILITY A rxi' UMBRELLA FORM :=i OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 48330989 05/12/97 05/12/98 EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE $ $ $4.000.000 $4.000 000 $ B THE PROPRIETOR! PARTNERS/EXECUTlVE OFFICERS ARE: OTHER R'NCL 034-04135-000 EXCL I ftJ'fJ~~JNs I 10J~' EL EACH ACCIDENT $1.000.000 07/01/97 07/01/98 ELDISEASE.PQlICYlIMIT $1.000.000 ELDISEASE.EAEMPLOYEE $1.000.000 DESCRIPTION OF OPERATlONS/lOCA TlONSNEHICLES/sI'ECIALITEMS THE CERTIFICATE HOLDER (OWNER) & ZIMMERMAN, EVANS & LEOPOLD, INC. (ENGINEER) ARE NAMED AS ADDITIONAL INSURED. JOB: RAES CREEK SEWER RAPLACEMENT #97-160 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE AUGUSTA-RICHMOND EXPIRATION DATE THEREOF, THE ISSUINO COMPANY Will ENDEAVOR TO MAIL COUNTY COMMISSION ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 207 MUNICIPAL BUIJ:"DING BUT FAILURE TO MAIL SUCH NOTICE SHAll IMPOSE NO OBlIOATION OR LIABILITY AUGUSTA, GA 30911 OF ANY KIND UPON THE COMPANY, ITS AOENTS OR REPRESENTATIVES. AUT~~~ ~--'~~~~1l1i'R I, i:, I, I I I I I I I I I I I I I I I I A,UGUSTA - RICHMOND ,UTILITIES DEPARTMENT RAES CREEK SEWER REPLACEIvlENT A.UGUSTA NATIONAL TO BOY SCOUT R,OAD CONTRACT DOCUMENTS June 1997 Project 9410 PREPARED BY 2EL 435 TELfAIR ST. AUGUSTA, GEORGIA ENGINEERS PHONE (706)724-5627 ZIMMERMAN, EVANS AND LEOPOLD, INC." I I AUGUSTA-RICHMOND UTILITIES DEPARTMENT I RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD INDEX I ADDENDA 1THRU 5 ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS PROPOSAL BID BOND NOTICE OF AWARD AGREEMENT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF OWNER'S ATTORNEY NOTICE TO PROCEED CHANGE ORDER GENERAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS: I -I I I TITLE '1'1 - SITEWORK '1'2 - EXCAVATION, TRENCHING & BACKFILLING '1'3 - CONCRETE '1'4 - SANITARY SEWER & APPURTENANCES '1'5 - RAW WATER LINE CROSSING '1'6 - GRASSING '1'7 - UNDERGROUND CROSSING OF HIGHWAYS NO. OF PAGES '1'1-1 THRU '1'1-5 '1'2-1 THRU '1'2-7 '1'3-1 THRU '1'3-2 '1'4-1 THRU '1'4-8 '1'5-1 THRU '1'5-6 '1'6-1 THRU '1'6-4 '1'7-1 THRU '1'7-2 I I DRAWINGS: I NUMBER TITLE I COVER LOCATION MJI.P AND DRAWING LIST 1. Raes Creek Sewer Replacement: Manhole #1 To Manhole #8 Sta. 0+00 - Sta. 11+58.30 5. Raes Creek Sewer Replacement: Manhole #29 to Manhole #36 Sta. 61+11.74 to Sta. 74+56.65 I 2. Raes Creek Sewer Replacement: Manhole #9 to Manhole #16 Sta. 13+88.30 to Sta. 29+73.02 6. Manhole Details 7. Manhole Details I 3. Raes Creek Se~er Replacement: Manhole #16 to Manhole #24 Sta. 29+73.02 to Sta. 45+50.00 8. Sanitary Sewer and Misc. Details I 9. 42" R.W. Line Replacement Plan 4. Raes Creek Sewer Replacement: Manhole #25 to Manhole #29 Sta. 45+50.00 to Sta. 61+11.74 10. Erosion and Sediment Control Details for Utility Line Construction I I I 9410.ind IND - 1 I I I I I -I I I I I I I ,I I I I I I I I .~ , ADDENDUM NO. 1 9410 TO CONTRACT DOCUMENTS FOR RAES CREEK REPLACEMENT SEWER AUGUSTA NATIONAL TO BOY SCOUT ROAD AUGUSTA - RICHMOND UTILITIES DEPARTMENT ZIMME~~, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - December 5, 1997 SPECIFICATION SECTION T4 - SANITARY SEWERS AND APPURTENANCES: Page T4 - 4 & 5 Precast Manholes; Connections to Manholes: Tindall T-series manhole bases with ASTM C923 boot connections will be considered acceptable when provided with a grated aluminum landing and connectors as needed for secondary pipes. Joints in the manhole risers shall be set with a preformed plastic gasket and sealed with cement mortar. EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 BY ATTACHING THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS N~D NOTING RECEIPT OF SAME ON PAGE B-1 OF THE BID. END OF ADDENDUM NO. 1 ZEL PROJECT #9410 Addendum l,doc I .' I ADDENDUM NO. 2 9410 I TO CONTRACT DOCUMENTS FOR RAES CREEK REPLACEMENT SEWER AUGUSTA NATIONAL TO BOY SCOUT ROAD I AUGUSTA - RICHMOND UTILITIES DEPARTMENT I ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - December 10, 1997 I SCHEDULE OF PRICES: I Bid Item 43: This bid item is also to include a blow-off at the low point of the line as detailed on the attached drawings. SPECIFICATION SECTION T-5 RAW WATER LINE CROSSING: I Page T5-5: The manhole frame and cover for valve boxes shall be Neenah #R-6060 (24" diameter) in aluminum and with bolted cover or shall be a comparable product. I Page T5-5: Add the Following Paragraphs: SMALLER VALVES I Valves 14" and smaller shall be iron body brass mounted underground type gate valves conforming to AWWA C500 and shall be furnished with restrained mechanical joints. Valves shall be designed for a minimum working pressure of 200 psi and a test pressure of 250 psi. Valves shall be installed in valve boxes and shall be non-rising stem type with 2~ square operating nut. Valve boxes shall be Clow Figure F2450, Mueller No. H-10357 or equal. An 18" square by 6" thick slab shall be cast around the top of the valve box. I I FIRE HYDRANT I The fire hydrant shall be cast iron, fully bronze mounted designed for 200 psi working pressure, and shall conform to the requirements of AWWA C502. Stem and barrel extensions shall be installed where necessary to bring the hydrant to an appropriate mounting height. The hydrant shall have a minimum valve opening of 5-1/4 inches, and shall be equipped with two 2-1/2 inch hose nozzles 'and one 4-1/2 inch pumper nozzle, with National Standard Hose Thread, and shall be Mueller Improved Type No. A- 423 with oil reservoir, or approved equal. Each hydrant shall have black enamel paint finish. The hydrant shall be set plumb and with restrained joint connections. Earth fill suitable for backfill as previously defined, shall be carefully placed in 6 inch layers and to 3 feet on all sides, or to the undisturbed face of the excavation. Not less than 7 cubic feet of crushed or broken stone shall be placed around the base of the hydrant to insure drainage. The interior of the hydrant shall be thoroughly cleaned of all foreign matter prior to installation, and after installation each hydrant shall be operated to assure proper operation. The auxiliary valve and fittings shall have fully restrained joints. I I I I I I Addendum 2.doc I I I I I I I I I I I I I I I I I I I Page T5-6 Payment for the 42/1 raw water line is to be lump sum as indicated in the Schedule of Prices and shall include the blow-off complete with valves, piping and hydrant. DRAWINGS: Supplemental drawings as noted, are attached at the end of the Addendum for the purpose of showing the blow-off connection: A2-1, A2-2. DRAWING #9: The note "42/1 D.I.P. M.J. x FLG./I in the lower left hand corner of the drawing needs to be moved to designate the piece of D.I.P. inside valve box "B/I between the sleeve and 42/1 valve, and changed to read "42/1 D.l.P. P.E. x FLG./I EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 BY ATTACHING THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS N~D NOTING RECEIPT OF SAME ON PAGE B-1 OF THE BID. END OF ADDENDUM NO. 2 ZEL PROJECT #9410 Addendum 2.doc 811 !~ ::0 ITl (/) ~ --- > Z ITl 0 ~ ITl 0 I > Z n '. > , c... ITl - " 0 o~ > Z f' . ;;l -j ::oX CXJ 1Tl0l ~ 0 0 . , X Ol L ~ . -e. -0 'ij ITl .' >:;:0 > c> c grrl ~ en (J) ~ ~(') )10' :;:01 (J) Z rrI al "., > rrI 2 o :::i ^ I: ::t ~ (J) ~ o>rr10 zr-~c d:::O E > CD:;:o:::l NOrrl~ I ~."S! .- en s: l.ij ()~ > g~I;o ~rr1 :oZ ?-t -4 ~~ CD5 01Tl (/)0 VI ~ N . Q -0 'ij ITl co o -e. CD ITl Z o .' " \ 00-00 ::0000 >zcz -n::on Z::OITl::O IITlOITl ~;;l>;;:t [TI~""CD c;;l> (/)::o(/) -jIITl Pd~ 1Tl::o"""l >>I ::oz::o I-j~ ~v;-j ::O(/)CD >ITl' Z-jO -j' n '" '" '.......~~---. ~"X.. .~--" ~ ~/,l.,\ ~ '1',-,',,-, ,f~'\~:'-;~~,~~--~~<'~' ~~\ l/ .~:- ..- -:~ ......;} \, \\ :', : ,'., f'~ ''''. '\',c ;/ -~~, ,_, .' ,::; ~,=-':: '-<"" \,. 1'\ :'! :~~~ ! 2" ;~. ~".'.'.~):;'"l ,}\ I.':'""':., . ,.....~. ~ -j t' i j,\\:',~,~~.~,,~,..\ ,'~~ }, '. ~ ()f/ ':;7,-',/ -;'" " -;' / ... ,} " .., ..~' ....j ''<-:. . ~ '.: I " - -~.,,// ': >\ :t/--I ,.-;-/ 'f"'t ,._..,~ .-.. --. -- _......- ::0 I 8d c::o -> ~Z o-j > (/) .... 0>0-0 ::OZ::or- >oc> z(/)~~ alTl~ 1Tl0_ ...,(/):z ~~" :J:lTlg dO' :;oZ..., >-j:-t ~~ .I .I .I .I .I i .I .I i *" " #,l Q:)/ ~~/ ~./ ;.",'.J/ .I ./ .I .I .I .I .I -/ ./ ./ .I i I .I I I I / :' I -' I i ./ w z ::i a::: ~ w (j') <.=> z i= (j') X l.L1 ~. ~'<rf" & ~~ Qj~ ;.",0 I / / /11/ / ill/ / / / / / / //1/ / / -' I I ,; I .I i / NEW 18" SEWER LINE -' i I i NEW VALVE BOX NEW 48" SEWER LINE AUGUSTA-RIOtNONO UllUllES DEPAR'NENT RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT RD. R.W. UNE BLOW-OFF PLAN --- ... I I I I I I I I I I I I I I I I I I I ADDENDUM NO. 3 9410 TO CONTRACT DOCUMENTS FOR RAES CREEK REPLACEMENT SEWER AUGUSTA NATIONAL TO BOY SCOUT ROAD AUGUSTA - RICHMOND UTILITIES DEPARTMENT ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - December 11, 1997 SPECIFICATION SECTION T5 - RAW WATER LINE CROSSING: Page T5-4 VALVE ACTUATORS: For valves 30n and larger: In lieu of the specified pneumatic valve operators, use manual, worm gear type operators with handwheel and 2n sq. operating nut. The units shall be ElM, Rotork, or Limitorque and shall be sized for 440 feet of shut-off head. EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 BY ATTACHING THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING RECEIPT OF SAME ON PAGE B-1 OF THE BID. END OF ADDENDUM NO. 3 ZEL PROJECT #9410 Addendum 3.doc I ADDENDUM NO. 4 9410 I TO CONTRACT DOCUMENTS fOR RAES CREEK REPLACEMENT SEWER AUGUSTA NATIONAL TO BOY SCOUT ROAD I I AUGUSTA - RICHMOND UTILITIES DEPARTMENT I ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - December 15, 1997 SPECIAL CONDITIONS: I SC-05 BOUNDRIES OF WORK: I Actual copies of acquired easements will be furnished at the time of the preconstruction conference to the successful contractor. A tabulation follows of the acquired easement limits for the Raes Creek Project: (See attached sheet, A4-2). I SPECIFICATIONS SECTION T4 SANITARY SEWERS AND APPURTANCES Page T-4 Polyvinyl chloride (PVClpipe change the first paragraph to read: I PVC Pipe, (8" to 18" diameter shall conform to ASTM specification F789, SDR 35 seamless pipe, T1 wall thickness. PVC pipe 24" through 48" shall meet the requirements of ASTM F1803 closed profile type with Uni-Bell, Uni-B-9. Compounds for PVC pipe shall be according to ASTM 0-1784. I Fittings shall be marked with applicable size, company name or logo, Uni- bell designation), ASTM mark along with manufacturer's date and shift code. I I I EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO.4 BY ATTACHING THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND NOTING RECEIPT OF SAME ON PAGE 8-1 OF THE BID. I I END OF ADDENDUM NO. 4 ZEL PROJECT #9410 I I I I Addendum 4.doc A4-1 I LECEN.D I T.C..E'. = TE3fPORARY CO/VSTRUCTIO"tV EASE.JfE1VT P.E. = PERitfAJYEiVT .E'ASE.lYEJVT I I I I I I I I I I I I I I I I I STA: O+O() TO 11+58:1: ~ olw "'I a.. , O I~, , olw ::: I '" a.. . t 9i~ -------------------~ "Jj" :,;I€.:;> STA: 13+88 TO 22+17:1: ------------------- ~!IW o ' ~ <-: r- ~ow in I "1 a.. ~f . w o - ------------------- ~ ~ "8- ':-NU1 o STA: 22+17 TO 30+76:1: t CREEI< -"-"-"'-"-"-JITw w a:: ' _ u -<( ..,; . !w a , "1 a.. I ~w ill ' ___________________ N ~ 4.8" ocl+f.'R ~ inl -, o STA: 30+76 TO 38+93:1: _ , '_ t CREEl< '-'-'_.._~ o ~I=~:I: ~~~ ~ ~ 4.8" i:cWE'? STA: 38+93 TO 40+10:1: -------------------~ . . W ill ' N U ..,; o--r~~ ~ -4- . lU ill ' ------------------- - ~ -'<J" >CltER STA: 40+80 TO 44+20:1: ------------------- . LJ II') , N <-: r- -J.B'~ 0-=+ in T.C.E. o LJ ""0.: ------------------- STA: 4-4+20 TO 47+29:1: ---------------------- I ' , 'lU ""10 .., , ~ I i 20'-.35' i p,::, ---L ~":.:~,? -- --- \-- \ 20' P,E, STA: 47+29 TO 50+79:1: ------------------- ioll~ N , ~i; -L i olLJ N a.: ---L -'8" 'caE'R ;""; () STA: 50+79 TO 65+16:1: -------------------~ 10/ ' N <-: ~ . I LJ o , N a.. . I'w o ' N U -------------------~ -'Ij" ;"c'M.'R it'll I o STA: 65+16 TO 68+34:1: -------------------~rw 10 ' N ~ ,r- o inl- ~1~ . II uj ::) , N ~ r- ---------------------- -'-~" ,E'~f:'? STA: 68+34 TO 71 +16:1: -------------------~LJ a ' .., <-: r- l=* 01uj ~a.. ~ILJ o ' , .., ~ ___________________ r- "8" ,"c'M.'R () 18- AND 24- SE\\ERS ------------------- VARIES: 5' MIN. T,C.E. .,' · ,,' ""'" ~ II ~ VARIES: 5' MIN. T.C.E. ------------------- NO SCALE ,.( '""'1 I I I I I I I I I I I I I I I I I I I ADDENDUM NO. 5 (PRE-AWARD) TO CONTRACT DOCUMENTS FOR RAES CREEK REPLACEMENT SEWER AUGUSTA NATIONAL TO BOY SCOUT ROAD AUGUSTA - RICHMOND UTILITIES DEPARTMENT ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - December 22, 1997 This Pre-award Addendum is to provide for an adjustment in the price of 6" service line which was bid at $1250/linear foot; a price change to $12.50 per foot is made in Bid Item #42 and a compensating adjustment is made as a new Bid Item #67 to hold the base contract as bid. Acceptance of Alternate No. 1 to install the bore and jack beneath Boy Scout Road will eliminate Bid Item 64 as site work for the open cut of Boy Scout Road; a new Item 67 is added as the contract amount to offset the adjustment in the 6" service line unit price. Bid: Bid Item 42 is changed to show the 6" service line extension to be 15 l.f. at $12.50 = $187.50. Bid Item 67 is added for the contract as follows: Contract change to offset the unit price reduction of 6" service line: L.S. $18,562.50. The total contract amount after the change of Bid Item 42, 67, and addition of Alternate #1 still is $1,890,622. THIS ADDENDUM IS TO BE BOUND INTO THE CONTRACT DOCUMENTS AND INITIALED BY THE CONTRACTOR. END OF PRE-AWARD ADDENDUM NO. 5 ZEL PROJECT #9410 Addendum 5.doc I ADVERTISEMENT FOR BIDS I SEALED BIDS for the construction of 7225 L.F. of 48" sanitary sewer, 400 L.F. OF 42" ductile iron water line, valves, appurtenances, and ancilliary work, hereinafter referred to by project name as: I BID ITEM #97-160 RAES CREEK SEWER REPLACEMENT AUGUSTA NA,!'IONAL TO BOY SCOUT ROAD I will be received by: Augusta-Richmond County I hereinafter referred to as the OWNER at the offices of: I Ms. Geri A. Sams Purchasing Department Room 605 Municipal Building Greene Street Augusta, Georgia 30911 I until 11:00 A.M. EST on the 18 day of December , 1997 at which time all bids will be publicly opened and read in the presence of those interested. I The CONTRACT DOCUMENTS may be examined during regular business hours at the office of Zimmerman, Evans and Leopold, Inc., Consulting Engineers; at the F. W. Dodge Plan Rooms, Augusta and Atlanta; at the Augusta Builders Exchange or at the Augusta-Richmond Purchasing Department. I Copies of the CONTRACT DOCUMENTS may be obtained at the office of Zimmerman, Evans and Leopold, Inc., 435 Telfair Street, Augusta, Georgia 30901, upon payment of $150.00 for each set. General Contractors submitting a bona fide bid and upon returning the CONTRACT DOCUMENTS in good condition within ten (10) days of the Bid opening will be refunded full payment for the first set and one-half for additional sets. General Contractors not submitting a Bid, material suppliers and subcontractors will be refunded one-half upon return of the CONTRACT DOCUMENTS in good condition within ten (10) days of the Bid opening. I I A 10% bid bond is required; a 100% performance bond and 100% payment bond will be required. I It is the wish of the Owner that minority businesses be given the opportunity to bid on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. I I The OWNER reserves the right to waive any informalities and to reject any or all bids. I November 18, 1997 Date Ms. Geri A. Sams Purchasing Director I I Publish: Augusta Chronicle Metro Courier Augusta Focus - Nov. 20, 27 & Dec. 4, - Nov. 26, 1997 - Nov. 27, 1997 11, 1997 I 94 JO-afb,doc ADVERTISEMENT FOR BIDS Page 1 I I I INFORMATION FOR BIDDERS I Bids will be received by the Augusta-Richmond County Commission (herein called the "OWNER"), at the office of the Purchasing Supervisor, Room 605, Municipal Building, Augusta, Georgia 30911, until 11:00 AM on December 18, 1997, and then at said office publicly opened and read aloud for I PROJECT: RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD I Each BID must be submitted in a sealed envelope, addressed to Augusta- Richmond County Commission, c/o Purchasing Supervisor, Room 605 Municipal Building, Augusta, Georgia, 30911. Each sealed envelope containing a BID must be plainly marked on the outside as BID for (name of Project as indicated above) and the envelope should bear on the outside the name of the BIDDER, his address, and his license number if applicable. If forwarded by mail, the sealed envelope containing the BID must be-enclosed in another envelope addressed to Augusta-Richmond County Commission, c/o Purchasing Supervisor, 207 Municipal Building, Augusta, Georgia 30911. I I All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. I I The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. I I BIDDERS must satisfy themselves of the accuracy of the estimated quan,tities in the Bid Schedule by examination of the site and a review of the drawings and specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. I The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the contract. I I I Each BID must be accompanied by a BID Bond payable to the OWNER for ten percent (10%) of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the bonds of all except the three lowest responsible BIDDERS. When the Agreement is executed the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID Bond of the successful BIDDER will be retained until the Payment Bond and Performance Bond have been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID Bond. I A performance bond and a payment bond, each in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the contract. I I 9410-ifb,doc INFORMATION FOR BIDDERS Page 1 I I I Attorneys-in-fact who sign BID bonds or payment bonds and performance bonds must file with each bond a certified and effective dated copy of their power of attorney. I The party to whom the contract is awarded will be required to execute the Agreement and obtain the performance bond and payment bond within, ten calendar days from the date when NOTICE OF AWARD is delivered to the bidder. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and-bond forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may at: his option consider the BIDDER in default, in which case the BID bond accompanying the proposal shall become the property of the OWNER. I I I The OWNER within'10 days of receipt of acceptable performance bond, payment bond and Agreement signed by the party to whom the Agreement was awarded shall' sign the Agreement and return to such party an executed duplicate of the Agreement. Should the OWNER not execute the Agreement within such period, the BIDDER may by written notice withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by . the OWNER. The NOTICE TO PROCEED shall be issued within 10 days of the execution of the Agreement by the OWNER. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period, the time may be extended by mutual agreement between the OWNER and CONTRACTOR. If the NOTICE TO PROCEED has not been, issued within the 10 day period or within the period mutually agreed upon, the CONTRACTOR may terminate the Agreement without further liability on the part of either party. I' I' I I The OWNER may make such investigations as he deems necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and tO,complete the WORK contemplated therein. I A conditional or qualified BID will not be accepted. Award will be made as a whole to one BIDDER. I All applicable laws,' ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. I Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to his BID. I The low BIDDER shall supply the names and ,addresses of major material SUPPLIERS and SUBCONTRACTORS when requested to do so by the OWNER. I The ENGINEER is ZIMMERMAN, EVANS AND LEOPOLD, INC. 435 Telfair Street, Augusta, Georgia'30901. I I I 9~lO-ifb_doc INFORMATION FOR BIDDERS Page 2 I ',0.. '1 BID ,I PROPOSAL OF Q called "BIDDER", (hereinafter) of the state of ,doing business as OD~poaa+10() * GfDa~ ,0. ~I TO: Augusta-Richmond County Commission Municipal Building Augusta, Georgia 30911 (hereinafter called "OWNER"). ~I SUBJECT: RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD Gentlemen: 'I 'I The BIDDER, in compliance with your Invitation for Bids for the construction of the subject project, having examined the plans and specifications with related documents and the site of the proposed work, and being fami,liar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. ~I ~I These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. I BIDDER hereby agrees to commence work under this Contract on or before a date to be specified in written NOTICE TO PROCEED of the OWNER and to fully complete the PROJECT within 365 consecutive calendar days thereafter. BIDDER further agrees to pay as liquidated damages, the sum of $300 for each consecutive calendar day thereafter as provided in Article-rs-0f the General Conditions, and paragraph 3.2 of the Agreement. -I :1 BIDDER acknowledges Adde<\dum ~ I fU~U rY\ :It 3 . receipt of the following ?lddendum #~ Hdderd(dm ~4 ADDENDUM (A) : I BIDDER agrees to perform all the work described in the Base Bid of the CONTRACT DOCUMENTS for the total sum of: ,()nw ~ JUJ~ti Yuundi&of ~ thcua1fl1cG t1t4 ~c0d P.J.if:'ll#t tLuo 'f OO//fJo Dollars ($ ~xqO ft3!) ,(){J subject to reduction or additions resulting from measured q anti~ies for unit price items, all in accordance with the following Schedule of Payment Items. Quantities are sho~n in sections 1, 2, and 3 for convenience of reference. I I AMOUNTS ARE TO BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHO\m IN WORDS SHALL. GOVERN . I *Insert "a corp6ration", "a partnership", or "an individual"r as applicable. I I 9410- bid, doo BID Page 1 I I.' SCHEDULE OF PRICES \. .. ro Item Description Estimated Unit Price Total Price Quantity SECTION 1 11./5 tJO if1. 190, cJb rg 1. Furnish and insta1148" dia. sewer line, 0-12' 302 $ L.F, $ . cut, complete, in place, ~I /50.00 c/.) - 2. Furnish and install 48" dia, sewer line, 12-14' 210 $ L.F, $ 3~500. cut, complete, in place. tl 3, Furnish and install 48" dia, sewer line, 14-16' 475 $ /55. d) L.F. $ 78, t.r/J/5 (JO , rl cut, complete, in place, 4. Furnish and install 48" dia. sewer line, 16-18' 80 $ / (pl). cD L.F. $ /1 :AdJ, aD :1 cut, complete, in placl~, / ill (J{) Q,555. 0 () 5. Furnish and install 30" dia. sewer line, 91 $ L.F, $ II complete, in place, ') 7, YX), OD 6, Manhole No, 1, 8'-4" sq. x 9' high (plus $ 75oO.() L L.S. $ ~I eccentric cone) cast in place structure, over " " '. .. existing sewer, complete, in place; plug line ~I and redirect flow. ~ 'lev CJD 7, 500, o~ 7, Manhole No, 2, 8'-4" sq, x 9' high (plus 1 $ t 0, L.S. $ ~I eccentric cone) cast in place structure over existing sewer, complete, in place; plug line (I and redirect flow, ~5m. oD ~ 7<0. 00 8, Manhole No, 3, 10' X 10' x 11' high (plus 1 $ L.S. $ :'1 eccentric cone) cast in place structure over existing sewer, including: flexible boots, complete, in place; plug line and redirect .1 flow. ~I oc) $ JO tW. 00 9. Manholes 7' dia, x 10' high (plus eccentric 4 $ ..5JOtJ. EA. cone) complete, in place. (M,H. 4, 5, 6, 7) I '_I J.'5{) 00 ~lrol 00 la, Furnish and install additional height of 4' dia, 54 $ y.F. $ I manhole riser sections, M,H, steps, complete, in place, _I 9410S0PXLS P-2 ,_I fit ( . SCHEDULE OF PRICES ~I Item Des,cription Estimated Unit Price Total Price Quantity 43. Furnish and install 400 l.f. 42" dia. D.I.P. 1 $ ~ 50()_ ~, L.S. $ (Oa SOO.o(..) 'I . replacement raw water line, fittings, a 50 l.f. and a 70 l.f. creek crossing, complete, in :1 place. d) ~~ cXx), C>6 44, Furnish and install 26 l.f. of36" dia. D,I.P. 2 $ :13,5CO. EA. $ , II Crossover, restrained joint, fittings, and connections to existing raw water lines, 'I complete, in place. (excluding valves) ()~ J~ (Y){), 00 45. Furnish and install 36" dia, butterfly valve, 2 $ IJ,'5aJ. EA. $ ~I valve box "A", and all accessories, for 36" dia, raw water line, complete, in place, I c/J 71aJ{J.OO 46, Furnish and install 42" dia. butterfly valve, 2 $ 3 q 5atJ. EA. $ transition, valve box liB" with thrust block (I wing, and all accessories, for 42" dia. raw water line, complete, in place, I & ,(/~ mo. <<J 47, Furnish and install 36" dia, butterfly valve, 2 $ J15otJ. EA. $ ;1 transitions, valve box "c" with thrust block wing, and all accessodes for the existing 36" dia, steel raw water line, complete, in place. I SECTION 3 /45 t76 $ JaJ; C}m tP 48, Furnish and install 48" dia. sewer line, 0-10' 1420 $ L.F, 11/ cut, complete, in place, /5(J, ro $ , ;9J45J.Oll 49, Furnish and install 48" dia, sewer line, 10-12' 1283 $ L.F. ,I cut, complete, in place, il 50, Furnish and install 48" dia, sewer line, 12-14' 198 $ /55, Of) L.F, $ qq rotto. to cut, complete, in place. :1 51. Furnish and install 8" dia, sewer line, plug 30 $ 5D,06 L.F, $ /5ctJ, ciJ existing lines as required and redirect flow. I 52, Furnish and install 18" dia, sewer line, plug 30 $ 15, {)D L.F, $ d}:v.otJ existing lines as required and redirect flow, ,I 94JOSOPXLS P-6 I [I. 1 -U I I 'I ~I I I SCHEDULE OF PRICES Item Description Estimated Quantity Unit Price Total Price tXJ LlJ.5tXJ. aO 64. Site Work Restoration associated with the 1 $ 'I~.5c() L.S, $ , , open cut crossing of Boy Scout Road. ' 65. Rock Excavation, 1460 $ d5. l? 0 C.Y. $ 3~.500. 00 J 7. '} . ()O / ~ 1i1o. O(J 66. Erosion and Sediment Control of section 3: 1 $ I I va L.S, $ . grading and soil erosion controls, silt control, temp, & penn. grassing, complete, in place. ,/ TOTAL OF PROJECT $ I; fqDJ w~ ,00 TOTAL BASE BID FOR ITEMS 1 TBR.D 66: ~= I21jki '!UL~:/!/f!;j;~~~h! M{)WJarnd> AJq /UMld!c.4:i ~tu~OLLARS ($~J)q0~() ) AMOUNTS ARE TO BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE Al\'IOUNT SHOWN IN WORDS SHALL GOVERN. I Bidder further agrees to perform the following alternate for the indicated sum and within the same time indicated above, if accepted by the owner and included in the agreement. The base bid is for open-cut at Boy Scout Road, Base bid quantities would be adjusted downward to reflect the change of work in the base bid, I I II tl I J I J I ALTERNATE NO.1 AI. Bore and Jack Crossing of Boy Scout Road: consisting of 60 1.f. of 60" dia, steel casing pipe, .625" tbk" and 70 I.f of 48" dia, carrier pipe, complete, in place, o~ // ~O rI $ 1/!Jf)/YJ L.S. $ '1J;,'YJfO. Add: ~9({)J1 iu fwD 6h0lilJ:1lr1~ ~ itwndlwd r- CfJ /;Otf ~ P DOLLARS ($ '/ ~ \.Y:O ()() ) 94JOSOPXLS P-8 -I I Upon receipt of written Notice of Acceptance of this Bid, BIDDER will execute the formal Contract attached within 10 days and deliver a Surety Bond or Bonds as required bY, Article 2J of ~he ~eneral Conditions. The b~d securi ty attached in the sum of OfYlL ~~ I/Fjh:h.t 1'YL1.J'rU., tlztU.il'>anlCL tuJD cf ~O /00 - Dollars ( ) . is to b come t e property of the OWNER in the event the Contract and Bond are not executed within the time above set forth as liquidated damages for the delay and additional expense to the OWNER caused thereby. "I I I Respectfully submitted: By (#~/!!fd/1 Title tII ce__ PlZe~ Ident Name 6al1i{'o6\w,VlCj t ~ne CD .Tn6 Firm I I 1 ..... AddressJll3 ~ law e.eI\te, ullle Gel.?xx;t{ ~ !