HomeMy WebLinkAboutRae's Creek Trunk Line Sewer Replacement
Augusta Richmond GA
r
DOCUMENT NAME: yae.~ c'(e-e\(. nun~ \vne SeuJ-eY
'(~~\ace(Y)er\ 1-
DOCUMENT TYPE: ~CJ(\~~LA~t-
YEAR:O-\
BOX NUMBER: d d
FILE NUMBER: \ l d&
NUMBER OF PAGES: ~ (;)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
PROJECT NO. 60110
RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE II
Augusta, Georgia
AUGUSTA-RICHMOND COUNTY COMMISSION
Cranston, Robeltson & Whitehurst, P.C.
Engineers - Planners - Surveyors
P.O. Box 2546 - 452 Ellis Street
Augusta, Georgia 30903
February, 2004
.ACJJBQM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYV)
06/04/2004
PRODUCER (615)383-8874 FAX (615)383-8939 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
FRANK E. NEAL & CO., INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
2223 EIGHTH AVENUE, SOUTH HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW.
P.O. BOX 40507
NASHVILLE, TN 37204 INSURERS AFFORDING COVERAGE NAIC#
INSURED W. L. Halley & Company, Inc. etal INSURER A: St. Paul Fire & Marine Insurancl
P. O. Box 40646 INSURER B: First Specialty Ins. (Gresham & ~ ssociates)
2971 Kraft Street INSURER c: Westchester Surplus Lines(Greshc m & Associ
Nashville, TN 37204 INSURER D:
INSURER E:
I
I
I
I COVERAGES
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
I MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I~$'~ ~~'l TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
GENERAL LIABILITY KK04100967 12/01/2003 12/01/2004 EACH OCCURRENCE
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED
I CLAIMS MADE 00 OCCUR
X XCU APPLIES
I
A
I
I
I A
I
-
-.
/B
'A
.
Ic
GEN'L AGGREGATE LIMIT APPLIES PER:
I POLICY fXl j~g: n LOC
AUTOMOBILE LIABILITY
-
X ANY AUTO
-
LIMITS
$
$
MED EXP (Anyone person) $
PERSONAL & ADV INJURY $
$
PRODUCTS. COMP/OP AGG $
GENERAL AGGREGATE
KK04100968 12/01/2003
12/01/2004
COMBINED SINGLE LIMIT
(Ea accident)
ALL OWNED AUTOS
-
SCHEDULED AUTOS
X HIRED AUTOS
X NON-OWNED AUTOS
-
BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
-
PROPERTY DAMAGE
(Per eccldent)
GARAGE UABILITY
R ANY AUTO
EXCESSJUMBRELLA LIABILITY
m OCCUR D CLAIMS MADE
~ DEDUCTIBLE
I RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNERlEXECUTlVE
OFFICERlMEMBER EXCLUDED?
If yes. describe under
SPECIAL PROVISIONS below
~~~S UMBRELLA
AUTO ONLY - EA ACCIDENT $
OTHER THAN
AUTO ONLY:
EA ACC $
AGG $
$
$
$
$
$
IOJ~-
BE5683489 12/01/2003
12/01/2004
EACH OCCURRENCE
AGGREGATE
WVK4100455 12/01/2003
12/01/2004 X I WCSTATU-.I
1,000,000
100,000
5,000
1,000,000
2,000,000
2,000,000
$
1,000,000
$
$
$
25,000,000
25,000,000
E.L. EACH ACCIDENT $ 1,000, 000
E.L. DISEASE. EA EMPLOYEE $ 1, 000 , 000
E.L. DISEASE - POLICY LIMIT S 1. 000 000
12/01/2004 $25,000,000 EXCESS OVER
$25,000,000
HXW776027 12/01/2003
L?ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
~E: BID # 04-075 - RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE II AT AUGUSTA
CERTIFICATE HOLDER IS INCLUDED AS ADDL INSURED AS RESPECTS GENERAL
IAHTi.Try COVERAGE FOR WORK PERFORMED BY THE NAMED INSURED. AS RESPECTS GENERAL
~IABILITY AND WORKERS COMPENSATION COVERAGES, RIGHTS OF SUBROGATION ARE
..-.-- IN FAVOR OF THE CERTIFICATE HOLDER.
UTILITIES
. - CERTIFICATE HOLDER
I
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE'THE
EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
AUGUSTA, GEORGIA COMMISSION
PURCHASING DEPARTMENT
530 GREENE STREET - ROOM 605
AUGUSTA, GA 30911
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
~
I
ACORD 25 (2001/08)
Mitchell Johns/RITA
@ACORD CORPORATION 1988
I
~~
-'"' INSURANCE BINDER I DATE
ACORDTN 06/04/2004
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM.
PRODUCER I i.HONE (615)383-8874 COMPANY I BINDER t.I
AlC No Ex!' The Hartford Insurance Company B04060408968
FAX (615)383-8939
FRANK E. NEAL & CO., INC. EFFE TIVE n, EXPIRATIO
DATE TIME ATE TIME
2223 EIGHTH AVENUE, SOUTH 06/04/2004 12:01 ~ AM 09/04/2004 ~12:01 AM
P.O. BOX 40507 PM NOON
NASHVILLE, TN 37204 I THIS BINDER IS ISSUEO TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY
CODE: 211-822670 I SUB CODE: PER EXPIRING POLICY #:
l~s~~g~~~lnOOO02656 DESCRIPTION OF OPERATIONSNEHICLESlPROPERTY (Including Locatfon)
INSURED Builders Risk for Rae's Creek Trunk Line
w. L. Hailey & Company, Inc., Augusta, Sewer
Georgia Commission & All Subcontractors ATIMA Replacement, Phase II
2971 Kraft Drive
Nash~ille, TN 37204
COVERAGES
LIMITS
I
I
I
I
I
TYPE OF INSURANCE COVERAGElFORMS DEDUCTIBLE COINS % AMOUNT
PROPERTY CAUSES OF LOSS ~ugusta, Georgia, Rae's Creek Trunk Line Sewer 2,50(J n/iI 5,651,231
~ o BROAD [!] SPEC ~ine Replacement, Builders Risk
BASIC per oce
I---
~ Builders Risk
GENERAL LIABILITY EACH OCCURRENCE S
"--
COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) S
I CLAIMS MADE o OCCUR MED EXP (Anyone person) S
- PERSONAL & ADV INJURY S
- GENERAL AGGREGATE S
RETRO DATE FOR CLAIMS MADE: PRODUCTS - COMP/OP AGG S
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S
~ ANY AUTO BODILY INJURY (per person) S
ALL OWNED AUTOS BODILY INJURY (Per accident) S
I SCHEDULED AUTOS PROPERTY DAMAGE S
q ",R'D '""" MEDICAL PAYMENTS S
NON-OWNED AUTOS PERSONAL INJURY PROT S
UNINSURED MOTORIST S
I s
I AUT, PHYSICAL DAMAGE DEDUCTIBLE ~ ALL VEHICLES U SCHEDULED VEHICLES ACTUAL CASH VALUE
COLLISION: STATED AMOUNT S
I OTHER THAN COL: OTHER
I UAjUC LlAlllL11 T AUTO ONLY - EA ACCIDENT S
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT S
i~ AGGREGATE S
~SS LIABILITY EACH OCCURRENCE S
UMBRELLA FORM AGGREGATE $
I OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF. INSURED RETENTION S
I WC STATUTORY LIMITS
WORKER'S COMPENSATION EL. EACH ACCIDENT $
AND
EMPLOYER'S LIABILITY E.L. DISEASE - EA EMPLOYEE S
E.L. DISEASE. POLICY LIMIT $
I ~~~.SJ~_.._. FEES $ I
- --- TAXES S i
-- - -- ESTIMATED TOTAL PREMIUM $ I
NAME & ADDRESS
I
I
I
I
MORTGAGEE
LOSS PAYEE
LOAN #
ADDmONAL INSURED
AUTHORIZED REPRESENTATIVE
'4P:~~
ACORD 76-5 (1/98)
Mitchell Johns/MITCH
NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE
@ACORDCORPORATION 1993
,- 61.;
I
I
I
I
I
I
I
.
II
.
-
-
CONDITIONS
This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the
terms, conditions and limitations of the policy(ies) in current use by the Company.
This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company
stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the
Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this
binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the
Rules and Rates in use by the Company.
Applicable in California
When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title
of the form is changed from "Insurance Binder" to "Cover Note".
Applicable in Delaware
The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real
property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if
the binder includes or is accompanied by: the name and address of the borrower; the name and address of the
lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled
within the term of the binder unless the lender and the insured borrower receive written notice of the cancel-
lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to
the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of
insurance coverage.
Chapter 21 Title 25 Paragraph 2119
Applicable in Florida
Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the
duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless
the binder is replaced by a policy or another binder in the same company.
Applicable in Nevada
Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is
required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof
of insurance for actual damages sustained therefrom.
ACORD 75-5 (1/98)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Addendum No.2
to the
Contract Documents and Drawings
for the construction of
PROJECT NO. 60110
RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE II
Our File No. 2002-267
April 30, 2004
1.
The following clarifications/amendments have been made to the contract Bid Schedule:
(No revised Bid Schedule Sheets will be reissued.)
A. All cost associated with precast Structures 225,226,228,229,303 & 304 as
detailed on Sheet 21 of the Contract Drawings shall be included in the Bid Item
LS-l. LUMP SUM CONSTRUCTION.
RECE~VED
Addendum No.2 Page I of 1
JUN 0 7 2004
CH2MHill
AGS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Addendum No.1
to the
Contract Documents and Drawings
for the construction of
PROJECT NO. 60110
RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE II
Our File No. 2002-267
April 26,2004
1.
The following questions from the Pre-Bid Conference and subsequent correspondence have
been addressed:
A. Can structure numbers be added to Cast-in-Place Concrete pay item?
Yes, structures intended to be Cast-in-Place Concrete have been added to the pay
item description. See the revised proposal section included.
B. What tests will be required for new water lines installed?
See Section C on Page TS-14-16 of the specifications.
C. Will interest be payed on retainage?
No, interest will not be payed on retainage. See Supplementary Condition Section
25 on page SC-lO of the specifications.
D. Will the Georgia Prompt Pay Act apply to this project?
See Supplemental Condition Section 21 on page SC-9 of the specifications.
E. What will be required as far as project signage?
In addition to the requirements in Supplementary Condition Section 5, page SC-2 of
the specifications, project signs shall be constructed of painted wood and a minimum
size of 4' x 8'.
F. Is Bermuda grass the only grass to be used, or are we to match existing?
No, Bermuda is not the only grass to be used. The contractor is to match existing
grass.
Addendum No. 1 Page 1 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G.
H.
I.
J.
Can T -Series manholes be used?
Yes, Tindell T-Series and Foley Ductile Iron Transition Bases are acceptable
alternatives to the standard manholes shown.
What work will be allowed during the Masters Golf Tournament?
Except for an emergency situation, no work will be allowed during the week of the
Masters Golf Tournament.
Does the signed "Use of Confidential Information Sheet" distributed ~ith the
Invitation to Bid have to be submitted with bids?
Yes, this sheet is required to be completed and submitted with the bids.
If contaminated soils are encountered, who will be responsible for removal and
disposal?
If contaminated soils are encountered, the contractor will be responsible for removal
and legal disposal of such soils. This work will be paid for at the contract unit price
in the enclosed revised Bid Schedule for Removal and Disposal of Contaminated
Soils (see Bid Item M-21).
K.
Will jacking and boring be allowed as an alternative to tunneling for the road
crossings?
Yes, boring and jacking in accordance with Specification Section TS-6 IS an
acceptable alternative to tunneling.
L.
WiII4-Flanged Tunnel Liners be allowed?
Yes, they will be allowed. The tunnel specification, TS-17, has been revised
accordingly.
M.
On sheet 7, is a new structure required at Storm Outlet #1?
No, only the storm outlet protection, Rip-Rap, is required at this outlet. However,
if the outlet structure itself is damaged or destroyed during construction, the
contractor must replace it.
N.
Page SC-4, Section 015 - Surveys - Will contractor be allowed to re-establish
disturbed staking?
Yes, contractors will be allowed to re-establish disturbed staking.
Addendum No. 1 Page 2 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o.
Page SC-6. Section 016 - Construction Order Schedule
Page SC.12. Section 029 - After Hours Inspection
1. What work is allowed without inspection?
All work must be scheduled with inspector(s). An Augusta Utility
Department inspector will be available at all times and at no cost. A Public
Works Department inspector will be required for work within the right-of-
way and will have to be compensated for work beyond regular working hours.
2. What is the inspector billing rate?
The cost of a Public Works Department inspector should not exceed
$40.00/hour, which includes time and a half pay and employer matches for-
FICAlMedicare.
3. Maya 4-10 schedule be worked without inspection overtime?
As stated in Pre-Bid meeting, Augusta Utilities Department inspectors will
be available as required at no cost to the contractor. However, any work
within the road right-of-way will require an inspector from the Public Works
Department and this inspector will have to be compensated in accordance
with the contract documents for work outside of regular working hours.
4. How much advance notice for overtime work?
48 hours for work within road right-of-way.
P.
Page SC-9. Section 020 - Tree Save - Can mandatory trees to be saved be flagged
one week prior to bid date so the extra costs can be anticipated and included in
the bid?
No, trees will not be marked prior to the bid.
Q.
Page TS-3-3. Section 04 - Backfilling - Must trench remain open until all testing
is complete?
No, but the contractor will be responsible for any and all costs associated with failed
tests.
R.
Page TS-5-1 Requirement for submitting bids - Will a bypass pumping plan be
required with the submission of a bid?
No, the bypass pumping plan will be required prior to beginning work.
Addendum No.1 Page 3 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
S.
T.
Page TS-5-4, Section-05 - Field Quality Control and Maintenance subsection 3 -
What does the term "on hand" mean?
The pumps must be continuously monitored by the operator or his designated
representative when in operation.
Page TS-6-3, Section 01 - Standards for Sanitary Sewer Lines - If the design of the
new sewer pipe creates an unforseen conflict with existing utilities, will all costs
incurred by contractor be compensated by owner?
The contractor is responsible for known utility conflicts. Any unforeseen conflict
with an existing water or sewer line will be paid for according to applicable unit
prices in the bid schedule. Any other unforeseen utility which conflicts with the
proposed work will be relocated by the utility owner at no expense to the contractor.-
No additional compensation will be paid to the contractor for unforeseen utility
coilflicts.
u.
Page TS-6-3, Section 01 Subsection c. - Sewer Pipe Bedding Standards for Sanitary
Sewer Lines -
1. What guidelines constitute II proper construction "?
The contract documents and applicable references within the contract
documents.
2. Who dictates the proper placement of extra stone?
Augusta Utilities Department Inspector
3. How is extra stone to be compensated?
Extra stone needed for backfill of over-excavation of unstable subgrade will
be paid as Foundation Backfill (see Bid Item M-3)
V.
Page TS-18, Section 02 - Construction subsection b. - Vacuum testing - If failure
should occur will a re-test of the manhole be required (resulting in bypass of
sewage)?
If manhole fails within the wananty period, the contractor will be required to repair
the failure and provide sufficient evidence (up to and including a re-test of the
manhole) to the owner that the repair has been successful.
w.
Page TS-18-1, Section 02 - Measurement and Payment Items S-l through S-16 - Will I
gravity pipe be paid through the manholes?
Yes, gravity pipe will be paid through the manholes.
Addendum No. 1 Page 4 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
X. Are all necessary permits provided?
The owner has or will obtain the Georgia Department of Transportation
Encroachment permit, Wetlands permit and Buffer Variance as needed.
Y. Are all easements acquired, if not which have yet to be acquired?
All applicable easements will be acquired prior to the issuance of a Notice to Proceed.
Z. Is funding in place?
Yes, funding for this project is in place.
AA. Can the entrance to the Brookside West apartment complex be used for access?
The owner does not have an easement through Brookside West Apartments. The
contractor may procure their own access agreement with Brookside West Apartments
or any other adjacent property owner as they deem necessary.
BB. Can another date and time be established for any and all bidding contractors
to access the easement at Augusta National Golf Club in order to assess the
logistics of performing work on their property (i.e. material delivery, by-pass
pumping, alignment of new main, etc.)?
We will try to schedule another site visit for the week of April 26, 2004. Should we
be successful in coordinating another site visit, a notification will be faxed to all plan
holders.
II.
The following clatifications/amendments have been made to the contract drawings: (No
revised contract drawing sheets will be reissued.)
A. Sheet 3 - Delete General Note 29 in its entirety.
B. Sheet 4 - Revise all pay items and quantities in the detailed estimate to match
enclosed revised Proposal Section on Pages 8-16 of 29.
C. Sheets 5-14 - Revise all silt fence shown, both Type "A" and Type "C", to Type "c"
with Haybale Backing in accordance with the enclosed detail on Page 24 of 29.
D. Sheet 18 - Delete "Precast 10' 0 Manhole Above Grade" detail and replace with
enclosed detail on Page 27 of 29. Delete "Precast 10' 0 Manhole Flush with Grade"
detail and replace with enclosed detail on Page 26 of 29. Delete "Precast 12' 0 i
Connector Manhole Above Grade" detail and replace with enclosed detail on Page
25 of 29. Add the following to the manhole notes: "Manhole rings and covers shall
be centered over pipe inlet or outlet."
Addendum No.1 Page 5 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
m.
E. Sheets 15-17 - Revise the 15" DIP cunently shown as part of the inverted syphon to
16" DIP.
F. Sheet 18, Grit Trap Detail- Delete note for" 8'6" x 11'0" Stainless Steel Cover Plate"
from Section "B-B."
G. Sheet 19, Plan: Structure #301 - Add the following note, "An interior protective
coating shall be applied in accordance with the manufacturers specifications once the
concrete has cured. The coating shall be Raven 405 epoxy lining or approved equal."
H. Sheet 19 - Add enclosed "Tree Planting Detail" with chart of required trees on Page
28 of 29.
I. Sheet 19 - Add enclosed "Sluice Gate Detail (to be located at structure 301)" on page
29 of 29.
J. Sheet 21 - The aluminum hatches for Structures 228 and 229 shall be revised from
Bi1co Model #J-5AL to the watettight Bilco Model #WT-5AL, and the aluminum
hatches for Structures 303 and 304 shall be revised from Bilco Model # J-5AL to
bolted watettight manhole rings and covers as detailed on Sheet 18. Add the
following note, "Structure #229 shall have an interior protective coating applied in
accordance with the manufacturers specifications. The coating shall be a Raven 405
epoxy lining or approved equal."
The following items have been revised or added to the contract documents and
specifications:
A. Proposal - Delete the Proposal Section in its entirety and replace with the enclosed
revised Proposal Section on Pages 8-16 of 29.
B. Agreement - Add the following paragraph to the end of Article IT on Page A-2.
"In addition to that sum set forth above as liquidated damages for delay, the owner
shall be entitled to collect from the Contractor its actual, consequential and other
damages suffered (including its reasonable attorney fees and costs) due to any fines
and/or penalties imposed against the Owner by any Federal, State or other
government agency and-or department due to any event directly related to the failure
of the Contractor to complete the work within the time herein specified."
C. TS-6 - Delete Section 2.a on Pages TS-6-15 and TS-6-16 and replace with the
following:
"2. SEWER LINE AND MANHOLE TESTING:
a. Sewer Lines:
Addendum No.1 Page 6 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
F.