-I ~ (SEAL - if Bid is by a corporation) II "-- ,I ...... I I I L _' I I I I 941 Q-Lid.doc BID Page 9 I .1' I BID BOND I KN'OlN ALL MElli BY THESE PRESENTS. chat: we, the undersigned, Gary's Grading & Pipeline Co., Inc. Principal, and Fidelity and Deposit Company of Maryland as I as I Surety, are hereby held and firmly bound unto Auqusta-RiChmcnd Georgia (by and through its Commission) a~ow.ne~ ~ the penal Ten 00%) Percent of Principal's Bid I ') ()(o , 0 payment: of wh:i.ch, well and truly to be made, we here})y jointly and severally bincl ourselves, successors and assigns. Count:y, sum of for the I Signed, this _18th day of December , 19~. I The condition of the above obligation is such th~t whers&s the Principal has submitted to the Augusca-Richmond ~ounty commission, a certain I Bid, attached hereto, and hereby made a par~ hereof to en~er into a cont.ract in writing, felr the construction of: I BID ITDl #97-160 :RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD I NOW THEREFORE, I (al !f said Bid shall be rejected, or in the alt.ernate, (b) If said Bid shall be accepted and t.he Principal shall ~~ecute and deliver a contract: in the form of Contract: attached hereto, (properly comple~ed in accordance w1th said Bid), and shall furnish a bond tor his faithful performance of said ContLact, and for the payment of all persons performing labor or furnishing mateI:ials in connection therewith, and shall, in all other respec~s, perfoDn the agreement created by the acceptance of said Bid, I I t.hen thi~ obligation shall be void, otherwise the same shall remain in force and effect; it being expressly unde~stood and aqreed that the liability of the Su~ety for any and all cla~ hereunder shall, in no ~vent, exceed the pena1 amount of this obligation as herein stated. I I The Surety, fo~ value received, hereby 5tipula~e9 and agrees that the obliqation of said Surety and its Bond shall be in no way impaired or affected by aL:Y extension of the time w1thin which the OWner may accept such Bidi and said Surety dOQS hereby waive notice of any s~ch excension. I I I f1 L',-I \ . J..~ BID BOND Page 1 I ,I I IN WITNESS WHEREOF, ehe Principal and the Surety have hereunto set theil: hanQ$ anQ seals, and such of them as are corporat1ons have caused their corpo~ate seals to be hereto affixed and these presents to be siqned by their proper office;$, the day and year first set fo~th above. I L.S. ) I I Fidelity and Deposit Company of Maryland Surety I By JYY/~ J.R.!Carman, Attorney-in-Fact I I IMPORTANT: S~~rety Companies executing Bonds must appear on the Treasury Department's most, cuIreot list (Circular 5/0, as amended) and be authorized 1;01;:ansact busi.ne:!:l in the ~tate where the pl:ojec:t is located. I I I I I I I I I I 9nO-Ilb.ne<: BID BOND Pa.ge 2 I ,I I I I I I I I I I I I I I I I I I I Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE. BALTIMORE, MD KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M, PECOT, JR" Vice-President, and C. W, ROBBINS, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute an appoint P. D Yates, Jr., P. D. Yates, III, Michael L. ~l, Karen Maynard. iUan R. Yates, J. R. Cannan.. . M_ Neidert. Michael S. Brickner, E'.n:IiEtt Hall, Tamara Henderson and Ler N. e f 0 A Geor ia EACH..... I S rue an aw agent an ttorneY-In- act, to make, exec~'Si and del~ ' and on its behalf as surety, and as its act and deed: any ami all bonds and ~........... .'ffiJ'.... .~............ ............................ And the execution of such bonds or undertakings i~~~e of thP-~sents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had be execu~~~;;-knowledged by the regularly elected officers of the Company "i~ offi", in Baltimom. Md.. in "'," o~~ "00'. ~ of attorney revokes that issue:! on behalf of P. D. Yates. Jr., etal, dated Sept 4. 1994:~ The said Assistant Secretary does hereby .~~' at the e~~et forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and~ in fO~C "--0 IN WITNESS WHEREOF, the sai~-president istant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY EPOSIT ~ ANY OF MARYLAND, this___~_~________________day of _____~~t;.,~______. A,D. __ <:> AITEST, e FIDELTIY Al osrr COMPANY OF :YLAND ~ . Vice-Pre' nt \ STATE OF MARYLAND ( COUNTY OF BALTIMORE ) ss: On thisJ,,2J;b_____day oL_.septe!lte~__, A.D, 1995-, before the'subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came C. M. PECOT, JR., Vice-President and C, W, ROBBINS, Assistant Secretary of the FIDEUTY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ~ ------------------~~~----- ~Ld~ CAROL], FADER / 7-~ Notary Public ~~' My Commission ExpireL______~JJglt~U__,_l22Q___ CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-iiI-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969, RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed," 18 t h IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this _______ day oL_Des..~_~R~E_____________. 19_9-L L1428c -032-0163 \' .- ----~~~- I EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND .. Anicle VI. Section 2, The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice- Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant VicecPresidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances. stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mongages and instruments in the nature of mongages. ' , ,and to affix the seal of the Company thereto. " I I I I I I I I I I I I I . - I I I I I I I I I I I I. I I I I I I I LJ 1.. ':.:l. :JI) iJ:J : ..;; r .U I -, u .: b -, .I.':',' ,J 'f!JIJIJ:': (,GPC. is\. - NOTICE: OF AWARD TO: GARY'S GRl~ING ; ?I?ELIN~ CO., INC. 3113 Westbrook T~ace Lawrencev~lle, SA 30044 PROJEC7: AA;:;,s ::?E~K SEWER ~PLACE.i1EN'!' A.UGUS:~A ~IA'!'IONAL TO Bey SCOUT rtOhD The OWNER has considered the aID s~b~tted on Decerobe= :0,1997 ~y yo~ for the above descr;~.bed ilJORK i:l response to ~t~ Adver-;:l..$(~,:~en';; =o~ :3id:.; dated Noven~eI 19, 1392, and :~fo~t~on ~or Bidder~. You are hereby not~fied that your. arD has been accepc~d in ,;;he a=.ount of: One ~~:lion Eighc Hundr.ed Ninety Thousand Siz rtundred Twentv ~~o Dollars 7S1,89C,622J. You are required by tbe :nf.o~~tion f=r Eidders to ~Xecute the Agr~ernent and furnish the required 2ontractor's ?erfor.mance Bond ar.d Payrn~nc aond within ten calendar days from ';;he date of ~hi$ Notice to you. You are a~o re~~ired ~o snow proof cf insurance coverage as requireci ~y c~e Gene~al Conditions. If you fail to eY-ec~~e said ^gre~ent and to =u:~sh ~~id Bonds within ten days from ~~e d~ce of th~ Notice, said OWNER will oe entitled to consider all your rights arisi~q out of ~~e Ow~ER'S acceptance of you= BID as abandoned and ae a forfei~ure of your Bid 3ond. Th~ OWNErt will ~e ~r-tit:ed ~o such other rights as may, be granted by law. In the Agreement and Bonds, please note that the date of agree~~~t i3 to rema.i:'1 blank ,on line 1 of the .ll"greement, in the second paragraph and last line of both bond.s ar'_d in the l.ast li::e of the ?owe: c~ il.tto:::-_ey. .~fte= execution of all copias, please r~turn all copie~ to' this office for coordinating the e~ecution by the Owner. Executed copies wi:: ~hen be retu~ed for you and you= Surecy along with th~ Notice to EIoceed. 5~brniccal of you,~ Insur~~ce Ce:tificat~ e~ ;~n edrly date Nill p~~mit work on che project to beqin when the Notiee to ?:oceea is i~suaci. Please retu:n ~ acknowlacigAd copy of this NO~ICE OF AWARD tc ~he OWNER. Dated t~is 2L day of January_, 1998. ACCEPT.1:..NCE: COMMISSION By Tit Receiot of the above NOT!CE OF AW~D-is hereby aCknowledged by (}~'() GftHJr1J} ---~f~/(11! (];~7.N.f!., This <he 1~ d,y of ~ CACj~ A By Uf) . "4 ~ T 1. tle Y.aP 6UAiiiMt/ I ,1998 'llO-n~.~~ NOTIC~ or AWARD I I AGREEMENT I ~ _, -z;1t THIS AGREEMENT made this ~v day 0 f Q(~ .t-L-r, GEORGI~ (By and through , 1998 by and between AUGUSTA-RICHMOND COUNTY, its Corrunission) I hereinafter called Owner, and GARY'S GRADING & PIPEINE CO., INC. doing business as a corporation, hereinafter called CONTRACTOR. I WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentj_oned: I 1. The CONTRACTOR will corrunence and complete the construction of RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD I 2. The CONTRACTOR will furnish all of the materials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the project as set forth in the base bid less Bid Item 64, plus Alternate No.1 and including Addendum 1,2,3,4 and 5 (Pre-award). I 3.1 The CONTRACTOR will corrunence the work required by the CONTRACT DOCUMENTS within 10 calendar days after the date of the NOTICE TO PROCEED and will complete the same within 365 calendar days unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. I 3.2 ,LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accoraance with Article 13 of the General Condi,tions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER and CONTRACTOR if the work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $300.00 for each day that expires after the time specified in paragraph 3.1 for Completion. I I I 3.3 THE CONTRACTOR has given the ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the CONTRACT DOCUMENTS and the written resolution thereof by the ENGINEER is acceptable to the CONTRACTOR. I I 4. The CONTRACTOR agrees to perform all of the work described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of: One Million Eight Hundred Ninety. Thousand Six Hundred Twenty T\~o and 00/100 Dollars ($1,890,622) subject to reductions or additions resulting from measured quantities of unit price items included in the bid. I I 5. The term "CONTRACT DOCUMENTS" means and includes the following: (A) Advertisement For Bids (B) Information for Bidders (el Bid (D) Bid Bond (El Agreement (Fl General Conditions (G) Payment Bond (H) Performance Bond (I) Certificate of Owner's Attorney (Jl Notice of Award I I 9410-agr.doc AGREEMENT Page 1 I I. I (K) Notice To Proceed (L) Change Order (M) Special Conditions (N) Drawings prepared by Zimmerman, Evans and Leopold, Inc. Consulting Engineers, 435 Telfair Street, Augusta, Ga. 30901, numbered 1 through 10, and dated June 1997. (0) Technical Specifications prepared by Zimmerman, Evans and Leopold, Inc. dated June 1997. (P) ADDENDA: No. 1 dated December 5, 1997. No. 2 dated December 10, 1997. No. 3 dated December 11, 1997. No. 4 dated December 15, 1997. No. 5 (Pre-award) dated December 22, 1997. I I I' I 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. I 7. This Agreement shall be binding upon all parties hereto and their respective -heirs, executors, administrators, successors, and assigns. I IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by theil: duly authorized officials, this Agreement in 6 copies each of which shall be deemed an original on the date first above written. This Agreement will be effective on ~~77it~ ~ , 1998. OWNER: I cu;u I I ~ .OCJ...e.. ~ ~"~ GEORG\~ __.:!" \.'lll,,-,~,,....~ CONTRACTOR: TIlII document 8PIlnw1d as ~~n~~,y omey ale ~ CO., INC. I (SEAL) GARY'S GRADING & PIPELINE I /J;1){Jjjll~ jJ/;/lmaJ)) Name: LfJrf}u, filA 7!JiJ(YJf/:5 Ti tle: U_J1fIJc:s5 BY' {ftlJ~.fLtpP~ NAME: (]h1j.5ftJjJkiZ I/O;>>/l/l TITLE: /)/tfe fJ1&sdm'l I ATTEST: I ~ I ... ...-' I .~ I 9410-agr.doc AGREEMENT Page 2 I I Bond No. PRFB0741B1 I PAYMENT BOND I KNOW ALL MEN BY THESE PRESENTS: that GARY'S GRADING & PIPELINE CO., INC. (Name of Contractor) I 3113 Westbrook Trace, Lawrenceville, GA 30044 (Address of Contractor) I a Corporation, hereinafter called Principal, :1 ..I..:.o:!. ., I I I I I ..J '~'I J - II II and Fidelity and Deposit Company of Maryland (Name of Surety) 1050 Crown Pointe Parkway, Suite 1200, Atlanta, GA 30338 (Address of Surety hereinafter called Surety, are held and firmly bound unto Augusta-Richmond C04nty, Georgia, (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called OWNER, in the penal sum of One Million Eight Hundred Ninety Thousand Six Hundred Twenty Two and 00/100 Dollars($1,890,622) in lawful money of the United ,States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS entered into a of hereof for the OF THIS OBLIGATION is such that whereas, the Principal certain contract with the OWNER, dated the day , 1998, a copy of which is hereto attached and made a part construction of: ,RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD NOW, THEREFORE, if the principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials, for or performing labo,!:' in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due fo,!:' materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER; that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. I :1 :'410-pb,doc PAYMENT BOND Page 1 I I, 11 I I I I I I I I I ,I ,I I ,I 1 ,I ,I IN WITNESS WHEREOF, this instrument is executed in 6 copies each of which shall be deemed an original, this the day of , 1998. ATTEST: .~~~) Secretary GARY'S GRADING & PIPELINE CO., INC. Principal By ~~/lCfllBtV(s) (SEAL) ;fb~sV:1~al 51/3 ~ 'T' ;(f1A,U (Addr~) . ~ 30tJtfi 3113 Westbrook Trace (Address) Lawrenceville, GA 30044 " - . ':;' ....... " . ~ -..,. '4.. ,~ :";"" ,~ ~-' ", ~ .:-" .... ...... ..... ,;.+ '" , ~ ~ ,-'"' --.., ~ Fidelity and ATTEST: ~r~ ~~v~ Att Carman Yates Insurance Agency P.O. Drawer 95806 (Address) Atlanta, Georgia 30347-9984 , / ~ -= ::;...; '- - P.O. Drawer 95806 (Addres s) Atlanta, Georgia 30347-9984 ^ , ./ j>: ,; ./l~-~ ~.... ""... :: -*: . (SEAL) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should 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. 9410-pb.doc PAYMENT BOND Page 2 u Bond No. PRF8074181 I PERFORMANCE BOND I KNOW ALL MEN BY THESE PRESENTS: that GARY'S GRADING & PIPELINE CO., INC. (Name of Contractor) I , J 1;' I - - I II 5,)1 ]1 (I il 3113 Westbrook Trace, Lawrenceville, GA 30044 (Address of Contractor) a Corporation, hereinafter called Principal, and Fidelity and Deposit Company of Maryland (Name of Surety) 1050 Crown Pointe Parkway, Suite 1200, Atlanta, GA 30338 (Address of Surety) hereinafter called Surety, are held and firmly bound unto Augusta~Richmond County, Georgia (by and through its Commission), Municipal Building, Augusta,Georgia 30911, hereinafter called Owner, in the penal sum of One Million Eight Hundred Ninety Thousand Six Hundred Twenty Two and 00/100 Dollars ($1,890,622) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a cert:ain contract with the Owner, dated the day of , 1998, a copy of which is hereto attached and made a part hereof for the construction of: ~AES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD 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 extensions thereof which may be granted by the Owner, with or without, notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. 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 contractor to work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice ?f any such change, extension of time, alteration or addition to the terms of the contract or to the Hork or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiari hereunder, whose claim may be unsatisfied. ' 'I 1 'I 941 oJ-pfb. doc PERFORMANCE BOND Page 1 I I I I I I il I I I I I ~I J II II :1 I I IN WITNESS WHEREOF', this instrument is executed in 6 (Number) counterparts, each one which shall be deemed an original, this th~ day of , 1998. ATTEST: (pri~~~~retary GARY'S GRADING & PIPELINE CO., INC. (Principal) By tfi~~./lt9jl~ (s) (SEAL) 3113 Westbrook Trace dr(!~ ~5tJmcw (Wi tness) to ,Principal JftUUl1MU!fvd.tt fie; 8/0~~ (Address) (Address) 30044 Lawrenceville, GA ,; --, " ------ Fidelity and Deposit Company of Maryland. Surety "\ ,,' By ~~~~~ (Witness) to Surety P.O. Drawer 95806 (Addres s ) I Attorney-in-Fact J. R. Carman Yates Insunce Agency (Address) P.O. Drawer 95806 Atlanta, Georgia 30347-9984 ,,/- ~';. --;. -- Atlanta, Georgia 30347-9984 '-./ /'.- '-,-, .~ (SEAL) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should 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. 9410-pfb,doc PERFORMANCE BOND Page 2 I I Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND I HOME OFFICE, BALTIMORE, MD I KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M, PECOT, JR" Vice-President, and C. W, ROBBINS, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the clate hereof, does hereby nominate, constitute and appoint P. D Yates, Jr., P. D. Yates, III, Michael L. ~el, Karen Maynard, Alan R. Yates, J. R. Cannan,. . M. Neidert, Michael S. Brickner, Emiett Hall, Tamara Henderson and Lero N. e f 0 A Gear ia EACH..... 1 S rue an aw agent an , ttorneY-In- act, to make, execu~~ and deliv. , and on its behalf as surety, and as its act and deed: any and all bonds and undertakings............~~.......~ . ...................................... n e execution of such bonds or undertakings in ce of theJle.~ ents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had be execu~~~knowledged by the regularly elect~d officers of the Company at its office in Baltimore, Md" in their own~ro e <:) rsons, nu~r of attorney revokes that l.ssued on behalf of P. D. Yates, Jr., etal, dated Sept , 1994.",~ The said Assistant Secretary does herebY~ at the ev'-"~t forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and in fO~C ,~" IN WITNESS WHEREOF, the Sai~V: -Pr sident istant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY EPOSIT ANY OF MARYLAND, thism________t~!;.l:l.__________________________day of _______~.P..t~___________, A, D, __ _ <:) ATIFST, e FIDEL Y OSIT COMPANY OF :YLAND ~ ~ Vice-Pre\iderit \ I I I I I STATE OF MARYLAND CoUNTY OF BALTIMORE ( ss' )" On thisJ.2.th.____day oL____.5eptemet:______, A,D, 19.95__, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came C, M, PECOT, JR" Vice-President and C: W, ROBBINS, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself cieposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written, ~S CAROLLFADER~#~;;;';p;",", ~~. My Commission Expires_______________A.!Jgl1.~U-'-_12.2Q_________ I I I I I CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, This Certificate may be sigm:d by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969, RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed," IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this ________ day oL________________________________________, 19_______ I I I I Ll42& -032-0163 \' " -----------------------------~~~----------- U U CJ Assistant Secretary I " EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2, The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice- Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, , , . and to affix the seal of the Company thereto. " " ------~- .......', .,' 'i':. 1:-' ~ I I I I I I I I I I I I I I I I I I '...- , I I I NOTICE TO PROCEED I TO: GARY'S GRADING PIPELINE CO., INC. 3113 Westbrook Trace Lawrenceville, GA 30044 I PROJECT: RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD I The Contract for the above work is being signed today by Augusta- Richmond County. Two signed copies will be mailed to you promptly. I You are hereby notified that the commencement date of work in I accordance with the Agreement dated is and you are to complete the WORK within 365 consecutive calendar days I thereafter. The date of completion of all WORK is therefore 1998. I I AUGUSTA-RICHMOND COUNTY, GEORGIA By I Title I ACCEPTANCE OF NOTICE I Receipt of the above NOTICE TO PROCEED is hereby acknowledged by I this the da,y of By I Title I I I 9410-ntp,doc NOTICE TO PROCEED I I I I CHANGE ORDER Order No. Date Agreement Date I I PROJECT: I RAES CREEK SEWER REPLACEMENT AUGUSTA NATIONAL TO BOY SCOUT ROAD OWNER: AUGUSTA-RICHMOND COUNTY, GEORGIA CONTRACTOR: The following changes are hereby made to the CONTRACT DOCUMENTS: JUSTIFICATION: I CHANGE TO CONTRACT PRICE: Original CONTRAC'1~ PRICE $ Current CONTRACT PRICE adjusted by previous CHANGE ORDERS $ The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $ New CONTRACT PRICE including this CHANGE ORDER CHANGE TO CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by The date for completion of all work will be Requested by Reconunended by Ordered by Accepted by I I- I $ calendar days. (Date) . I I' I I I I I I I 9410-co.doc CHANGE ORDER I I GENERAL CONDITIONS I 1. Definitions 2. Additional Instructions and Detail. Drawings 3. Schedules, Reports & Records 4. Drawings and Specifications 5. Shop Drawings 6. Materials, Services & Facilities 7. Inspection and Testing 8. Substitutions 9. Patents 10. Surveys, Permits, Regulations 11. Protection of Work, Property, Persons 12. Supervision by Contractor 13. Changes in the Work 14. Changes in Contract Price 15. Time for Completion .and Liquidated Damages 16. Correction of Work I I I I I 1. DEFINITIONS 17. Subsurface ~onditions 18. Suspension of Work, Termination and Delay 19. Payments to Contractor 20. Acceptance of Final Payment as Release 21. Insurance 22. Contract Security 23. Assignments 24. Indemnification 25. Separate Contracts 26. Subcontracting 27. Engineer's Authority 28. Land and Rights-of-Way 29. Guaranty 30. Disputes 31. Taxes I ~.1 Wherever used in the CONTRACT DOCUMENTS, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof: I 1.2 ADDENDA - W.ritten or graphic instruments issued prior to the execution of the Agreement which modify or interpret the CONTRACT DOCUMENTS. DRAWINGS and SPECIFICATIONS, by additions, deletions, clarifications or corrections. I 1.3 BID - The offer or proposal of the BIDDER submitted on the prescribed form setting forth the prices for the WORK to be performed. 1.4 BIDDER - Any person, firm or corporation submitting a BID for the WORK. I 1.5 BONDS - Bid, Performance, and Payment Bonds and other instruments of security, furnished by the CONTRACTOR and his surety in accordance with the CONTRACT DOCUMENTS. I 1.6 CHANGE ORDER - A written order to the CONTRACTOR authorizing an addition, deletion or revision in the WORK within the general scope of the CONTRACT DOCUMENTS, or authorizing an adjustment in the CONTRACT PRICE or CONTRACT TIME. I I 1.7 CONTRACT DOCUMENTS - The contract, including Advertisement For Bids, Information For Bidders, BID, Bid Bond, Agreement, Payment Bond, Performance Bond, NOTICE OF AWARD, NOTICE TO PROCEED, CHANGE ORDER, DRAWINGS, SPECIFICATIONS, and ADDENDA. I 1.8 CONTRACT PRICE - The total monies payable to the CONTRACTOR under the terms and conditions of the CONTRACT DOCUMENTS. 1.9 CONTRACT TIM:E - The number of calendar days stated in the CONTRACT DOCUMENTS for the completion of the WORK. I 1.10 CONTRACTOR - The person, firm or corporation with whom the OWNER has executed the Agreement. I 9410-gc.doc GENERAL CONDITIONS Page 1 I I I 1.11 DRAWINGS - The part of the CONTRACT DOCUMENTS which show the characteristics and scope of the WORK to be performed and which have been prepared or approved by the ENGINEER. I 1.12 ENGINEER - The person, firm or corporation named as such in the CONTRACT DOCUMENTS. I 1.13 FIELD ORDER - A written order effecting a change in the WORK not involving an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, issued by the ENGINEER to the CONTRACTOR during construction. I 1.14 NOTICE OF AWARD - The written notice of the acceptance of the BID from the OWNER to the successful BIDDER. I 1.15 NOTICE TO PROCEED - Written communication issued by the OWNER to the CONTRACTOR authorizlng him to proceed with the WORK and establishing .the date of commencement of the WORK. I 1.16 OWNER - A public or quasi-public body or authority; corporation, association, partnership, or individual for whom. the WORK is to be performed. I 1.17 PROJECT - The undertaking to be performed as provided in the CONTRACT DOCUMENTS. ;1 1.18 RESIDENT PROJECT REPRESENTATIVE - The authorized representative of the OWNER who is assigned to the PROJECT site or any part thereof. I 1.19 SHOP DRAWINGS - All drawings, diagrams, illustrations, 'brochures, schedules and other data which are prepared by the CONTRACTOR, a SUBCONTRACTOR, manufacturer, SUPPLIER or distributor, which illustrate how specific portions of the WORK shall be fabricated or installed. I 1.20 SPECIFICATIONS - A part of the CONTRACT DOCUMENTS ccnsisting of written descriptions ofa technical nature of materials, equipment, construction systems, standards and workmanship. I 1.21 SUBCONTRACTOR - An individual, firm or corporation having a direct contract with the CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the WORK at the site. 1.22 SUBSTANTIAL COMPLETION - That date as ~ertified by the ENGINEER when the construction of the PROJECT ora specified part thereof is sufficientl.y completed, in accordance with the CONTRACT DOCUMENTS, so that the PROJECT or specified part can be utilized for the purposes for which it is. intended. . I I 1.23 SUPPLEMENTA.L GENERAL CONDITIONS - Modifications to General Conditions required by a Federal agency for participation in the PROJECT and approved by the agency in writing prior to inclusion in the CONTRACT DOCUMENTS, or such requirements that may be imposed by applicable state laws. I I 1.24 SUPPLIER - .Any person or organization who supplies materials or equipment for the WORK, including that fabricated to a special design, but who.does not perform labor at the site. I 1.25 WORK - All 'labor necessary to produce the construction required by the CONTRACT DOCUMENTS, and all materials and equipment incorporated or to be incorporated in the PROJECT. I 9410-gc.doc GENERAL CONDITIONS Page 2 I I I 1.26 WRITTEN NOTICE - Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address, or delivered in person to said party or his authorized representative on the WORK. I 2. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS I 2.1 The CONTRACTOR may be furnished additional instructions and detail drawings, by the ENGINEER, as necessary to carry out the WORK required by the CONTRACT DOCUMENTS. . I 2.2 The additional drawings and instruction thus supplied will become a part of the CONTRACT DOCUMENTS. The CONTRACTOR shall carry out the WORK in accordance with the additional detail drawings and instructions. I 3. SCHEDULES, REPORTS AND RECORDS I 3.1 The CONTRACTOR shall submit to the OWNER such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data where applicable as are required by the CONTRACT DOCUMENTS for the WORK to be performed. I 3.2 Prior to the first partial payment estimate the CONTRACTOR shall submit construction progress sche~ules showing the order in which he proposes to carryon the WORK, including dates at which he will start the various parts of the WORK, estimated date of completion of each part and, as applicable: I and 3.2.1 The dates at which special detail drawings will be required; I 3.2.2 Respective dates for submission of SHOP DRAWINGS, the beginning of manufacture, 1:he testing and the installation of materials, supplies and equipment. I 3.3 The CONTRACTOR shall also submit a schedule of payments that he anticipates he will earn during the course of the WORK. I 3.4 The CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specificati"ons, Addenda, Written Amendments, Change Orders, Work Directive Changes', Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for r:eference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to the ENGINEER for the OWNER. I I 4. DRAWINGS AND SPECIFICATIONS I 4.1 The intent of the DRAWINGS and SPECIFICATIONS is that the CONTRACTOR shall furnish all labor, materials, tools, equipment, and transportation necessary for the proper execution of the WORK in accordance with the CONTRACT DOCUMENTS and all incidental work necessary to complete the PROJECT in an acceptable manner, ready for use, occupancy or operation by the OWNER. I I 4.2 In case of conflict between the DRAWINGS and SPECIFICATIONS, .the SPECIFICATIONS shall govern. Figure dimensions on DRAWINGS shall govern over scale dimensions, and detailed DRAWINGS shall govern over general DRAWINGS. I 9410-gc.doc GENERAL CONDITIONS Page 3 I I I 4.3 Any discrepancies found between the DRAWINGS and SPECIFICATIONS and site conditions or any inconsistencies or ambiguities in the DRAWINGS or SPECIFICATIONS shall be immediately reported to the ENGINEER, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. WORK done by the CONTRACTOR after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the CONTRACTOR'S risk. I 5. SHOP DRAWINGS I 5.1 The CONTRACTOR shall provide SHOP DRAWINGS as may be necessary for the prosecution of the WORK as required by the CONTRACT DOCUMENTS. The ENGINEER shall promptly review all SHOP DRAWINGS. The ENGINEER'S approval of any SHOP DRAWINGS shall not release the CONTRACTOR from responsibility for deviations from the CONTRACT DOCUMENTS. The approval of any SHOP DRAWING which substantially deviates from the requirement of the CONTRACT DOCUMENTS shall be evidenced by a CHANGE ORDER. I I 5.2 When submitted for the ENGINEER'S review, SHOP DRAWINGS shall bear the CONTRACTOR'S certification that he has reviewed, checked and approved the SHOP DRAWINGS and that they are in conformance with the requirements of the CONTRACT DOCUMENTS.. I I 5.3 Portions of the WORK requiring a SHOP DRAWING or sample submission shall not begin until the SHOP DRAWING or submission has been approved by the ENGINEER. A copy of each approved SHOP DRAWING and each approved sample shall be kept in good order by the CONTRACTOR at the site and shall be available to the ENGINEER. I 6. MATERIALS, SERVICES AND FACILITIES I 6.1 It is understood that, except as otherwise specifically stated in the CONTRACT DOCUMENTS, the CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the WORK within the specified time. I I 6.2 Materials and equipment ihall be so stored as to insure the preservation of their quality and fitness for the WORK. Stored materials and equipment to be incorporated in the WORK shall be located so as to facilitate prompt inspection. I 6.3 Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. I 6.4 Materials, supplies and equipment shall be in accordance with samples submi tted by the CONTRACTOR and..approved by the ENGINEER. I 6~5 Materials, supplies or equipment to be incorporated into the WORK shall not be purchased by the CONTRACTOR or the SUBCONTRACTOR' subject to chattel mortgage 6r under a conditional sale contract or other agreement which an interest is retained by the seller. a by 7. INSPECTION AND TESTING I 7.1 All materials and equipment used in the construction of the PROJECT shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the CONTRACT DOCUMENTS. I 7.2 The OWNER shall provide all inspection and testing services not required by the CONTRACT DOCUMENTS. I 941 O-gc. doc GENERAL CONDITIONS Page 4 I I I 7.3 The CONTRACTOR shall provide at his expense the testing and'inspection services required by the CONTRACT DOCUMENTS. I 7.4 If the CONTRACT DOCUMENTS., laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any WORK to specifically be inspected, tested, or approved by someone other than the CONTRACTOR, the CONTRACTOR will give the ENGINEER timely notice of readiness. The CONTRACTOR will then furnish the ENGINEER the required ceitificates of inspection, te~ting or approval. I 7.5 Inspections, tests or approvals by the ENGINEER or others shall not relieve the CONTRACTOR from his obligations to perform the WORK in accordance with the requirements of the CONTRACT DOCUMENTS. I 7.6 The ENGINEER and his representatives will at all times have access to the WORK. In addition, authorized representatives and agents of any participating Federal or state agency shall be permitted tb inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. The CONTRACTOR will provide proper facilities for such access and observation of the WORK and also for any inspection, or testing thereof. I I I 7.7 If any WORK is covered contrary to the written instructions of the ENGINEER it must, if requested by the ENGINEER, be uncovered for his observation and replaced at the CONTRACTOR'S expense. I 7.8 If the ENGINEER considers it necessary or advisable that covered WORK be inspected or tested by others, the CONTRACTOR, at the ENGINEER'S request, will uncover, expose or otherwise make available for observation inspection or testing as the ENGINEER may require, that portion of the WORK in question, furnishing all necessary labor, materials, tools, and equipment. If it. is found that such WORK is defective, the CONTRACTOR will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such WORK is not found to be defective,' the CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attribut?ble to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate CHANGE ORDER shall be issued. I I 8. SUBSTITUTIONS I I 8.1 Whenever a material, article or piece of equipment is identified on the DRAWINGS. or SPECIFICATIONS by reference to brand name or catalogue number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the CONTRACT DOCUMENTS by reference to brand name or catalogue number, and if, in the opinion of the ENGINEER, such material, article, or piece of ' equipment is of equal substance and function to that specified, the ENGINEER may approve its substitution and use by the CONTRACTOR. Any cost differential shall be deductible from the CONTRACT PRICE and the CONTRACT DOCUMENTS shall be appropriately modified by CHANGE ORDER. The CONTRACTOR warrants that if substitutes .are approved, no major changes in the function or general design of the PROJECT will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the CONTRACT PRICE or CONTRACT TIME. I I I 9. PATENTS I 9.1 The CONTRACTOR shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights I 9110-gc.doc GENERAL CONDITIONS Page 5 I I I I and save the OWNER harmless from loss on account thereof, except that the OWNER shall be responsible for any such loss when a particular process, design, or the product of a particular manufacturer or manufacturers is specified, however, if the CONTRACTOR has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the ENGINEER. I 10. SURVEYS, PERMITS, REGULATIONS I 10.1 The OWNER shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the WORK together with a suitable number of bench marks adjacent to the WORK as shown in the CONTRACT DOCUMENTS. From the information provided by the OWNER, unless otherwise specified in the CONTRACT DOCUMENTS, the CONTRACTOR shall develop and make all detail surveys heeded for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. I I 10.2 The CONTRACTOR.shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible fo~an~ mistakes that may be caused by their unnecessary loss or disturbance. I I 10.3 Permits and licenses of a temporary nature necessary for the prosecution of the WORK shall be secured and paid for by the CONTRACTOR unless otherwise stated in the SUPPLEMENTAL GENERAL CONDITIONS. Permits, licenses and easements for permanent structures or permanent changes in exi~ting facilities shall be secured and paid for by the OWNER, unless otherwise specified. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the WORK as drawn and specified. If the CONTRACTOR observes that the CONTRACT DOCUMENTS are at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary changes shall be adjusted as provided in Section 13, CHANGES IN THE WORK. I I 11. PROTECTION OF WORK, PROPERTY AND PERSONS I 11.1 The CONTRACTOR will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the WORK. He will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to all employees on the WORK and other persons who may be affected thereby, all the WORK and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. I I I ll.2 The CONTRACTOR will comply with all applicable laws, ordinances, rules, regulations and orders of , any public body having jurisdiction. He will erect and maintain, a& required by the conditions and progress of the WORK, all necessary safeguards for safety and protection. He will notify owners of adjacent utilities when prosecution of the WORK may affect them. The CONTRACTOR will remedy.all damage, injury or loss to any property caused, directly or indirectly; in whole or in par.t, by the CONTRACTOR, and SUBCONTRACTOR or anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, except damage or loss attributable to the fault of the CONTRACT DOCUMENTS or to the acts or omissions of the OWNER or the ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the CONTRACTOR. I I I 9410-gc.doc GENERAL CONDITIONS Page 6 I I I 11.3 In emergencies affecting the safety of persons or the WORK or property at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the ENGINEER or OWNER, shall act to prevent threatened damage, injury or loss. He will give the ENGINEER prompt WRITTEN NOTICE of any significant changes in the WORK or deviations from the CONTRACT DOCUMENTS caused thereby, and a CHANGE ORDER shall thereupon be issued covering the.changes and deviations involved. I I 12. SUPERVISION BY CONTRACTOR I 12.1 The CONTRACTOR will supervise and direct the WORK. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR will employ and maintain on the WORK a qualified supervisor or superintendent who shall have been designated in writing by the CONTRACTOR as the CONTRACTOR'S representative at the site. The supervisor shall have full authority to act on behalf of the CONTRACTOR and all communications given to the supervisor shall be as binding as if given to the CONTRACTOR. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the WORK. I I 13 . CHANGES IN THE WORK _ I 13.1 The OWNER may at any.time, as the need arises, order changes within the scope of the WORK without invalidating the Agreement. If such changes increase or decrease the amount due under the CONTRACT DOCUMENTS, or in the time 'required for performance of the WORK, an equitable adjustment shall be authorized by CHANGE ORDER. I I 13.2 The ENGINEER, also, may at any time, by. issuing a FIELD ORDER, make changes in the details of the WORK. The CONTRACTOR shall proceed with the performance of any changes in the WORK so ordered by the ENGINEER unless the CONTRACTOR believes that such FIELD ORDER entitles him to a change in CONTRACT PRICE or TIME, .or both, in which event he shall give the ENGINEER WRITTEN NOTICE thereof within seven (7) days after the receipt of the ordered change. Thereafter the CONTRACTOR. shall document the basis for the change in CONTRACT PRICE or TIME within thirty (30) days. The CONTRACTOR shall not execute such changes pending the receipt of an executed CHANGE ORDER or further instruction from the OWNER. I I 14. CHANGES IN CONTRACT PRICE I 14.1 The CONTRACT PRICE may be changed only by a CHANGE ORDER. The value of any WORK covered by a CHANGE ORDER or of any claim for increase or decrease in the CONTRACT PRICE shall be determined by one or more of the following methods in the order of precedence listed below: I (a) Unit prices previously approved. (b) An agreed lump sum. (c) . The actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the WORK to cover the cost of general overhead and profit. I 15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES I 15.1 The date of beginning and the time for completion of the WORK are essential conditions of the CONTRACT DOCUMENTS and the WORK embraced shall be commenced on a date specified in the NOTICE TO PROCEED. I 15.2 The CONTRACTOR will proceed with the WORK at such rate of progress to insure full completion within the CONTRACT TIME. It is expressly I 9HO-gc.doc GENERAL CONDITIONS Page 7 I I I understood and agreed, by and between the CONTRACTOR and the OWNER, that the CONTRACT TIME for the completion of the WORK described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the WORK. I 15.3 If the CONTRACTOR shall fail to complete the WORK within the CONTRACT TIME, or extension of time granted by the OWNER, then the CONTRACTOR will pay to the OWNER the amount for liquidated damages as specified in the BID for each, calenda.r day that the CONTRACTOR shall be in default after the time stipulated in the CONTRACT DOCUMENTS. I I 15.4 The CONTRACTOR shall not be charged with liquidated damages or any excess cost when the delay in completion of the WORK is due to the following, and the CONTRACTOR has promptly given WRITTEN NOTICE of such delay to the OWNER or ENGINEER. I 15.4.1 To any preference, priority or allocation order duly issued by the OWNER. I I 15.4..2 To unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, including but not restricted to, acts of God, or of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather; and I 15.4.3 To any delays of SUBCONTRACTORS occasioned by any of the causes specified in paragraphs 15.4.1 and 15.4.2 of this article. I 15.5 No added cost from delay: In the event of a delay in completion occasioned by the causes set out in 15.4.1 thru 15.4.3, the OWNER shall not be required to pay any additional costs resulting from such delay. The extension of time to the CONTRACTOR shall be the exclus.i ve remedy. I 15.6 Non-excusable delay: The factors, with the exception of "Labor Disputes", set out in paragraph 15.4.1 thru 15.4.3 which specify causes for excusable delay in completion of construction shall not constitute a defense for delay in completion caused by the acts or omissions of the CONTRACTOR, its agents or employees. I I 15.7 Change in Contract Time: The CONTACT TIME may only be changed by a CHANGE ORDER or ai WRITTEN AMENDMENT. Any claim for an extension or shortening of the CONTRACT TIME shall be based on WRITTEN NOTICE delivered by the party making the claim_to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to th~ claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEERS al~owsan additional period of time to ascertain more accurate data in support of. the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the CONTRACT TIME shall be determined by ENGINEER in accordance with paragraph 27.1 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the CONTRACT TIME will be valid if not submitted in accordance with the requirements of this paragraph 15.7. I I I 16. CORRECTION OF WORK I 16.1 The CONTRACTOR shall promptly remove from the premises all WORK rejected by the ENGINEER for failure to comply with the CONTRACT DOCUMENTS, I 9410-gc.doc GENERAL CONDITIONS Page 8 I 'I I whether incorporated in the construction or not, and the CONTRACTOR shall promptly replace and re-execute the WORK in accordance with the CONTRACT DOCUMENTS and without expense to the OWNER and shall bear the expense of making good all WORK of other CONTRACTORS destroyed or damaged by such removal or replacement. . I 16.2 All removal and replacement WORK shall be done at the CONTRACTOR'S expense. If the CONTRACTOR does not take action to remove such rejected WORK within ten (10) days after receipt of WRITTEN NOTICE, the OWNER may remove such WORK and store the materials at the expense of the CONTRACTOR. I 17. SUBSURFACE CONDITIONS I 17.1 The CONTRACTOR shall promptly, and before such conditions are disturbed, except in the event of an emergency, notify the OWNER by WRITTEN NOTICE of: I 17.1.1 Subsurface or latent physical conditions of the site differing materially from those indicated in the CONTRACT DOCUMENTS: or I 17.1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in WORK of the character provided for in the CONTRACT DOCUMENTS. I I 17.2 The OWNER shall promptly investigate the conditions, and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the WORK, an equitable adjustment shall be made and the CONTRACT DOCUMENTS shall be modified by a CHANGE ORDER. Any claim of the CONTRACTOR for adjustment hereunder shall not be allowed unless he has given the required WRITTEN NOTICE; provided that the OWNER may, if he determines the facts so justify, considel: and adjust any such claims asserted before the date of final payment. I 18. SUSPENSION OF WORK, TERMINATION AND DELAY I 18.1 The OWNER may suspend the WORK or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the CONTRACTOR, by WRITTEN NOTICE to the CONTRACTOR and the ENGINEER which notice shall fix the date on which WORK shall be resumed. The CONTRACTOR will resume that WORK on the date so fixed. The CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to any suspension. I I 18.2 If the CONTRACTOR is adjudged a bankrupt or insolvent, or if he makes a general assignnlent for the benefit of his creditors, or if a trustee or receiver is appointed for the CONTRACTOR or for any of his property, or if he files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable.laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to SUBCONTRACTORS or for labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the WORK or if h~ disregards the authority of the ENGINEER, or if he otherwise violates any provision of the CONTRACT DOCUMENTS, then the OWNER may, without prejudice to any .other right or remedy and after giving the CONTRACTOR and his surety a minj,mum of ten (10) days from delivery of a WRITTEN NOTICE terminate the services of the CONTRACTOR and take possession of the PROJECT and of all materials, equipment, tools, construction equipment and machinery thereon owned by the CONTRACTOR, and finish the WORK by whatever method he may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the WORK is .finished.If the I I I I I 9410-gc .doc GENERAL CONDITIONS Page 9 I I I unpaid balance of the CONTRACT PRICE exceeds the direct and indirect costs of completing the PROJECT, including compensation for additional professional services, such excess SHALL BE PAID TO THE CONTRACTOR. If such costs exceed such unpaid balance, the CONTRACTOR will pay the difference to the OWNER. Such costs incurred by the OWNER will be determined by the ENGINEER and incorporated in a CHANGE ORDER. I I 18.3 Where the CONTRACTOR'S services have been so terminated by the OWNER, said termination shall not affect any right of the OWNER against the CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of monies by the OWNER due the CONTRACTOR will not release the CONTRACTOR from compliance with the CONTRACT DOCUMENTS; I 18.4 After ten (10) days from delivery of a WRITTEN NOTICE to the . CONTRACTOR and the ENGINEER, the OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the PROJECT and terminate the CONTRACT. In such case, the CONTRACTOR shall be paid for all WORK executed and any expense sustained plus reasonable profit. I I 18.5 If, through no act or fault of the CONTRACTOR, the WORK is suspended for a period of more than ninety (90) days by the OWNER or under an order of court or other public authority, or the ENGINEER fails to act on any request for payment within thirty (30) days after it is submitted, or the OWNER fails to pay the CONTRACTOR substantially the sum approved by the ENGINEER or awarded by alternate process within thirty (30) days of its approval and presentation, then the CONTRACTOR may, after ten (10) days from delivery of a WRITTEN NOTICE to the OWNER and the ENGINEER, terminate the CONTRACT and recover from the OWNER payment for all WORK executed and all expenses sustained. In addition and in lieu of terminating the CONTRACT, if the ENGINEER has failed to act on a request for payment or if the OWNER has faj.led to make any payment as aforesaid, the CONTRACTOR may upon ten (10) days WRITTEN NOTICE to the OWNER and the ENGINEER stop the WORK until he has been paid all amounts then due, in which event and upon resumption of the WORK, CHANGE ORDERS shall be issued for adjusting the CONTRACT PRICE or: extending the CONTRACT TIME or both to compensate for the costs and delays attributable to the.stoppage of the WORK. 18.6 If the performance of ill 6~ any portion of the WORK is suspended, delayed, or inteL-rupted as a result of a failure of the OWNER or ENGINEER to act within the time specified in the CONTRACT DOCUMENTS, or if no time is specified, within a reasonable time, an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both; shall be made by CHANGE ORDER to compensate the CONTRACTOR for the costs and delays necessarily caused by the failure of the OWNER or ENGINEER. I I I I I I 18.7 If the CONTRACTOR should neglect to prosecute the work properly or fail to perform any provision of this contract, the OWNER, after seven days' written notice to the CONTRACTOR may without prejudice to any other remedy he may have make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the CONTRACTOR, Provided: However, that the ENGINEER shall approve the amo~nt charged to the CONTRACTOR. I I 19. PAYMENTS TO CONTRACTOR I 19.1 At least ten (10) days before each progress payment falls due (but not more often than once a month), the CONTRACTOR will submit to the ENGINEER a partial payment estimate filled out and signed by the CONTRACTOR covering the WORK performed during the period covered by the partial payment estimate and supported by such data as the ENGINEER may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the WORK but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such I I 9410-gc.doc GENERAL CONDITIONS Page 10 I I I I supporting data, satisfactory to the OWNER, as will establish the OWNER'S title to the material and equipment and protect his interest therein, including applicable insurance. The ENGINEER will, within ten (10) days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate to the OWNER, or return the partial payment estimate to the CONTRACTOR indicating in writing his reasons for refusing to approve payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. The OWNER will, within ten (lO) days of presentation to him of an approved partial payment estimate, pay the CONTRACTOR a progress payment on the basis of the approved partial payment estimate. The OWNER shall retain ten (10) percent of the amount of each payment until final completion and acceptance of all work covered by the CONTRACT DOCUMENTS..' The OWNER at any time, however, after fifty (50) percent of the WORK has been completed, if he finds that satisfactory progress is being made, shall reduce retainage to five (5%) percent of the contract amount. When the WORK is substantially complete (operational or beneficial occupancy), the retained amount may be .further reduced below five (5) percent to only that amount necessary to assure completion. On completion and acceptance of a part of the WORK on which the price is stated separately in the CONTRACT DOCUMENTS, payment may be made in full, including retained percentages, less authorized deductions. I I I I I 19.2 The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. I 19.3 Prior to SUBSTANTIAL COMPLETION, the OWNER, with the approval of the ENGINEER and with the concurrence of the CONTRACTOR, may use any completed or substantially completed portions of the WORK. Such use shall not constitute an acceptance of such portions of the WORK. I 19.4 The OWNER shall have the right to enter the premises for the purpose of doing work not: covered by the CONTRACT DOCUMENTS. .This provision shall not be construed as relieving the CONTRACTOR of the sole responsibility for the care and protection of the WORK, or the restoration of any damaged WORK except such as may be caused by agents or employees of the OWNER. 19.5 Upon completion and acceptance of the WORK, the ENGINEER shall issue a certificate att:ached to the final payment request that the WORK has been accepted by him under the conditions of the CONTRACT DOCUMENTS. The entire balance found to be due the CONTRACTOR, including the retained percentages, but except such sums as may be lawfully retained by the OWNER, shall be paid to the CONTRACTOR within thirty (30) days of completion and acceptance of the WORK. I I I I 19.6 The CONTRACTOR will indemnify and save the OWNER or the OWNER'S agents harmless from all claims growing out of the lawful demands of SUBCONTRACTORS, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, tools, and all supplies, incurred in the furtherance of the performance of the WORK. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the CONTRACTOR fails to do so the OWNER may, after having notified the CONTRACTOR, either pay unpaid bills or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of the CONTRACT DOCUMENTS, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR, his Surety, or any third party. In paying any unpaid bills of the CONTRACTOR, any payment so made by the OWNER shall be I I I I 9410-gc.doc GENERAL CONDITIONS Page 11 I I I considered as a payment made under the CONTRACT DOCUMENTS by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. I 19.7 If the OWNER fails to make payment thirty (30) days after approval by the ENGINEER, in addition to other remedies available to the CONTRACTOR, there shall be added to each such payment int~rest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the CONTRACTOR. I 20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE I 20.1 The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the CONTRACTOR other than claims in stated amounts as may'be specifically excepted by the CONTRACTOR for all things done or furnished in connection with this WORK and for every act and neglect of the OWNER and others relating to or arising out of 'this WORK. Any payment, however, final or otherwise, shall not release the CONTRACTOR or his' sureties from any obligations under the CONTRACT DOCUMENTS or the Performance BOND and Payment BONDS. I I 21. INSURANCE I I 21.1 The CONTRACTOR shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S execution of the WORK, whether such execution be by himself or by any SUBCONTRACTOR or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them"may be liable: I 21.1.1 Claims under workmen's compensation, disability benefit and other similar employee benefit acts; I 21.1.2 Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees: 21.1.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees: I 21.1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indi.rectly related to the employment of such person by the CONTRACTOR, or (2) by any other person; and I 21.1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 21.2 Certificates of Insurance acceptable to the OWNER shall be filed with the OWNER prior to commencement of the WORK. These Certificates shall contain a provision that coverages afforded under the policies will not be canceled unless at lease fifteen (15) days prior WRITTEN NOTICE has been given to the OWNER. I I 21.3 The CONTRACTOR shall procure and maintain, at his own expense, during the CONTRJI.CT TIME; Jiability insurance as hereinafter .specified; I , . 