Upon completion of a section of the sewer, the Contractor shall dewater it
and conduct a satisfactory low pressure air test in accordance with the
applicable sections of the Uni-Bell UI-B-6-98, latest version. Contractor
shall be responsible for the satisfactory watertightness of the entire section of
sewer.
The Contractor shall construct such weirs and bulkheads as may be required,
shall furnish all labor, test plugs, power, pumps, meters, and other equipment
necessary for the test to be properly made.
The sewer shall be tested before any connections are made to buildings or to
active sewers."
D.
TS-17 - Delete paragraph A.2 on page TS-17-1 in its entirety and replace with the.
following:
2. Liner plates of the two-flange type shall be as manufactured by Contech
Construction Products, and certified by manufacturer for compliance with the
Specifications.
3. Liner plates of the four-flange type shall be as manufactured by American
Commercial, Inc., and certified by manufacturer for compliance with the
Specifications.
E.
TS-17 - Delete paragraph C.1 on Page TS-17-2 in its entirety and replace with the
following:
1. "For tunnel liner plates which utilize a longitudinal lap seam joint, tunnel
excavation shall be by full face, heading and bench, or multiple drift
procedures. Any procedures utilizing a full or partial shield, a tunneling
machine or other equipment which exerts a force on the liner plates for the
purpose of propelling, steering or stabilizing the equipment will not be
allowed. "
TS-17 - Add the following paragraph to the end of Section D. Construction of
Tunnel on Page TS-17 -4:
10. After the Sanitary Sewer carrier pipe has been installed through the tunnel
and tested and approved by the owner, the annular space within the tunnel
shall be completely filled with flowable fill in accordance with specification
Section TS-13.
G.
TS-18 - Measurement of Payment - Delete Section TS-18 in its entirety and replace
with the enclosed revised Section TS-18 on Pages 17-23 of 29.
Addendum No. 1 Page 7 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION P
PRG.POSAL
DATE:
May 5, 2004
Gentlemen:
In compliance with your invitation for bids., the undersigned hereby proposes to furnish all
labor, equipment and materials, and to perform all work for the project referred to herein as:
PROJECT NO. 60110
RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE n
in strict accordance with the Contract Documents and in consideration. of the amounts shown on the
bid schedule attached hereto and totaling:
hllc-- vV'1, 1.<,10 "', S;)C /-Iv~ oM':> r: ~ [) __.r J;; 0 OJ' "-'" 0,
~7' Jj ..-.- C) /7 zo."I
(,IV? r/CNvlhte-Y I #~/C.-r"7 o//V~ t/o~ ~ - T ~/ r-/ 2?/ ~
-I- , and /l~llars ( I b ~ (I J>
The undersigned hereby agrees that, upon written acceptance of this bid, he will
within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and
that he will provide the bond or guarantees required by the contract documents.
The undersigned hereby agrees that, if awarded the contract, he will comll1ence the
work within Ten QQ) calendar days after the date of written notice to proceed, and that he will.
complete the work within Three Hundred Sixty Five (365) calendar days after the date of such
notice.
The undersigned acknowledges receipt of the following addenda:
Addendum No. 1 dated April 26, 2004. Addendum No.2 dated April 30. 2004
Enclosed is a bid guarantee, consisting of Bid Bond
in the amount of Ten Percent (10%) of Amount Bid
Respectfully submitted,
At:esteu tly:
(:;)-t-" . !~ '
w..:.l~ '-' :1--' ;;r ::;:-0'..4--
P<:ttdcia J. 'Bridges
CorpGc~tp. Secretary
W.L. Hailey & Company, Inc.
FIRM NAME
2971 Kraft Drive
Nashville, TN 37204
B~
Andrew C. Swank
TITLE:.Vice President - Work Procurement
Addendum No.1 Page 8 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID SCHEDULE
TO ACCOMPANY THE PROPOSAL OF
PROJECT NO. 60110
RAE'S CREEK TRUNK LINE
SEWER REPLACEMENT - PHASE II
BIDDER:
Y-,l;~ HAiLEY, .J" CO.,,~A"!Y & I~_~:
2'971 i<:F'-\::-T OR1VE
p 0 ::l("" . ~ r r
. '. tj .J/'~ 4;;~-;.:~~)
-NASH\(IL':;: l-j\J ~-:-.....'"\ 1
. t..... _t _ ~ _ k}.... \ ....
ADDRESS:
DESCRIPTION. QUANTITY. UNIT & UNIT PRICE
ITEM'
NO.
I.
S-lA.
SANIT ARY SEWER AND APPURTENANCES
8" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to
6', including Type n (No. 57 stone) bedding material
160 L.F. @ $ 75 00 /L.F.
10" diameter PVC sanitary sewer pipe SDR 35, Depth 0'
to 6', including Type II (No. 57 stone) bedding material
123 L.F. '@ $ cg S ~ /L.F.
S-lB.
S-lC.
16" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Varying Depth
190 L.F. @ $ 300 ~ fl..F.
S-lD.
18" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Varying Depth 00
190 L.F. @ $ '3 I 0 - /L.F.
S-lE. 20" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Varying Depth
190 L.F. @ $ ~;10 ~ /L.F.
S-2A. 8" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to
8', including Type n (No. 57 stone) bedding material
60 L.F. @ $ 75 ~ /L.P.
S-2B. 12" diameter PVC sanitary sewer pipe SDR 35, Depth 6'
to 8', including Type n (No. 57 stone) bedding
40 L.F. @ $ 100 ~ /L.F.
5-4. 8" diameter PVC sanitary sewer pipe SDR 35, Depth 10' .
to 12', including Type II (No. 57 stone) bedding material
20 L.F. @ $ 75 Qg /L.F.
5-9.
54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 0' to 6', including Type n (No. 57 stone) bedding
material
618
00
L.F. @ $ 3"30-
/L.F.
^ rlrl~nl'h1T'n N'I"\ 1 P~OI". Q "f ?Q
AMOUNT
LI:200o
\
Q.2.
$ /0 f!55
00
-
$ 57. 000
,
00
-
00
$Sg,100 -
601~OO 00
$ -
$ L+. 5 00 Q.9.
\
$ ~OOO e2
/.; 00 ~
$
.
00
$ ;J.03t1'+O
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM
NO.
S-lOA.
$-10B.
$-llA.
S-llB.
$-12A.
$-12B.
S-13A.
S-13B.
$-14.
DESCRIPTION. QUANTITY. UNIt & UNIT PRICE
30" diameter ductile iron sanitary sewer pipe, Class 250,
restrained joint, Depth 6' to 8' including Type IT (No. 57
stone) bedding material 00
171 L.F. @ $ /50 - /L.F.
54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 6' to 8', including Type IT (No. 57 stone) bedding
material
1,400 L.F. @ $ 3 ~o Q.2 /L.F.
30" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Depth 8' to 10', including Type IT (No.
57 stone) bedding material
474 L.F. @ . $ I b 5. 00 /L.F.
54" diameter ductile iron sani~ary sewer pipe Class 250,
Depth 8' to 10', including Type IT (No. 57 stone) bedding
material
1,189
00
L.F. @ $ 3'-fO -
/L.F.
30" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Depth 10' to 12', including type II (No.
57 stone) bedding material ~
325 L.F. @ $ / b 5 /L.F.
54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 10' to 12', including Type IT (No. 57 stone) bedding
material
1,324 L.p. @ $~ '15 Q.Q /L.F.
30" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Depth 12' to 14', including type II (No.
57 stone) bedding material ~
20 L.F. @ $ I b5 /L.F.
54" diameter ductile iron sanitary sewer pipe. Class 250,
Depth 12' to 14', including Type II (No. 57 s.tone) bedding
marerial 00
1,573 L.F. @ $ 385 -- /L.F.
54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 14' to 16', including Type IT (No. 57 stone) bedding
material
1.144 L.F. @ $ 3?l5 Q.Q /L.F.
Arlrlpnnl1mNn 1 P::lol".l()nf?Q
AMOUNT
$ c;25, bSO Q2
.
4- Q.2
$ bd../OOO
$ 7 aral D e.E.
$ '+0'1-, J. b 0 Q2.
$ 53 bas
I
~
$ 'fCfb 5DO ~
.'
~
$ '0\300
2.S
$ b05605
I
$ 'flf 0 Lf4-0 ~
l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM
NO.
S-15.
S-16A.
S -16B.
S-17.
S-18.
S-20.
S-21.
$-23.
S-24.
S-25A.
5-26.
S-27.
DESCRIPTION. QUANTITY. UNIT &.UNlT PRICE
54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 16' to 18', including Type IT (No. 57 stone) bedding
material
254 L.F. @ $ 3 Cf.s cg /L.F.
54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 18' to 20', including Type II (No. 57 stone) bedding
material
233 L.F. @ $ 3<1 S.QQ fL.E
54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 20' to 22', including Type n (No. 57 stone) bedding
material
45
. Qf2.
L.F. @ $ 3'i5
fL.F.
Tunnel 84" diameter steel tunnel liner, with 54" Class 250
restrained joint DIP carrier pipe, installed complete
365 ,LF @ $ 'I' 00 ~ /LF
Select backfill, GA DOT Type I, Class I & IT (Sand/Clay)
Measured by in-place volume
26,000 C.Y. @ $ 0.0 t IC.Y.
Pre-cast sanitary manhole, GA DOT SID lO11A, Type 1.
Depth 0' to 6' (48" Diameter), inclu~ vacuum testing
4 Each @ $ 5000 /Each
Additional sanitary manhole depth, Type 1, Class 1
5 VF @ $ 50 a2. /VF
Pre-cast sanitary manhole, GA DOT SID 1011A, Type 2,
Depth 0' to 6' (120" Diameter), inc1udin~ vacuum testing
31 Each @ $ /5000 - /Each
Additional sanitary manhole depth, Type 2, Class 1
20 VF @ $ I 30 gg /VF
Additional sanitary manhole depth, Type 2, Class 2
172 VF @ $ I '3 0 ~ /VF
Additional sanitary manhole depth, Type 2, Class 3
23 VF @ $ '3 0 ~ IVF
Sanitary Structure Interior Protective Coating (Structures
229 and 301)
1,550 SF @ $ J 5 ~ /SF
AMOUNT
..Q.2
$ /oo~~o
\
$ C\ ~, 035 .Q.Q..
00
$ /1775'-
l
$ 4-0 I 500-'22..
I
1/0 ~
$ 0.01 cx~
00
$ aopoo-
$ ;;) 50 .2.:2
~
$ Lf65000
I
$ J bOO
a-.
$ d.d.l~bO
$
J <Zf9 0
,
~
QQ
~
~
. $ J 3,J.50
Addendum No. 1 Pa!!e 11 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM
NO.
S-28.
S-29.
S-30.
S-31.
S-33.
S-34.
S-35.
S-36.
II.
W-l.
W-6.
W-7.
W-9.
W-15.
DESCRIPTION, QUANTITY. UNIT & UNIT PRICE
10" ductile iron pipe outside drop, including fittings &
stone backfill C2.Q
3 EA @ $ '3 .3 50 lEA
.
Doghouse/Connector manhole (144' diameter), depth 0' to
6'
2
CS2
Each @ $ J ",000
/Each
6" sanitary sewer connections, includi~ cleanouts
10 EA @ $ :2,000 lEA
Cut & plug existing sewer, diameter varies
10EA@ $ J? 5 0 Q.Q lEA
Tie new sanitary sewer to existing manholes, diameter
vanes
3
00
$ 5.000-
\
lEA
EA@
Asbestos cement water main crossing
1 EA @ $"3 pOO ~ lEA
Ductile iron pipe polyethylene encasement
1,000 L.F. @ $ ;2 SlSI /L.F.
Concrete encasement of sanitary sewer (creek crossings,
etc.) 00
275 CY. @ $ ~50 - ICY
Subtotal I
WATER MAIN & APPURTENANCES
6" diameter PVC water main, C-900, class 200, including
type II (No. 57 stone) bedding material
650 LF @ $ 3'3 J22 ILF
Miscellaneous ductile or cast iron pipe fittings and
connections, exclusive of retaining glands or megalugs
800 LBS @ $ ~ ~ ILBS
Fire hydrant, installed complete with valve, lead pipe and
main tee ~
1 EA @ $ ~I 000 lEA
6" in-line gate valve, including valve box, installed
complete, open right
1 EA @ $ 375 Q.E lEA
New 1" short side water service, including reconnection,
installed complete
Addendum No.1 Page 12 of 29
AMOUNT
w:l
$ 10(05 0
.Q2
$ 5;2 000
$ ~o\ooo
CU2.
Q.Q
$ 11500
$ 15000 ~
I
$
:3 000 Q.Q
\.
$ 01...00 0 .Q.!.
.Q-2..
$ b8\7S0
$ tf; '11'7/77.5-<--
$ J.~;T5o
.2Q.
$
Q..2
/bOO
I
~
$
apoo
$
31'S ~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM
NO.
W-17.
W-20.
W-21.
In.
P-l.
P-2.
P-3.
P-6.
P-7A.
P-7B.
P-8A.
P-8B.
P-lO.
IV.
M-l.
DESCRIPTION. QUANTITY. UNIT &.UNIT PRICE
5
/000 Q.2
.
EA
@ $
lEA
Tie-in to existing Water main, size varies
2 EA @ $ J,5 0 0 ~ lEA
Miscellaneous class A concrete (thrust blocks, etc..)
20 CY @ $ ~ 5' 0 ~ ICY
30" Cast Iron Water Main Adjustment
Lump Sum
AMOUNT
$ 5' 000 Q,2.
\
oe
$ 5,000-
00
$ 5,000 -
.Q.g
$ 30l<900
~-
Subtotal II $( ( I I z.!) .'
PA VEMENT STRUCTURES & DRAINAGE
Asphalt overlay, type F, 1-112" thick
2,200 SY @ $ 4 12 ISY
Pavement patch (10" graded aggregate base and 2-1/211.
asphalt patch including removal of 2-1/2" GAB and
placement of bituminous tack coat)
375 SY @ $ 0)/ 22. ISY
Asphalt pavement leveling Q2
100 TN @ $. 45
/TN
$
a 00
,0 -
6" thick concrete driveway, replacement, replace in kind,
3000 psi mix
90 SY @
./SY
2" asphalt pavement driveway replacement
50 SY @ $ a I ~ /SY
6" GAB & 2" asphalt (Weather Terrace Drive)
2,500 SY @ $ ~ 3 QJ? ISY
24" concrete curb and/or gutter removal and replacement
280 LF @ $ 4 9 ~ /LF
6" asphalt raised edge removal and replacement
1,000 LF @ $ 7 ~ /LF
Aggregate Surface Course "\ I ea
600 Tons @ $ 0(,
MISCELLANEOUS
Flowable fill
500 CY @ $
7~ 0!2
$ I 0 '3~O ~
I
$ 8'IObJ
so
00
$ 4-1500-
$
$
g J 00 QQ
t
1050 Q.Q
I
Q9
$ 57\500
$ l~t7~O ~
$ 7000CL9
rron $ I ;l..~OO l22 I
g ~
Subtotal III $ {'-- '- I 12--:
ICY
Addendum No. 1 Page 13 of 29
e.2
$ '0'1, (JOD
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM
NO.
M-2.
M-3.
M-4.
M-6.
M-7.
M-lO.
M-11.
M-12.
M-13.
M-14.
M-15.
M-17.
M-18A.
M-18B.
DESCRIPTION. QUANTITY. UNIT & UNIT PRICE
Rock excavation
'30 ~
3,500 CY @ $ 0
ICY
Foundation backfill, GA DOT Type IT, for additional .
unclassified excavation
2,500 CY @ $ 0.01 ICY
Clearing and Grubbing
9.7 Acre @ $ /.00 /Acre
Cast in place concrete, including reinforcing steel,
hatches, grating & embeds (Structure No. 301 and
- Inverted Syphone Structures)
125 CY @ $ b~ 0 ~ ICY
Pre-Cast Concrete Grit Chamber, installed complete with
piping, hatches and appurtenances' 00
1 EA @ $ 40..000 - rEA
Sluice gates, installed complete with all appurtenances
and electrical service (sizes vary)
3 EA @ $ do 8.6 00 .!2.2 rEA
.
Bypass pumping operations, complete
Lump Sum
Precast concrete pipe anchors
30 EA @ $ 750 QQ lEA
Drop inlet, GA DOT std. 1019A !2.9
3 EA $ ~JDO lEA
.
SY @ $ 3. 50
ISY
Stone dumped rip-rap, Type 3, 12" including geotextile
fabric (pipe outlets) 00
75 SY @ $ J. 0 - . ISY
Stone dumped rip-rap, Type 1,18" including filter blanket
andgeotextile fabric (Creek Crossh~s)
750 SY @ $ J 0 - ISY.
Addendum No.1 Page 14 of 29
AMOUNT
Q..2
$ I '3 3\000
$ ~5 ~
$ Of.70
~
....,.( 500
$ \
00
$ 401000-
Q..O
$ ~51 '800
~
$ ;185000
I
$ ~J.I~OO.Q.Q
$ b ,'3 00 .Q.9
00
$ ~,~50-
00
$ J./oo -
I
$ 7,000 Q..2
$
1500 Q9
,
$ 15000!22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM
NO.
M-19.
M-20.
M-21.
M-22.
M-23.
M-24.
DESCRIPTION. OUANTITY. UNIT & UNIT PRICE
6" chain link fence with barbed wire, installed complete
110 L.F. @ $ ~ 5 ,g.f) /L.F.
Chain link double gate with barbed wire, 6' x 14', installed
complete !2.9
1 Each @ $ 750 lEach
Removal and Disposal of Contaminated Soils
100 CY @ $ J,d. S QE ICY
Trees, installed complete, per detail and schedule
59 EA @ $ ~ 0 (, 00 lEA
Wax ligustrum, Ligustrum lucidum Wax',7 gallon,
Installed Complete
25 EA @ $ 4;;' , 00 lEA
Wax Myrtle, Myrica cerifera, 7 gallon, Installed
Complete 0
17 EA @ $ 4J .e.. lEA
Addendum No.1 Page 15 of 29
AMOUNT
Ql>
$ J.,75o
00
$ 750-
$ JJ.\5 00 ~
$
ta-
I J :i 00
\
$
u
1050
$
7/'-/
2..2.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM
NO.
V.
LS-l.
*
DESCRlPTION. QUANTITY. UNIT & UNIT PRICE
LUMP SUM CONSTRUCTION
Lump sum construction (includes but is not limited to the
listing below)
Mobilization, Demobilization
Bonds, Insurance
Remove and Reset Fences, All Types
Remove and Reset Gates, All Types
Remove and Reset Storm Sewer and Headwalls, Lengths &
Sizes Vary
Remove and Reset Light Poles & Electrical Poles, Type Varies
Remove and Reconnect Water Services, Complete
Remove ad Reconnect Sanitary Sewer Services, Complete
Remove and Reset Signs, Type Varies
Remove and Rest Water Sprinkler Systems, Complete
Remove and Reset Water Valve, Size Varies
Install and Remove Temporary Water Main, if needed
(Weathers Terrace Drive)
Remove and Reset Yard Lamps, Type Varies
Remove and Reset Mailboxes, Type Varies
Erosion and SediI:nent Control (Temporary Grassing,
Construction Exits, Check Dams, Rock Dams, Sediment Traps
& Misc. Erosion Control Strictures)
Silt Fence, Type "C", with Haybale Backing
Permanent Grassing
Shoring, if required
Traffic Control
Miscellaneous Grading
Relocate Existing Sheds
Raise to Grade Manholes, Valves Boxes, etc.