21.3.1 CONTRACTOR'S General Public Liability and Property Damage Insurance including. vehicle coverage issued to the CONTRACTOR and protecting him from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the CONTRACT DOCUMENTS, whether such operations be by himself or by any SUBCONTRACTOR under him, or anyone I I 9410-gc.doc GENERAL CONDITIONS Page 12 I I I I directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR under him. Insurance shall be written with a limit of liability of not less than $500,000 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by anyone person in any one accident; and a limit 6f liability of not less than $500,000 aggregate for any such darrlages sustained by two or more persons in anyone accident. Insurance shall be written with a limit of liability of not less than $200,000 for all property damage sustained by anyone person in anyone accident; and a limit of liability of not less than $200,000 aggregate for any such damage sustained by two or more persons in anyone accident. I I 21.3.2 The CONTRACTOR shall acquire and maintain, if applicable, Fire and Extended Coverage insurance upon the PROJECT to the full insurable value thereof for the benefit of the OWNER, the CONTRACTOR, and SUBCONTRACTOR as their interest may appear. This provision shall in no way release the CONTRACTOR or CONTRACTOR'S surety from obligations under the CONTRACT DOCUMENTS to fully complete the PROJECT. I I 21.4 The CONTRACTOR shall procure and maintain, at his own expense, during the CONTRACT TIME, in accordance with the provisions of the law of the state in which the work is performed. Workmen's Compensation Insurance, including' occupational disease provisions, for all of his employees at the slte of the PROJECT and in case any work is sublet, the CONTRACTOR shall require such SUBCONTRACTOR similarly to provide Workmen's Compensation Insurance, including occupatlonal disease provisions for all the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. In case any class of employees engaged in hazardous work under this contract at the site of the PROJECT is not protected under Workmen's Compensation statute, the CONTRACTOR shall provide and shall cause each SUBCONTRACTOR to provide, adequate and suitable insurance for the protection of his employees not otherwise protected. I I I I 21.5 The CONTRACTOR shall secure, if applicable, "All Risk" type Builder's Risk Insurance for WORK to be performed. Unless specifically authorized by the OWNER, the amount of such. insurance shall not be less than the CONTRACT PRICE totaled in the BID. The policy shall cover not less than the losses due to fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse, l:iot, aircraft, and smoke during the CONTRACT TIME, and until the WORK is accepted by the OWNER. The policy shall name as the insured the CONTRACTOR, the ENGINEER, and the OWNER. I 22. CONTRACT SECURITY I 22.1 The CONTRACTOR shall within ten (10) days after the receipt of the NOTICE OF AWARD furnish the OWNER with a Performance Bond and Payment Bond in penal sums equal to the amount of the CONTRACT PRICE, conditioned upon the performance by the CONTRACTOR of all undertakings, covenants, terms, conditions and agreements of the CONTRACT DOCUMENTS, and upon the prompt payment by the CONTRACTOR to all persons supplying labor and materials in the prosecution of the WORK provided by the CONTRACT DOCUMENTS. Such BONDS shall be executed by the CONTRACTOR and a corporate bonding, company licensed to transact such business in the state in which the WORK is to be performed and named on the .current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these BONDS shall be borne by the CONTRACTOR. If at any time a surety on any such BOND is declared a bankrupt or loses its right to do business in the state in which ~he WORK is to be performed or is removed from the list of Surety Companies accepted on Federal BONDS, CONTRACTOR shall within ten (10) days after notice from the OWNER to do so, substitute an acceptable BOND (or BONDS) ,in such form and sum and signed by such other surety or sureties as may be satisfactory to the OWNER. The premiums on such BOND shall be paid by the CONTRACTOR. No further payments shall be I I I I I 9410-gc.doc GENERAL CONDITIONS Page 13 I I I deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable BOND to the OWNER. I 23. ASSIGNMENTS '1 23.1 Neither the CONTRACTOR nor the OWNER shall sell, transfer, assign or otherwise dispose of the CONTRACT or any portion thereof, or of his right, title or interest therein, or his obligations thereunder, without written consent of the other party. 24. INDEMNIFICATION I 24.1 The CONTRACTOR will indemnify and hold harmless the OWNER and the ENGINEER and their agents and employees from and against all claims, damages, Ibsses and expenses including attorney's fees arising out of or resulting from the performance of the WORK, provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom: and is caused in whole or in part by any negligent or willful act or omission of the CONTRACTOR, and SUBCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. . I I I 24.2 In any and all claims against the OWNER or the ENGINEER, or any of their agents or employees, by any employee of the CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts or other employee benefits acts. I I I 24.3 The obligation of the CONTRACTOR under this paragraph shall not extend to the liability of the ENGINEER, his agents or employees arising out of the preparation or approval of maps, DRAWINGS, opinions, reports, surveys,. CHANGE ORDERS, designs or SPECIFICATIONS. 25. SEPARATE CONTRACTS I 25.1 The OWNER reserves the right to let other contracts. in connection with the PROJECT. The CONTRACTOR shall afford other CONTRACTORS reasonable opportunity for the introduction and storage of their materials and the execution of their WORK, and shall properly connect and coordinate his WORK with theirs. If the proper execution or results of any part of the CONTRACTOR'S WORI<: depends upon the WORK of any other CONTRACTOR, the CONTRACTOR shall inspect and promptly report to the ENGINEER any defects in such WORK that render it unsuitable for such proper execution and results. I I 25.2 The OWN~R may perform additlonal WORK related to the PROJECT by himself, or he may let other contracts containing provisions similar to these. The CONTFACTOR will afford the other CONTRACTORS who are parties to such Contracts (or the OWN~R, if he is performing the additional WORK himself), reasonable opportunity for the introduction and storage of materials and equipment and ,the execution of WORK, and shall properly connect and coordinate his WORK with theirs. I I 25.3 If the performance of additional WORK by other CONTRACTORS or the OWNER is not noted in the CONTRACT DOCUMENTS prior to the execution of the CONTRACT, written notice thereof" shall be given to the CONTRACTOR prior to starting any such additional WORK. If the CONTRACTOR believes that the performance of such additional WORK by the OWNER or others involves him in additional expense or entitles him to an extension of the CONTRACT TIME, he may make a claim therefor as provided in Sections l4 and 15. I I 9410-gc.doc GENERAL CONDITIONS Page 14 I I I 26. SUBCONTRACTING I 26.1 The CONTRACTOR may utilize the services of specialty SUBCONTRACTORS on those parts of the WORK which, under normal contracting practices, are performed by specialty SUBCONTRACTORS. 26.2 The CONTRACTOR shall not award WORK to SUBCONTRACTOR(s), in excess of fifty(50%) percent of the CONTRACT PRICE, without prior written approval of the OWNER. ., I 26.3 The CONTRACTOR shall be fully responsible to the OWNER for the acts and omissions of his SUBCONTRACTORS, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. I 26.4 The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative to the WORK to bind SUBCONTRACTORS to the CONTRACTOR by the terms of the CONTRACT DOCUMENTS insofar as applicable to the WORK of SUBCONTRACTORS and to give the CONTRACTOR the same power as regards terminating any subcontract that the OWNER may exercise over the CONTRACTOR under any provision of the CONTRACT DOCUMENTS. I 26.5 Nothing contained in this CONTRACT shall create any contractual relation between any SUBCONTRACTOR and the OWNER. I 27. ENGINEER'S AUTHORITY I 27.1 The ENGINEER shall act as the OWNER'S representative during the construction period. He shall decide questions which may arise as to quality and acceptability of materials furnished and WORK performed. He shall interpret the intent of the CONTRACT DOCUMENTS in a fair and unbiased manner. The ENGINEER will make visits to the site and determine if the WORK is proceeding in accordance with the CONTRACT DOCUMENTS. I I 27.2 The CONTRACTOR will be held strictly to the intent of th.e CONTRACT DOCUMENTS in regard to the quality of materials, workmanship and execution of the WORK. Inspections may be made at the factory or fabrication plant of the source of material supply. I 27.3 The ENGINEER will not be responsible for the construction means~ controls, techniques, sequence?, procedures, or construction safety. 27.4 The ENGINEER shall promptly make decisions relative to interpretation of the CONTRACT DOCUMENTS. I 28. LAND AND RIGHTS-OF-WAY I 28.1 Prior to issuance of NOTICE TO PROCEED, the OWNER shall obtain all land and rights-of-way necessary for carrying out and for the completion of the WORK to be performed pursuant to the CONTRACT DOCUMENTS, unless otherwise mutually agreed. I 28.2 The OWNER shall provide to the CONTRACTOR information which delineates and describes the lands owned and rights-of-way acquired. I 28.3 The CONTRACTOR shall provide at his own expense and without liability to the OWNER any additional land and access thereto that the CONTRACTOR may desire for temporary construction facilities, or for storage of materials. 29. GUARANTY I 29.1 The CONTRACTOR shall guarantee all materials and equipment furnished and WORK performed for a period of one (1) year from the date of I 9410-gc.doc GENERAL CONDITIONS Page 15 I. I I SUBSTANTIAL COMPLETION. The CONTRACTOR warrants and guarantees for a period of one (1) year from the date of SUBSTANTIAL COMPLETION of the system that the completed system is free from all defects due to faulty materials or workmanship and the CONTRACTOR shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The OWNER will give notice of observed defects with reasonable promptness. In the event that the CONTRACTOR should fail to make such repairs, adjustments, or other WORK that may be made necessary by such defects, the OWNER may do so and charge the CONTRACTOR the cost thereby incurred. The Performance BOND shall remain in full force and effect through the guarantee period. I I I 30. DISPUTES I 30.1 All claims, disputes, and other matters in question arising out of, or relating to, CONTRACT DOCUMENTS or breech thereof, except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 20.1 shall be decided in the Superior Court of Richmond County, Georgia, except where the parties agree on an alternate process for resolution of the question. I 30.2 No action in Superior Court of Richmond County shall be filed for any claim, dispute or other matter that is' required to be referred to ENGINEER initially for decision in accordance with paragraph 27.1 thru 27".4 until the earlier of (a) the date on which ENGINEER has rendered a decision or (b) the fifteenth day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. I, I I 30.3 The CONTRACTOR will carryon the WORK and maintain the progress schedule during any arbitration proceedings, unless otherwise mutually agreed in writing.. 31. TAXES I' 31.1 The CONTRACTOR will pay all sales, consumer, use and other similar taxes required by the law of the place where the WORK is performed. I I I I I I I 941 O-gc. doc GENERAL CONDITIONS Page 16 I. I I I '1 I I I I I I I' I I I I I I I I SPECIAL CONDITIONS INDEX SC-01. SC-02. SC-03. SC-04. SC-05. SC-06. SC-07. SC-08. SC-09. SC-10. SC-ll. SC-12. SC-13 . SC-14. SC-15. SC-16. SC-17. SC-18. SC-19. SC-20. SC-2l. SC-22. SC-23. SC-24. Drawings Field Office Facilities P'ights-of-Way Temporary Sanitary Facilities Boundaries of Work Existing Structures and Utilities Traffic Safety Utilities Estimate of Quantities Pre-Construction Conference Contractor's Breakdown of Lump Sum Payment Items Prior Use By Owner Cleaning Up Maintenance of Traffic Maintenance of Access Surveys Dimensions Erosion and Sediment Control Critical Operations Safety and Health Regulations Demolition Restoration of Property Schedule of Work Subsurface Investigation 9HO-sc.doc SPECIAL CONDITIONS Page 1 I I, SC-01. DRAWINGS: I The Engineer will furnish to the Contractor, free of charge, all copies 9f drawings and specifications reasonably necessary for the execution of the work. Location of all features of the work included in the Contract are indicated on the Contract Drawings. The following drawings are bound into the specifications and comprise the plans for this Contract: 'I Drawing Number Title I Cover Locati"on Map and Drawing List 1. Raes Creek Sewer Replacement: Manhole #1 to Manhole #8 Sta. 0+00 - Sta. 11+58.30 I 2. Raes Creek Sewer Replacement: Manhole #9 to Manhole #16 Sta. 13+88.30 to Sta. 29+73.02 I' 3. Raes Creek Sewer Replacement: Manhole #16 to Manhole #24 Sta. 29+73.02 to Sta. 45+50.00 I 4.. Raes Creek Sewer Replacement: Manhole #25 to Manhole #29 Sta. 45+50.00 to Sta. 61+11.74 I 5. Raes Creek Sewer Replacement: Manhole #29 to Manhole #36 Sta~ 61+11.74 to Sta. 74+56.65 I' 6. Manhole Details " 7. Manhole Details 8. Sanitary Sewer and Misc. Details I 9. 42" R.W. Line Replacement Plan 10. Erosion and Sediment Control Details for Utility Line Construction I SC-02. FIELD OFFICE FACILITIES: I The Contractor shall provide, at a point convenient to the work, suitable office facilities for housing records, plans and contract documents. A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress. I SC-03. RIGHTS-OF-WAY: I The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and ",rill use due diligence in acquiring said land and rights- of-way as speedily a possible. But it is possible that all lands and right-of-way may not be obtained as herein contemplated before construction begins, in which event the cpritractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining I' I 941 O-sc. doc SPECIAL CONDITIONS Page 2 I, I I, the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to compensate .for the time lost by such delay; such determination to be set forth in writing and approved by the Owner. I I SC-04. TEMPORARY SANITARY FACILITIES: .1 I Upon commencing work, the Contractor shall provide temporary screened and shielded sanitary privies in a manner meeting the approval of the Engineer. Facilities shall be maintained in a sanitary condition by the Contractor and in compliance with the requirements of authorities having jurisdiction. All temporary facilities shall be ~emoved by the Contractor and the area returned to its original condition prior to acceptance of the completed project. I' SC-05. BOUNDARIES OF WORK: .1 The Contractor shall not enter on or occupy with men, tools, equipment, or materials, any ground outside the limits of Owner's property or construction easements without written consent of the Owner of such property, SC-06. I' EXISTING STRUCTURES AND UTILITIES: I' It is mandatory that the Contractor locate all previously placed underground installations and construction prior to his engaging in any work in areas where such improvements may exist. The Contract drawings indicate general locations of such existing improvements solely for the purpose of initial and general representation thereof. The Owner and Engineer have not verified locations of these improvements as a basis for locations displayed on the drawings. All utilities and improvements must be located and flagged by the Contractor prior to commencing work. Flags must be maintained and based upon actual field determinations. The Owner's project inspector must be notified before any wor~ begins in vicinity of existing underground improvements. I' t I The Contractor shall be held responsible for any damage and for maintenance and protection of existing construction and utilities. All damaged construction, utilities or improvements shall be restored to the original or better condition in which they were discovered. SC-07. TRAFFIC SAFETY: I I The Contractor will be held responsible for any damages caused by negligence on his part, or by the improper placing of or failure to display danger signs and road lanterns; all traffic lanes will be kept open and clear at all times and no excavated material or equipment will be placed on pavement during construction. SC-08. UTILITIES: I I The Cont.ractor shall provide for. temporary utilities for construction operations. Potable water is available from hydrants. The Contractor shall make provisions for telephone service with the phone company. E:lectric power for construction operations shall be provided by the Contractor by arrangement with Georgia Power Company. The Contractor shall make suitable arrangements to provide fuel for temporary heating and/or other construction operations as necessary. I 9410-sc.doc SPECIAL CONDITIONS Page 3 I, I 'I SC-09. ESTIMATE OF QUANTITIES: I The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. I I SC-10. PRE-CONSTRUCTION CONFERENCE: I A pre-construction conference shall be held at an acceptable time to the Owner and the Contractor prior to the "Notification to' Proceed" to coordinate the work and satisfy all requirements of the Contract Documents. SC-ll . CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: I The contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for es1:imating of payments due on all progress estimates. I. SC-12. PRIOR USE BY OWNER: I' Prior to completion of the work, the Owner (by agreement with the Contractor) may take over the operation and/or use of the uncompleted project or portions thereof. Such prior use of the facilities by the Owner shall not be deemed as acceptance of any work or relieve the contractor from any of the requirements of the Contract Documents. I SC-13 . CLEANING UP: I The contractor shall keep the premises free from the accumulation of waste material and rubbish and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. .Ii SC-14 . MAINTEN1~CE OF TRAFFIC: 1\ In any work within ~he public right-of-way, the contractor shall provide adequate warning and protection for pedestrian and vehicular traffic from any hazard arising out of the contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes, side-walks and driveways will be kept open and clear at all times except as provided below. The contractor shall not block traffic on any street more than 30 minutes or such other time as the agency having jur:isdictionmay specify, without written permission from such agency. Before leaving the work each night, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the contractor fail to comply with the.provisions of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or lanterns, to reduce or eliminate hazards, construct substitute passageways or clear the pavement and deduct the cost thereof from sums due to the contractor. 'I, I I I 'I 941 Q-sc. dOle SPECIAL CONDITIONS Page 4 I :1 'I SC-15. MAINTENANCE OF ACCESS: I' The Contractor will be required to maintain access to business establishments during all times they are open for business, to churches, schools and other institutions during the time they are open and to all. residential and other occupied buildings or facilities at all times. Bridges across open trenches and work areas will be required to provide vehicular and pedestrian access. Bridges with handrail protection will be required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, however, plan and pursue his operations so as to minimize the time that direct entrance is blocked. I I. SC-16. SURVEYS: I The Contractor shall make his own surveys and establish his own working lines and grades from the basic reference lines established by the Engineer. The Contractor shall maintain a benchmark on site. At each structure, a physical check of installed inverts and/or .floor elevations shall be made and the elevations recorded and furnished to the Engineer. I SC-17. DIMENSIONS: II I Dimensions shown in figures or which can be determined by computation from other figures shown, shall take precedence over dimensions scaled from the drawings. When the work of the Contractor is affected by finished dimensions, these shall be determined by the Contractor at the site and he shall assume the responsibility therefor. SC-18. EROSION AND SEDIMENT CONTROL: .1 I The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. Grassing of disturbed areas shall be the minimum acceptable restoration.' Silt control devices such as straw bale fences and/or silt fence weight filter fabric shall be installed to limit migration of silt to the water courses. Erosion Control devices such as mats, grass, mulch, and crushed stone shall be installed to protect adjoining areas from soil contamination. Compliance with the guidelines of the Manual for Erosion and Sedimentation Control in Georgia, pursuant to the Erosion and Sedimentation Act of 1975, shall apply as though fully set forth herein. I I The Contractor shall operate within the limitations of the Land Disturbing Permit: of the construction. The Contractor shall provide to the Resident Inspector his construction sch~dule of land disturbing work and shall include a plan of the temporary measures to be in place during construction. At the time of the Preconstruction Conference, an employee of the prime Contractor shall be designated as the work site Erosion and Sediment Control Supervisor who is to be responsible for timely installation of erosion and sediment control measures and who shall provide early detection and correction of erosion, sediment, and flooding problems and who shall have full (24 hr) access to the personnel, equipment, materials, means and measures to ensure correction of routine and/or special deficiencies. 'I, I 'I, I Permanent erosion control measures for this site include moderate slopes, pavement, and permanent grassing. The Contractor shall strive to expedite completion of the permanent measures and shall keep the temporary measures in place until a satisfactory grass cover is established. I 9410-sc.doc SPECIAL CONDITIONS Page 5 I, I I Sediment and erosion control materials shall be as specified in Section TS1, Clearing & Grubbing and Section TS6, Grassing. I SC-19. CRITICAL OPERATIONS: I' Raes Creek Sewer and Augusta-Richmond's primary raw water supply lines must remain in operation during the time the Contractor is constructing the new additions. Downtime of any raw water line must be scheduled and very limited. The Contractor shall cooperate with Augusta- Richmond County during all phases of the work to assure compliance with this provision. During construction operations, wastewater shall be pumped when nece~sary and no wastewater shall be permitted to bypass. ,1 I' The base bid assumes that Augusta-Richmond will supply its minimum raw water needs by using the 36" diameter raw water line of this alignment at Raes Creek and the 30" raw water line of another alignment. During installation of the sewer line beneath the 42" raw water line at station 22+00 I of Section 2, there is to be 400 L.F. of the 42" raw water line replaced with 42" diameter DIP under the base bid. Connections also are provided for crossover diversion between the 42" diameter and the existing 36H diameter raw water line. I I Installation of the crossover and 42H DIP raw.water line shall precede work beneath the other. raw water lines; it will provide for a greater safety factor and greater time for installation since it will provide for a full by~pass pipeline during the sewer line work beneath the other raw water lines. The 42H line is temporarily out of service and this replacement must be given first priority over other work of this contract. I SC-20. SAFETY AND HEALTH REGULATIONS: I and Health and Health Work Hours The Contractor shall comply with the Department of. Labor Safety Regulations for construction promulgated under the Occupational Act of 1970 (PL31-596) and under Section 107 of the Contract and Safety Standards Act (PL91-54). I SC-2l. DEMOLITION: I. Because the principal sewer line work of this Contract is a replacement sewer, m~ch of the existing ISH sewer will be abandoned in place. Sections which are to be retained in the system shall be carefully protected to avoid damage during construction. Those sections to be abandoned shall be maintained in service or by-pass pumped until service is provided by the J1eW sewer. The existing sewer after replacement may be removed or shall be plugged at each existing manhole. To abandon in place, not less than the cone top of each abandoned manhole shall be removed, then ends of the pipelines at the manholes plugged with concrete, the residual manholes filled with compacted earth; and the site graded, and grassed. Payment for demolition of the existing sewer line shall be on the basis of the lump sum price for this work in the bid. Manhole frames and covers shall be turned over to the Owner. I 'I I SC-22. RESTORl~TION OF. PROPERTY: I The Contractor shall carefully restore all property defaced by the operations 01: acts of any of his ,agents or employees. Such restoration shall include seeding, sodding, transplanting of lawns, hedges, or ornamental plantings, and the repair or replacement of streets, driveways, walks, fences, or other facilities in such a manner as to meet the approval of the Engineer. No structures, fences or trees shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. 'I 'I 94.10-sc.doc SPECIAL CONDITIONS Page 6 I, .1 'I Restoration of property shall commence immediately upon substantial completion of the proposed work in the various areas of the construct~on site. ,I SC-23. SCHEDULE OF WORK: 'I' I~ The Contractor shall schedule his work and shall furnish within 30 days after Notice Of Award his schedule of construction and his anticipated payment requests. Grassing and associated site work which does not impact the primary work of the contract will not be considered in any assessment of liquidated damages. SC-24. SUBSURFACE INVESTIGATION: I Labs. only. A soils investigation was made at Berckmans Road by CSRA Testing The follO'tving logs of. those borings are presented for information I' CSRA TESTING BORING LOGS BERKMAN ROAD BRIDGE I I' BORE #1 A Ground Elev. Weathered Rock Solid Rock BORE #2 A Ground Elev. Weathered Rock Solid Rock 178 168.5 168 177 171 167.5 I Neither the Engineer nor the Owner assumes any responsibility for the accuracy of this information. The borings are located and identified on the Contract Drawings. I' Attached on the following pages are borings No. 1 through 9 which were made in December 1993 and January 1994 and borings No. 10 through 25 made in September 1994. I I, 'I. I 'I' I I 941 O-sc. doc SPECIAL CONDITIONS Page 7 I ,I 'I I I' .1 I I' .1 I .1, I' I I 'I' I 'I I 'I' ~I csra TESTING AND ENGINEERING CO., INC. Report No. B-11993 1005 EMMETT STREET. SUITE A AUGUSTA. GEORGIA 30904 (706) 733-6960 FAX (706) 737-0629 Date January 4. 1994 CLIENT: Augusta Engineering Department PROJECT: Rae's Creek Sewer Replacement LOCA nON: Augusta, Georgia As requested, nine (9) soil test borings have been made along the route of planned additions to a sanitary sewer line. The purpose of this work was to determine the condition of sub grade soils and to locate the depth to hard rock formations. The types of subsurface materials encountered are described on the accompanying test boring records. These borings were made at locations designated by the client in accessible areas as close as practical to the sewer line. The numbering system of borings corresponding to stationing is listed below. , ~:::::::,\:\::\:Iili:::~\fo:':\:\':;':::::\::\':::\:.~pgg\::'rigi::::\:\:\'\:::::::'::\:'!::"':'\:::::::::!;:::::::::!;'::~:'::::::::l:':::;\\:\::::::::::::;:;::::::::::::::::::,:::::\::::~i!~!p:':::::::::::::::::::::::::::::::::::::::::j::::::"i:::::::::'::::~ Respectfully SUmK James M. Pope, P :E. President 2 cc: Augusta Engineering Department Member of American Society for Testing and Materials it '1 a _! ,I: I I ., I' ,I; " I, 1\ /1' I 'I' I 'I' I, Raes Creek Sewer Replacement Boring locations continued Borine No Station 10 15+69 11 17+89 12 22+29 13 25+87 14 29+91 15 33+93 16 37+92 17 40+69 18 43+91 19 47+90 20 51+90 21 55+90 22 59+90 23 66+26 25 72+53 11 'I . / csra TESTING & ENGINEERING CO., P.C. 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT Rae's Creek Sanit~ I LOCATION Auqusta. Georqia BORING NO. 1 DATE Decanber 28. 1993 I' J; I I I , I' I, I' ,I 'i' t I' I i i, DEPTH FEET VISUAL SOIL DESCRIPTION PENETRATION . .... VALUE (N) .. UNIFIED CLASS. PERCENT MOISTURE Brown, Organic, Fine Silty Clay S' Reddish-Brown, Fine Silty Clay Grayish-Black, Organic Silty Clay 10' Grayish-Green, Weathered Granite Boring Tenninated at 12 feet 15' 20' 35' 25' 30' 40' N Value is number of blows of '140 pound hammer required to drive 2" split-tube sampler one foot after seated. 3' ~ WATER TABLE .1 I .1, ,: I. I I' .1 1\ -,/ t ., I, I '1' I 'I' I 'I' I. csra TEST I N G & E N GIN E E R I N G CO., P. C . 1005 EMMETI: STREET. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 Rae 1 s Creek Sanitary Sewer PROJECT lOCA TION DEPTH FEET 20' 25' 30' 35' 40' BORING NO. 2 Auqusta, Gerocria DATE T'lf:>(-~,. 2R 1 qq1 VISUAL SOIL DESCRIPTION PENETRATION UNIFIED PERCENT VAlUE (N) CLASS. MOISTURE J?ptir1i!":h-Tan, Fine Silty Clay Black, Organic, Fine Silty Clay Grayish-Green, Weathered Granite guer Refusal. (rock) N Value is number of blows of 140 pound hammer required to drive 2" split-tube. sampler one foot after seated. 3.51 -===- WATER TABLE .1 I' c s r a_ TESTING & ENGINEERING CO., P.C. 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-<)629 " PROJECT Rae.s Creek Sanitary Sewer I Au. gusta, Georg:i.a ,-.: LOCATION _ BORING NO. 3 DATE Decari:>er 28, 1993 I, I 't I' ., t I 'I' II I, 'I' -a -I' I '. I DEPTH FEET VISUAL SOIL OESCR I PrlON PENETRATION VALUE (N) UNIFIED . CLASS. PERCENT MOISTURE Reddish-Tan, Clayey Sand 5' Tan, Weathered Shale Auger Refusal (rock) 10' 15' 20' 25' 30' 35' 40' N Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. None -=- WATER TABLE I' 'I. csra TESTING & ENGINEERING CO., P.C. 1005 EMMETT STREET, SIJITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT Rae I s Creek Sanitary Sewer I LOCATION . Auausta. Gerogia I I I. !I' I I, I. II' .1 I, /1\ ,t l' I I I DEPTH FEET 4 BORING NO. December 2B, 1993 DATE VISUAl SOIL DESCRIPTION PENETRATION VAlUE (N) Reddish-Bl:"lJW1'l, Silty Clay Tan, Weathered Shale -" 10' Auger Refusal (rock) 15' 20' . . 25' 30' 35' 40' N Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. None UNIFIED CLASS. WATER TABLE PERCENT MOISTURE 'I 'I. I~ I II 'I. 'I I 1\ I '1\ .1 'I, '1\ I t 'I, I 'i I PROJECT lOCATION DEPTH FEET csra 1005 EMMETT STREET. SUITE A TESTING & ENGINEERING CO., P.C. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 Rae I 5 Creek SanitaJ:y Sewer Augusta, Georgia . VISUAL SOIL DESCRIPTION ~ni ~h-Tan, Fine Silty Clay 5' Tan, Weathered Shale 10' Grayish-Green, Weathered Granite 15' Boring TeDninated at 13 feet 20' 25' 30' 35' 40' N Value is number of blows of 140 .pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. 5 DATE December 28, 1993 PENETRATION VALUE (N) UNIFIED CLASS. ~ WATER TABLE PERCENT MOISTURE I II .Ij 'I I I, I I I, I '1\ ,I I II' I 'I' v I 'I' I csra TESTING & ENGINEERING CO., P.C. 1005 EMMETT STREET. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 BORING NO. 6 PROJECT Rae's Creek Sanitary Sewer Augusta, Georgia loeA TlON DEPTH FEET December 28, 1993 DATE VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED CLASS. Brown, Fine Silty Clay Tan, Weathered Shale 10' Bluish-Gray, Weathered Shale Boring 'renninated at 11 feet. 15' 20' 25' 30' 35' 40' N Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. 5' ~ WATER TABLE PERCENT MOISTURE '1. I csra TESTING & ENGINEERING CO., P.C. 1005 EMMETT STREET. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT .1 LOCATION Rae' s Creek Sani.tary Sewer BORING NO. 7 AUgusta, Georgia DATE December 28, 1993 I I, I, I I 1\ I 'I, I .1 '1\ I. DEPTH VISUAL SOIL FEET D~IPTION PENETRATION VALUE (N) UNIFIED CLASS. PERCENT MOISTURE Reddish-Tan, Silty Clay 5' Tan, Weathered Shale Grayish-Green, Weathered Shale Boring TeDninatedat 10 feet. 15' 20' , ~, --.., 25' 35' 30' I, 'w. \ , . I . ~I 40' N Value is number of blows of :140 pound hammer required to drive 2" split-tube sampler one foot after seated. . 5' _ WATER TABLE II I' I; I I I, II, ,. I I I 'I. I' I 'I' I II - , I' '" , I PROJECT loeA TION DEPTH FEET csra 1005 EMMETT STREET, SUITE A TESTING & ENGINEERING CO., P.C. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 Rae' 5 Creek Sanitary Sewer Augusta, Georgia VISUAL SOil:' DESCRIPTION ~ni ~h-Brc:rwn, Si...lty Clay 5' Grayish-Brc:rwn, Weathered Shale BluiSh-Gray, Weathered Granite 10' Auger Refusal (roc:k) 15' . 20' 25' 30' 35' 40' N Value is number of blows of 140 pound . hammer required to. drive 2" split-tube sampler one foot after seated. 8 BORING NO. December 28, 1993 DATE PENETRATION VALUE (N) UNIFIED CLASS. 4' -:==- WATER TABLE PERCENT MOISTURE I, I' ",--,- I I I. 1\ I I I '0', I I I, .1 'I I I I I, I loeA TION DEPTH FEET 15' 20' 25' 30' 35' 40' c s r a. TESTING & ENGINEERING CO., P.C. 1005 EMMETT STREET. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 9 BORING NO. December 28, 1993 DATE VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) , PROJ ECT Rae · 5 Creek Sanitary Sewer . Augusta, Georgia Brown, Fine Clayey Sand Tan, Weathered Shale B~uish-Gray, Weathered Shale Boring Tenni.nated at 10 feet. N Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. UNIFIED CLASS. 5' -=- WATER TABLE PERCENT MOISTURE I I. ../ I I I. I I I I I I I I I I -I I csra TESTING & ENGINEERING CO., INC. AUGUSTA. GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A PRO/ECT Rae's Creek SewP...r Replacement LOCATION Augusta, Georgia DEPTH FEET" 20' 15' 30' 35' 40' BORING NO. B-I0 DATE VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) Dark Brown Clayey Silt 5' Green and Tan Shale 10' Auger Refusal MJved five feet (5') south and eight feet (8' \lieS t to make boring 15' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube - sampler one foot after seated. I September 20, 1994 UNIFIED CLASS. Approx. 6'-7' - WATER TABLE PERCENT MOISTURE I I I I I- I .1 I I I I I I I I ,I I" csra TESTING & ENGINEERING CO., INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET. SUITE A PROJECT Rae's Creek Se\oJer ~1acenE.nt LOCATION Augusta, Georgia DEPTH FEET 10' 15' 20' 25' 30' 35' VISUAL SOIL DESCRIPTION Brown Clayey Silt with Rip Rap Brown Sandy Silt 5' Green and Tan Shale Auger Refusal MJved five feet ( 5') south. and eleveen feet. (11') west to make boring 40' 'I N Value is number of blows of 140 pound . hammer, required to drive 2" split-tube sampler one foot after seated. I' BORING NO. 8-11 DATE September 20, 1994 PENETRATION VALUE (N) UNIFIED CLASS. Approx. 6'-7' WA T~R TABLE PERCENT MOISTURE csra I I I I I I I I I I I I I I I I I IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one. foot after seated. I TESTING & ENGINEERING CO., INC. (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A PROJECT Rae's Creek Sewer Replacem:mt lOCA TJON Augusta, Georqia DEPTH FEET VISUAL SOIL DESCRIPTION Dark Brown Clayey Silt 5' Green and Tan Shale 10' Auger Refusal 15' 20' 25' 30' 35' 40' \ AUGUSTA, GEORGIA 30904 BORING NO. DATE PENETRATION VALUE (N) B-12 September 20. 1994 UNIFIED CLASS. Approx. 6'-7' - WATER TABLE PERCENT MOISTURE I I I I I I .1 I I I I I I I I I I I I csra TESTING & ENGINEERING CO., INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A PROJECT Rae's Creek ~.r Rep1..aceIrent Augusta, Georgia BORING NO. B-13 LOCATION DATE September 20, 1994 DEPTH FEET VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED CLASS. PERCENT MOISTURE R€'nrH ~h-Tan Clayey Sand 5' Btown Clayey Silt Gray Mulchy Sand Green and Tan Shale 10' Auger Refusal 15' 20' " 25' 30' 35' 40' N Value is number of blows of '140 pound hammer required to drive 2" split-tube sampler one foot after seated. Approx. 6'-WATER TABLE I I I LOCATION Augusta, Georqia I I I I I I I I I I I I I I PROJECT DEPTH FEET 10' 15' 20' 25' 30' 35' c s r.a TESTING & ENGINEERING CO., INC. (706) 733-6960 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 1005 EMMETT STREET, SUITE A Rae I S Creek Sewer Replacement VISUAl SOIL DESCRIPTION Brown Clayey Silt with Rip Rap 5' Auger Refusal 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. I BORING NO. R-14 DATE Seotember 20. 1994 PENETRATION VALUE (N) UNIFIED CLASS. Approx. 6'-7' ~ WATER TABLE PERCENT MOISTURE csra I I I I I I I I I I I I I I I I I IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. I TESTING & ENGINEERING CO., INC. (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A PROJECT Rae I 5 Creek Sewer Reolace.rrr:nt lOCA nON Augusta, Georqia DEPTH FEET VISUAL SOIL DESCRIPTION Brown Clayey Silt 5' 10' Auger Refusal 15' 20' 25' 30' 35' 40' AUGUSTA, GEORGIA 30904 BORING NO. DATE PENETRATION VALUE (N) R-l'1 Seotember 20. 1994 UNIFIED CLASS. Approx. 6'-7' -===- WATER TABLE PERCENT MOISTURE I I I I I I I I I I I I I I I I I I I csra TESTING & ENGINEERING CO., INC. AUGUSTA. GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET. SUITE A PROJECT Rae I S Creek Sewer RepJ..acarent lOCATION DEPTH FEET 15' 20' 25' 30' 35' 40' BORING NO. R-16 September 20, 1994 Augusta, Gerogia DATE VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED CLASS. Tan Clayey Silt with Rip Rap 5' Brown Clayey Silt Green and Tan Shale 10' Auger Refusal N Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. Approx. 6'-7' ~ WATER TABLE PERCENT MOISTURE I I I LOCATION Augusta, Georgia. I I' I I I I I I I I I I I I PROJECT DEPTH FEET 10' 15' 20' 25' 30' 35' 40' csra TESTING & ENGINEERING CO., INC. (706) 733-6960 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 1005 EMMETT STREET, SUITE A Rae's Creek Sewer Replacerrent VISUAl SOIL DESCRIPTION Brown and Tan Silty Clay 5' Green and Tan Shale Auger Refusal IN Value is number of, blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. I BORING NO. 8-17 DATE September 7, 1994 PENETRATION VALUE (N) UNIFIED CLASS. Approx. 6'-7' ~ WATER TABLE PERCENT MOISTURE I I I I I I I I I I I I I I I I I csra TESTING & ENGINEERING CO., INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET. SUITE A PR 0 J ECT Rae I 5 Creek Sewer Reo1.acerrent lOCA nON Augusta, Georgia BORING NO. B-18 DATE September 7, 1994 DEPTH FEET" VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED CLASS. PERCENT MOISTURE Brown and Tan Clayey Sand ReQni~h-Brown and Tan Silty Sandy Clay 5' Green and Tan Shale 10' Auger Refusal 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" spliHube sampler one foot after seated. Approx &.1_'71 . ~ WATER TABLE I I I I I I I I I I I I I I I I I I csra TESTING & ENGINEERING CO., INC. AUGUSTA. GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET. SUITE A PROJECT Rae IS Creek Sewer Replacerre.nt LoeA TlON Augtista, Georqia DEPTH FEET 10' 15' 20' 25' 30' 35' VISUAL SOIL DESCRIPTION RPQcii sh-Tan Sandy Clay Dark Brown Silty Clay Auger Refusal 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. ' \1 BORING NO. R-lq DATE September 7. 1994 PENETRATION VALUE (N) UNIFIED CLASS. Approx. 61-7' ____ WATER TABLE PERCENT MOISTURE ,. I I I I I I I I I I I I I I I I I csra TESTING & ENGINEERING CO., INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A PROJECT Rae's Creek Sewer Replace.rrent LOCATION Augusta, Georgia BORING NO. 8-20 DATE September 7, 1994 DEPTH FEET VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED CLASS. PERCENT MOISTURE Brown Clayey Silt. Reddish-Tan Silty Clay 5' Brown Clayey Silt Green and Tan Sl"'.ale . 1 ' 20'. 25' 30' . 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. Approx. 6'-7' . -===- WATER TABLE I I I I tOCA TlON Augusta, Georgia I I I I I I I I I I I I I I csra TESTING & ENGINEERING CO., INC. AUGUST A, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A PROJECT Rae 1 5 Creek Sewer Rep1acerrent BORING NO. B-21 DATE September 7, 1994 DEPTH FEET VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED CLASS. PERCENT MOISTURE Brown C Silt Brown and Tan Silty Clay Green and Tan Shale 10' Auger Refusal 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. I Approx. 6'-7' ---:-- WATER TABLE I I I I I I I I I I I I I I I I I IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. I csra TESTING & ENGINEERING CO., INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A PROJECT. Rae '5 Creek Se<.\er Rep1.ace.rrent BORING NO. B-22 LOCATION Augusta, Georgia DATE September 7, 1994 DEPTH FEET VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED CLASS. PERCENT MOISTURE Dark Brown Mulch . Dark Red Silty Clay 5' 10' Auger Refusal at 8' 15' 20' 25' 30' 35' 40' Approx. 6'-7' -===- WATER TABLE I I I I I I I I I I I I I I I I I csra TESTING & ENGINEERING CO., INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A PROJECT Rae IS Creek Sewr->...r Replace.rrent LOCA TlON Augusta, Georgia BORING NO. September 7, 1994 B-23 DATE DEPTH FEET VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED CLASS. PERCENT MOISTURE Tan Clayey Silt 5' Red Silty Clay Auger Refusal at 8 I 10' r-bved nine feet (9 I) north to make boring 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound \_ hammer required to drive 2" split-tube \ sampler one foot after seated. ] \ Approx ...fL::J..' . - WATER TABLE I I I I I I I I I I I I. I I I I I I I csra 1005 EMMETT STREET, SUITE A TESTING & ENGINEERING CO., INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT Rae IS Creek Se<Ner RP.place.Irent BORING NO. LOCATION AUQUSta, Georqia DEPTH FEET 15' 20' 25' 30' 35' DATE VISUAl SOIL DESCRIPTION PENETRATION VALUE (N) Red and Tan Silty Clay 5' Brown Sand Black. and Gray Muck 10' Tan Clayey Silt Tan Shale Auger Refusal at 12.51 40' N Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. R-7<) Seotember 7. 1994 UNIFIED CLASS. Approx. 61~71 -===- WATER TABLE PERCENT MOISTURE I I SECTION - Tl - SITE WORK I SCOPE: I The work covered by this specification consists of furnishing all plant,. labor, equipment, appliances, materials and supervision, and in performing all operations in connection with clearing, grubbing, excavation, filling, back-filling~ grading the site, field layout, staking, and grade settihg in strict accordance with this section of the specifications, the applicable drawings and terms and conditions of the Contract. I GENERAL: I Operations shall be conqucted in a manner which will provide for the safety of employees and others. Existing utility lines, walks, steps, paving, structures, or trees to remain shall be safeguarded and protected from damage~ and supported if necessary. Prior to any work the Contractor shall obtain necessary permits for work in the area or shall ascertain that the permits have otherwise been obtained. See Special Conditions, Paragraph SC-16 for field layout,. staking, and grade setting requirements. I I Classification of Excavation: All excavation in connection with site work will be considered unclassified common excavation. CLEARING: I I Clearing shall consist of the felling and cutting up or trimming of trees and the satisfactory disposal of the trees and other vegetation designated for removal together with the down timber, snags, brush and rubbish occurring within the project limits. Trees and other vegetation to be removed and al.l stumps, roots, and brush in areas to be cleared but not grubbed shall be cut off flush with or slightly below the original ground surface. Trees and stumps in areas to be covered by embankments 3 feet or more in height shall be cut off to 8 inches or less above the original ground surface. Trees and other vegetation in areas to be cleared and grubbed may be removed by uprooting or any other method that the Contractor may propose that is satisfactory to the Engineer. Individual trees and groups of trees designated to be left standing shall be trimmed of all live branches to such heights and in such manner as directed by the Engineer. All limbs and branches required to be,trimmed shall be neatly cut close to the bole of the tree or to main branches, and the cuts more than 1-1/2 inches in diameter thus made shall be painted with an approved tree wound paint. Individual trees, groups of trees and other vegetation, incident to construction o-perations, shall be protected by the erection of barriers or by such other means as the circumstances requiIe. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures or installations. I I I I I GRUBBING: I Grubbing shall consist of the removal and disposal of all stumps, roots .larger than 3 inches in diameter to the depth specified, and matted roots from the al:eas to be grubbed. In foundations areas, stumps, roots, logs or other timber 3-inches and over in diameter, matted roots, and other debris not suitable for foundation purposes, shall be excavated and removed to a depth not less than 18 inches below any subgrade, shoulder or slope; and to a depth of 12 inches below finish grade in areas to be grassed. All depressions excavated below the I I 9410-tl. doc SITE WORK Tl-1 I I I I original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. Grubbing will not be required in areas other than those occupied by construction and graded and grassed areas. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: I Merchantable Timber: All merchantable timber (6" diameter at the base or larger) cut from the construction sites, or from the rights-of-way, shall remain the property of the. landowner. The Contractor shall trim and cut such timber and stack it neatly within the easement or right-of-way, as directed by the Engineer. I Burning or Removal From Site: All Timber, except such timber which the Engineer considers merchantable, all logs, stumps, roots, brush, rotten wood and other refuse from the clearing and grubbing operations shall be burned, except that when permitted in writing by the Engineer, logs and large stumps may be otherwise disposed of as elected by the Contractor. Such permit will state the conditions covering the disposal of such logs and stumps without burning, including the areas in which they may be placed. Timber and other refuse to be disposed of by burning shall be burned at locations specified by the Engineer, in a manner that will avoid all hazards, such as damage to existing structures, construction in progress, trees and vegetation. The Contractor will be responsible for compliance with all Federal and State Laws and regulations relative to the building of fires. Disposal by burning shall be kept under constant attendance until the fires have burned out or have been extinguished. I I I I MATERIALS: I Borrow Material shall be selected to meet the requirements and conditions of the particular installation for which it is to be used. The material shall consist of sand soils or sand-clay soils capable of . being readily shaped and compacted. to the required densities. and shall be free of roots, trash and any other deleterious material. The material shall be obtained from off-site borrow pits approved by the Engineer. Borrow pits shall be cleared and grubbed as necessary, and shall be opened, excavated, graded and maintained so that adequate and proper drainage and a neat appearance shall exist at all times. 'I I I Topsoil shall consist of a natural material that occurs in surface deposits of limited depth, and, in general, on elevated areas, it shall be composed of natural mixtures of clay and soil binder with sand. Topsoil shall contain not more than 25 percent of clay and shall be free of stones larger than 2 inches in diameter, roots, excessive vegetation, rubbish or other deleterious matter. Topsoil shall be approved by the Engineer befoie being used on the work~ Topsoil as described, shall.be excavated from all areas to be disturbed, whether for structures, piping, site grading, or paving, and if it cannot immediately be placed in its final location, it shall be stored for later use. Stockpiled topsoil shall. be placed to afford good drainage. Topsoil work shall not be performed when the soil is so wet that the tilth of the soil will.be destroyed. I I I Embankment: This item consists of placing in fills and embankments for roadways, and other site grading work, the materials removed from the various excavations and borrow pits, all as specified herein and in accordance with the appropriate lines, grades, sections, contours and dimensions. ' ,I I 9410-tl.doc SITE WORK Tl-2 I I I I Crushed stone surfacing material shall consist of a compacted subgrade, a 4" sand-clay base, and a 2-1/2" crushed stone surface course. The surface course shall consist of dense graded crushed stone with 65 percent passing a No.4 U. S. Standard Sieve. CONSTRUCTION METHODS: I General: During construction, embankments, fills and excavations shall be kept shaped and drained. Ditches and drains along the subgrade shall be maintained in such manner as to drain effectively at all times. Grading shall be done so that the surface of the ground will be properly sloped to prevent water from running into the excavations for structures or pipe lines; any water which accumulates in excavations shall be removed promptly. Excavated materials shall not be stockpiled within a distance from the edge of any excavation less than 1-1/2 times the depth of the excavation. Suitable material removed from excavation shall be used, ,,,,here feasible,.' in the formation of embankments, fills, subgrades, shoulders, backfills, and site grading; excess material from excavation, not required for such uses or materials not suitable for such uses, shall be wasted in locations directed by the Engineer. Any wetting, haulinq, scarifying, mixing, shaping, rolling, tamping or other operation incidental to the following requirements, which, in the judgment of the Engineer, are necessary to obtain the'specified results, shall be performed by the Contractor at no additional expense to the Owner. ,I I I 1\ I Site Grading: Site grading shall consist of excavating and placing all necessary materials outside the limits of the various structures. Site grading shall be completed when all surfaces are aligned with. surrounding grades or are in conformity with the contours when shown, and are smooth, firm, containing the specified materials. Site grading shall include all excavation, filling and compacting required for construction of all ditches, roa~s, and all other areas disturbed by construction except as otherwise specified. Site gradingalsQ shall include excavation and backfill for walks and steps. Except as otherwise specified herein, all disturbed areas on the site shall be finished off to a uniformly smooth surface, free from abrupt, irregular surface changes. The degree of smoothness shall be that ordinarily obtainable from power grader operations. The finished surface shall not be more than 0.10 foot above or below the establishe~grade. There shall be no roots, wasted building materials, trash or other unsightly matter projecting through or visible at the surface. I I 'I I After all embankments and fills have been completed to grade, and after all structures and pipe lines requiring the use of heavy equipment have been completed, excavation necessary for the construction of walkways and steps may be performed. - Excavation shall be accurately cut to line and grade; sufficient width for the accurate placement and adequate support of the forms shall be allowed. After the forms are removed, the backfill shall be replaced and recompacted around structures, walks and steps. Care shall be taken to avoid damage to the walks and steps by the tampers. 