Subtotal IV
TOTAL
AMOUNT .
$3f!>6> 7';-Oe-
I
( /17 2~f?Z-
I (
~...
~>8oJ?~ ~
$5; ~n, 23/ ~
All items which must be removed by the contractor during construction, and which are not
. specifically shown to be paid for otherwise are to be removed without additional payment.
All costs for this removal or removal and resetting shall be included in the pay item "Lump
Sum Construction."
Addendum No.1 Page 16 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4MO Revised May 2002
SECTION TS-18
MEASUREMENT AND PAYMENT
-01. SCOPE:
This section describes the methods for measurement and payment of all contract bid
items.
-02. MEASUREMENT AND PAYMENT:
The following item numbers correspond to the contract bid items in the proposal
section of these contract documents.
I. SANITARY SEWER AND APPURTENANCES
ITEMS S-1 through S-16 - All piping line items shall be measured in linear
feet and shall include costs for piping and installation, trench excavation, trench box, dewatering,
asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing,
mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs
for closed circuit camera inspection of the sanitary sewer system, including mobilization,
demobilization, inspection, video tape copies, and field reports. No additional payment shall be
made for these items.
ITEM 8-17 - Tunnel line items shall be measured in linear feet and shall
include the cost for steel tunnel liner, carrier pipe, installation, blasting, asphalt cutting, restrained
joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these
items.
ITEM 8-18 - Select backfill shall be measured in cubic yards and shall
include costs for the backfill and installation as well as all transportation and stockpiling charges.
The volume of material included shall be the actual measured "in-place" volume. The maximum
trench width used to calculate the volume will be 10 feet. No additional payment shall be made for
these items.
ITEMS S-20 AND 8-23 - Pre-cast manholes shall be measured individually
(each) and shall include costs for manholes up to six feet in depth, excavation, dewatering, asphalt
cutting, collars and boots, grouting and/or other connections, installation, normal backfill, and
vacuum testing as specified. Manhole vacuum testing shall include all costs for testing equipment,
testing labor, mobilization, demobilization and reporting. Manholes failing testing shall be retested
at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing
a method approved by the Augusta Utilities Department. No additional payment shall be made for
these items.
Addendum No. 1 Page 17 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4MO Revised May 2002
ITEMS 8-21. S-22. 8-24. 8-25 AND 8-26 - Additional sanitary manhole
depth line items shall be measured by vertical foot and shall include costs for excavation,
dewatering, and backfill as specified by type and class. No additional payment shall be made for
these items. Type 1 manholes shall be connected to pipe 42" or less in diameter, and Type 2
manhole shall be connected to pipe 48" to 84" in diameter. Class 1 additional depth shall apply to
each manhole greater then 6-feet but not more than lO-feet in depth. Payment for Class 1 shall be
the actual depth between 6-feet and 10- feet. Class 2 additional depth shall apply to each manhole
greater than lO-feet in depth, but not exceeding 20-feet in depth. Payment for Class 2 shall be the
actual depth of the manhole between 6-feet and 20-feet. Class 3 additional depth shall apply to each
manhole exceeding 20-feet in depth, but not exceeding 30-feet in depth. Payment for Class 3 shall
be the actual depth of the manhole between 6-feet and 30-feet.
ITEM8 S-27 THROUGH 8-27F - Sanitary sewer interior protective coating
shall be measured by the square foot of coverage and shall include the cost for coating material and
installation. No additional payment shall be made for these items.
ITEM 8-28 - Outside drop piping shall be measured individually (each) and
shall include the cost for all items associated with the drop manhole detail, exclusive of the manhole
or manhole extensions. No additional payment shall be made for these items.
ITEM S-29 - Doghouse/Connector manholes shall be measured indi vidually
(each) and shall include the cost for excavation, dewatering, asphalt cutting, pipe cutting, collars and
boots, grouting and/or other connections, installation and normal backfill. The costs for the base
section, first riser, cone section, and ring and cover shall be included within this line item.
Additional depth manhole sections shall be included within the appropriate manhole line item. No
additional payment shall be made for these items.
ITEM S-30 - Sanitary sewer connections shall be measured individually
(each) and shall include costs for 6-inch PVC piping, precast concrete valve ring with rebar, PVC
twist-off plug, excavation, mainline tee, fittings, cleanout, excavation, dewatering, asphalt/concrete
cutting, (including service markings) installation, normal backfill, and property restoration. No
additional payment shall be made for these items.
ITEM S-31 - Cut and plug manholes shall be measured individually (each)
and shall include costs for cutting of existing pipelines, plugging of existing pipelines, excavation,
dewatering, asphalt/concrete cutting, and normal backfill. No additional payment shall be made for
these items.
ITEM 8-33 - Sanitary sewer manhole tie-ins shall be measured individually
(each) and shall include costs for cutting/coring of existing manholes, collars, rubber boots, any
required gaskets, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. No
additional payment shall be made for these items.
Addendum No. 1 Page 18 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4MO Revised May 2002
ITEM 8-34 - Asbestos cement (AC) water main crossings shall be measured
indi vi dually (each) and shall include costs for AC pipe cutting, removal, disposal, excavation, ductile
iron piping, Hy-Max couplings, backfill, and property restoration. No additional payment shall be
made for these items.
ITEM 8-35 - Polyethylene pipe encasement shall be measured in linear feet
and shall include costs for pipe wrap materials and installation. No additional payment shall be made
for these items.
ITEM S-36 - Concrete pipe encasement shall be measured in cubic yards and
shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe
stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these
items.
II. WATER MAIN AND APPURTENANCES
ITEM W-l - All piping line items shall be measured in linear feet and shall
include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting,
normal joints and gaskets, normal backfill, pressure and leakage testing, pipe sterilization,
bacteriological testing, and flushing. No additional payment shall be made for these items.
ITEM W-6 - Miscellaneous ductile or cast iron pipe fittings and connections
shall be measured in pounds and include costs for all fittings and installation except normal joints
and gaskets regardless of material. No additional payment shall be made for these items.
ITEM W-7 - Fire hydrants shall be measured individually (each) and shall
include costs for hydrants, soil surface preparation, connection to water main, all associated valves
and fittings, concrete pad (if required), excavation, asphalt/concrete cutting, installation, normal
backfill, and testing. No additional payment shall be made for these items.
ITEMS W-9 - All valve line items shall be measured individually (each) and
shall include costs for valves, valve boxeslvaults, manholes, valve extensions, excavation,
dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing.
No additional payment shall be made for these items.
ITEM W-15 - Long and short side water service connections shall be
measured i ndi vidually (each) and shall i ncl ude costs for pi pi ng, water meter connection, dewateri ng,
asphalt/concrete cutting (including service markings), installation, normal backfill, and property
restoration. This line item shall include the cost of reconnection of any existing services, if required.
No additional payment shall be made for these items.
ITEM W-17 - Tie-ins to existing lines shall be measured individually (each)
and shall include costs for piping, dewatering, asphalt/concrete cutting, installation, normal backfill,
and property restoration. No additional payment shall be made for these items.
Addendum No.1 Page 19 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4MO Revised May 2002
ITEM W-20 - Miscellaneous Class A concrete shall be measured in cubic
yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe
stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these
items.
ITEM W-21- 30" cast iron water main adjustment shall be measured as lump
sum and shall include the cost for excavation, trench box, dewatering, pipe, fittings, labor and
equipment to install the water main offset complete. No additional payment shall be made for these
items.
III. PA VEMENT STRUCTURES
ITEM P-l - Asphalt overlay shall be measured in square yards and shall
include costs for asphalt materials and installation, temporary striping and permanent striping
(replaced in kind), and markers (both temporary and permanent). No additional payment shall be
made for these items.
ITEM P-2 - Aggregate base (10 W' thick) and asphalt patch (2 W' thick) shall
be measured in square yards and shall include costs for all aggregates (regardless of type), 2.5"
aggregate removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both
temporary and permanent), and markers (both temporary and permanent). No additional payment
shall be made for these items.
ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall
include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt
overlay as authorized by the project representative. The payment shall be based upon confirmed
delivery tickets. No additional payment shall be made for these items.
ITEMS P-6 - Concrete sidewalk and driveways shall be measured in square
yards and shall include costs for 3000 psi concrete, installation, site preparation, formwork, and
finishing. Existing concrete shall be removed to the nearest joint as directed by the project
representative. No additional payment shall be made for these items.
ITEM P-7 A THROUGH P-7B - Graded aggregate base and/or asphalt
paving shall be measured in square yards for each type and thickness and shall include cost for
pavement demolition, asphalt, aggregate base, installation, and site preparation. Existing asphalt
shall be removed to the nearest joint as directed by the project representative. No additional payment
shall be made for the items.
ITEM P.8A THROUGH P-8B - Curb and/or gutter removal and replacement
shall be measured in linear feet and shall include costs for removal and disposal of existing curb and
gutter, concrete or asphalt, installation, site preparation, formwork, and finishing. No additional
payment shall be made for these items.
Addendum No.1 Page 20 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4MO Revised May 2002
ITEM P-IO - Aggregate surface course shall be measured in tons and shall
include the costs for all labor, materials and equipment for the site preparation, subgrade and
installation of an aggregate surface in accordance with Georgia Depmtment of Transportation
Specification Sections 318 and 815. Thickness of aggregate surface course shall match existing and
shall be 4-inch minimum
IV. MISCELLANEOUS
ITEM M-l- Flowable fill shall be measured in cubic yards and shall include
costs for all materials, labor, equipment, and excess materials. No additional payment shall be made
for these items.
ITEM M-2 - Rock excavation shall be measured in cubic yards and shall
include costs for blasting, labor, equipment, and material removal and disposal. Quantities shall be
verified by trench volume calculation up to a maximum trench width of lO-feet. No additional
payment shall be made for these items.
ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall
include costs for the backfill and installation as well as all transportation and stockpiling charges.
Quantities shall be verified by trench volume calculation up to maximum trench width of lO-feet.
No additional payment shall be made for these items.
ITEM M-4 - Clearing and grubbing shall be measured in acres and shall
include costs for vegetation removal, stockpiling, disposal and any required permitting. No
additional payment shall be made for these items.
ITEM M-6 - Cast in place concrete, including reinforcing steel, hatches and
embeds shall be measured in cubic yards and shall include costs for 3000 psi concrete, reinforcing
steel, hatches, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other
corrections, embeds, installation, site preparation, form work, finishing and normal backfill as
specified. No additional payment shall be made for these items.
ITEM M-7 - Precast grit chamber installed, complete with piping, hatches
and appurtenances shall be measured individually (each) and shall include costs for the structure,
internal piping, hatches, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or
other connections, installation, and normal backfill as specified. No additional payment shall be
made for these items.
ITEM M-JO - Sluice gates, installed complete with appurtenances and
electrical service, shall be measured individually (each) and shall include costs for the gate assembly,
actuators, appurtenances, installation, electrical service (if required), and electrical connections (if
required). No additional payment shall be made for these items.
Addendum No.1 Page 21 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4MO Revised May 2002
ITEM M-11- Bypass pumping operations shall be measured as a lump sum
and shall include the cost for all delivery charges, site preparation, pumps, piping, fittings, and labor
necessary to install, operate, maintain and remove the various bypass pumping operations needed
to install the proposed sewer lines and structures. No additional payment shall be made for these
items.
ITEM M-12 - Precast concrete pipe anchors shall be measured individually
(each) and shall include the pipe anchor, site preparation, and installation. No additional payment
shall be made for these items.
ITEMS M-13 AND M-15 - Drainage structures shall be measured
individually (each) and shall include costs for the structure, excavation, dewatering, asphalt cutting,
collars and boots, grouting and/or other connections, installation, and normal backfill as specified.
No additional payment shall be made for these items.
ITEMS M-14 - All storm piping items shall be measured in linear feet and
shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt
cutting, normal joints and gaskets, and normal backfill. No additional payment shall be made for
these items.
ITEM M-17 - Sod shall be measured in square yards and shall include costs
for materials, installation, transportation, stockpiling, soil stabilization and soil amendments
(fertilizer, etc.) as required. No additional payment shall be made for these items.
ITEMM-18A THROUGHM-18B-Stonedumpedriprap shall be measured
in square yards of accepted material of the specified thickness and shall include costs for riprap,
grout or cushioning sand (if required) and installation. Area measurements will be made parallel to
the surface on which the material is place. No additional payment shall be made for these items.
ITEM M-19 - 6' chain link fence with barbed wire, installed complete shall
be measured in linear feet and shall include costs for all labor, materials and equipment necessary
for a complete installation. No additional payment shall be made for these items.
ITEM M-20 - Chain link double gate with barbed wire, 6' x 14', installed
complete shall be measured individually (each) and shall include costs for all labor, materials and
equipment necessary for a complete installation. No additional payment shall be made for these
items.
ITEM M-21- Removal and disposal of contaminated soils shall be measured
in cubic yards and shall include costs for excavation, labor, equipment, and material removal and
disposal. No additional payment shall be made for these items.
Addendum No.1 Page 22 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4MO Revised May 2002
ITEM M-22 THROUGH M-24 - Trees and shrubs shall be measured
individually (each) and shall include the cost for materials, installation, transportation, stockpiling,
soil stabilization and soil amendments (fertilizers, etc.) as required. No additional payment shall be
made for these items. The contractor shall be responsible for trees and shrubs until final acceptance.
V. LUMP SUM CONSTRUCTION
ITEM LS-l- Lump sum construction includes, but is not limited to, the items
described in the bid schedule under Lump Sum Construction. No separate or additional payment
shall be made for these items.
Addendum No.1 Page 23 of 29
Z
::::E
Z in
::::E N
;q.
z
::::E
in
,....;
2 RE-BARS, STEEL PICKETS, OR
2"x2" STAKES 1 1/2' TO 2' IN
GROUND, ANGLE FIRST STAKE
TOWARDS PREVIOUSLY LAID
BALE
VERTICAL FACE
SIDE VIEW
,- 4' MAX. O.C. . I
, /. /. I HAYBALES CONTINUOUS
,.. .... 1':
/; /' ~;
/. ...
/' "
z /.
1/ -- ...
::::E :. FABRIC /.
'" : ~
in /. CX) " (WOVEN WIRE /.
N -' ~
N / /: FENCE BACKING) ?
-
/. ....
,.. -
/. '/ /~
/ 7': ...
, /
Z /. -;.:
::::E ~ -(1)- ,.,
/. /.
r - t TRENCH ... :,;
in /. . ,
,., ~: ~.
,....; / /
FRONT VIEW
!iQill
1) USE 36" D.O. T. APPROVED FABRIC, WITH WIRE REINFORCEMENT.
USE STEEL POSTS.
2) ANCHOR AND EMBED HAYBALE BARRIERS INTO SOIL TO PREVENT
WASHOUT OR WATER WORKING UNDER BARRIER.
SIL T FENCE - TYPE C
-WITH HA YBALE BACKING
N.T.S.
RAE'S CREEK TRUNK LINE
SEWER REPLACEMENT - PHASE II
PREPARED BY
^ Cr~n~ R_o~~:~~ & ~'::~~P.C.
. PH: (706) 7ZZ-UJlJtI ~ _we.. . -.
ADDENDUM NO.1 PAGE 24 OF 29 4/26/04
MANHOLE RING & COVER. SEE
MANHOLE NOTES & TRAFFIC
MANHOLE FRAME AND COVER
DETAIL, THIS SHEET.
Co
...-
MH. STEPS @ 12" O.C.
PRECAST
MANHOLE RISER
SECTION
-'
~
u
0:
~
z
~
Co
'::n:~~.\
'.1...:~ ".:
54" (21 PIPE
<;>
Co
NOTE:
PROVIDE ELASTOMERIC
SEALANT. RAM-NEK OR
EQUAL AT ALL JOINTS
(TYP.)
10" (TYP.)
12'-0" 1.0.
SEE PRECAST
CONNECTOR MANHOLE
DETAIL FOR BASE SLAB
INFORMATION
13'-8" 0.0.
NOTE:
SEE SECTIONS B-B & C-C FOR
ADDITIONAL MANHOLE DETAILS.
SECTION "A-A"
PRECAST 12'0 CONNECTOR MANHOLE ABOVE GRADE
N.T.S.
RAE'S CREEK TRUNK LINE
SEWER REPLACEMENT - PHASE II
I
PREPARED BY
~ Cranston, Robertson & Whitehurst, PoCo
- EWS SlREET - P.D. DRAIER 25411 - AIlClJSTA. llEIlRlIA JIDID3
- - PW#ERS - _
PH: (704) =--,_ ON:,,--<an
ADDENDUM NO_ 1 PAGE 2S OF 29 4/26/04
MANHOLE RING & COVER. SEE
MANHOLE NOTES & TRAFFIC
\MANHOLE FRAME AND COVER
DETAIL.
MANHOLE TO SET
/ FLUSH WITH GRADE
AS REQUIRED.
EXISTING GRADE
REGRADE AROUND
48" DIA.
72' MIN.
/ FLAT SLAB TOP
<0
~
MH. STEPS@ 12" O.C.
~
::;::
.J
0{
u
0::
~
54" 0 PIPE
NOTE:
PROVIDE ELASTOMERIC
SEALANT. RAM-NEK OR
EQUAL AT ALL JOINTS
(TYP.)
9
Co
a.:
~
N
.............................................................................
..............................................................................
.............................................................................
.............................................................................
.............................................................................
10'-0" '-D.
\ SET PRECAST
~ BOITOMS ON
MIN - 6" BED OF
#57 STONE
11 '-8" O_D.
NOTE:
SEE SECTIONS A-A & C-C FOR
ADDITIONAL MANHOLE DETAILS.
SECTION "8-8"
PRECAST 10'0 MANHOLE FLUSH WITH GRADE
N.T.S.
I
RAE'S CREEK TRUNK LINE
SEWER REPLACEMENT - PHASE II
PREPARED BY
~ Cranston, Robertson & Whitehurst, P.C.
4112 EWS S1RaT - P.D. DRAII[Jl 2:5411 - AIlClUSTA. GillRllIA 3ll8CU
fNC1IEDIS - PUNIERS - ~
PH: (7OtI) 7D-r_ ~..--.-..
ADDENDUM NO. 1 PAGE 26 OF 29 4/26/04
MANHOLE RING & COVER. SEE
MANHOLE NOTES & TRAFFIC
MANHOLE FRAME AND COVER
DETAIL.
/ EXISTING GRADE
72" RISER
SECTIONS AS
REQUIRED
72" MIN.
/FIAT SlAB TOP
48" DIA.
io
MH. STEPS @ 12" O.C.
PRECAST
MANHOLE RISER
SECTION
-'
<(
u
0:
~
C;>
<0
~
~
io
NOTE:
PROVIDE ELASTOMERIC
SEALANT. RAM-NEK OR
EQUAL AT ALL JOINTS
(TYP.)
~
t.
PRECAST
MANHOLE BASE
SECTION
GROUTED
FLUME
N
~
10'-0" I.D.
\ SET PRECAST
L BOTTOMS ON
MIN - 6" BED OF
#57 STONE
11'-8" 0.0.
NOTE:
SEE SECTIONS B-B & C-C FOR
ADDITIONAL MANHOLE DETAILS.
SECTION "A-A"
PRECAST 10'0 MANHOLE ABOVE GRADE
N.T.S.