'I I I Topsoil shall be evenly spread over the entire area to receive vegetation cover. The compactedsubgrade shall be scarified to a depth of 2 inches for the bonding of topsoil with the subsoil. Topsoil shall then be evenly spread, lightly compacted (not less than one pass of a cultipacker weighing 100 to 160#/ft. of roller) and graded to a uniform thickness of net less than 3' inches, and the surface shall conform to the requirements of site grading, ditches, embankments, or other features, as applicable. I I 9410-tl.doc SITE WORK Tl-3 I I I Ditches shall be cut accurately to line, grade, and cross-section. Any excessive ditch excavation shall be backfilled to grade with material approved by the Engineer, consisting of suitable excavated soi"l, borrow, or stones .or cobbles. The requirements of paragraph "Site Grading" above, shall apply to ditches except as follows: The degree of smoothness shall be that usually obtainable with string line or hand raking methods; the finished surface of ditch slopes shall not be more than 0.10 foot above or below the appropriate elevations. I I I Embankment: Sloping ground surface, steeper than one vertical to four horizontal, on which embankment or fill is to be placed, shall be plowed, stepped, or broken up in such manner that the embankment material will bond with the existing surface. Approved material, consisting of earth, sandy clay, sand and gravel, clay gravel, soft shale,. or other granular material (not containing muck, trees, stumps, brush, matted roots or othe~ clods of ear~h or stones) shall be placed in horizontal layers of loose material not more than 8 inches in depth. Each layer shall be spread uniformly and tamped and compacted to 95 percent of the density measured by Standard Proctor ASTM D698. Tamping shall be accomplished by sheepsfoot rollers or mechanical hand tampers. Final compaction may be by an approved power roller weighing not less than 10 tons, except where insufficient cover may cause damage to pipe. I I CRUSHED STONE SURFACING FOR UNPAVED DRIVEWAY REPLACEMENT: I I The subgrade shall be scarified 6" deep and then recompacted to 100% ASTM D698. Over the compacted subgrade compact a 4" thick Class A sand clay base compacted to 100% of ASTM D698 density. The 2-1/2" compacted crushed stone surface course shall be installed over the base. INSPECTION AND TESTS: I. The Engineer, at his discretion, may order tests ~nd inspections to be performed during the progress of the work, or at the completion of any individual unit of the work, or at the time of final inspection of the entire project. Random spot checks of elevation and slopes shall be conducted by ordinary differential level and profile methods. Random spot checks of topsoil thickness shall be conducted by cutting through the surface with a spade or mattock, and measuring the thickness of topsoil exposed. Density of embankment, fill, backfill or subgrade may be measured according to the procedures of ASTM D698. I 'I GRASSING: I Areas of road shoulders and ot.her property disturbed by construction operations shall be grassed in accordance with the GRASSING section of the specifications. Areas to be grassed shall be planted, maintained, and shall utilize topsoil, lime, fertilizer, proper and.approved grass and mulch sufficient to produce a cover suitable to eliminate significant erosion. I MAINTENANCE: .1 I Inspection of site work as it is. completed, shall not constitute final acceptance of the item. The Contractor shall maintain all items in such condition as to be ready for final inspection from the time of completion until the final acceptance of the entire project. PAYMENT: I Payment for clearing, grubbing, site grading, and repair of damage to affected facilities shall be included in the unit price for sewer lines and other unit price or lump sum prices as appropriate. I 9UO-tl.doc SITE WORK Tl-4 I I I Payment for borrow material shall include all costs of the material, hauling, placement, and compaction, complete, in place; payment shall be based on quantities of materials in place determined by differential measurements made in the presence of the Engineer's Representat~ve, before and after placement. I I A separate lump sum payment will be made for removal and replacement of existing headwalls and the extension of existing storm drains at three locations in section 1. Associated site work is a subsidiary obligation. I Separate lump sum payments by section will be made for erosion, sediment control, grassing, etc., in accordance' with the Bid and the erosion and sediment control requirements of Special Conditions paragraph SC 18. I Payment for sitework associated with the crossing of Boy Scout Road shall include removal and replacement of the asphalt pavement and base; concrete sidewalk, quardrail, etc. This payment item will be omitted if the alternate price for boring and jacking is accepted. I I See also other .technical sections and the bid for a listing of payment items; no other separate payment will be made for the work covered by this section of the specifications and all costs in connection therewith shall be included in the appropriate lump sum or unit price in the Bid. I I I I I I I I I I 9410-tl.doc SITE WORK T1-S I I. I SECTION - T2 - EXCAVATION,. TRENCHING, AND BACKFILLING SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, materials and appliances and in performing all operations in connection with the excavation, trenching and backfilling for sewers and appurtenant structures, complete in strict accordance with this section of the specifications and the applicable drawings and subject to the terms and conditions of the Contract. I' . EXCAVATION : I a. General: Excavation shall be in accordance with OSHA Safety Requirements. I . b. Classification of Excavation: I Common Excavation shall comprise the satisfactory removal and disposition of all materials not classified as rock excavation and shall include all earth, clay, silt, sand, gravel,. hardpan, weathered rock, loose shale and loose stone masses which can be removed without systematic drilling and blasting, and boulders measuring less than one-third cubic yard in volume. I, I' Rock Excavation shall comprise and include the satisfactory removal and disposition of the following: (l) All boulders measuring one- third cubic yard or more in volume; (2) All rock material in ledges, bedded deposits and unstratified masses, which cannot be .removed without systematic drilling and blasting; (3) Concrete or masonry structures; and (4) Conglomerate deposits which are so firmly cemented that they posseSs the characteristics of solid rock and which cannot be removed Hithout systematic drilling and blasting. I 'I c. Excavation for Walls and Footings: I Excavation for walls and footings shall extend ~ sufficient distance to allow for the placing and removal of forms, installations of services and for inspection, except where the concrete wall or footings may be authorized to be deposited directly against excavated surfaces. I 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 crushed rock as specified below under Trench Excavation. 'I d. Trench Excavation: I Trench Excavation: Trenches shall be excavated true to line and grade. Trenches to receive pipe having a nominal diameter of 24 inches or less shall not be less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, so that a clear space of not less than 6 inches nor more than 8 inches in width is provided on each side of the pipe. Trenches to receive pipe having a nominal diameter of 24 inches or greater shall not be less than 24 inches wider nor more than 32 inches wider than the outside diameter of the pipe to be laid therein, so that a clear space of not less than 12 inches nor more than 16 inches in width is provided on each side of the pipe. I 'I I 9410-t2.doc EXCAVATION, TRENCHING, ~~D BACKFILLING T2-l I I I' The maximum width specified applies to the width at or below the level of the top of the pipe. The width of the trench above the pipe may be as wide as necessary to provide room for proper installation of the work. The Contractor shall comply with the safety req~irements of OSHA and, where applicable, of the Georgia DOT. I I The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of the pipe on the bedding material at every point along its entire length, except for portions of the pipe sections where it is necessary to provide for bell holes and for the proper sealing of pipe joints. Bell holes shall be shaped 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, 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. Water lines may be laid on shaped firm earth without bedding except where the bedding is required above rock. I 'I' I I 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 for bedding. Where rock excavation is required, the rock shall be excavated to a minimum overdepth of 4 inches and maximum of 12 inches below the normal required trench depth. The overdepth rock excavation and all excess trench excavation shall be backfilled wi th well-g.raded stone or crushed gravel meeting the requirements of ASTM C-33, Gradation 67 (3/4" to #4). Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe, as determined by the Engineer or indicated on the drawings, is encountered in the trench bottom, such soil shall be removed to a depth required for the lengths designated by the Engineer and the trench backfilled to trench bottom grade with crushed stone or gravel. I I' e. Dewatering and Drainage: 'I' All excavations shall be protected from flooding by surface waters (rain, runoff, etc.). I. Dewatering by pumping or well pointing from excavated areas shall be performed by the Contractor to provide a stable excavation and a firm pit or trench bottom. Dewatering shall incur no extra cost to the Owner. I Water removed from the excavated areas shall be conveyed in a proper manner to a suitable point of discharge where it will neither cause injury to public health, public or private property, the surface, or the use of streets by the public, or work completed or in progress. 'I .1 To guard against the danger of flotation of empty or partially empty pipe due to high water table, all dewatering operations shall be continued without interruption until such time as sufficient backfill has been placed over the top of the pipe to overcome the buoyancy of a completely empty pipe which is entirely submerged. I f. Shoring and Protection of Excavations: I Shoring sha1.l be provided by the Contractor as necessary to protect life or property. Excavations shall not be made until shoring has been completed. All existing structures, streets, pipes and foundations which are not to be removed or relocated shall be adequately protected or repla~ed by the Contractor without cost to the City. The Contractor shall adequately protect the work under I 9410-t2.doc EXCAVATION, TRENCHING, AND BACKFILLING T2-2 I I. I construction and the safety of his workmen in excavations by the use of suitable sheeting, shoring and bracing or by sloping the banks with the angle of repose of the soil. g. Excess Material: I Excess excavated material not suitable or required for backfill or filling shall be wasted as directed by the Engineer. I h. Stockpile: I Excavated material to be used for backfill shall be directed by the Engineer. Excavated Material shall sufficient distance from the side of the excavation excessive surcharge on the wall. stockpiled as be deposited a wall to prevent i, Blasting: I' Blasting shall be performed in accordance with local ordinances by skilled operators and precautions shall be taken to avoid damage. Suitable mats shall be provided to confine, within the limits of the excavations, all materials lifted by blasting. I PIPE BEDDING FOR GRAVITY SEWERS: I The pipe shall be bedded in compacted bedding material placed on the trench bottom. The bedding material shall be well-graded crushed stone or crushed gravel meeting the requirements of ASTM C-33, Gradation 67 (3/4 inches to No.4). The bedding shall have a minimum thickness beneath the bottom of ,the pipe of 4 inches or one~eighth of the outside diameter of the pipe, whichever is greater, and shall extend up the sides of the pipe one-sixth of the outside diameter of the pipe for rigid pipe and 6n above the pipe for flexible type. Holes must be dug in the bedding for each bell or coupling so that the load is. supported entirely by the pipe barrel, not the pipe bell or coupling. After each pipe has be~n placed in final position, bedding material shall be placed and compacted under the pipe haunches and on each side of the pipe to prevent lateral displacement. "Shovel-slicing" of .crushed stone bedding shall be done using a crow bar heavy enough to penetrate the bedding material. The pipe bedding shall be thoroughly compacted throughout its depth. 'I' I 'I: I. BACKFI LLING: I .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 earth, loam, sandy clay, sand and gravel, soft shale or other approved materials. No material shall be used for backfilling that cont~ins mulch, other unstable materials, stones, blasted rock, broken concrete or pavement or other hard materials having any dimension greater than 2 inches; or large clods of earth, debris, frozen earth or earth with an exceptionally high void content. 'I I For backfilling, to a level 1 foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected material shall be used. Select materials shall be approved by the Engineer and shall consist of finely divided material .free from debris, organic material and large stone and may be suitable job excavated material or shall be provided by the Contractor from other sources. The backfill shall be placed in uniform layers not exceeding 6 inches in depth. Each layer shall be moistened and carefully and uniformly tamped with mechanical tampers or other suitable tools to achieve 90% density (ASTM D1557) except for more stringent requirements in roadways. Each layer shall be placed and tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility .1 I 'I 9410-t2.doc EXCAVATION, TRENCHING, AND BACKFILLING T2-3 I I I of voids or lateral displacement. Under roadway, driveways, paved areas, . parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in6-inch layers and each layer moistened and compacted. After compaction, the dry weight per cubic foot for each layer shall be at least 95% of the maximum Laboratory Dry Weight per cubic foot, as determined by ASTM D 1557. The top 12" beneath the roadway shall have. 100% compaction. I I The remainder of the back~ill 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 approximately that of the surrounding earth. I I Any trenches which are improperly backfilled or where settlement occurs, shall be reopened to a depth re'quired for proper compaction, then refilled and compacted with the surface restored to the required grade and compaction. Along all portions of the trenches not located in roadways, the ground shall be graded to a reasonable uniformity and the excess material. wasted as directed by the Engineer. I. I' 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. I' Material for fill and backfilling shall consist of the excavated material, if suitable, or borrow approved by the Engineer, and shall be free of trash, lumber, or other debris, roots and other organic, perishable or deleterious matter. I Borrow material for trench backfill shall consist of sand soils or sand- clay soils capable of being readily shaped and compacted ,to the required densities and shall be free of roots, trash, and any other deleterious material. 'I I Selected refill material shall be used, when directed by the Engineer, to refill the trench bottom where unsuitable soil is encountered; or, where rock excavation is required in trenches for water lines, selected refill material shall be used to refill the trench bottom to a minimum depth of 4 inches. Such material shall be crushed stone or gravel of suitable gradation free from sod, sticks, roots and other organic, perishable or deleterious matter. The Contractor shall obtain prior approval from the Engineer of the material proposed for the above use. I PAVEMENT REPLACEMENT: (I, I The Contractor shall replace all pavement removed, undermined or damaged by his construction operations with pavement of equal quality but not less than 8" of 4,000 p.s.i. concrete, plus 2" hot plant mix over compacted fill. Sufficient pavement shall be replaced to allow for at least one foot outside of excavation limits or damaged portions. The existing pavement shall be neatly cut vertically and on a uniform horizontal alignment. The type of paving used in patching shall be the same as. the original pavement and shall be tied into the adjacent pavemept or slab as directed by the Engineer. Pavement subgrade and pavement under the cognizance of local and state highway departments shall be replaced in strict accordance with their standards or direction. I I 'I 9410-t2.doc EXCAVATION, TRENCHING, AND BACKFILLING T2-4 I ,I I EROSION AND SEDIMENT CONTROL: I Temporary Silt Fencing shall be installed to limit the migration of silt from the construction area to waterways or proximate water courses. Filter fabrics free of defects or flaws shall be installed against a stable, post supported wire backing to intercept all runoff from the construction site. . I Filter Fabrics Materials shall be strong rot-proof synthetic fibers formed into a fabric of either the woven or nonwoven type. Either type of fabric shall be free of any treatment or coating which might significantly alter its physical properties after installation. The fabric shall contain stabilizers and/or inhibitors to make the filaments resistant to deterioration resulting from exposure to sunlight or heat. The fabric shall be a pervious sheet of synthetic fibers oriented into a stable network so that the fibers retain their relative position with respect to each other under normal handling, installation, and service conditions. Edges of the fabric ~hall be finished to prevent the outer yarn from pulling away from the fabric. . During all periods of shipment and storage, the fabric shall be wrapped in a heavy-duty protective covering which will protect the cloth from sunlight, mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater than 140 degrees F. I I' I' I The filter fabric material shall have a minimum flow rate of 25 gallons/min. per sq. ft., shall have a maximum opening size of #30 and shall have a minimum bursting strength of 175 PSI (ASTM D-376S). I Filter Fabric Backing shall be woven wire and attached to the posts by wire, cord, staples, nails, or other acceptable means. The filter fabric shall be installed in such a manner that 6 to S inches of fabric is left at the bottom to be buried and a minimum overlap of IS inches is piovided at all splice joints. After the fabric is installed in a trench, the trench is then to be backfilled and compacted so that no flow can pass under the barrier. 1\ 'I The Wire Support Fence shall be at least 24" high and sh~ll have at least 6 horizontal wires 4x4 Wl.4xWl.4 or equal. I Posts shall be a minimum of 4 feet long and either wood or equivalent steel posts may be used. Soft wood posts shall be at least 3 inches in diameter or nominal 2"x4" and straight enough to provide a fence without noticeable misalignment. Maximum post spacing shall be 4 feet. I Wire Staples/Fasteners shall be #17 gauge minimum and shall have a crown at least 3/4 inch wide and legs at least 1/2 inch long. Nails for fasteners shall be #14 gauge minimum, 1 inch long with 3/4 inch button heads. Fasteners shall be evenly spaced with at least 4 per post. 'I, Str~w Bale Ditch Checks: Tocontroi erosion in waterways and to provide additional restriction of silt migration, temporary ditch checks shall be installed. Standard rectangular mechanically produced straw bales shall be anchored to 2x4x4'-0" posts set 2.5' below grade. I' , , I Removal of Temporary Soil Erosion and Sediment Control Measures: After permanent erosion control features of the work site are complete and ample grass is established, the temporary fences, ditch checks, etc. shall be removed. Silt which has col.lected shall be removed, or when appropriate, regraded, stabilized, and planted. EXISTING IMPROVENENTS: I The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, sewers, gutters and I 9410-t2.doc EXCAVATION, TRENCHING, AND BACKFILLING T2-5 I I I I other drains encountered and repair to the satisfaction of the Engineer any surface or subsurface improvement damaged during the course of the work. The Contractor shall also make reasonable and satisfactory provisions for the maintenance of highway and street traffic. RESTORATION OF PROPERTY: I The Contractor shall carefully restore all property defaced by operations or acts of any of his agents or employees. Such restoration shall include seeding sodding and transplanting of lawns, hedges, ornamental planting and the repair or replacement of driveways, walks or other facilities. Ii SALVAGE MATERIALS: I All cast iron trap tops, grates and frames, manholes rings and covers, etc., that are removed and not reused shall be salvaged and hauled to the Streets and Drains Department, 1568 BroadStreet. This is a subsidiary obligation of the related bid items. MEASUREMENT AND PAYMENT: I 1. Excavation and Backfill: I Excavation and backfill of common excavation including satisfactory removal and disposal of excess material shall not be measured for payment and all costs shall be included in the applicable contract payment item as set forth in the Proposal. I Rock Excavation: I The quantity of .rock excavation which will be paid for is the number of cubic yards of acceptably excavated material as hereinbefore specified and defined as rock excavation, measured in its original position and computed by allowing the following width of rock excavation in trenches and 2 feet outside formed walls but not in excess of the amount actually excavated. The measurement l~ill include the authorized over depth excavation. The payment for rock excavation shall include the cost of disposing of excess materials which cannot be used in the backfill and for suitable ~upplemental backfill to replace the wasted rock. 'I I Nominal Pipe Size Allowable Trench Width I 18" 30" 48" 3' - 8" 5' - 10" 7' - 6" I No separate payment will be made for excavation and backfilling; pipe bedding; testing; refill of over-excavation; dewatering and drainage; sheeting and shoring; stockpiling; demolition; replacement of existing improvements damaged by Contractor '. s operations; restoration of property damaged by Contractor's operations; salvage material or other items of work except items as i.temized below for payment and all such costs shall be included in the applicable contra~t unit price or lump sum bid items. 'I, I Sewer Pipe will be measured in place from center to center of manholes or structures without deductions for length of line through the structures or for wye branches. Depth of the cut shall be measured from the ground surface at the centerline to the pipe invert. Sewer lines sh~ll be paid for at the applicable contract .lump sum or unit price as set forth in the Bid. I I 9410-t2.doc EXCAVATION, TRENCHING, AND BACKFILLING T2-6 I I I Select Refill Material: Refill material to replace unsuitable material below the pipe bedding, installed at the direction of the Engineer, will be paid for on the basis of the applicable unit price in the Bid. No payment will be made for crushed stone or gravel used by the Contractor in the trench bottom in lieu of dewatering by use of well points, etc. I I Borrow Material for Trench Backfill: Borrow material used to backfill the trench above the pipe, where suitable material is not available from the excavation, will be ~aid for on the basis of the applicable unit price in the Bid. The quantity of borrow will be based on the computed volume in the trench within the maximum permissible trench width for distances as authorized by the Engineer. I Repair of Broken Water or Gas Lines: Where existing water or gas lines are broken as a result of the Contractor's operations, where relocation of a water or gas line is elected by the Contractor, or where relocation is indicated as necessary to the installation of the sewer, the relocation or replacement is to be a subsidiary obligation of the sewer installation. I I Measured items shall be paid for at the contract unit or lump sum price for the items as set forth in the proposal, which payment shall be full compensation for the work complete in place and accepted. I I I 'I I I I I I I I 9410-t2.doc EXCAVATION, TRENCHING, AND BACKFILLING T2-7 I I I v SECTION - T3 - CONCRETE: I SCOPE: I The work covered by this specification consists of furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of concrete work, complete, in strict accordance with this specification and the applicable. drawings, and subject to the terms and conditions of the Contract. APPLICABLE SPECIFICATIONS: I The current edition of the following specifications form a part of this specification: I American Society for Testing Materials Designation (ASTM): I Concrete Aggregates Portland Cement Air-Entraining Portland Cement Reinforcing Steel . Ready-Mix Concrete Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field American Concrete Institute Publications: C33 C150 C175 A615 C94 C31 I I ACI ACI Building Code Requirement for Reinforced Concrete Manual of Standard Practice for Detailing Reinforced Concrete Structures I CONCRETE: Materials: I Cement: Portland cement, conforming to ASTM C150, shall be Type II for manhole bases or Type III for pavement. Only one brand of cement shall be used for exposed concrete in any individual structure. I Fine Aggregate shall consist of natural sand, manufactured sand or a combination thereof, conforming to the requirement of ASTM C33, Concrete Aggregate. I Coarse Aggregate shall consist of crushed stone, gravel, or air cooled blast-furnace slag, or a combination thereof, conforming to the requirement of ASTM C33, Concrete Aggregates and with a maximum size of 1 inch. I Water shall be clean and free from oils, acids, salts, or other injurious substances. I Admixtures, except air-entraining agents conforming to ASTM C260 shall be used only with written approval of, the Engineer. Use of ~alcium chloride will not be permitted. I Curing Materials shall be approved by the Engineer before use. Concrete shall be cured by protecting it from drying for not less than 10 days, or by approved curing compounds applied in accordance with the Manufacturer's instructions. I I 9410-t3.doc CONCRETE T3-1 I I I Reinforcing Steel for concrete shall conform to ASTM A615 Grade 40 or Grade 60 except as otherwise noted on the drawings. Shop Drawings are not required. ,I. I, Storage of Materials: Cement and aggregates shall be stored in such a manner as to prevent deteribration or intrusion of foreign matter. Steel reinforcing shall be stored in such a manner as to be protected f~om rusting, oil, grease, and distortion. I, Mix: All concrete shall have a minimum 28-day compressive strength of 4000 pounds per square inch and a slump of 4 inches. All concrete shall be mixed in a power operated batch mixer. The contents of the mixer shall be completely discharged before each new batch is loaded. Ready mix concrete shall conform to ASTM C94. The use of retempered concrete will not be permitted. I Forms: Concrete walls shall be formed to accurately conform to the appropriate shape, lines and dimensions. Wood forms shall be made from lumber of No. 2 Common Grade or better. They shall be properly braced and tied so as to maintain their.position and shape, and shall be sufficiently tight to prevent leakage of grout. I I, Cylinders: Two cylinders per 50 yards of concrete and not less than two for each day's pour shall be tested for 28-day strength for concrete made with Type II cement and at 7 days for high early strength concrete made wi th Type III cement. I Finish: Slabs and fills shall be wood float finished, shall be smooth, free from holes, pockets, or honeycomb; fins shall be cut off; depressions, holes, and rough spots shall be carefully pointed. PAYMENT: I' 'I No separate payment will be made to the Contractor for any of the work covered by this section of the specifications and all costs associated therewith shall be. included in the appropriate unit price or lump sum price in the Bid. I I 'I ,I I I I 9410-t3. doc CONCRETE T3-2 I I I SECTION - T4 - SANITARY SEWERS AND APPURTENANCES SCOPE: I I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment and materials and in performing all operations in connection with the installation of sanitary sewer pipe, structures and appurtenances, complete, in strict accordance with these specifications and the applicable drawings and subject to the terms and conditions of the contract. APPLICATION SPECIFICATIONS: I The latest edition of the following specifications form a part of this section of the specifications~ I. (a) American Society of Testing Materials Specifications: I' ASTM Des. C-12 Installing Clay Pipe ASTM Des. C-76 Reinforced Concrete Culvert, Storm Drain and Sewer Pipe ASTM Des. C-425 Compression Joints for Vitrified Clay Pipe ASTM Des. C-443 Joints for Circular Concrete Sewer and Rubber-type Gaskets ASTM Des. C-478 Precast Reinforced Concrete Manhole Risers and Tops ASTM Des. A-377 Ductile Iron Pressure Pipe ASTM Des. C-700 Vitrified Clay Pipe ASTM Des. C-828 Low Pressure Air Test of Pipe Sewer Lines I I (b) Federal Specifications: I SS-B-656 Brick: Building (Common) Clay GENERAL: .1 'f_' I .The contract drawings indicate the extent and general arrangement of the sanitary sewer system. If any departure from the contract drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore, shall be submitted as soon as practicable for approval. No such departures shall be made without written approval of the Engineer. I The drawings .and these specifications shall be considered as supplementary one to the other so that materials and labor indicated, called for or implied by the one and not the otper shall be supplied and installed as though specifically called for ~n both. 'I MATERIALS: I (a) General: All materials furnished by the Contractor shall be new and shall meet the requirements of the applicable specifications in this paragraph. The pipe installation is designated for rigid pipe; flexible pipe will require special bedding for this installation. Sanitary sewer pipe 24" and larger shall be closed profile PVC pipe or cement lined ductile iron. Sanitary sewer pipe 8" t 18" diameter shall be VCP, SDR 35 PVC, or lined ductile iron. Drain pipe 6" and smaller shall be coated service weight cast iron soil pipe. Storm sewer pipe shall be Class III R.C.P. (b) Schedule for Pipe: (1) PVC Pipe (flexible~: ASTM Specification F-794 sizes 24" thru 48"; ASTM F789 sizes 8" .to 18". I I I I 941 O-t4. doc SANITARY SEWERS AND APPURTENANCES T4-1 I I I I I I I I I I I ,. I I I I I I I 9410-t4.doc I (2) Ductile Iron Pipe (DIP) (rigid), Cement Lined, Pressure Class 250, all sizes ASTM Spec. A-377, ANSI A 21.51, and ANSI A 21.4. (3) Vitrified Clay Pipe (VCP) (rigid), ASTM Spec. C700, Extra Strength Pipe. Polyvinyl Chloride (PVC) Pipe: PVC Pipe, (8" to 18" diameter shall conform to ASTM specification, SDR 35 with T1 wall thickness.PVC seamless ribbed pipe 24" through 48" shall meet the requirements of ASTM F 794 closed profile type with Uni-Bell Uni-B-9.Compounds for PVC pipe shall be according to ASTM D- 1784. Fittings shall be marked with applicable size, company name or logo, Unibell designation), ASTM.mark along with manufacturer's date and shift code.. Handling: Pipe and accessories shall be handled in such a manne.r as to insure delivery on the site and' installation in the trench in a sound undamaged condition. If pipe is to be stored outside for more than 30 days it shall be covered to protect it from prolonged exposure to the sun. Cover shall be canvas or other opaque material, with provision for air circulation under the cbver. When pipe is received in standard lifts it shall remain in the lift until ready for use. Lifts shall not be stacked more than three high and shall always be stacked wood on wood. Loose pipe shall be stored on racks with a maximum support spacing of three feet. Pipe shall be shaded but not covered directly when stored outside in high ambient temperatures. This will provide for free circulation of air and reduce the heat build-up due to direct sunlight exposure. Cutting: Pipes shall be cut in a neat workmanlike manner without damage to the pipe. Sinte the ribs are perpendicular to the axis of the pipe, the pipe can be cut between any two ribs. Pipe shall be cut square using a fine tooth saw. All burn chips and cuttings shall be removed. Placing and Laying: Pipe and accessories shall be examined for defects before installing. All damaged, defective or unsound items will be rejected and removed immediately from the site of the work. Pipe shall be placed in the trench and bedded. as required in Section T-2. Detect:ion Tape:. PVC pipe installed underground shall be marked by the use of a continuous inert bonded layer plastic tape with a metallic foil core, buried in the pipe trench 24 inches below the surface. Tape shall be yellow, 2 inches wide with continuous imprinting; "CAUTION - PIPELINE BURIED BELOW". Tape shall.be Seton Metallic Lined, or equal. Ductile Iron Sewer Pipe: Ductile Iron Sewer Pipe shall be ductile iron, pressure Class 250, in accordance with ANSI Specification A21.50 and A21.51, using 60/42/10 grade of iron. Fittings shall be ductile iron, push-on joint, 250 P.S.I. rating, in accordance with ANSI A21.11. Pipe and fittings shall be coated on the outside with a bituminous coating, and cement lined conforming to ANSI A 21.4. Vitrified Clay Pipe (VCP) shall be extra strength pipe conforming to ASTM C-700 and shall have joints which conform to ASTM C-425, compression' joints for VCP and fittings. SANITARY SEWERS AND APPURTENANCES T4-2 I I (c) Joints and Jointing Materials: I Push-on Joints for Ductile Iron Pipe and Vitrified Clay Pipe shall have gaskets made of vulcanized natural or synthetic rubber compound, smooth and free from all imperfections and porosity. Gaskets for PVC pipe shall be elastomeric conforming to ASTM D3212. Lubricant for push-on joints shall be non-toxic, shall not support bacteria growth and shall have no deteriorating effect on the gasket material. I Dissimilar Pipe Joints shall utilize an appropriate standard adapter, or concrete collar. I INSTALLATION: I Pipe Laying: The bottom of the trench where sewer pipe is to be laid shall be prepared, shaped, and bedded as shown on the plans and specified under the Section EXCAVATION, TRENCHING AND BACKFILLING, to give uniform circumferential support to the lower quadrant of the pipe for the maximum length. I I Pipe laying shall proceed upgrade with the spigot end of the bell and spigot pipe pointing in the direction of the flow. Each pipe shall be laid true to line and grade in such a manner as to form a close concentric joint with the adjacent pipe and to prevent offsets in the flow line. As the work progresses, the interior of the sewer shall b~ cleaned of all dirt and ~uperfluous materials of every description. Where cleaning after ~aying is difficult because of small pipe size, a suitable swab o~ drag shall be kept in the pipe and pulled forward past each joint immediately after the joint is completed. If the maximum permissible width of the trench at the elevation of the top of the pipe is exceeded for any other reason than at the direction of the Engineer, the Contractor shall install, at his own expense, such concrete cradling, pipe encasement or other bedding as is required by the Engineer to support the additional load on the pipe. Trenches shall be kept free of water until joints have been made up. No pipe shall be laid when the condition of the weather or the trench bottom is unsuitable for such work. At all times when the work is not in progress, all open ends shall be securely closed to the satisfaction of the Engineer so that no trench water, earth or other foreign substance can enter the line. I I I I All pipe shall be carefully examined before it is installed in the trench. All damaged or unsound pipe. or pipe which otherwise fails to meet specification requirements shall be rejected and shall be removed from the site of the work. . I Separation of Sewer and Water Mains: I Parallel Separation: Sewers parallel to water mains shall be laid with a 10ft. clear separation. I Crossings: Sewer and water line crossings shall be laid to provide a minimum vertical distance of IS" between the invert of the water line and the top of the sewer line; where a water line passes under, both the water line and sewer line shall be ductile iron pipe. Full joints of pipe shall be used at crossings with the joints separated from the crossing as much as possible. I Sewer Manholes: No ~ater pipe shall pass through or come in contact with any part of a sewer manhole. I I 9410-t4.doc SANITARY SEWERS AND APPURTENANCES T4-3 I I I CONCRETE CRADLES, SADDLES ANP ENCASEMENT: I The Contractor shall install concrete cradles, saddles or encasement where shown on the plans or as directed by the Engineer. Concrete shall have a 28 day compressive strength of 3,000 psi when tested in accordance with ASTM Specification C-39. MANHOLES: I (a) General: I ]\.ll manholes indicated on the plans shall be furnished and installed by the Contractor in accordance with the plans and provisions of this section of these specifications. Manholes shall be constructed with cast iron frames and covers in accordance with the details as shown on the plans. The base of the manhole shall be constructed of 4000 psi concrete as specified elsewhere in these specifications. The invert channels shall be smooth and accurately shaped to the semi-circular bottom conforming to the inside of the adjacent sewer sections as shown on the plans. Changes in direction of the sewer and entering branches shall have as long a radius of true curvature as the side of the manhole will permit. Manhole steps shall be spaced at 1'-4" O.c. I I I (b) ~~: precast or cast Manholes 4'or 5' in diameter may be brick or concrete. Larger diameter manholes shall be precast in place concrete. I I 1. Brick Manholes: Brick for manholes shall conform to Federal Specifications SS-B-656, Type H. All brick shall be thoroughly cleaned and saturated with water immediately before being laid up. The brick shall be laid radially in header courses with the joint broken by staggering each successive course. Details of the manhole shall conform to the plans. Brick shall be laid up with cement mortar made of one part Portland Cement and two parts of approved sand to which may be added lime not to exceed 25 percent by volume of the cement. The outside of the manhole shall be plastered with 1/2 inch of cement mortar. The inside of the manhole may be rubbed with a cloth in lieu of striking the joints. Concrete, brick work and mortar shall be protected against low temperatures. I I I 2. Precast Concrete Manholes: Precast manholes consisting of precast risers and tops, conforming to the requirements of ASTM Designation C478-61T, may be used in lieu of brick manholes. The precast top section shall be of the eccentric cone. type~ The lower end of the section shall be set in a bed of mortar in a recess formed in the. base slab and the . . outside of the joint shall then be sealed with a leveled fillet of mortar. The joints in the riser pipe shall be set in and. sealed with cement mortar as specified above. Standard above grade 7' and 8' diameter precast manholes shall be not less than 10' high including base, risers, and converter top. Standard flush with grade 7' and 8' diameter precast manholes shall be not less than 9' high including base,' risers, and converter top.. I I I I 3. Manhole Steps: Manhole steps shall sections of each manhole. The steps in may be installed when sections are cast after the manhole has been constructed. be installed in all the precast sections or may be inserted All damage to the I 9410-t4 .doc SANITARY SEWERS AND APPURTENANCES T4-4 I I I precast section caused by the insertion of the steps shall be repaired and sealed with expanding mortar to prevent leakage. Steps shall be of cast iron, Sumpter Machinery Company #1 or approved equal. I 4. Manhole Frames and Covers: I General: Manhole frames and covers in improved areas or streets shall set flush with the finished grade. In impioved areas or where no finished grade is established, the top of. the frame and cover shall be set one foot above the existing ground unless otherwise directed. The word SEWER shall be cast on the manhole cover. I Standard Frames and Covers: Cast iron for manhole frames and covers shall conform to ASTM A-48, Class 30, gray iron. Casting shall be quality cast iron such that the metal is strong, tough and of uniform grain. They shall be smooth, free from scale, lumps, blow-holes, blisters and defects of every kind which render them unfit for the intended use. No plugging or filling shall be permitted. All bearing surfaces shall be machined to provide mating and to eliminate rocking. Standard frames and covers shall be Sumpter Machinery Company No. MF-68L frames and MC-68L covers for above grade and #MF 1342H/MC 1342# for flush with grade or equal. I I I (c) Installation I I 1. Manholes General: The Manhole risers shall be plumb and the manhole steps shall be aligned with the straight side of the eccentric cone. The backfill at manholes ~hallprovide a seal to prevent the flow of groundwater along the pathway of the gravel bedding. The seal may be accomplished by backfilling around the manhole with good quality sand clay having a clay content of not less than 15% and compacted to the densities specified for backfill. Cast bases shall be on firm, dense, original material; precast bases shall be set in mortar on firm dense material. Where crushed stone is used beneath the manhole, two seepage barriers of 8 inch thickness shall.be installed to intercept the flow of groundwater at the manhole and shall extend 1 foot or more into natural material or shall be cast agai!lst rock. 2. Manhole Tops: The top of the manholes shall be topped out with brick as indicated on the drawings. The number of courses will depend on the required elevation of the top of the manhole .but shall not exceed 5 courses above the cones. The brick shall be laid radially in header courses with joints broken by staggering each successive course. The manhole ring and cover shall be set in a bed of mortar on the top course of brick. The outside of the manhole shall be plastered for the full extent of the brickwork with mortar to a thickness of not less than 1/2 inch. The inside face of the manhole brickwork may be rubbed with a cloth in lieu of striking the joints. The brickwork and mortar shall be protected against low temperatures and cured so as to prevent damage by freezing. I I I I I I I CONNECTION OF PIPES TO MANHOLES: Pipe with diameters 30" or smaller: install with a rubber boot, "Kor-N- Seal" system of NPC, Inc., Milford, N.H. or comparable product conforming I 9410-t4.doc SANITARY SEWERS AND APPURTENANCES T4-5 I I I to ASTM C923. The connection shall be a watertight flexible boot utilizing stainless steel clamps. I Pipe with diameters larger than 30" shall be connected to the manhole with NPC Contour Seal Heavy Duty Pipe - to - manhole connector utilizing a pumped gel to stabilize the contour seal and provide continuous flexibility and watertightness. I STUB-OUTS FOR FUTURE SEWERS: I Pipe stub-outs for the connection of future sewers shall be with a bell connection at the end of the stub-out. Each stub-out shall be plugged with 3" treated wood or pre-manufactured plug sealed in the bell end of the stub-out to achieve a watertight plug which then shall be blocked with concrete cast against firm earth. I TIE-IN OF EXISTING SEWERS: I Where existing sewers are tied-in to the new sewers, new manholes shall be constructed at the intersection o~ the two sewers with the existing sewer passing through the manhole. After the completion of the manhole, the portion of the existing sewer inside the manhole shall be removed in a neat manner to allow the. flow of sewage to enter the manhole. When the flow of the existing sewer is to be diverted into the new sewer, close and seal the open end of the existing sewer in the opposite wall with a precast plug or masonry bulkhead coated with cement mortar plaster. I HOUSE SERVICE LINES: I I House service connections shall be provided, where directed by the Engineer or the Owner, for each residential lot now served fr6m the existing line and for unimproved lots which have impending development at appropriate locations. Each service line shall consist of a service tap installed in the sewer line and a 6" service line extending to the property line and shall include a plug at the ~roperty line and all line fittings necessary to complete the house service connection. House services installed in the new 48" sewer shall consist of a 6". tap specifically suitable for the sewer furnished; the tap for PVC shall be a 6" "Insert-A~Tee" for vylon or other closed profile pipe; a strapped mechanical joint tapping saddle shall be used for ductile iron pipe. Pavement removal and replacement and .. excavation, filling and backfilling shall conform to Section T-2 of the specifications. The limit of installation of house service lines shall extend to a connection with the existing service on to the edge of the permanent easement or to any other reasonable limit as determined by the Owner and Engineer. I I I FIELD TESTS: I 1. Pipe: Each piece of pipe shall be visually inspected immediately before being placed in the trench and all pieces which appear to be cracked or damaged in any way shall be rejected. Particular notice shall be made of the joints to be sure that a watertight joint will be assured. I 2. Joints, Alignment and Grade: After the pipe has been installed in the trench and prior to the placing of any backfill, the joints, alignment and grade shall be .carefully examined and checked for conformance with specified requirements. The pipe shall be observed during backfilling operations and shall be rechecked following the backfilling operations to be sure that the required conditions of the joints, alignment and grade have been maintained. I I 3. Appurtenances: All manholes and other appurtenances shall be of specified size, shape and materials. The work shall comply with these I 9410-t4.doc SANITARY SEWERS AND APPURTENANCES T4-6 I I I specifications and if found not so in any respect it shall be brought to proper condition at the expense of the Contractor. I 4. Infiltration: A maximum allowable rate of infiltration into sewer lines shall be limited. to 100 gallons per inch of diameter per mile of sewer per 24 hours. This clause does not relieve the Contractor of the necessity of making the sewers as tight as possible. Sewers which exceed this limit will not be accepted and the Contractor shall take such steps as are necessary to bring the infiltration within the above allowance. The test for infiltration shall be made as follows: The test shall be made following a period of heavy rain and when the ground is saturated. The Engineer reserves the right to use his judgment as to whether or not the ground is sufficiently saturated to allow a satisfactory test. 'In the event that rainfall is insufficient to allow a satisfactory test before the date of completion of the work, the Contractor will be required to conduct the tests at any time up to 30 days following the completion date. The test shall be made up of three measurements of flow taken at hourly intervals. The amount of infiltration shall be computed from the average flow measured. I I I I The Contractor shall provide and install all necessary measuring weirs or other devices required to make the flow measurements. The tes.t shall be made in the presence of and to the satisfaction of the Engineer. I RESTORATION OF PROPERTY: I The Contractor shall carefully restore all property defaced by operations and acts of any of his agents or employees. Such restoration shall include seeding, sodding and transplanting of lawns, hedges or ornamental plantings and the repair 0.[ replacement of driveways, walks, fences or other facilities in such manner as to meet the approval of the engineer. No structures or trees shall be removed without the consent of the, property owner until condemnation procedure, if necessary, has been completed. I CLEAN UP AND REPAIRING: I The sewers shall be kept clean Cluring the progress of the work and upon completion shall be thoroughly cleaned: All needed repairs shall be made before this final cleaning. The Contractor shall provide suitable tools and labor to clean the sewers at his own expense. Any excessive leakage of water into the sewers or any deviation from proper grade or alignment such as to make the work, in the opinion of the Engineer, not consistent with first class work, shall be promptly corrected by the Contractor at his own expense. I I FINAL INSPECTION: I When the Contractor considers that all work has been completed, he shall then notify the Engineer who will carefully inspect all work and make such tests as to satisfy himself that every provision of the contract has been faithfully carried out. During this 'inspection, the Contractor shall, at . his own expense, make provisions for suitable drainage and maintenance. I MEASUREMENT AND PAYMENT: I Except for the specific payment items which follow, no other separate payment will be made for the work covered by this section of the specifications and. all costs in ~onnection therewith shall be considered as a subsidiary obligation of the Contractor and shall be included in the applicable lump sum or unit price items in the Bid; the payment shall cover all costs of every kind required. including clearing and grubbing, excavation, paverrlent removal, maintenance of the driving surface, bedding, backfill, protection of utilities, cleaning up, restoration, grassing, I I 9410-tLdoc SANITARY SEWERS AND APPURTENANCES T4-7 I I I furnishing the nlaterials and completing the installation. Where existing sewers are required to be abandoned, and/or plugged, the work shall be considered a subsidiary obligation of the sewer line work and other associated payment items. I Sewer Pipe Line: Sewer pipe line shall be measured in place from center to center of manholes or structures without deductions for length of line through the structures. Payment for each size of sewer pipe measured will be paid for at the contract unit price per linear foot for the associated depths of cut. I I Manholes: Payment will be made for the satisfactory installation of manholes complete with base section, converter top, eccentric cone, grouted inverts, manhole steps, plugs, boots, manhole frames and covers, and shall be paid for at the applicable unit price as set forth in the Bid. Additional length of 4' 0 risers between the converter top and the cone shall be paid per vertical foot. Flat top manholes will be a Lump Sum Unit Price for each complete manhole with accessories and associated work. Dimensions used to define the manholes for bidding are approximate inside dimensions in plan; the height is measured from invert to the top of the converter top or slab. I I Drop Connection to Manholes: Payment will be made per vertical foot, measured from the invert of the upper connection to the invert of the lower or drop connection. I I Stub-outs: Payment for stub-outs shall include one joint of pipe extended from the manhole and terminated in a pipe bell which is thoroughly sealed and blocked. The payment shall include the cost of the joint of pipe, the plug,.the blocking, and a temporary barricade within the manhole to close the. manhole end of the stub-out and shall include all associated costs of the stub-out complete in place. I I Encasement: Concrete for encasement is a subsidiary obligation of creek crossings. Payment for creek crossings will be made on the basis of the lineal feet installed. Such price shall include the pipe and all costs of .excavation, dewatering, forming, reinforcing, and other items of work and materials involved. I REPAIR OF BROKEN WATER OR GAS LINES: I Where existing water or gas lines are broken as a result of the Contractor's operations, where relocation of a water or gas line is elected by the Contractor, or where relocation is otherwise necessary to the installation of the sewer, the relocation or replacement is to be a subsidiary obligation of the sewer installation. I House Service Connections and House Service Line Extensions: Payment for house service connections shall cover all costs associated with installation of the tap or wye branch, the riser, 6" bends and plug. Payment for extension of the house service lines will be made on the basis of the number of linear feet satisfactorily installed measured from the limit of the house service connection to the plugged.end of the line extension. Measurement will be made along the centerline with no deductions for fittings in the. extension. No separate payment will be made for excavation, filling, backfilling or work in driveways. I I I Measured items shall be paid for at the contract unit or lump sum price for the various items as set forth ~n the bid which payment shall be full compensation for furnishing and installing the items, complete, in place. No separate payment will be made for connection to an existing manhole stub-out. I 9410-t4.doc SANITARY SEWERS AND APPURTENANCES T4-S I I I SECTION - TS - RAW WATER LINE CROSSING SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, supervision, equipment and materials, and performing all operations in connection with the installation and testing of the raw water line work and. appurtenances, complete, in strict accordance with this section of the specifications and the applicable plans, and subject to the terms and conditions of the Contract. I GENERAL: I I To provide assurance of a raw water supply during the installation of Raes Creek Sewer, a new 42" D.I.P. raw water line is to be provided to replace the existing 42# concrete raw water line across Raes Creek. All piping and accessories furnished by the Contractor for incorporation in the work shall be new, unused ductile iron pipe. I In installation, no blocking of pipe barrel above the trench bottom will be permitted. Any pipe which has its alignment, grade, or joints disturbed after laying shall be taken up and relaid. The interior of the pipe shall be thoroughly cleaned of all foreign matter before laying in the trench and .shall be kept clean during laying operations by means of plugs or other approved methods. The pipe shall not be laid in water or when trench or weather conditions are unsuitable for work, and water shall be kept out of trenches until the pipe joints have been completed. When work is not in progress, open ends of pipe and fittings shall be securely plugged so that trench water, earth or other foreign substance cannot enter the line. I I EXCAVATION, TRENCHING AND BACKFILLING: I Excavation, Trenching and Backfilling shall be in accordance with the requirements of Section, EXCAVATION, FILLING AND BACKFILLING. Separate payment is provided for, rock excavation only. I MATERIALS: I Ductile Iron Water Line Pipe and Fittings shall be pressure class 300 ductile iron in accordance with ANSI Specification, A21.50 and A21.51, latest revision, using 60/42/10 iron. I Ductile iron pipe shall be compression push-on type joints per ANSI Specification A21.11 except where restrained joint pipe is otherwise noted on the drawings. Pipe and fittings shall be coated on the outside with a bituminous coat and lined on the inside with cement lining in full accordance with the latest revisions of AWWA Spec CI04 or C602. I Restrained joints shall be "Lockring" ~lass 250, as m~nufactured by the American Cast Iron Pipe Company, TR Flex Class 250.by U.S. Pipe, or approved equal. I Flanges shall be drilled and faced Class 125 unless otherwise noted. Ductile iron pipe shall be furnished in nominal lengths of IS or 20 feet. I I I 9Q1~. tS.doc RAW WATER LINE CROSSING T5 - 1 \. i. \ I I INSTALLATION: I a. Handling: Pipe;and as ~o insure delivery on the sound, undamaged condition. the coating. accessories shall be handled in such a manner work and installation in the trench ina Particular care should be taken not to injure I b. Cutting: Cutting of the pipe shall be done in a neat and workmanlike manner without damage to the pipe or its coating. Cutting shall be done by means of an approved type of mechanical cutter. After cutting, all burrs and other roughness shall be removed and the exterior of the spigot and suitably beveled to facilitate assembly. I c. Placing and Laying: Pipe and accessories shall be examined for defects and tapped with a light hammer to detect cracks while suspended in the sling before installing. All damaged, defective or unsound items will be rejected and removed immediately from the site of'the work. Deflection from a straight line and grade as required by vertical or horizontal curves or offsets shall not exceed the following values: I I MAXIMUM JOINT DEFLECTION Pipe Size (Inches) Ductile Iron Pipe 20' Push-on Jt. (Inches) 20' Mechanical Jt. (Inches) I 20' Lockring (Inches) I 36" 42" 48" 6" 4" 4" 6" 4" 4" 3" 2" 2" I If alignment requires deflections in excess of the above limitation, the Contractor shall provide special bends, a sufficient number of shorter lengths of pipe to provide angular deflections within the limits set forth, or beveled joints up to and including 30. Pipe shall be placed in the trench and bedded as requireq in the section, EXCAVATION, FILLING AND BACKFILLING. Except where necessary in making connections with other lines, or as authorized, pipe shall be laid with the bells facing in the direction of laying. All ductile iron pressure pipe shall be installed in accordance with the applicable sections of AWWA C-600, "Installation of Cast Iron Water Mains". I I PRESTRESSED CONCRETE STEEL CYLINDER PRESSURE PIPE I General: A 400 ft. reach of the existing 42" "Lock Joint" prestressed concrete cylinder pipe across Raes Creek shall be replaced with new pipe in conjunction with,the installation of the Raes Creek sewer. The base bid for this reach is to be based on ductile iron for the replacement pipe. I I At each end of the new reach of ductile iron pipe the transition shall be Prestressed concrete cylinder pipe, Price Brothers or comparable equal product designed for an internal working pressure of 300 psi in accordance with AWWA C304-92 and shall be manufactured in accordance with AWWA C301- 92. Pipe Installation: I The pipe shall, at all times, be handled with equipment designed to prevent damage to the joints, or to the inside or outside surfaces of the pipe. .The botto~ of the trench shall be excavated to proper line and grade, shall be free of rocks, and shall provide a uniform bearing for the full length of the pipe barrel. A suitable excavation should be made at each end of ,the pipe to allow for the bell and to permit installation of the grout band. I I ?lllO-tS.