RAE'S CREEK TRUNK LINE
SEWER REPLACEMENT - PHASE II
PREPARED IY
^ . Cr~n~ R_O~~:~;,; & ~~~~P.C.
. PH: (106) 72Z-I!J1J11 0Ml.: _...... ..,..,
ADDENDUM NO.1 PAGE 27 OF 29 4/26/04
~
I
I
NAME
LOBLOLLY PINE
WILLOW OAK
SHUMARD OAK
WHITE OAK
LIVE OAK
OCTOBER GLORY RED MAPLE
FORUM TUPELO
DURA HEAT RIVER BIRCH
BALD CYPRESS
SYCAMORE
GRANCY GREYBEARD
AUTUMN BRILLIANCE SERVICEBERRY
LEGACY SUGAR MAPLE
TULIP POPLAR
SOFT VELCRO OR FABRIC VtRAP
3 GUY WIRES REQUIRED, WHITE FlAG ON EACH TO INCREASE V1SlBIUTY.
AVOID TlGHT GUY WIRES AS lHEY PREVENT NATURAL SWAY
TY.
20
3
3
3
3
3
3
3
3
3
3
3
3
3
TURNBUCKLE (3.), GALVANIZED OR DIP PAINTED
SET lREE AT OR SUGHTL Y ABOVE ORIGINAL GRADE
tolULCH: SHREDDED BARK OR PINE SlRAW 3. tollN.
SOIL SAUCER: USE GOOD TOPSOIL 6" tollN.
ROPES AT TOP OF BALL SHALL BE CUT. REMOVE TOP 1/3 OF BURlAP.
NON-BOIDEGRADABLE tolA TERIAL SHALL BE TOTALLY REtolOVED
USE ORIGINAL EXCAVATED SOIL AS FILL tolATERIAL
COt.4PACTED SUBSOIL TO FORtol PEDESTAL TO PREVENT SETlUNG
I
I
N.T.S.
NOTES:
1. DO NOT ALLOW AIR POCKETS TO FORtol WHEN BACKFlWNG.
2. LEAVE 10" OF STAKE ABOVE GRADE FOR RElolOVAL
3. lREE SHALL BE SECURED WllH 3 GUY WIRES SPACED 120' APART.
lREE SHALL STAND PLUtolB. GUY WIRES TO BE REMOVED AT END
OF GUARANTEE PERIOD.
4. ALL lREES SHALL HAVE A SlRAlGHT lRUNK AND A tollNltolUtol
3" CAUPER.
5. NO 1REE SHALL BE PLANTED LESS lHAN TWO AND ONE HALF (2 1/2)
FEET FROM lHE EDGE OF PAVEMENT OR BACK OF CURB.
6. lREES SHALL BE LOCATED IN FIELD BY OWNER.
TREE PLANTING DETAIL
I
I
RAE'S CREEK TRUNK LINE'
SEWER REPLACEMENT - PHASE II
I
PREPARED BY
^ Cr~n~ R_O~::~;; & ~==~P.C.
($ PH: (706) 7D-'!R1lI lJOII: _..... r -.
ADDENDUM NO.1 PAGE 28 OF 29 4/26/04
PEDESTAL MOUNTED
MANUAL OPERATOR
SST STEM
GUIDE (TYP.)
60"X60" SST SLUICE GATE
WI A 60' MJ WALL THIMBLE
EXISTING 60" RCP OUT
NOTES: 1) SLUICE GATES AND ACCESSORIES SHALL BE CONSTRUCTED OF 304
STAINLESS STEEL AND SHALL BE A WATERMAN INDUSTRIES, INC. MODEL
SS250 OR APPROVED EQUAL.
2) ACCESSORIES SHALL BE SUPPLIED BY SLUICE GATE MANUFACTURER.
3) SST PIPE GUIDES SHALL BE OF THE YOKE AND U-BOL T VARIETY.
CONSTRUCTED OF 304 STAINLESS STEEL AND ANCHORED TO THE WALL
WITH~" X 6" STAINLESS STEEL CONCRETE ANCHORS (4 PER SUPPORT).
~
I
I
I
SLUICE GATE DETAIL (TO BE LOCATED @ STRUCTURE NO. 301)
N.T.S.
I
I
I
RAE'S CREEK TRUNK LINE
SEWER REPLACEMENT - PHASE II
I
PREPARED BY
^ . Cr:n~ R_O~:~rt:;.; & ~~~~P.C.
(8 ""()lll\/lZI-15lIlI DN:_ -
..' :.
I
. _' A~M NO;.I PAGE 29 OF 29 4/26/04
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT DOCUMENTS AND SPECIFICA TIONS
FOR
PROJECT NO. 60110
RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE II
Augusta, Georgia
AUGUSTA-RICHMOND COUNTY COMMISSION
The Honorable Bob Young, Mayor
Betty Beard
Marion F. Williams
Barbara Sims
Richard Colclough
Bobby G. Hankerson
Andy Cheek
Tommy Boyles
Jimmy Smith
Williams H. Mays, ill
Don A. Grantham
George Kolb
Administrator
Max Hicks
Director, Augusta Utilities Department
Cranston, Robertson & Whitehurst, P.C.
Engineers - Planners - Surveyors
Augusta, Georgia
February, 2004
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
SECTION TITLE NO. OF PAGES
I Invitation for Bids 1
ill Instructions to Bidders 3
P Proposal 8
BB Bid Bond 2
NA Notice of Award 1
A Agreement 3
PB Performance and Payment Bonds 5
NP Notice to Proceed 1
GC-O Index to General Conditions 1
GC General Conditions 64
SC-O Index to Supplemental Conditions 1
SC Supplemental Conditions 12
TS-O Index to Technical Specifications 1
TS Technical Specifications 135
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Invitation To Bid
Sealed bids will be received at this office until 3:00 p.m., Wednesday, May 5, 2004:
Bid #04-075
Rae's Creek Trunk Line Sewer Replacement Phase II at Augusta
Utilities
BID's will be received by Augusta, GA Commission hereinafter referred to as the OWl';"ER at the offices of:
Geri A. Sams
Purchasing Department
530 Greene Street - Room 605
Augusta, Georgia 30911
706-821-2422
Scope: Furnish all of the materials and all of the equipment and labor necessary in the replacement of the existing 30"
sanitary sewer line with a new sewer line with a new sewer line and installation of one (I) 90" steel tunnel, one (1) grit
chamber, one (I) siphon and three (3) storm water crossings.
BID documents may be obtained at the office of Augusta, GA Purchasing Department, 530 Greene Street - Room 605,
Augusta, GA 30911. Copies maybe obtained upon payment of$125.00 (non-refundable) Documents may be examined y
during regular business hours at the offices of Augusta, GA Purchasing Department.
A MANDATORY Pre-BID Conference will be held on Tuesday, April 13, 2004 at 10:00 a.m. in Room 605 of the
Purchasing Department. All questions must be submitted in writing to the office of the Purchasing Department by fax at
706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered.
It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work.
This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the
work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample
opportunity for business growth and development.
No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid
bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100%
performance bond and a 100% payment bond will be required for award.
The Owners reserves the right to reject any or all BID's and to waive technicalities and informalities. Please mark BID
number on the outside of the envelope.
Bidders are cautioned that sequestration of BID documents through any source other than the office of the Purchasing
Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of
receiving incomplete or inaccurate information upon which to base his qualifications.
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women
Owned Businesses. For more infonnation about this program Human Resources Department at 706-821-2303.
GERI A. SAMS, Purchasing Director
Publish:
Augusta Chronicle
Augusta Focus
March 11, 18,25, April 1, 2004
March 18, 2004
cc:
Fred Russell
Brenda Byrd-Pelaez
Max Hicks
Augusta, Georgia Deputy Administrator
Augusta, Georgia Human Resources
Augusta, Georgia Utilities
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
October, 2001
SECTION IB
INSTRUCTION TO BIDDERS
IB-Ol
GENERAL
All proposals must be presented in a sealed envelope, addressed to the Owner. The
proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed
proposals will be treated in every respect as though filed in person and will be subject to the same
requirements.
Proposals received subsequent to the time stated will be returned unopened. Prior
to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal
may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution
of contract with the successful bidder.
IB-02
EXAMINA TION OF WORK
Each bidder shall, by careful examination, satisfy himself as to the nature and location
of the work, the conformation of the ground, the character, quality and quantity of the facilities
needed preliminary to and during the prosecution of the work, the general and local conditions, and
all other matters which can in any way affect the work or the cost thereof under the contract. No oral
agreement or conversation with any officer, agent, or employee of the Owner, either before or after
the execution of the contract, shall affect or modify any of the terms or obligations therein.
IB-03
ADDENDA AND INTERPRET A TIONS
No interpretation of the meaning of plans, specifications or other prebid documents
will be made to any bidder orally.
Every request for such interpretation should be in writing addressed to the Director
of Augusta Utilities Department clo Augusta Purchasing Department, 530 Greene Street, Room 605,
Augusta, Georgia 30911 and to be given consideration must be received at least five days prior to
the date fixed for the opening of bids. Any and all such interpretations and any supplemental
instructions will be in the form of written addenda to the specifications which, if issued, will be sent
by certified mail with return receipt requested to all prospective bidders (at the respective addresses
furnished for such purposes), not later than three days prior to the date fixed for the opening of bids.
Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder
from any obligation under his bid as submitted. All addenda so issued shall become part of the
Contract Documents. !
IB-04
PREPARA TION OF BIDS
Bids shall be submitted on the forms provided and must be signed by the bidder or
his authorized representative. Any corrections to entries made on bid forms should be initialed by
the person signing the bid.
IB-1
I
I
I
I
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
October, 200 I
Bidders must quote on all items appearing on the bid forms, unless specific directions
in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure
to quote on all items may disqualify the bid. When quotations on all items are not required, bidders
shall insert the words "no bid" where appropriate.
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already submitted will
be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications
shall be submitted as such, and shall not reveal the total amount of either the original or revised bids.
Bids by wholly owned proprietorships or partnerships will be signed by all owners.
Bids of corporations will be signed by an officer of the firm and his signature attested by the
secretary thereof who will affix the corporate seal to the proposal.
NOTE: A 10% Bid Bond is required in all cases.
IB-05
BASIS OF A WARD
The bids will be compared on the basis of unit prices, as extended, which will include
and cover the furnishing of all material and the performance of all labor requisite or proper, and
completing of all the work called for under the accompanying contract, and in the manner set forth
and described in the specifications.
Where estimated quantities are included in certain items ofthe proposal, they are for
the purpose of comparing bids. While they are believed to be close approximations, they are not
guaranteed. It is the responsibility of the Contractor to check all items of construction. In case of
error in extension of prices in a proposal, unit bid prices shall govern.
IB-06
BIDDER'S QUALIFICATIONS
No proposal will be received from any bidder unless he can present satisfactory
evidence that he is skilled in work of a similar nature to that covered by the contract and has
sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with
his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT
STATEMENT, giving reliable information as to working capital available, plant equipment, and his
experience and general qualifications. The Owner may make such investigations as are deemed
necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to
him all such additional information and data for this purpose as may be requested. The Owner
reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him
fails to satisfy the Owner that such bidder is properly qualified to cany out the obligations of the
contract and to complete the work contemplated therein. Part of the evidence required above shall
consist of a list of the names and addresses of not less than fi ve (5) firms or corporations for which
the bidder has done similar work.
IB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
October, 2001
IB-07
PERFORMANCE BOND
At the time of entering into the contract, the Contractor shall give bond to the Owner
for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials
under or for the purpose of such contract, conditional for the payment as they become due, of alljust
claims for such work, tools, machinery, skill and terms, for saving the Owner harmless from all cost
and charges that may accrue on account of the doing of the work specified, and for compliance with
the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the
Owner and authorized by law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof a certified and
effectively dated copy of the power of attorney.
IB-08
REJECTION OF BIDS
These proposals are asked for in good faith, and awards will be made as soon as
practicable, provided satisfactory bids are recei ved. The right is reserved, however to wai ve any
informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest
submitted if such action is deemed to be in the best interest of the Owner.
IB-09
MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS
SUPPORT
It is the intent of the Augusta-Richmond County Commission to increase the
involvement of qualified minority and economically disadvantaged businesses in the contracted work
of County Government.
In an effort to support this intention, this project is offered to all qualified firms. The
bids will be evaluated based on qualifications, price and construction time. With all other items
being considered equal, the contract, if awarded will be awarded to a minority and economically
disadvantaged firm or a firm that has included such firms as subcontractors on this project.
The bidders are required to submit a statement of qualifications for themselves and
a list of qualified subcontractors (including local vendors) and all minority or economically
disadvantaged firms with their bid package. If the firm does not fall into this category, no
information is necessary.
IB-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION P
PROPOSAL
DA TE:
Gentlemen:
In compliance with your invitation for bids, the undersigned hereby proposes to furnish all
labor, equipment and materials, and to perform all work for the project refened to herein as:
PROJECT NO. 60110
RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE II
in strict accordance with the Contract Documents and in consideration of the amounts shown on the
bid schedule attached hereto and totaling:
, and
1100 dollars (
)
The undersigned hereby agrees that, upon written acceptance of this bid, he will
within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and
that he will provide the bond or guarantees required by the contract documents.
The undersigned hereby agrees that, if awarded the contract, he will commence the
work within Ten ClQ) calendar days after the date of written notice to proceed, and that he will
complete the work within Three Hundred Sixty Five (365) calendar days after the date of such
notice.
The undersigned acknowledges receipt of the following addenda:
Enclosed is a bid guarantee, consisting of
in the amount of
Respectfully submitted,
FIRM NAME
BUSINESS ADDRESS
BY:
TITLE:
P-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID SCHEDULE
TO ACCOMPANY THE PROPOSAL OF
PROJECT NO. 60110
RAE'S CREEK TRUNK LINE
SEWER REPLACEMENT - PHASE II
BIDDER:
ADDRESS:
DESCRIPTION, QUANTITY, UNIT & UNIT PRICE
ITEM
NO.
I.
S-lA.
SANITARY SEWER AND APPURTENANCES
8" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to
6', including Type IT (No. 57 stone) bedding material
160 L.P. @ $ /L.P.
S-IB. 10" diameter PVC sanitary sewer pipe SDR 35, Depth 0'
to 6', including Type IT (No. 57 stone) bedding material
123 L.P. @ $ /L.P. $
S-1C. 15" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Varying Depth, including Type II (No.
57 stone) bedding material
190 L.P. @ $ /L.P. $
S-ID. 18" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Varying Depth, including Type IT (No.
57 stone) bedding material
190 L.F. @ $ /L.P. $
S-lE. 20" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Varying Depth, including Type IT (No.
57 stone) bedding material
190 L.F. @ $ /L.F. $
S-2A. 8" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to
8', including Type II (No. 57 stone) bedding material
60 L.F. @ $ /L.P. $
S-2B. 12" diameter PVC sanitary sewer pipe SDR 35, Depth 6'
to 8', including Type IT (No. 57 stone) bedding
40 L.F. @ $ /L.F. $
S-4.
8" diameter PVC sanitary sewer pipe SDR 35, Depth 10'
to 12', including Type IT (No. 57 stone) bedding material
20 L.P. @ $ /L.P.
S-9.
54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 0' to 6', including Type II (No. 57 stone) bedding
material
618 L.P. @ $ /L.F.
P-2
AMOUNT
$
$
$
I
ITEM DESCRIPTION. OUANTITY. UNIT & UNIT PRICE AMOUNT
I NO.
S-10A. 30" diameter ductile iron sanitary sewer pipe, Class 250,
I restrained joint, Depth 6' to 8' including Type IT (No. 57
stone) bedding material
171 L.F. @ $ /L.P. $
I S-1OB. 54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 6' to 8', including Type II (No. 57 stone) bedding
I material
1 ,400 L.F. @ $ /L.F. $
'I S-llA. 30" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Depth 8' to 10', including Type II (No.
57 stone) bedding material
I 474 L.F. @ $ /L.P. $
S-llB. 54" diameter ductile iron sanitary sewer pipe Class 250,
I Depth 8' to 10', including Type IT (No. 57 stone) bedding
material
1,189 L.F. @ $ /L.P. $
I S-12A. 30" diameter ductile iron sanitary sewer pipe Class 250,
Restrained Joint, Depth 10' to 12', including type II (No.
I 57 stone) bedding material
325 L.F. @ $ /L.F. $
I S-12B. 54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 10' to 12', including Type II (No. 57 stone) bedding
material
I 1,324 L.F. @ $ /L.F. $
S-13A. 30" diameter ductile iron sanitary sewer pipe Class 250,
I Restrained Joint, Depth 12' to 14', including type IT (No.
57 stone) bedding material
20 L.F. @ $ /L.P. $
I S-13B. 54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 12' to 14', including Type II (No. 57 stone) bedding
material
I 1,573 L.P. @ $ /L.F. $
S-14. 54" diameter ductile iron sanitary sewer pipe Class 250,
I Depth 14' to 16', including Type II (No. 57 stone) bedding
material
1,144 L.F. @ $ /L.F. $
I
I
I P-3
I
ITEM DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT
I NO.
S-15. 54" diameter ductile iron sanitary sewer pipe Class 250,
I Depth 16' to 18', including Type IT (No. 57 stone) bedding
material
254 L.F. @ $ /L.F. $
I S-16A. 54" diameter ductile iron sanitary sewer pipe Class 250,
Depth 18' to 20', including Type IT (No. 57 stone) bedding
material
I 233 L.P. @ $ /L.P. $
S-16B. 54" diameter ductile iron sanitary sewer pipe Class 250,
I Depth 20' to 22', including Type IT (No. 57 stone) bedding
material
45 L.F. @ $ /L.P. $
I S-17. Tunnel 84" diameter steel tunnel liner, with 54" Class 250
restrained joint DIP carrier pipe, installed complete
I 365 LF @ $ /LF $
$-18. Select backfill, GA DOT Type I, Class I & IT (Sand/Clay)
I Measured by in-place volume
26,000 c.Y. @ $ IC.Y. $
I S-20. Pre-cast sanitary manhole, GA DOT STD lO11A, Type 1,
Depth 0' to 6' (48" Diameter), including vacuum testing
4 Each @ $ /Each $
I S-21. Additional sanitary manhole depth, Type 1, Class 1 (48"
Diameter)
I 5 VF@ $ NF $
S-23. Pre-cast sanitary manhole, GA DOT STD 1011A, Type 2,
I Depth 0' to 6' (120" Diameter), including vacuum testing
31 Each @ $ /Each $
. S-24. Additional sanitary manhole depth, Type 2, Class 1 (120"
I Diameter)
20 VF @ $ IVF $
I S-25A. Additional sanitary manhole depth, Type 2, Class 2 (120"
Diameter)
I 154 VF @ $ NF $
S-25B. Additional sanitary manhole depth, Type 2, Class 2 (144"
I Diameter)
18 VF @ $ IVF $
I
I P-4
1
ITEM DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT
I NO.
S-26. Additional sanitary manhole depth, Type 2, Class 3 (120"
I. Diameter)
23 VF @ $ NF $
5-28. 10" ductile iron pipe outside drop, including fittings &
I stone backfill
3 EA @ $ lEA $
1 S-29. DoghouselConnector manhole (144' diameter), depth 0' to
6'
1 2 Each @ $ lEach $
S-30. 6" sanitary sewer connections, including c1eanouts
10 EA@ $ lEA $
I S-31. Cut & plug existing sewer, diameter varies
10 EA@ $ lEA $
1 S-33. Tie new sanitary sewer to existing manholes, diameter
vanes
1 3 EA@ $ lEA $
S-34. Asbestos cement water main crossing
I 1 EA@ $ lEA $
S-35. Ductile iron pipe polyethylene encasement
I 1,000 L.F. @ $ /L.P. $
S-36. Concrete encasement of sanitary sewer (creek crossings,
I etc.)
275 CY. @ $ ICY $
Subtotal I $
I II. WATER MAIN & APPURTENANCES
'W-1. 6" diameter PVC water main, C-900, class 200, including
I type IT (No. 57 stone) bedding material
650 LF @ $ /LF $
I W-6. Miscellaneous ductile or cast iron pipe fittings and
connections, exclusive of retaining glands or megalugs
800 LBS @ $ /LBS $
1 W-7. Fire hydrant, installed complete with valve, lead pipe and
main tee
I 1 EA @ $ lEA $
1
I P-5
I
ITEM DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT
I NO.
W-9. 6" in-line gate valve, including valve box, installed
I complete, open right
1 EA @ $ lEA $
W-15. New I" short side water service, including reconnection,
I installed complete
5 EA @ $ lEA $
I W-17. Tie-in to existing water main, size varies
2 EA @ $ lEA $
I W-20. Miscellaneous class A concrete (thrust blocks, etc..)
20 CY @ $ ICY $
I W-21. 30" Cast Iron Water Main Adjustment
Lump Sum $
Subtotal IT $
I III. PA VEMENT STRUCTURES & DRAINAGE
P-1. Asphalt overlay, type F, 1-112" thick
I 2,200 SY @ $ ISY $
P-2. Pavement patch (l0" graded aggregate base and 2-112"
I asphalt patch including removal of 2-1/2" GAB and
placement of bituminous tack coat)
375 SY @ $ ISY $
I P-3. Asphalt pavement leveling
I 100 TN @ $ /TN $
P-6. 6" thick concrete driveway, replacement, replace in kind,
I 3000 psi mix
90 SY@ $ ISY $
. P-7 A. 2" asphalt pavement driveway replacement
I 50 SY @ $ ISY $
P-7B. 6" GAB & 2" asphalt (Weather Ten-ace Drive)
I 2,500 SY @ $ ISY $
P-8A. 24" concrete curb and/or gutter removal and replacement
I 280 LF @ $ /LF $
P-8B. 6" asphalt raised edge removal and replacement
1,000 LF @ $ /LF $
I
I
I P-6
I
ITEM DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT
I NO.
P-lO. Aggregate Surface Course
600 Tons @ $ /Ton $
I Subtotal ill $
I IV. MISCELLANEOUS
M-1. Flowable fill
500 CY@ $ ICY $
I M-2. Rock excavation
3,500 CY @ $ ICY $
I M-3. Foundation backfill, GA DOT Type IT, for additional
unclassified excavation
I 2,500 CY @ $ ICY $
M-4. Clearing and Grubbing
I 9.7 Acre @ $ IAcre $
M-6. Cast in place concrete, including reinforcing steel,
hatches, grating & embeds
I 125 CY @ $ ICY $
M-7. Pre-Cast Concrete Grit Chamber, installed complete with
I piping, hatches and appurtenances
1 EA @ $ lEA $
I M-lO. Sluice gates, installed complete with all appurtenances
and electrical service
2 EA @ $ lEA $
I M-l1. Bypass pumping operations, complete
Lump Sum $
I M-12. Precast concrete pipe anchors
30 EA @ $ lEA $
I M-13. Drop inlet, GA DOT std. 1019A
3 EA $ lEA $
I M-14. 24" conugated plastic pipe (CPP), depth 0' to 6'
75 LF $ /LF $
I M-15. Single wing trap, GA DOT Standard 1033
1 EA $ lEA $
M-17. SOD
I 2,000 SY @ $ /SY $
M-18A. Stone dumped rip-rap, Type 3, 12" including geotextile
I fabric (pipe outlets)
75 SY @ $ ISY $
I P-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Subtotal IV $
TOTAL $
All items which must be removed by the contractor during construction, and which are not
specifically shown to be paid for otherwise are to be removed without additional payment.
All costs for this removal or removal and resetting shall be included in the pay item "Lump
Sum Construction."
ITEM
NO.
M-1SB.
DESCRIPTION, QUANTITY, UNIT & UNIT PRICE
Stone dumped rip-rap, Type 1, IS" including filter blanket
and geotextile fabric (Creek Crossings)
750 SY @ $ ISY.
M-19.
6" chain link fence with barbed wire, installed complete
11 0 L.F. @ $ /L.F.
M-20.
Chain link double gate with barbed wire, 6' x 14', installed
complete
1 Each @ $ /Each
LS-1.
Lump sum construction (includes but is not limited to the
listing below)
Mobilization, Demobilization
Bonds, Insurance
Remove and Reset Fences, All Types
Remove and Reset Gates, All Types
Remove and Reset Storm Sewer and Headwalls, Lengths &
Sizes Vary
Remove and Reset Light Poles & Electrical Poles, Type Varies
Remove and Reconnect Water Services, Complete
Remove ad Reconnect Sanitary Sewer Services, Complete
Remove and Reset Signs, Type Varies
Remove and Rest Water Sprinkler Systems, Complete
Remove and Reset Water Valve, Size Varies
Install and Remove Temporary Water Main, if needed
(Weathers Terrace Drive)
Remove and Reset Yard Lamps, Type Varies
Remove and Reset Mailboxes, Type Varies
Erosion and Sediment Control (Temporary Grassing,
Construction Exits, Check Dams, Sediment Traps & Misc.
Erosion Control Strictures)
Silt Fence, Type "A"
Silt Fence, Type "C"
Permanent Grassing
Shoring, if required
Traffic Control
Miscellaneous Grading
Relocate Existing Sheds
Raise to Grade Manholes, Valves Boxes, etc.
*
P-S
AMOUNT
$
$
$
$
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION BB
BID BOND
\Mal. ~A~llEV ~ iCOM~ANYv me..
KL'\TOW ALL NlEN BY THESE PRESENTS, that we, the
as Principal, and
Travelers Casualty and Surety compa~gm~r;, are hereby
held and firmly bound unto the Augusta-Richmond County Commission of Augusta, Georgia as
Owner in the penal sum Of~ 9.,,,, CY ._,-,,, UI,~ CYt. C~~ ~J -
-(i C 1 0 ~ \2,; '^) - for the payment of which, well a~d trul y to be made, we hereby jointl y
and severally bind oursel ves, our heirs, executors, administrators, successors and assigns.
Signed this S "y dayO~"'''~ ,200,k
The condition of the above obligation is such that whereas the Principal has submitted to the
Augusta-Richmond County Commission of Augusta, Georgia, a certain Bid, attached hereto and
hereby made a part hereof to enter into a contract in writing for PROJECT NO. 60110 RAE'S
CREEK TRUNK LINE SEWER REPLACEIVIENT - PHASE II, for Augusta, Georgia in
accordance with plans and specifications of the Augusta Utilities Department.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deli ver a contract in
the Form of Contract attached hereto (properly completed in accordance with said
Bid) and shall furnish a bond for his faithful performance of said contract, and for the
payment of all persons performing labor or furnishing materials in connection
therewith, and shall in all other respects perform the agreement created by the
acceptance of said Bid, then this obligation shall be void, otherwise the same shall
remain in force and effect; it being expressly understood and agreed that the liability
of the Surety for any and all claims hereunder shall, in no event, exceed the penal
amount of this obligation as herein stated.
BB-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Surety, for value receive, hereby stipulates and agrees that the obligations of said Surety
and its bond shall be in no way impaired or affected by any extension of the time within which the
Owner may accept such Bid; and said Surety does hereby waive notice of any such extension.
li"l" WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and
seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
Signed and sealed this
5~Y
daYOf'\\"~
A.D. 20m
z~
Witnes A -
'!J.l. HA~l[EY & COMPANXilJl1lP.
(Principal)
~ (Seal)
(Title) Andrew C. Swank
Vice President,
Work Procurement
Travelers Casualty and Surety Company of America
(Seal)
Attestfl~~~
PATRICIA J. 9RIDGES,~RATE RETARY
/) . ./~/o;
W;itneJ{Lt.u'r~
(Surety)
Power of Attorney Attached
Attest
By
i
I
CcunleNignerJ!R~I!Ik;rt ,4~~#
-I -
BB-2
I
I
I
I
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY .COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 8th day of October, 2003.
STATE OF CO!\'NECTICUT
}SS. Hartford
COUNTY OF HARTFORD
I
I
I
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
/~~~~
-
By
George W. Thompson
Senior Vice President
On this 8th day of October, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations descnbed in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his /her office under the Standing Resolutions thereof.
I
I
I
I
~~
t~
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth
in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 5TH day of
HAY ,2fP4 .
I
I
I
I
I
I
I
I
~- ru. '" pl ~
By ~
Kori M. Johanson
Assistant Secretary, Bond
I
TRA VELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRA VELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183.9062
I
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-L"l-FACT
I
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARi\HNGTON CASUALTY COMPAl'lY,
corporations duly 0 rganized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute a nd appoint: H. Riley Holliday, H. A. Wright, Jr., E. J. Pennisi, Jr., John C. Middleton, Nancy A.
Locke, Michael D. Regan, Deborah S. Hudgins, William R. Phillips, of Nashville, Tennessee, their true and lawful Attomey(s)-in-
Fact, with full p ower a nd a uthority hereby conferred to sign, execute and acknowledge, at any place within the United States, the
following instrument(s): by hislher sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the
Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all
the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confmned.
Ibis appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now
in full force and effect:
I
I
I
I
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign
with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature
of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee
and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in
writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice
President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by
one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority.
I
I
I
I
I
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
I
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature a nd facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
I
I
I
I
I
I (11-00 Standard)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~~
Travelers
~
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused
by certain acts of international terrorism. We are providing you
with this notice to inform you of the key features of the Act, and to
let you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the Federal Government
will pay a share of such losses. Specifically, the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism which is in excess of Travelers'
statutorily established deductible for that year. The Act also caps
the amount of terrorism-related losses for which the Federal
Government or an insurer can be responsible at
$100,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
I
~ NOTICE OF AWARD
I
DATE: 5/27/04
I
CONTRACTOR: W.L. Hailey & Company, Inc.
I
ADDRESS: 2971 Kraft Drive
I
Nashville
City
TN
Stale
37204
Zip Code
I
PROJECT: Rae's Creek Trunk Line Sewer
Replacement - Phase II
PROJECT NO: 60111 (formerly 60110)
I
At a meeting of the Commission
you were awarded the Contract for the following Project:
held on (Date) 5/18/04
I
Construction of Phase II of the Rae's Creek Trunk Line Sewer Replacement Project
I
Enclosed please find 5
copies of the Contract Documents for your execution. Please complete the
pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office
10 days from the date of this letter, excluding Legal Holidays.
I
The Certificate of Insurance must be complete.
I
Power of Attomey must be submitted in triplicate; an original and two copies is permissible.
I
I
Very truly yours,
Augusta Program Management Team
~~y#,-}
I
June
2004
I
W.L. Hailey & Company, I
Contractor By
Please sign and retum one copy of this Notice of Award Acknowledgement to:
Andrew C. Swank,
ce ent
Tille
CH2M HILL
I
Attn: Program Management Team
360 Bay Street; Suite 100
Augusta, GA 30901
I
.
.
60111 SWANK 04 05 27M PHASE II NOA.DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION A
AGREEMENT
TillS AGREEMENT, made on the \ ~;fu. of ~~ ' 20.cl, by and
between AUGUSTA, GEORGIA BY AND THROUGH THE AUGUS -RICHMOND COUNTY
COMMISSION, party of the first part, hereinafter called the OWNER, and W.L. Hailey & Company,
Inc., party of the second part, hereinafter called the CONTRACTOR.
WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter
named, agree as follows:
ARTICLE I - SCOPE OF THE WORK
The Contractor hereby agrees to furnish all of the materials and all of the equipment
and labor necessary, and to perform all of the work shown on the plans described in the
specifications for the project entitled:
PROJECT 60110
RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE IT
and in accordance with the requirements and provisions of the Contract Documents as defined in the
General and Special Conditions hereto attached which are hereby made a part of this agreement.
ARTICLE IT - TIME OF COMPLETION -- LIQUIDATED DAMAGES
The work to be performed under this Contract shall be commenced within ten ClQ)
calendar days after the date of written notice by the Owner to the Contractor to proceed. The work
shall be completed within Three Hundred Sixty Five (365) calendar days after the date of such
notice and with such extensions of time as are provided for in the General Conditions.
It is hereby understood and mutually agreed, by and between the Contractor and the
Owner, that the date of beginning, rate of progress and the time for completion of the work to be
done hereunder are ESSENTIAL CONDITIONS of this Contract. Contractor agrees that said work
!)hall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure
full completion there of within the time specified. It is expressly understood and agreed by and
between the Contractor and the Owner, that the time for the completion of the work described herein
is a reasonable time for the completion of the same, taking into consideration the average climatic
range and construction conditions prevailing in this locality.
IF THE CONTRACTOR SHALL NEGLECT, FAIL OR REFUSE TO COMPLETE
THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree,
as a part of the consideration for the awarding of this contract, to pay to the Owner the sum of One
Thousand Dollars ($1,000.00), not as a penalty, but as liquidated damages for such breach of
contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in
default after the time stipulated in the contract for completing the work.
A-I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The said amount is fixed and agreed upon by and between the Contractor and the
Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual
damages the Owner would, in such event, sustain, and said amounts shall be retained from time to
time by the Owner from cunent periodical estimates.
It is further agreed that time is of the essence of each and every portion of this
contract and the specifications wherein a definite portion and certain length of time is fixed for the
performance of any act whatsoever; and where under the contract an additional time is allowed for
the completion of any work, the new time limit fixed by extension shall be the essence of the
Contract.
ARTICLE ill - PAYMENT
(A) THE CONTRACT SUM
The Owner shall pay to the Contractor for the performance of the Contract the amount
as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except
as set forth in the specifications attached hereto.
(B) PROGRESS PAYMENTS
On no later than the fifth day of every month, the Contractor shall submit to the
Owner an estimate covering the percentage of the total amount of the Contract which has been
completed from the start of the job up to and including the last working day of the preceding month,
together with such supporting evidence as may be required by the Owner and/or the Engineer. This
estimate shall include only quantities in place and at the unit prices set forth in the bid schedule.
On the vendor run following approval of the invoice for payment, the Owner shall
after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate
on units accepted in place. The 10% retained percentage may be held by the Owner until the final
completion and acceptance of all work under the Contract.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt of written notice that the work is ready for final inspection and
acceptance, the Engineer shall within 10 days make such inspection, and when he finds the work
acceptable under the Contract and the Contract fully performed he will promptly issue a final
certificate, over his own signature, stating that the work required by the Contract has been completed I
and is accepted by him under the terms and conditions thereof, and the entire balance found to be I'
due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner .
within 15 days after the date of said final certificate. I
(B) Before final payment is due the Contractor shall submit evidence satisfactory
to the Engineer that all payrolls, material bills, and other indebtedness connected with the work have
been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such
disputed amounts when adjudicated in cases where such payment has not already been guaranteed
by surety bond.
A-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(C) The making and acceptance of the final payment shall constitute a waiver of
all claims by the Owner other than those arising from unsettled liens, from faulty work appearing
within 12 months after final payment, from requirements of the specifications, or from
manufacturers' guarantees. It shall also constitute a wai ver of all claims by the Contractor except
those previously made and still unsettled.
(D) If after the work has been substantially completed, full completion thereof is
materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall
upon certification of the Engineer, and without terminating the Contract, make payment of the
balance due for that portion of the work fully completed and accepted.
Each payment shall be made under the terms and conditions governing final payment,
except that it shall not constitute a waiver of claims.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three
(3) counterparts, each of which shall be deemed an original, in the year and day first mentioned
above.
.'
-"..
(S~~"""
_-:~HMO^,l) '\\
;",~ ......... co'to
'" ,.... .- -..; "to
,.:;;'"" -- -. ~ "f
~ c, .- . .- -_,..\ ~
if ~A.. .. "t. ~
~ -or:ri \ .
~ . : s
~~~
~.... .
~J'" -..
.....Clei-k. 199(.. ;
"" ......... ."
~~" -.
~fn
Witness
By:
1fk
2~
j.l~
Y & COMPANY, INC-
a
(SEAL)
ATTEST:
~ . ~ .
~ aJ Jv.
\J~ ~cLu\
Witness
Address: W.L. HAIL EV and ~n , 'N~
2971 kraft Drive P.O. Box 40646
NashvUIe, TN 37204
A-3
I'
I-
II
. ,
SECTION PB
PERFORMANCE BOND
(NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON
PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT
OF LABOR AND MATERIAL.)
11
J
Il
1-.1
..0
I]
IJ
11
11
11
KNOW ALL MEN BY THESE PRESENTS:
That W.L. HAILEY & COMPANY INC.
as Principal,
hereinafter called Contractor, and
TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA
a corporation organized and existing under the laws of the State of
CT
, with
HARTFORD CT
its principal office in the City of, State of , as Surety,
hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND
THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION as Obligee, hereinafter
. FI VE M I LLI ON S I X HUNDRED FI FlY ONE rnousAND
~alled the Owner, In the penal amount ofnm "'~ THIIlTY n~ .I. ?n111V\-- Dollars
($ 5,651,231.20 ) for the payment whereof Contractor and Surety bind themselves, their heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents for.
the faithful performance of a certain written agreement.
1:1
WHEREAS, Contractor has by said written agreement dated
entered into a contract with Owner for the construction of PROJECT NO. 60110 RAE'S CREEK'
TRUNK LINE SEWER REPLACEMENT -- PHASE II, Augusta, Georgia, in accordance with
the drawings aI1d specifications issued by the' Augusta Utilities Department and the Augusta-
Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter
referred to as the CONTRACT.
1_,.
'..:
I..,
.,
[~
(}
1_.1
I:.
I
NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall
promptly and faithfully perform said CONTRACT, then this obligation shall be null and void;
otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the
(1)
(2)
Complete the CONTRACT in accordance with its terms and conditions, or
Obtain a bid or bids for completing the Contract in accordance with its terms and
conditions, and upon determination by Surety of the lowest responsible bidder, or,
if the Owner elects, upon determination by the Owner and the Surety jointly of the
lowest responsible bidder; arrange for a contract between such bidder and Owner, and.
make available as Work progresses (even though there should be a default or a
I
I
by Owner to be in default under the I
obligations thereunder, the Surety may i
I
I
I
I
,
Owner.
Whenever Contractor shall be, and declared
CONTRACT, the Owner having performed Owner's
promptly remedy the default, or shall promptly
PB-1
1-,
I.
I!
._ J
succession of defaults under the contract or contracts of completion ananged under
this paragraph) sufficient funds to pay the cost of completion less the balance of the
contract price; but not exceeding, including other costs and damages for which the
Surety may be liable hereunder, the amount set forth in the first paragraph hereof.
The term "balance of the contract price," as used in this paragraph, shall mean the
. .
total amount payable by Owner to Contractor under the Contract and any'
amendments thereto, less the amount properly paid by Owner to Contractor.