~k,,: RAW WATER LINE CROSSING T5 - 2 I I I Both the bell and spigot of the pipe sections to be joined shall be cleaned just prior to joining. A thin layer of the lubricant supplied by the pipe manufacturer shall be applied to the surfaces of the bell, spigot, and gasket. After lubrication, the gasket shall be installed in the spigot groove. The stretch in the gasket should be equalized by inserting a smooth rod under the gasket and moving the rod completely around the full circumference of the spigot. I I Making the Joint: During joint make-up, "the pipe being lowered into the trench should be supported so the joint effort is a straight pull-in motion. The jointing effort can be aided with come~alongs, winches, dead man, or backhoe. The position of the gasket should be checked with a feeler gauge as supplied by the pipe manufacturer. If the gasket is not in place, the joint must be taken apart and relaid uaing a new gasket. When the qasket is found to be in the proper position with the feeler gauge, the joint can be finished as described below. I I I When a joint opening is needed to make a grade or alignment adjustment, the joint should be laid home first, then opened as required on one side. All joint openings must be within the recommended limits of the pipe supplier. I Finishing the Transition Joint: I A grout band shall be strapped to the outside of the completed joint so that it encompasses the external joint recess. A grout consisting of one part portland cement, three parts sand, and sufficient water shall be mixed to produce a grout free of lumps and with a consistency of heavy cream. The grout shall be poured into the opening at the top of the grout band so that it completely fills the external joint recess. The grout should be rodded or puddled to en~ure complete filling of the joint recess. A stiffer mix can be used to trowel over the opening at the top of the grout band. The interior joint recess shall be mortared in addition to the joint rings zinc metalized to 0.004 inches minimum thickness in the areas that could be exposed to th~ water inside t~e pipe. I I Backfilling: I Backfill material adjacent to the pipe shall be free from rocks, tree stumps, broken pavement, or other solid, unyielding objects. Backfill can be placed with front-end loaders or other equipment, taking care to keep the material uniform on both sides of the pipe in order to prevent shifting of the pipe. Care shall be taken to place backfill material under the haunches of the pipe for the lower one-sixth of the pipe circumference. Densification of the backfill material over the pipe shall be in accordance with specification, Section TS~2. _ Heavy equipment will not be permitted over the pipe until a cover of at least 2 feet is achieved. I I VALVES: I General: All butterfly valves shall be of the tight closing, rubber seat type with rubber seats which are bonded to or mechanically retained in the valve body or disc. No metal-to-metal seating surfaces permitted. Valves shall be bubble tight at rated pressures with flow in either direction, and shall be satisfactory for applications involving throttling service and/or frequent operation and for applications involving valve operation after long periods of inactivity. Valve discs shall rotate 900 from the full open position to the tight shut position. Valves shall meet the applicable requirements of the AWWA classifications. The manufacturer shall have manufactured tight closing rubber seated butterfly valves for a period of at least five (5) years. Butterfly valves shall be Pratt as specified or I I I 9410-t5.doc RAW WATER LINE CROSSING T5 - 3 I I I shall be valves of comparable quality as manufactured by M & H / Clow, Milliken, Dezurik, Mueller; or Rodney Hunt. I Valve Bodies shall be constructed of cast iron ASTM A-126 Class B and shall have integrally cast mechanical Joints ends or flanged ends as appropriate. Flange drilling shall be in accordance with ASA B 16.1. Two trunnions for shaft bearings shall be integral with each valve body. Valves 30" and larger shall be in accordance with th~ applicable class requirements of AWWA C504-70. I Valve Discs shall be constructed of cast iron or ductile iron. I Valve Shafts: Shafts of all valves shall be turned, ground and polished. Valve shafts shall be constructed of lS-S Type 304 stainless steel. I Valve Seats shall be of a natural rubber or synthetic rubber compound. Valve seats shall be field adjustable and replaceable without dismounting operator disc or shaft and without removing the valve from the line. All retaining segments and adjusting devices shall be a corrosion resistant material and shall be capable of a l/S inch adjustment. I Valve Bearings: Valves shall be fitted with sleeve type bearings. Bearings shall be corrosion resistant and self lubricating. I Valve Actuators shall conform to latest revision of AWWA C504, and shall be designed to hold the valve in any intermediate position between full open and fully closed without creeping or fluttering. I I Manual valve operators shall be of the worm gear or traveling nut type and fully enclosed. Units furnished for buried service shall be fully gasketed and grease packed. Above ground operators shall have a suitable indicator arrow to give valve position at any point from full open to fully closed. Valves shall open with a clockwise rotation of the handwheel. Manual operators shall require at least 30 turns of the handwheel to rotate 900. Operator components shall,.at the extreme operator positions, withstand without damage a pull of 200-lbs. for handwheel or chainwheel operators or an input torque of 300 ft. lbs. for operating nuts. Buried valves shall be provided with extension stem and valve position indicator or extended bonnet. I I I Valves 30" and larger shall have pneumatic operators. Motors for pneumatic operators shall be capable of producing not less than 1 1/2 times the required operator torque. Pneumatic-motor drives shall be equipped with limit switches for positioning limiting. Any gearing in direct association with the pneumatic motor shall be totally enclosed and shall operate in a lubricant. Each operator shall be provided with a means of manual operation without disassembly of operator or valve, and shall include a 2"- square AWWA nut cast into the. handwheel. Pneumatic-motor-operator valves shall operate from fully opened to fully closed position, or. the reverse, in approximately 105 seconds. Valves shall operate on 100 psi air. Valves shall be provided with Limitorque 5MB/H-BC operators. I I Painting and Testing: All surfaces of the valve shall be clean, dry and free from grease before painting. The valve surfaces except for seating, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V51C. . Hydrostatic and leakage tests shall .be conducted in accordance with AWWA C504. I I Affidavit of Compliance: Vendor shall, upon completion of manufacture, provide to the Owner an "Affidavit of Compliance" in accordance with AWWA C504. I 9410-t5.doc RAW WATER LINE CROSSING T5 - 4 I I I Proof-Of-Design Test: Vendor shall include with his submittal certified copies of Proof-of-Design Tests in accordance with AWWA C504. I Valve Appurtenances: Valve Boxes: All underground valves shall be installed with restrained Dresser couplings in concrete valve boxes. I Installation: Valves in valve boxes shall be plumb and appropriately located to provide for removal and installation using the Dresser coupling. Earth fill shall be carefully tamped around valve boxes to the undisturbed face of the trench. .Valves shall have the interiors cleaned of all foreign matter before installation. Stuffing boxes shall be tightened and the valve shall be inspected in both opened and closed positions to see that all parts are in working condition. I I Manhole frame and cover for valve boxes shall be Neenah #6060 (aluminum with bolted cover) or comparable product. I INCIDENTAL ITEMS: I Reaction Support: All plugs, caps, tees, wyes, and at bends deflecting 11 1/4 0 shall be given reacti6n support. Reaction support shall be of 3000 lb. concrete bearing directly against undisturbed earth of the trench wall. Sufficient thrust block bearing area shall be installed to distribute the thrust into undisturbed earth at a rate not exceeding the allowable soil bearing value. Where conditions are such that the bearing .value of the trench will not provide satisfactory support or where there is not sufficient space to install adequate thrust blocking, the Contract9r will be required to furnish and install socket clamps and tie rod harness or special joints to hold the fittings and pipe line in place. I I provisions for Future Connections: Where pipe ends are left for future connections, they shall be plugged or capped and blocked. Concrete Encasement: I I The Contractor shall install concrete encasement in the stream bed of Raes Creek. Concrete for encasement shall have a minimum 28-day compressive strength of 3000 psi. TESTING: I General: The Contractor shall provide all labor, supervision, pumps, measuring devices, power and water necessary to conduct hydrostatic tests on the raw water piping: I Pressure Test: After pipe has been laid and partially backfilled, all pipe and valves shall b~ subjected to a hydrostatic pressure of 250 psi. The duration of each pressure test~hall be at least two hours. Before applying the specified test pressure, all air must be expelled from the line. The Contractor will make the necessary taps and insert plugs after the test is completed. All exposed pipe, fittings, valves, and joints shall be carefully examined during the open trench test. All defective joints shall be repaired or replaced to the satisfaction of the Engineer. any cracked or defective pipe, fittings, valves or hydrants discovered in consequence of this pressure test shall be removed and replaced with sound material, and the test sh~llbe repeated vntil satisfactory results are achieved. I I I Leakage Test: The duration of the leakage test shall be two hours and during the test, the section of the main under test shall be subjected to a pressure of 250 I)si. Leakage is defined as the quantity of water which is I ~1110-t5.d,:).::- RAW WATER LINE CROSSING T5 - 5 I I I supplied into the newly laid pipe, or valved section necessary to maintain the ~est pressure after the air has been expelled and the pipe has been filled ~ith water at the test pressure. No pipe ihstallation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula. .L=D."JP 133 I I L D P Allowable leakage in gallons per hour/1000 feet. The nominal diameter of the pipe in inches. The average test pressure during the leakage test in pounds per inch gauge. I CLEAN UP: I Upon completion of the installation of the water lines and appurtenances, all equipment and debris remaining as a result of the Contractor's operations shall be removed from the site of the work. Any salvaged material shall be turned over to the Owner. I PAYMENT: I Except as specifically stated in the following items, no separate payment will be made for the work covered by this section of the specifications and all costs in connection therewith shall be included in the applicable lump sum or unit price item in the bid. Variation of .measured quantities from the stated estimated quantities at the Unit Price in the Proposal will be the basis for Contract adjustment. I I The payment shall cover all costs of every kind required for clearing and grubbing, excavation, pavement removal, maintenance 6f driving surfaces, backfill, protection of utilities, cleaning up, restoration grassing, erosion control, sediment containment measures, furnishing the materials, installation, disinfection, testing and completing the installation. Payment will be 1nade per linear foot for the replacement pipe of the existing 42" raw water line at Raes Creek and shall include the cost of the pipe, rip rap, filter fabric., encasement, and any temporary creek diversions as a subsidiary obligation. The closure transition pieces are to be part of the appropriate valve payment item; reworking the existing 36" raw water line and the existing IS" water line at the new sewer crossing is a separate lump sum payment item. I I I At the Raes Creek Crossing, transition and closure sections for the raw water lines shall be a subsidiary obligation of the associated valve, and shall cover all costs associated with connection to the exis~ing raw water lines. I Payment for the valves shall include the cost of the valve, the concrete valve box, the Dresser coupling, transitions, restraining harness, manhole frame and cover, manhole steps, and. associated work, complete in place. I Payment for concrete for encasement, and reaction blocking will be paid for as a subsidiary requirement of other payment items. I No other separate payment will be made for work included in this section of the specifications and all costs associated th~rewith shall be included in the appropriate lump sum or unit price item in the Bid. I I ('410-tS. ,j,:.., RAW WATER LINE CROSSING T5 - 6 I I I SECTION - T6 - GRASSING SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, equipment and materials and performing all operations required to establish a satisfactory cover of grass within all areas disturbed by construction which are not paved or crushed stone surfaced. All work shall be performed in strict accordance with this section of the specifications and the applicable drawings and subject to the terms and conditions of the Contract. I I GENERAL: I The grassing ope:[ations shall. consist of preparation of the soil, including tillage, liming and fertilizing, seeding or sprigging, mulching, watering, and maintenance and repair of planted areas until a satisfactory grass cover is obtained and the work is finally accepted. MATERIALS: I I Seed: Areas to be grassed shall be seeded with Hulled Bermuda grass seed in accordance with the grassing table of this specification, and appropriate for the area being grassed. All seed for grassing shall be tested and approved by the Georgia Department of Agriculture not more than 6 months prior to the date of sowing and packaged and labeled in accordance with the Georgia Seed Laws and Rules and Regulations in effe~t on the date of the Invitation for Bids. Seed which has become wet or moldy or otherwise damaged prior to the time of sowing will be rejected. I I Agricultural Lime sha+l be a pulverized limestone having the following certified chemical and physical properties: Total Carbonates, not less than 85% Passing 10-mesh screen, at least 100% Passing 100-mesh screen, at least 25% I Fertilizer: All fertilizer shall be a dry, free-flowing commercial 10-10-10 fertilizer suitable for applicatibn by a fertilizer distributor, grain drill, planting machine or similar standard equipment. The fertilizer shall be certified to, meet the requirements of Fertilizer Laws of the State of Georgia in effect on the date of the Invitation for Bids. Any fertilizer which becomes caked or. otherwise damaged prior to the time of use will be rejected. I I Mulch: Any of the mulch materials, consisting of forest litter, hay, straw, hulls of cotton balls or peanuts, ground corncobs, stalks of corn, cane, potato vines, tobacco or other stems, or peat, which are permitted under Standard Specifications of the State Highway Department of Georgia will be acceptable provided they are properly shredded or ground. Mulch materials which contain seeds of species of weeds or plants which would germinate and be harmful to the proposed planting will not be accepted. Before collection of mulch material is begun or delivery is made, the Contractor shall submit samples for approval.. Only approved mulch from approved sources will be accepted. I I I Water for use in connection with the grassing operations may be purchased from the Augusta-Richmond Utility Department, or obtained from any other approved source. Such water shall be free of excess chlorine, or other chemicals or substances harmful to plant growth. I I 9410-t6.doc GRASSING T6 - 1 I I I GROUND PREPARATION: I Prior to preparing the gr?und for grassing operations, all weeds, brush and other vegetation in the areas to be planted which has not been removed during clearing and grubbing and grading operations shall be removed from the site. All irregularities ,in .the surface shall be smoothed out and all roots, clay lumps and stone greater than 2 inches in diameter, and other foreign material detrimental to tillage, planting and proper growth and maintenance of the area shall be removed. In all areas where the topsoil has been removed during grading operations, the topsoil which has been stockpiled shall be returned and evenly distributed over these areas. Stockpiled topsoil shall be.kept free from subsoil, brush, objectionable weed growth, litter, stones and clay lumps larger than 2 inches in diameter, stumps, roots, and other material that would interfere with planting and maintenance operations. Herbicides used for weed control shall be registered for the purpose with USDA and shall be used in conformance with the manufacturer's directions to prevent contamination. I I I LIMING AND FERTILIZING: I After the areas to be seeded have been brought to finished grade, agricultural lime and fertilizer conforming to the requirements of this specification shall be uniformly distributed over the areas, lime at the rate.of one ton per acre and fertilizer at the rate of 1000 pounds per acre. In areas where mechanical spreaders cannot be used, the lime and fertilizer may be applied by hand methods. The lime and fertilizer shall not be applied when the wind makes it difficult to obtain satisfactory distribution. I I TILLAGE: I The lime,and fertilizer shall be thoroughly and uniformly mixed with the soil to a depth of approximately 3 inches by plowing, discing and harrowing until the soil is friable and well pulverized. Hand tillage will be required in all areas where mechanical equipment cannot be operated. I PLANTING: I Seeding operations shall not be performed outside the date limits of the grassing table, nor unless the soil has the optimum moisture content or more, through a depth of at least 3.inches. I Seeding: Seed conforming to the requirements of this specification shall be uniformly sown by approved mechanical power drawn drills or seeders or, in small areas, by mechanical hand seeders. Hulled Bermuda shall be planted at the rate of 40 pounds per acre. The seeds shall be covered and compacted to a depth of 1/8 to 1/2 inch by means of a cultipacker and an empty traffic roller or another roller weighing less than 3 tons. Broadcast seeding shall not be done when the wind makes it difficult to get satisfactory distribution. I WATERING: I After the planting has been completed, the moisture content of the soil will be tested. If there is not enough moisture in the soil to insure germination and adequate plant growth, water shall be applied by sprinkling until an adequate moisture content has been reached. In the absence of adequate rainfall during the germination and early growth period, the Contractor will be required to maintain the required adequate moisture content of the soil by periodic sprinkling operations. I I I 9410ct6.doc GRASSING T6 - 2 I I I MULCHING: I Mulching of planted areas will be required as an aid in reducing erosion and conserving soil moisture. The mulch shall conform to the requirements of this specification. Toe rate of application of the mulch depends on the texture of the mulch. The proper application will allow some sunlight to penetrate and ai:r to circulate, at the same time shading the ground. If desired, immediately after the mulch is spread, the material may be anchored to the soil by a cultipacker, disc harrow, or other suitable equipment. I ESTABLISHMENT AND MAINTENANCE: I I The Contractor is responsible for providing a satisfactory stand of living seeded grass in which gaps larger than 12 inches do not occur at the time of acceptance of the project. Any areas which fail to show a uniform stand for any reason whatsoever, shall be replanted according to these specifications and such replanting shall be repeated until acceptance by the Engineer. The Contractor shall properly water, mow and otherwise maintain all planted areas and any damage resulting from erosion, washing or other causes, shall be repaired by fill topsoil, tamping, refertilizing and replanting at no additional expense to the Owner, if such damage occurs prior to acceptance of the project. I I GRASSING TO CONTROL EROSION: , I In the event completion of grading operations of areas to be planted extends beyond the specified grassing periods, grassing must be postponed until the following spring season. The Contractor will be permitted to seed such areas with Rye grass at his own expense, or by mulching shall control erosion of the graded areas. All mowing and maintenance operations during the fall and winter seasons will be the obligation of the Contractor. Erosion must be controlled by acceptable methods to prevent damage to the Owner's property, to adjacent property owners, and to limit migration of silt to the streams. I I GRASSING TABLE Permanent Cover: I Fertilizer: 5-10-10; 1S00 lbs. per acre Agricultural Lime: 2 tons per acre Mulch: 2-1/2 tons mulch hay per acre I Hulled Common Bermuda and Browntop Millet 10 lbs./Ac. 10 lbs./Ac. 4/1 - 6/30 Temporary Cover: I Fertilizer: 10-10-10; 500 lbs. per acre Agricultural Lime: 1000 ibs. per acre Mulch: As Needed .1 Sudangrass Rye Grass 60 lbs./Ac. 15 lbs./Ac. 4/1 9/1 S/15 - 10/31 I PAYMENT: I Payment for erosion and silt control, permanent and temporary grassing is a lump sum price for each Bid section. The work of this specification section is subsidiary to the bid items of other sections of the specifications. No.other separate payment will be made for the grassing and other work covered by this section of the specifications. All costs in I 9410-t6.doc GRASSING T6 - 3 I I I connection therewith shall be included in the applicable lump sum or unit price item in the Bid for the completed work. I I I I I I I I I I I I I, I I I 9410-t6.doc GRASSING T6 - 4 I I I SECTION ~. T7 - UNDERGROUND CROSSINGS OF HIGHWAYS SCOPE: I The work covered by this section of the specifications consists of furnishing all plant, labor, supervision, equipment and materials and in performing all operations in con'nection with the installation of dry bored and jacked underground crossings of highways, complete, in strict accordance with the specifications and the applicable plans, and subject to the terms and conditions of the contract. I GENERAL: I I Work on highway right~of-way Engineer of the agency, or notified at least 15 days started. shall be under the supervision of the Chief his authorized representative who shall be before actual work on the installation is UNDERGROUND CROSSINGS: I I Sewer Line: Underground crossing for the sewer line shall consist of a carrier pipe installed in a casing pipe. The casing pipe shall be installed under the roadbed by dry boring and jacking. The. carrier pipe shall be pushed through the casing pipe on skids, spiders, or blocks fastened to the carrier pipe. CASING: I Casing pipe for the 48" carrier pipe shall be a 60" diameter by ..625 inch thick smooth steel pipe with a minimum yield strength of 35,000 psi. The joints shall be butt welded. A 1/16" corrosion allowance of wall thickness has been included in the pipe wall thickness in lieu of any coating and wrapping requirement. I CARRIER PIPE: I .Sewer: The carrier pipe shall be push-on joint ductile iron pipe or conforming to the requirements of the SANITARY SEWER section of Specifications. PVC the I I Installation: Carrier pipe installed in steel casings shall be pushed through the casing pipe on skids, blocks, or spiders securely fastened to . the carrier pipe. The jacking operation shall utilize soap or drilling mud as a lubricant and shall utilize timber cushioning on the end subjected to the forces from the jacking device. Any damaged pipe shall be cut off and removed from the site. After the carrier pipe has been checked and tested, the casing pipe shall be filled with sand to the springline and the ends sealed with brick and mortar. I OBSTRUCTED BORE: I An unsuccessful bore and jack. installation which is obstruction shall be tunneled past the obstruction. alternate construction shall be made after consultation with I frustrated by Relocation or the Engineer. SKIDS AND BLOCKING: I I Skids ~nd blocking shall be treated No. 2 Southern Yellow Pine; pressure treatment shall be appropriate for foundation use. Straps, nuts, and bolts for attaching skids and blocking shall be heavily coated with Bituminous paint. Approved ~;piders will be an acceptable al ternati ve. I ~1411..-t 7. d-:..:- UNDERGROUND CROSSINGS OF HIGHWAYS T7-1 I I I PAYMENT: I The bore and jack for Boy Scout Road is to be bid as alternate I and if accepted would result in the appropriate downward. adjustment of quantities in the base bid items. I No other separate payment will be made for th1e work of this section of the specifications and all costs in connection therewith shall be included in the appropriate lump sum or unit price in the bid. I I I I I I I I I I I I I I 9410-t7.doc UNDERGROUND CROSSINGS OF HIGHWAYS T7-2 I