1
(]
IJ
11
I
IJ
(1
IJ
11
1-"-:
1~7'
t:;'~
Any suit under this bond must be instituted before the expiration of two (2) years
from the date on which final payment under the CONTRACT falls due.
No right of action shaH accrue on this bond to or for the use of any person or
corporation other than the Owner named herein or the heirs, executors, administrators or'successors
of the Owner. .
Signed and sealed this
day of
A.D. 20_.
Witness WQMM0\;lLctM
CJ
W.L. HAILEY & COMPANY INC. . (Seal).
~
B (Se,al)
(Title) .- .
THOW A. BATTAIl EXEeUTM ~ ~,,' . ~:
Attest C3~:..}~. ~
Witness ;/)~r&
TRAVElERS CASUALTY & SURETY roHP~SlfuJ14EJUCA
(Surety)
By
Attest POWER DI- ATTORNEY ATTAOE>
I:.~!
!. I
L:
~ai0iL{g(
IU
IU
III
If-:-;:
If
MARSH USA INC.
191 PEACHTREE ST., N.E. STE 3400
ATlANTA, GA 30303-1762
(404) 586-0000
PB-2
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
-~
.-
:i
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly 0 rganized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint:H. Riley Holliday, H. A. Wright, Jr., E. J. Pennisi, Jr., John C. Middleton, Nancy A.
Locke, Michael D. Regan, Deborah S. Hudgins, William R. Phillips, of Nashville, Tennessee, their true and lawful Attomey(s)-in-
Fact, with full p ower a nd a uthority hereby conferred to sign, execute and acknowledge, at any place within the United States, the
following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the
Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all
the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now
in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign
with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature
of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee
and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in
writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice
President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by
one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(11-00 Standard)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affIxed this 8th day of October, 2003.
STATE OF CONNECTICUT
} SS. Hartford
COUNTY OF HARTFORD
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
/~~~~
- -
By
George W. Thompson
Senior Vice President
On this 8th day of October, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
~~
~~
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth
in the Certificate of Authority, are now in force.
Signed and Sealed at the Home OffIce of the Company, in the City of Hartford, State of Connecticut. Dated this
,20
day of
c=rr;;/ rK- '" /l - .
By ~
Kori M. Johanson
Assistant Secretary, Bond
"' "
01
I
I::
1_;
_. ,
(1
Il
~J
1-\
~:J
1M
t
I]
II]
(~
If
Ir-c-
t:;
L.'
Ir]
I[
If]
It.]
I!:
~: :":.
I.
SECTION PB
LABOR AND MATERIAL PAYMENT BOND
(NOTE:
THIS BOND IS ISSUED SIMULT ANEOUSL Y WITH PERFORMANCE BOND
ON PAGE PB-l, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PERFORMANCE OF THE WORK.)
KNOW ALL MEN BY THESE PRESENTS:
That
W.L. HAIlEY & COMPANY\ INC.
as Principal,
hereinafter called Contractor, and
TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA
a corporation organized and existing under the laws of the State of
CT
, with
its principal office in the City of HARTFORD , State of CT , as Surety,
hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND
THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, as Obligee, hereinafter
called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of _
FI VE HI LLI ON S I X HUNDRED FIFTY ONE THOUSAND
1lIO H1JtIDRE1) 11-11 RTY ONE & 201100--- Dollars ($ 5~651 ~231.20 ) for the payment
whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors,
and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated entered
into a contract with Owner for the construction of PROJECT NO. 60110 RAE'S CREEK TRUNK
LINE SEWER REPLACEMENT -- PHASE II, in accordance with drawings and specifications
issued by the Augusta Utilities Department and Augusta-Richmond County Commission, which
contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT
NOW, THEREFORE, the condition of this obligation is such that, if the Contractor
~hall promptly make payment to all claimants as hereinafter defined, for all labor and material used
or reasonably required to use in the performance of the CONTRACT, then this obligation shall be
void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:
(1)
A claimant is defined as one having a direct contract with the Contractor or with a
subcontractor of the Contractor for labor, material, or both, used or reasonably
required for use in the performance of the contract, labor and material being
construed as to include that part of water, gas, power, light, heat, oil, gasoline,
telephone service or rental of equipment directly applicable to the CONTRACT.
(2)
The above named Contractor and Surety hereby jointly and severally agree with the
Owner that every claimant- as herein defined, who has not been paid in full before the
expiration of a period of ninety (90) days after the date on which the last of such
claimant's work or labor was done or performed, or materials were furnished by such
claimant, may sue on this bond for the use of such claimant, prosecute the suit to
PB-3
I
I-
I)
_J
11
11
Il
LL-J
.~1
1111
l1
I1
(3)
II
r
I.
1_-
..
1-:
, ,
IU
IU
If-1
I..,.
Ii
final judgement for such sum or sums as may be justly due claimant, and have
execution thereon. The Owner shall not be liable for the payment of any costs or
expenses of any such suit.
No suit or action shall be commenced hereunder by any claimant,
(a) Unless claimant, other than one having a direct contract with the Contractor,.
shall have given written notice- to any two of the following: The Contractor,
the Owner, or the Surety above named, within ninety (90) days after such,
claimant did or performed the last of the work or labor, or furnished the last
of the materials for which said .claim is made, stating with substantial
accuracy the amount claimed and the name of the party to whom the
materials were furnished, or for whom the work or labor was done or
performed. Such notice shall be served by mailing the same' by registered
mail or certified mail, postage prepaid, in an envelope addressed to the
Contractor, Owner or Surety, at any place where an office regularly
maintained for the transactionofbusiness, or served in any manner in which
legal process may be served in the state in which the aforesaid project is
. located, save that such service need not be made by a public officer.
(b) After the expiration of one (1) year following the date on which Contractor
ceased work on said CONTRACT, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law controlling the
construction hereof, such limitation shall be deemed to be amended so as to
be equal to the minimum period of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in and for the county or
other political subdivision of the state in which the project, or any part
thereof, is situated, or in the United States District Court for the district in
which the project, or any part thereof, is situated, and not elsewhere.
(4)
The amount of this bond shall be reduced by and to the extent of any payment or
payments made in good faith hereunder, inclusive of the payment by Surety of
mechanics' liens which may be filed of record against said improvement, whether or
not claim for the amount of such lien be presented under and against this bond.
PB-4
I
I::
I.~
IJ
11
IJ
'~'I
.~I
H
"
Signed and sealed this
Wilness\J Xffii ~ waMt
Attest &~~"~
Attest POWER OF ATTORNEY ATTAOiED
lJ
(1
.cj
II
Il
I
1<:"
1-:
lJ
11
j
1_:
I.:
I
~fh~/di<<
EDWARD L. ITOIELL - DENT
MARSH USA INC.
191 PEACHTREE ST., N.E. STe 3400
ATLANTA, GA 30303-1762
(494) 688-Q99g
PB-S
day of
A.D. 20_.
"
- -
(Seal)" :
-- '\
. TRAVElERS CASllAL TY & SURETY C(ltpANY OF ~J~
(Surety)
By
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARNnNGTONCASUALTYCOMPANY
Hartford, Connecticut 06183-9062
,.
POWER OF ATIORNEY AND CERTIFICATE OF AUmORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint'H. Riley Holliday, H. A. Wright, Jr., E. J. Pennisi, Jr., John C. Middleton, Nancy A.
lLocke, Michael D. Regan, Deborah S. Hudgins, William R. Phillips, of Nashville, Tennessee, their true and lawful Attomey(s)-in-
Fact, with full p ower and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the
following instrument( s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the
Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all
the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now
in full force and effect
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign
with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature
of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee
and revoke the power given him or her.
VOTED: That the Chairman, the Presi,dent, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in
writing and a copy thereof is filed in the office of the Secretary,
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice
President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by
one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature a nd facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(ll"()() Standard)
~DO
Travelers
~
~MPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused
by certain acts of international terrorism. We are providing you
with this notice to inform you of the key features of the Act, and to
let you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the Federal Government
will pay a share of such losses. Specifically, the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism which is in excess of Travelers'
statutorily established deductible for that year. The Act also caps
the amount of terrorism-related losses for which the Federal
Government or an insurer can be responsible at
$100,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
I
.\lCU
.
,~
NOTICE TO PROCEED
I
I
DATE:
TO:
I
Attn:
I
I
I
PROJECT: Rae's Creek Trunk Line Sewer Replacement - Phase II
PROJECT NO: 60110
You are hereby notified to commence WORK in accordance with the Agreement dated
I
on or before
, and you are to complete the WORK within 365
I
consecutive calendar days thereafter. The date of completion of all WORK is therefore
I
Very truly yours,
Augusta Program Management Team
I
Project Engineer
I
I
Receipt of this NOTICE TO PROCEED is hereby acknowledged
This, the
day of
, 2004
Contractor:
I
By:
Title:
I
Please sign and return one copy of this Notice to Proceed Acknowledgement to:
I
CH2M Hill (Attn:Program Management)
I
360 Bay Street; Suite 100
Augusta, GA 30901
I
I
CH2M HILL NOTICE TO PROCEED.DOC
I
I
I
I ARTICLE
I -01.
-02.
-03.
I -04.
-OS.
-06.
I -07.
-08.
-09.
I -10.
-11.
I -12.
-13.
I -14.
-IS.
-16.
I -17.
I
I
I
I
I
I
I
I
SECTION GC
INDEX TO GENERAL CONDITIONS
Definitions
Preliminary Matters
Contract Documents: Intent, Amending, Reuse
A vailability of Lands, Physical Conditions, Reference Points
Bonds and Insurance
Contractor's Responsibilities
Other Work
Owner's Responsibilities
Professional's Status During Construction
Changes In The Work
Change of Contract Price
Change of Contract Time
Warranty and Guarantee; Tests and Inspections: Conection, Removal or Acceptance
of Defecti ve Work
Payments to Contractor and Completion
Suspension of Work and Termination
Dispute Resolution
Miscellaneous
GC-O
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
SECTION GC
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms
have the meanings indicated, which are applicable to both the singular and plural thereof:
Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly
issued by OWNER to prospective Bidders prior to the time of opening of Bids.
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be
performed; other Contract Documents are attached to the Agreement and made a part thereof as
provided therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by
CONTRACTOR in requesting progress or final payments and which is to include such supporting
documentation as is required by the Contract Documents.
Bid- The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s)
for the Work to be performed.
Bonds-Bid, performance and payment bonds and other instruments of security furnished by
CONTRACTOR and its Surety in accordance with the Contract Documents.
Change Order-- A document recommended by PROFESSIONAL, which is signed by
CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the
Agreement.
Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents);
CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid
documentation submitted prior to the Notice of A ward) when attached as an exhibit to the
Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans,
Specifications and the Drawings as the same are more specifically identified in the Agreement;
Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of
Contract together with all amendments, modifications and supplements issued pursuant to
paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement.
GC-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents
as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price
Work).
Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated
in the Agreement for the completion of the Work.
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the
Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of
Georgia, the Augusta-Richmond County Commission, and its authorized designees, agents, or
employees.
Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall
fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's
Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving
Day and the following Friday, and Christmas Day.
Defective-An adjecti ve which, when modifying the word Work, refers to Work that is unsatisfactory,
faulty or deficient, does not conform to the Contract Documents, or does not meet the requirements
of any inspection, reference standard, test or approval referred to in the Contract Documents, or has
been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility
for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance
with paragraph 14.8 or 14.10).
Drawings-The drawings which show the character and scope of the Work to be performed and which
have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents.
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective,
. but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of
Augusta, Georgia.
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications,
but which does not involve a change in the Contract Price or the Contract Time.
General Requirements-Sections of Di vision I of the Specifications.
Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders.
GC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon
compliance by the apparent successful bidder with the conditions precedent enumerated therein,
within the time specified, OWNER will sign and deliver the Agreement.
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to
PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which
CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract
Documents.
OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission.
Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended
or for a related purpose) before reaching Substantial Completion for all the Work.
PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person
designated to perform the design and/or resident engineer services for the Work.
PROGRAM MANAGER - The professional firm or individual designated as the representative or
the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and
CONTRACTOR when project is part of an OWNER designated program.
Project-The total construction of which the Work to be provided under the Contract Documents may
be the whole, or a part, as indicated elsewhere in the Contract Documents.
Project Area-The area within which are the specified Contract Limits of the improvements
contemplated to be constructed in whole or in part under this Contract.
Project Manager-The professional in charge, serving OWNER with architectural or engineering
services, his successor, or any other person or persons, employed by said OWNER, for the purpose
of directing or having in charge the work embraced in this Contract.
Resident Project Representative-The authorized representati ve of PROFESSIONAL as PROGRAM
MANAGER who is assigned to the site or any part thereof.
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically
prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations,:
brochures, standard schedules, performance charts, instructions, diagrams and other information:
prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for
some portion of the Work.
GC-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Specifications-Those portions of the Contract Documents consisti ng of written technical descriptions
of materials, equipment, construction systems, standards and workmanship as applied to the Work
and certain administrative details applicable thereto.
Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or
with any other SUBCONTRACTOR for the performance of a part of the Work at the site.
Substantial Completion-The Work (or a specified part thereof) has progressed to the point where,
in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of
Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so
that the Work (or specified part) can be used for the purposes for which it is intended, or if there be
no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms
"substantially complete" and "substantially completed" as applied to any Work refer to Substantial
Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or supplements these
General Conditions.
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels
or other such facilities or attachments, and any encasement containing such facilities which have
been installed underground to furnish any of the following services or materials: electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television, sewage and
drainage removal, traffic or other control systems, or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifiable parts thereof required
to be furnished under the Contract Documents. Work is the result of performing services, furnishing
labor and furnishing and incorporating materials and equipment into the construction, and furnishing
documents, all as required by the Contract Documents.
Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date
of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an ,
addition, deletion or revision in the Work, or responding to differing or unforeseen physical I
conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to ,
emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or :
the Contract Time but is evidence that the parties expect that the change directed or documented by ,
a Work Change Directive will be incorporated in a subsequently issued Change Order following
negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided
in Article 10.
GC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
Written Amendment-A written amendment of the Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-
engineering or non-technical rather than strictly Work-related aspects of the Contract Documents.
GC-S
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 2-PRELIMINARY MA TTERS
Delivery of Bonds:
2.1. When CONTRACTOR deli vcrs the executed Agreements to OWNER, CONTRACTOR
shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in
accordance with these Contract Documents.
Copies of Documents:
2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one
(1) complete set of the Contract Documents for execution of the work. Additional sets of the project
manual and drawings and/or individual pages or sheets of the project manual or drawings will be
furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which
will be OWNER's standard charges for printing and reproduction.
Commencement of Contract Time, Notice to Proceed:
2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice
to Proceed may be given at any time after the Effective Date of the Contract.
Starting the Project:
2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No
Work shall be done prior to the date on which the Contract Time commences. Any Work performed
by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of
CONTRACTOR.
Before Starting Construction:
2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and
compare the Contract Documents and check and verify pertinent figures shown thereon and all
applicable field measurements. CONTRACTOR shall promptly report in writing to
PROFESSIONAL any conflict, en-or, ambiguity, or discrepancy which CONTRACTOR may
discover and shall obtain a written interpretation or clarification from PROFESSIONAL before:
proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure:
to report an y confl i ct, en-or, ambi gui ty or di screpancy in the Con tract Doc umen ts, if CO NTRA CTO R i
I
knew or reasonably should have known thereof.
2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified
in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for
revIew:
GC-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
2.6.1. an estimated progress schedule indicating the starting and completion dates of the
various stages of the Work:
2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and
2.6.3. a preliminary schedule of values for all of the Work which will include quantities and
prices of items aggregating the Contract Price and will subdivide the Work into component parts in
sufficient detail to serve as the basis for progress payments during construction. Such prices will
include an appropriate amount of overhead and profit applicable to each item of Work which will
be confirmed in writing by CONTRACTOR at the time of submission.
2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with
copies to each additional insured identified in the Supplementary Conditions, an original policy or
certified copies of each insurance policy (and other evidence of insurance which OWNER may
reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with
Article 5.
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR,
OWNER, PROFESSIONAL and others as appropriate will be held to establish a working understanding
among the parties as to the Work and to discuss the schedules refen-ed to in 2.6 as well as
procedures for handling Shop Drawings and other submittals, processing applications for payment
and maintaining required records.
Finalizing Schedules:
2.9. At least ten days before submission of the first Application for Payment, a conference
attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held
. to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have
an additional ten (10) calendar days to make con-ections and adjustments and to complete and
resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules
are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized
progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly
progression of the Work to completion within any specified Milestones and the Contract Time, but
such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing)
I
scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from fun
responsibility therefor. The finalized schedule of Shop Drawing submissions and Samplti
submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for
reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved
by PROFESSIONAL as to form and substance.
GC-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Dale
August 2001
CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be
responsible for maintaining the schedule, including updating schedule. Schedule updates shall
include progression of work as compared to scheduled progress on work. Schedule updates shall
accompany each pay request.
GC-S
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 3-CONTRACT DOCUMENTS; INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called
for by one is as binding as if called for by all. The Contract Documents will be construed in
accordance with the law of the State of Georgia.
3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or
part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials
or equipment that may reasonably be infen-ed from the Contract Documents or from prevailing
custom or trade usage as being required to produce the intended result will be supplied whether or
not specifically called for. When words or phrases which have a well-known technical or
construction industry or trade meaning are used to describe Work, materials or equipment, such
words shall be interpreted in accordance with that meaning.
3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided
by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the
provisions of the Contract Documents shall take precedence in resolving any conflict, error,
ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of
any such standard, specification, manual, code or instruction (whether or not specifically
incorporated by reference in the Contract Documents) and the provisions of any such Laws or
Regulations applicable to the performance of the Work (unless such an interpretation of the
provisions of the Contract Documents would result in violation of such Law or Regulation).
Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL
as provided in paragraph 9.4.
3.4. Reference to standards, specifications, manuals or codes of any technical society,
organization or association, or to the Laws or Regulations of any governmental authority, whether
such reference be specific or by implication, shall mean the latest standard, specification, manual,
code or Laws or Regulations in effect at the time of opening of Bids (or on the Effecti ve Date of the
Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract
Documents.
3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract Documents or between the Contract Documents and
any provision of any such Law or Regulation applicable to the performance of the Work or of any
such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7,
CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with
GC-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
the Work affected thereby and shall obtain a written interpretation or clarification from
PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL
for failure to report any conflict, en-or, ambiguity or discrepancy in the Contract Documents unless
CONTRACTOR had actual knowledge thereof or should reasonably have known thereof.
Amending and Supplementing Contract Documents:
3.6. The Contract Documents may be amended to provide for additions, deletions and
revisions in the Work or to modify the terms and conditions thereof in one or more of the following
ways:
3.6.1. a formal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph 10.3), or
3.6.3. a Work Change Directive (pursuant to paragraph 10.4).
As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed
by a Change Order or a Written Amendment.
3.7. In addition, the requirements of the Contract Documents may be supplemented, and
minor variations and deviations in the Work may be authorized in one or more of the following
ways:
3.7.1. a Field Order (pursuant to paragraph 9.5).
3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs
6.24 and 6.26), or
3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4).
Reuse of documents:
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or
organization performing or furnishing any of the Work under a direct or indirect contract with
OWNER shall have or acquire any title to or OWNERSillP rights in any of the Drawings, I
Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of!
PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings,!
Specifications or other documents (or copies of any thereof) on extensions ofthe Project or any other
project without written consent of OWNER and PROFESSIONAL and specific written verification
or adaptation by PROFESSIONAL.
GC-lO
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
ARTICLE 4-A V AILABILITY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
A vailability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which
the Work is to be performed, rights-of-way and easements for access thereto, and such other lands
which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be
obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to
agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the
Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or
easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The
CONTRACTOR shall provide for all additional lands and access thereto that may be required for
temporary construction facilities or storage of materials and equipment.
Physical Conditions:
4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for
identification of those reports of explorations and tests of subsurface conditions at or contiguous to
the site that have been utilized in preparing the Contract Documents and those drawings of physical
conditions in or relating to existing surface or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been utilized in preparing the Contract Documents.
4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained
in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions.
Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any
claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect
to:
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes,
including but not limited to, any aspects of the means, methods, techniques, sequences and
procedures of construction to be employed by CONTRACTOR and safety precautions and programs
incident thereto, or
4.2.2.2. other data, interpretations, opinions and information contained in such reports or
shown or indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data"
or any such data, interpretations, opinions or information.
GC-11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Dale
August 2001
4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1)
subsurface or otherwise concealed physical conditions which differ materially from those indicated
in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ
materially from those ordinarily found to exist and generally recognized as inherent in construction
activities of the character provided for in the Contract Documents, then CONTRACTOR shall give
OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours
after first observance of the conditions.
4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and,
if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time
required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall
recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER
and PROFESSIONAL determine that the conditions at the Site are not materially different from
those indicated in the Contract Documents or are not materially different from those ordinarily found
and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify
CONTRACTOR of the determination in writing. The Work shall be performed after direction is
provided by the PROFESSIONAL.
Physical Conditions-Underground Facilities:
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract
Documents with respect to existing Underground Facilities at or contiguous to the site is based on
information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such
Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or
completeness of any such information or data; and
4.3.1.2. The cost of all of the following will be included in the Contract Price and
. CONTRACTOR shall have full responsibility for reviewing and checking all such information and
data for locating all Underground Facilities shown or indicated in the Contract Documents, for
coordination of the Work with the OWNER'S of such Underground Facilities during construction,
for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto
resulting from the Work, the cost of all of which will be considered as having been included in the
Contract Price.
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or
contiguous to the site which was not shown or indicated in the Contract Documents and which
CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall,
promptly after becoming aware thereof and before performing any Work affected thereby except in ,
an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility
GC-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROF-
ESSIONAL will promptly review the Underground Facility to determine the extent to which the
Contract Documents should be modified to reflect and document the consequences of the existence
of the Underground Facility, and the Contract Documents will be amended or supplemented to the
extent necessary. During such time, CONTRACTOR shall be responsible for the safety and
protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be
allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent
that they are attributable to the existence of any Underground Facility that was not shown or
indicated in the Contract Documents and which CONTRACTOR could not reasonably have been
expected to be aware of. If the parties are unable to agree as to the amount or length thereof,
CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
Reference Points:
4.4. OWNER shall provide Engineering surveys to establish reference points for construction
which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the
Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in
the General Requirements), shall protect and preserve the established reference points and shall make
no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall
report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation
because of necessary changes in grades or locations, and shall be responsible for the accurate
replacement or relocation of such reference points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site which was not shown or indicated in
Drawings or Specifications or identified in the Contract Documents to be within the scope of the
Work and which may present a substantial danger to persons or property exposed thereto in
connection with the Work at the site. OWNER shall not be responsible for any such materials
brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom
CONTRACTOR is responsible.
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous
condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii)
notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER
shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a
qualified expert to evaluate such hazardous condition or take con-ective action, if any.
CONTRACTOR shall not be required to resume Work in connection with such hazardous condition
or in any such affected area until after OWNER has obtained any required permits related thereto
and delivered to CONTRACTOR special written notice (i) specifying that such condition and any
affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special
GC-13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot
agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or
Contract Times as a result of such Work stoppage or such special conditions under which Work is
agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in
Articles 11 and 12.
4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume
such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under
such special conditions, then CONTRACTOR may order such portion of the Work that is in
connection with such hazardous conditions or in such affected area to be deleted from the Work.
If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an
adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the
Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may
have deleted such portion of the Work performed by OWNER's own forces or others in accordance
with Article 7.
4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site.
GC-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200]
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at
least equal to the Contract Price as Security for the faithful performance and payment of all
CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect
at least until one year after the date when final payment becomes due, except as otherwise provided
by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other
Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed
by Law or Regulation or by the Contract Documents and be executed by such sureties as are named
in the cun-ent list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the
Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be
accompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2.1 All bonds and insurance required by the Contract Documents to be purchased and
maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly
licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and
coverages so required. All bonds signed by an agent must be accompanied by a certified copy of
authority to act. Such surety and insurance companies shall also meet such additional requirements
and qualifications as may be provided in the Supplementary Conditions.
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured
identified in 5.3, an original or a certified copy of the complete insurance policy for each policy
required, certificates of insurance (and other evidence of insurance requested by OWNER or any
. other additional insured) which CONTRACTOR is required to purchase and maintain in accordance
with 5.3.
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or,
becomes insolvent or its right to do business is terminated in any state where any part of the Project:
I
is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five
days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER.:
CONTRACTOR's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and,
other insurance as is appropriate for the Work being performed and furnished and as will provide
GC-15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
protection from claims set forth below which may arise out of or result from CONTRACTOR's
performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract
Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor,
by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or
by anyone for whose acts any of them may be liable:
5.3.1. Claims under workers' or workmen's compensation, disability benefits and other
similar employee benefit acts;
5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death
of CONTRACTOR's employees;
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any
person other than CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained
(a) by any person as a result of an offense directly or indirectly related to the employment of such
person by CONTRACTOR, or (b) by any other person for any other reason;
5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction
of tangible property wherever located, including loss of use resulting therefrom;
5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily
injury or death of any person or for damage to property; and
5.3.7. Claims for damages because of bodily injury or death of any person or property damage
arising out of the OWNERSHIP, maintenance or use of any motor vehicle.
The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for
not less than the limits of liability and coverage's provided in the Supplementary Conditions, or
required by law, whichever is greater. The comprehensive general liability insurance shall include
completed operations insurance. All of the policies of insurance so required to be purchased and
maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement
that the coverage afforded will not be canceled, materially changed or renewal refused until at least
thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and
PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment
and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective
Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such
completed operations insurance for at least two years after final payment and furnish OWNER with
evidence of continuation of such insurance at final payment and one year thereafter.
GC-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Dale
August 2001
Contractual Liability Insurance:
5.4. The comprehensive general liability insurance required by paragraph 5.3 will include
contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and
6.33.
OWNER's Liability Insurance:
5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability
insurance, and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain
such insurance as will protect OWNER against claims which may arise from operations under the
Contract Documents.
Property Insurance:
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase
and maintain property insurance upon the Work at the site to the full insurable value thereof (subject
to such deductible amounts as may be provided in the Supplementary Conditions or required by
Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR,
Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants
in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against
the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and
damage including theft, vandalism and malicious mischief, collapse and water damage, and such
other perils as may be provided in the Supplementary Conditions, and shall include damages, losses
and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement
of any insured property (including but not limited to fees and charges of PROFESSIONALs,
architects, attorneys and other' PROFESSIONALs). If not covered under the "all risk" insurance or
otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain
similar property insurance on portions of the Work stored on and off the site or in transit when such
portions of the Work are to be included in an Application for Payment.
5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional
property insurance as may be required by the Supplementary Conditions or Laws and Regulations
which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL
AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or
additional insured parties.
5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be I
purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a
provision or endorsement that the coverage afforded will not be canceled or materially changed or
renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by
certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2.
GC-17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
5.9. OWNER shall not be responsible forpurchasing and maintaining any property insurance
to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any
deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the
deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such
loss, and if any of them wishes property insurance coverage within the limits of such amounts, each
may purchase and maintain it at the purchaser's own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be included in the
property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof
will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to
commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether'
or not such other insurance has been procured by OWNER.
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and
damages caused by any of the perils covered by the policies of insurance provided in response to
paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such
rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other
parties named as insureds in such policies for losses and damages so caused. As required by
paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar
waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL,
PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers
shall extend to the rights that any of the insured parties may have to the proceeds of insurance held
by OWNER as trustee or otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to
paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all
losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain
provisions to the effect that in the event of payment of any loss or damage the insurer will have no
rights of recovery against any of the parties named as insureds or additional insureds, and if the
insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's
consultant, OWNER will obtain the same, and if such waiver forms are required of any
Subcontractor, CONTRACTOR will obtain the same.
Receipt and Application of Proceeds:
5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 ,
will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their'
interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph
5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in
GC-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
accordance with such agreement as the parties in interest may reach. If no other special agreement
is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on
account thereof, and the Work and the cost thereof covered by an appropriate Change Order or
Written Amendment.
Receipt and Application of Insurance Proceeds
5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers
unless one of the parties in interest shall object in writing within fifteen days after the occurrence of
loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make
settlement with the insurers in accordance with such agreement as the parties in interest may reach.
If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an
insured loss, give bond for the proper performance of such duties.
Acceptance of Insurance:
5.14. If OWNER has any objection to the coverage afforded by or other provisions of the
insurance required to be purchased and maintained by CONTRACTOR in accordance with
paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER
shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such
certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to
the coverage afforded by or other provisions of the policies of insurance required to be purchased
and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not
complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof
within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with
paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional
information in respect of insurance provided by each as the other may reasonably request. Failure
by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall
constitute acceptance of such insurance purchased by the other as complying with the Contract
Documents.
Partial Utilization-Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior
to Substantial Completion of all the Work, such use or occupancy may be accomplished in
accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the
insurers providing the property insurance have acknowledged notice thereof and in writing effected
the changes in coverage necessitated thereby. The insurers providing the property insurance shall
consent by endorsement on the policy or policies, but the property insurance shall not be canceled
or lapse on account of any such partial use or occupancy.
GC-19
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Indemnification
5.16.1. CONTRACTOR shalI indemnify and hold harmless OWNER, PROGRAM
MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands,
damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the
performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or
expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of
tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part
by an act or omission of CONTRACTOR, any Subcontractor, anyone directly orindirectly employed
by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in
whole or in part by the negligence or other fault of a party indemnified hereunder.
5.16.2. In any and all claims against OWNER or any of its agents or employees by any
employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by
any of them, or anyone for whose acts any of them may be liable, the indemnification obligation
under the previous paragraph shalI not be limited in any way as to the amount or type of damages,
compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under
workmen's compensation acts, disability benefit acts, or other employee benefit acts.
5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly
or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses
(including attorneys' fees) arising out of any infringement on patent or copyrights held by others and
shall defend all such claims in connection with any alleged infringement of such rights.
GC-20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Dale
Augusl2001
ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES
6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently,
devoting such attention thereto and applying such skills and expertise as may be necessary to
perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely
responsible for the means, methods, techniques, sequences and procedures of construction, but
CONTRACTOR shall not be responsible for the negligence of others in the design or specification
of a specific means, method, technique, sequence or procedure of construction which is shown or
indicated in and expressly required by the Contract Documents. CONTRACTOR shall be
responsible to see that the finished Work complies accurately with the Contract Documents.
6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent
resident superintendent, who shall not be replaced without written notice to OWNER and
PROFESSIONAL except under extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the site and shall have authority to act on behalf of CON-
TRACTOR. All communications to the superintendent shall be as binding as if given to
CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and
layout the Work and perform construction as required by the Contract Documents. CONTRACTOR
shall at all times maintain good discipline and order at the site. Except in connection with the safety
or protection of persons or the Work or property at the site or adjacent thereto, and except as
otherwise indicated in the Contract Documents, all Work at the site shall be performed during
regular working hours, and CONTRACTOR will not permit evening work or the performance of
Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior
written notice to PROFESSIONAL.
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish
and assume full responsibility for all materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities and all other facilities and incidentals whethertemporary or permanent I
necessary for the execution, testing, initial operation, and completion of the Work as required by the ~
Contract Documents.
6.5. All materials and equipment shall be of good quality and new, except as otherwise
provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish
satisfactory evidence (including reports of required tests) as to the kind and quality of materials and
equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned
and conditioned in accordance with the instructions of the applicable Supplier except as otherwise
GC-21
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
provided in the Contract Documents; but no provision of any such instructions will be effective to
assign to PROFESSION AL, or any of PROFESSIONAL's consultants, agents or employees, any duty
or authority to supervise or direct the furnishing or performance of the Work or any duty or authority
to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15.
Adjusting Progress Schedule:
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent
indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new
developments; these will conform generally to the progress schedule then in effect and additionally
will comply with any provisions of the General Requirements applicable thereto.
Substitutes or "Or-Equal" Items:
6.7.1. Whenever materials or equipment are specified or described in the Contract
Documents by using the name of a proprietary item or the name of a particular Supplier, the naming
of the item is intended to establish the type, function and quality required. Unless the name is
followed by words indicating that no substitution is permitted, materials or equipment of other
Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by
CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed
is equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the
following as supplemented in the General Requirements. Requests for review of substitute items of
material and equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to fumish or use a substitute item of material or
equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance
thereof, certifying that the proposed substitute will perform adequately the functions and achieve the
results called for by the general design, be similar and of equal substance to that specified and be
suited to the same use as that specified. The application will state that the evaluation and acceptance
ofthe proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Comple-
tion on time, whether or not acceptance of the substitute for use in the Work will require a change
in any of the Contract Documents (or in the provisions of any other direct contract with OWNER
for work on the Project) to adapt the design to the proposed substitute and whether or not
incorporation or use of the substitute in connection with the Work is subject to payment of any
license fee or royalty. All variations of the proposed substitute from that specified will be identified
in the application and available maintenance, repair and replacement service will be indicated. The
application will also contain an itemized estimate of all costs that will result directly or indirectly
from acceptance of such substitute, including costs of redesign and claims of other contractors
affected by the resulting change, all of which shall be considered by PROFESSIONAL. In
evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at
CONTRACTOR's expense, additional data about the proposed substitute.
GC- 22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
6.7.2. If a specific means, method, technique, sequence or procedure of construction is
indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a
substitute means, method, sequence, technique or procedure of construction acceptable to
PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL
to determine that the substitute proposed is equivalent to that indicated or required by the Contract
Documents. The procedure for review by PROFESSIONAL will be similar to that provided in
paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General
Requirements.
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each
proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will
be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be
evidenced by either a Change Order or an approved Shop Drawing. OWNER may require
CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other
surety with respect to any substitute. PROFESSIONAL will record time required by
PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by
CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether
or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER
for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each
proposed substitute.
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or
organization (including those acceptable to OWNER and PROFESSIONAL as indicated in
paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL
may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor,
Supplier or other person or organization to furnish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors,
Suppliers or other persons or organizations including those who are to furnish the principal items
of materials and equipment to be submitted to OWNER prior to the Effecti ve Date of the Agreement
for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list
thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's accept-I
ance (either in writing or by failing to make written objection thereto by the date indicated for
acceptance or objection in the bidding documents or the Contract Documents) of any such
Subcontractor, Supplier or other person or organization so identified may be revoked on the basis
of reasonable objection after due investigation, in which case CONTRACTOR shall submit an
acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned
by such substitution and an appropriate Change Order will be issued or Written Amendment signed.
No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person
GC-23
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject
defecti ve Work.
6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all
acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing
or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as
CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the
Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL
and any such Subcontractor, Supplier or other person or organization, nor shall it create any
obligation on the part of OWNER or PROFESSIONAL to payor to see to the payment of any
moneys due any such Subcontractor, Supplier or other person or organization except as may
otherwise be required by Laws and Regulations.
6.10. The divisions and sections of the Specifications and the identifications of any
Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or
Suppliers or delineating the Work to be performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an
appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the
Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of
OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11.
CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by
CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7.
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident
to the use in the performance of the Work or the incorporation in the Work of any invention, design,
process, product or device which is the subject of patent rights or copyrights held by others.
CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone
directly or indirectly employed by either of them from and against all claims, damages, losses and
expenses including attorneys' fees and court and arbitration costs arising out of any infringement on
patent rights or copyrights incident to the use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process, product or device not specified in the
Contract Documents, and shall defend all such claims in connection with any alleged infringement
of such rights.
Permits:
6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses,
governmental charges and inspection fees, and all public utility charges which are applicable and
necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits,
GC-24
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any
delays associated with the permitting process will be considered for time extensions only and no
damages or additional compensation for delay will be allowed.
Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations
applicable to furnishing and performance of the Work. Except where otherwise expressly required
by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible
for monitoring CONTRACTOR's compliance with any Laws or Regulations.
6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory
to such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any
necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR
performs any Work that it knows or should have known to be contrary to such laws, ordinances,
rules, and regulations and without such notice to the Project Manager, it shall bear all related costs.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to
be paid in accordance with the Laws and Regulations of the place of the Project which are applicable
during the performance of the Work.
Use of Premises:
6.16. CONTRACTOR shall confine construction equipment, the storage of materials and
equipment and the operations of workers to the Project site and land and areas identified in and
permitted by the Contract Documents and other land and areas permitted by Laws and Regulations,
rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the
premises with construction equipment or other materials or equipment. Any loss or damage to
- CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR.
CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the
OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the
performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any
such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptl);'
attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or
at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify
and hold OWNER harmless from and against all claims, damages, losses and expenses (including;
but not limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court
and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equi-
table, brought by any such other party against OWNER to the extent based on a claim arising out of
CONTRACTOR's performance of the Work.
GC-25
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish and other debris or contaminants resulti ng from the Work.
At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris
from and about the premises as well as all tools, appliances, construction equipment and machinery,
and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CON-
TRACTOR shall restore to original condition all property not designated for alteration by the
Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or
adjacent property to stresses or pressures that will endanger them.
Record Documents:
6.19. Contractor shall keep at the site and in good order one record copy of the Contract
Documents and all Drawings and Specifications. These documents shall be annotated on a
continuing basis to show all changes made during the construction process. These shall be available
to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final
Payment.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all
safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk
of loss for stored equipment or materials, in-espective of whether CONTRACTOR has transferred
the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the necessary protection to prevent damage, injury
or loss to:
6.20.1. all employees on the Work and other persons and organizations who may be affected
thereby;
6.20.2. all the Work and materials and equipment to be incorporated therein, whether in
storage on or off the site; and
6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,1
I
pavements, roadways, structures, utilities and Underground Facilities not designated for removal,'
relocation or replacement in the course of construction. I
CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having
jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and
GC-26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR
shall notify OWNERs of adjacent property and of Underground Facijities and utility OWNERs when
prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,
relocation and replacement of their property. All damage, injury or loss to any property refen-ed to
in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR,
any Subcontractor, Supplier or any other person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any of them may be
liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of
Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone
employed by either of them or anyone for whose acts either of them may be liable, and not
attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR).
CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue
until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER
and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as
otherwise expressly provided in connection with Substantial Completion).
6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall
be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent
unless otherwise designated in writing by CONTRACTOR to the Project Manager.
Emergencies:
6.22. In emergencies affecting the safety or protection of persons or the 'York or property
at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from
PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss.
CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that
any significant changes in the Work or variations from the Contract Documents have been caused
thereby. If PROFESSIONAL determines that a change in the Contract Documents is required
because of the action taken in response to an emergency, a Work Change Directive or Change Order
be issued to document the consequences of the changes or variations.
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving
injuries to any person on the Site, whether or not such person was engaged in the construction of the
Project, and shall file a written report on such person(s) and any other event resulting in property
damage of any amount within five (5) days of the occun-ence.
6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required
because of the action taken by CONTRACTOR in response to such an emergency, a Change Order
will be issued to document the consequences of such action.
GC-27
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Shop Drawings and Samples:
6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly
submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals,
all submittals and samples required by the Contract Documents. All submittals and samples shall
have been checked by and stamped with the approval of CONTRACTOR and identified as
PROFESSIONAL may require. The data shown on or with the submittals will be complete with
respect to dimensions, design criteria, materials and any other information necessary to enable
PROFESSIONAL to review the submittal as required. At the time of each submission,
CONTRACTOR shall gi ve notice to PROFESSION AL of all deviations that the submittal or sample
may have from the requirements of the Contract Documents.
6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's
review and approval shall be only for conformance with the design concept of the Project and
compliance with the information given in the Contract Documents. The approval of a separate item
as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will
make any corrections required by PROFESSIONAL and resubmit the required number of corrected
copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall
constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined
and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and
similar data, and that each submittal or sample has been reviewed or coordinated with the
requirements of the Work and the Contract Documents.
6.24.1. No Work requiring a submittal or sample submission shall commence until the
submission has been approved by PROFESSIONAL. A copy of each approved submittal and each
approved sample shall be kept in good order by CONTRACTOR at the site and shall be available
to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be
considered for time extensions only, and no damages or additional compensation for delay will be
aJlowed.
6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have
determined and verified all quantities, dimensions, specified performance criteria, installation
requirements, materials, catalog numbers and similar data with respect thereto and reviewed or
coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the
requirements of the Work and the Contract Documents.
6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL
specific written notice of each variation that the Shop Drawings or samples may have from the
requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made
on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such
variation.
GC-28
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
6.26. PROFESSIONAL will review and approve with reasonable promptness Shop
Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance
with the design concept of the Project and for compliance with the information given in the Contract
Documents and shall not extend to means, methods, techniques, sequences or procedures of
construction (except where a specific means, method, technique, sequence or procedure of
construction is indicated in or required by the Contract Documents) or to safety precautions or
programs incident thereto. The review and approval of a separate item as such will not indicate
approval of the assembly in which the item functions.
6.27. PROFESSIONAL's approval of submittals or samples shall not relieve
CONTRACTOR from responsibility for any variation from the requirements of the Contract
Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such
variation at the time of submission and the OWNER has given written approval to the specific
deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from
responsibility for en-ors or omissions in the submittals.
6.28. Where a shop drawing or sample is required by the Contract Documents or the
schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any
related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal
will be at the sole expense and responsibility of CONTRACTOR.
Continuing the Work:
6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during
all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as
CONTRACTOR and OWNER may otherwise agree in writing.
Cleaning Up:
6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials,
rubbish, and other debris or contaminants resulting from the work on a daily basis or as required.
At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and
debris from the site as well as all tools, construction equipment and machinery, and surplus materials
and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in.
accordance with applicable Laws and Regulations. In addition to any other rights available to
OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result
in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original
condition those portions of the site not designated for alteration by the Contract Documents.
GC-29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Indemnification:
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall
indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their
consultants, agents and employees from and against all claims, damages, losses and expenses, direct,
indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER,
PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration
costs) arising out of or resulting from the performance of the Work, provided that any such claim,
damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury
to or destruction of tangible property (other than the Work itself) including the loss of use resulting
therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR,
any Subcontractor, any person or organization directly or indirectly employed by any of them to
perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless
of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by
Law and Regulations regardless of the negligence of any such party.
6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL
or any of their consultants, agents or employees by any employee of CONTRACTOR, any
Subcontractor, any person or organization directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification
obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or for CONTRACTOR or any such
Subcontractor or other person or organization under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the
liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of
the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs
or specifications.
GC-30
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
ARTICLE 7---0THER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the Project at the site by OWNER's own
forces, have other work performed by aided OWNERs or let other direct contracts therefor which
shall contain General Conditions similar to these. If the fact that such other work is to be performed
was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR
prior to starting any such other work, and, if CONTRACTOR believes that such performance will
involve additional expense to CONTRACTOR or requires additional time and the parties are unable
to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles
11 and 12.
7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party
to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's
employees, proper and safe access to the site and a reasonable opportunity for the introduction and
storage of materials and equipment and the execution of such work, and shall properly connect and
coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the
Work that may be required to make its several parts come together properly anq integrate with such
other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or
otherwise altering their work and will only cut or alter their work with the written consent of
PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of
CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other
contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in
said direct contracts between OWNER and such utility OWNERs and other contractors.
7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the
work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect
and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work
that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's
failure so to report will constitute an acceptance of the other work as fit and proper for integration
with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other
work.
Coordination:
7.4. If OWNER contracts with others for the performance of other work on the Project at th~
I
site, the person or organization who will have authority and responsibility for coordination of the
activities among the various prime contractors will be identified in the Supplementary Conditions;
and the specific matters to be covered by such authority and responsibility will be itemized, and the
extent of such authority and responsibilities will be provided in the Supplementary Conditions.
Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL
shall have any authority or responsibility in respect of such coordination.
GC-31
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
ARTIClLE 8-uOWNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all
communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint
a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status
under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in
connection with such appointment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents
promptly and shall make payments to CONTRACTOR promptly after they are due as provided in
paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands and easements and providing Engineering
surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to
OWNER's identifying and making available to CONTRACTOR copies of reports of explorations
and tests of subsurface conditions at the site and in existing structures which have been utilized by
PROFESSIONAL in preparing the Drawings and Specifications.
8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and
property insurance are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3.
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth
in paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10
and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under
. certain circumstances.
GC-32
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Dale
August 2001
ARTICLE 9---PROFESSIONAL'S STATUS DURING
CONSTRUCTION
OWNER's Representative:
9.1. PROFESSIONAL will be OWNER's representative during the construction period. The
duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's
representati ve during construction are set forth in the Contract Documents and shall not be extended
without written consent of OWNER and PROFESSIONAL.
Visits to Site:
9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various
stages of construction to observe the premises and quality of the executed Work and to determine,
in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL
will not be required to make exhaustive or continuous on-site inspections to check the quality or
quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a
greater degree of confidence that the completed Work will conform to the Contract Documents. On
the basis of such visits and on-site observations as an experienced and qualified design PROFES-
SIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will
endeavor to guard OWNER against defects and deficiencies in the Work.
Project Representation:
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident
Project Representative to assist PROFESSIONAL in observing the performance of the Work. The
duties, responsibilities and limitations of authority of any such Resident Project Representative and
assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent
to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties,
responsibilities and limitations of authority of such other person will be as provided in the
. Supplementary Conditions.
Clarifications and Interpretations:
9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the
Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as
reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable
from the overall intent of the Contract Documents. If CONTRACTOR believes that a written
clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time,
CONTRACTOR may make a claim as provided for in Articles 11 or 12.
GC-33
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
Authorized Variations in Work:
9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements
of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are consistent with the overall intent of the Contract Documents. These may be
accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who
shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies
an increase in the Contract Price or an extension of the Contract Time and the parties are unable to
agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided
in Article 11 or 12.
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work which
PROFESSIONAL believes to be defective and will also have authority to require special inspection
ortesting of the Work as provided in paragraph 13.9, whether ornot the Work is fabricated, installed
or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples,
see paragraphs 6.23 through 6.29 inclusive.
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles
10, 11 and 12.
9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for
Payment, etc., see Article 14.
Determinations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price
Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR
PROFESSIONAL's preliminary determinations on such matters before rendering a written decision
thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's
written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless,
within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to
the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from
such a decision.
Decisions on Disputes:
9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract
GC-34
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Documents and judge of the acceptabi lity of the Work thereunder. Claims, disputes and other matters
relating to the acceptability of the Work or the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of the Work and claims under Articles 11
and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to
PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph,
which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such
claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other
party to the Agreement promptly (but in no event later than thirty days after the occurrence of the
event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the
other party within sixty days after such occun-ence unless PROFESSIONAL allows an additional
period of time to ascertain more accurate data in support of the claim.
9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11,
PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in
connection with any interpretation ordecision rendered in good faith in such capacity. The rendering
of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such
claim, dispute or other matter (except any which have been waived by the making or acceptance of
final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by
OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter.
Limitations on PROFESSIONAL's Responsibilities:
9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the
Contract Documents nor any decision made in good faith to exercise such authority shall give rise
to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of
their agents or employees.
9.14. PROFESSIONAL shall not be responsible for the construction means, methods,
techniques, sequences, or procedures or the safety precautions and programs used.
PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents.
9.15. PROFESSIONAL shall not be responsible for the acts or omissions of
CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any
of the Work.
GC-35
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Dale
August 2001
ARTICLE 10--CHANGES IN THE WORK
10.1. Without invalidating the Contract, OWNER may at any time or from time to time order
additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with
a proposal request, identifying the Work to be added, deleted or revised. Upon receipt,
CONTRACTOR shall promptly submit a written proposal for the changed work prepared in
accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the
OWNER may order the partial suspension of any Work related to the proposed deletion, in which
case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to
claim lost profits on deleted work. All changed Work shall be executed under the applicable
conditions of the Contract Documents.
10.2. Additional Work performed by CONTRACTOR without authorization of a Change
Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the
Contract Time, except in the case of an emergency as provided in Article 6. The effect of this
paragraph shall remain paramount and shall prevail in-espective of any conflicting provisions
contained in these Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed, Work performed in an
emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the
Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be
signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion,
issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be
in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable
a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such
Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and
12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the
Work Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by
OWNER, regardless of pending claim actions, unless otherwise agreed to in writing.
10.6. If notice of any change affecting the general scope of the Work or the provisions of the
Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by
the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRAC-
TOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly.
GC-36
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE ll-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total compensation (subject to written authorized
adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and
obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense
without change in the Contract Price.
11.2. The Contract Price may only be changed by a Change Order or by a Written
Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written
notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly
(but in no event later than thirty days) after the occunence of the event giving rise to the claim and
stating the general nature of the claim. Notice of the amount of the claim with supporting data shall
be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional
period of time to ascertain more accurate data in support of the claim) and shall be accompanied by
claimant's written statement that the amount claimed covers all known amounts (direct, indirect and
consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims
for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved.
No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with
this paragraph 11.2.
11.3. The value of any Work covered by a Change Order or of any claim for an adjustment
in the Contract Price will be determined by the following procedures:
11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and
acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price
items are approximations prepared by OWNER for bid purposes and that the actual compensation
payable to CONTRACTOR for the utilization of such items is based upon the application of unit
_ prices to the actual quantities of items involved as measured in the field and required to complete
the Work as originally defined in the Contract Documents.
11.3.2. When it is determined by OWNER that an addition, deletion, orrevision to the Work,
as defined in these Contract Documents, is required and affects the quantities required for items
designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the
compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by
a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal
to the quantity of the unit price item required to complete the Work as defined in the Contract
Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices,
OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order.
GC-37
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision
to the Work is required which results in a change in Work designated in the Bid Proposal as a lump
sum item, the amount of increase or decrease in the lump sum price shall be established by mutual
agreement of the parties.
11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable
to agree on a price for the changed work, a reasonable price for the same shall be established by
OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order,
specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall
perform the Work as directed in the Change Order.
11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized
dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances
at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity
or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary
change for items identified as lump sum quantities shall be made by OWNER based upon an analysis
of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions.
Cost of the Work:
11.4. The term Cost of the Work means the sum of all costs necessarily incuned and paid
by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to
in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality
of the Project, shall include only the following items and shall not include any of the costs itemized
in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the
performance of the Work under schedules of job classifications agreed upon by OWNER and
CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be
apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be
limited to, salaries and wages plus the cost of fringe benefits which shall include social security
contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such
employees shall include superintendents and foremen at the site. The expenses of performing Work
after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above
to the extent authorized by OWNER.
11.4.2. Cost of all materials and equipment furnished and incorporated in the Work,
including costs of transportation and storage thereof, and Suppliers' field services required in
connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits
funds with CONTRACTOR with which to make payments, in which case the cash discounts shall
GC-38
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus
materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so
that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWl'rER who then
determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract
provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the
Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost
of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents
insofar as applicable.
11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys and accountants) employed for services specifically related to the
Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of
CONTRACTOR's employees incuned in discharge of duties connected with the Work.
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies,
equipment, machinery, appliances, office and temporary facilities at the site and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost less market
value of such items used but not consumed which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether
rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER
with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation,
dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental
of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary
for the Work.
11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any
Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of
them may be liable, and royalty payments and fees for permits and licenses.
GC-39
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or
otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the
performance and furnishing of the Work (except losses and damages within the deductible amounts
of property insurance established by OWNER in accordance with paragraph 5.6) provided they have
resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for whose acts any of them may be liable. Such
losses shall include settlements made with the written consent and approval of OWNER. No such
losses, damages and expenses shall be included in the Cost of the Work for the purpose of
determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction
and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site.
11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service
at the site, expressage and similar petty cash items in connection with the Work.
11.4.5.9. Cost of premi urns for addi tional Bonds and insurance required because of changes
in the Work and premiums of property insurance coverage within the limits of the deductible
amounts established by OWNER in accordance with paragraph 5.6.
11.5. The term Cost of the Work shall not include any of the following:
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives,
principals (of partnership and sole proprietorships), general managers, engineers, architects,
estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors,
timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in
CONTRACTOR's principal or a branch office for general administration of the Work and not
specifically included in the agreed upon schedule of job classifications referred to in paragraph
. 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative
costs covered by CONTRACTOR's Fee.
11.5.2. Expenses of CONTRACTOR's principal area branch offices other than
CONTRACTOR's office at the site.
I
11.5.3. Any part of CONTRACTOR's capital expenses, including interest on
CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTO~
for delinquent payments. I
11.5.4. Cost of premiums for all Bonds and for all insurance whetherornot CONTRACTO~
is required by the Contract Documents to purchase and maintain the same (except for the cost of
premiums covered by subparagraph 11.4.5.9 above).
GC-40
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly, employed by any of them or for whose acts any of them may be liable,
including but not limited to, the correction of defective Work, disposal of materials or equipment
wrongly supplied and making good any damage to property.
11.5.6. Other overhead or general expense costs of any kind and the costs of any item not
specifically and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be
determined as follows:
11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon;
11.6.2. a fee based on the following percentages of the various portions of the Cost of the
Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall
be fifteen percent,
11.6.2.2. for costs incurred under paragraph i 1.4.3, CONTRACTOR's Fee shall five percent;
and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to
CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent,
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4,
11.4.5 and 11.3,
11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such
change which results in a net decrease in cost will be the amount of the actual net decrease plus a
deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and
11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in
CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with
paragraphs 11.6.2.1 through 11.6.2.4, inclusive.
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together
with supporting data in such detail and form as prescribed by the Project Manager. When a credit
is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change
which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as
determined by the Project Manager, plus the applicable reduction in overhead and profit. When both
GC-41
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rcvision Date
August 2001
additions and credits are involved in any change, the combined overhead and profit shall be
calculated on the basis of the net change, whether an increase or decrease. In any event, the
minimum detail shall be an itemization of all man-hours required by disciplineltrade with the unit
cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of
equipment, material by units of measure and price per unit, other costs specifically itemized, plus
the overhead and profit markup.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances
so named in the Contract Documents and shall cause the Work so covered to be done by such
Subcontractors or Suppliers and for such sums within the limit of the allowances as may be
acceptable to PROFESSIONAL CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade
discounts) of materials and equipment required by the allowances to be delivered at the site and all
applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation
costs, overhead, profit and other expenses contemplated for the allowances have been included in
the Contract Price and not in the allowances. No demand for additional payment on account of any
thereof will be valid.
Prior to final payment, an appropriate Change Order will be issued as recommended by
PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by
allowances, and the Contract Price shall be correspondingly adjusted.
Unit Price Work:
11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit
Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount
equal to the sum of the established unit prices for each separately identified item of Unit Price Work
times the estimated quantity of each item as indicated in the Agreement. The estimated quantities
of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids
and determining an initial Contract Price. Determinations of the actual quantities and classifications
of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance I
with Paragraph 9.10.
I
I
I
11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR
to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item.'
GC-42
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR
differs materially and significantly from the estimated quantity of such item indicated in the
Agreement and there is no corresponding adjustment with respect to any other item of Work and if
CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof,
CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article
11 if the parties are unable to agree as to the amount of any such increase.
GC-43
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rcvision Datc
August 200 I
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any request for an
extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and
O\VNER within seven (7) calendar days of the occurrence first happening and resulting in the claim.
\Vritten supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15)
calendar days after such occurrence unless the OWNER allows additional time. All claims
submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the
reasons for and causes of the delay and clearly indicate why the subject delay was beyond
CONTRACTOR's control or fault.
12.2. If CONTRACTOR is delayed at any time in the performance, progress,
commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL,
or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by
changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts
which could not have been identified or foreseen by CONTRACTOR using reasonable diligence,
or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended
by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be
entitled to an extension of time for such causes only for the number of days of delay which OWNER
may determine to be due solely to such causes and only to the extent such occurrences actually delay
the completion of the Work and then only if CONTRACTOR shall have strictly complied with all
the requirements of the Contract Documents. Provided, however, notwithstanding anything in the
Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay
in the performance, progress, commencement or completion of the Work for any cause whatsoever,
including those for which OWNER or PROFESSIONAL may be responsible in whole or in part,
shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional
compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for
interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the
right to seek an extension to the Contract Time in accordance with the procedures set forth herein.
GC-44
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 13--\VARRANTY AND GUARANTEE; TESTS AND INSPECTIONS:
CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE "VORK
Warranty and Guarantee:
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment
will be new unless otherwise specified and that all work will be of good quality, performed in a
workmanlike manner, free from faults or defects, and in accordance with the requirements of the
Contract Documents and any inspections, tests, or approvals referred to in this Article. All
unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the
Contract Documents or such inspections, tests, approvals, or all applicable building, construction
and safety requirements shall be considered defective. Notice of all defects shall be given to
CONTRACTOR by PROFESSIONAL. All defective work, whetherornot in place, maybe rejected,
corrected, or accepted as provided in this Article.
Access to Work:
13.2. For the duration of the Work, PROFESSIONAL and its representatives, other
designated representati ves of OWNER, and authorized representati ves of any regulatory agency shall
at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such
access and observation of the Work and also for any inspection or testing by others.
Tests and Inspections:
13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public
authority having jurisdiction require any \-Vork to specifically be inspected, tested, or approved by
someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice
of readiness therefore.
13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections,
tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to
CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense
including additional expenses for inspection and tests required as a result of delays by
CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests,
and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR
will furnish PROFESSIONAL with the required Certificates ofInspection, testing, or approval. All
such tests will be in accordance with the methods prescribed by the American Society for Testing
and Materials or such other applicable organizations as may be required by law or the Contract
Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the
direction of PROFESSIONAL and at CONTRACTOR's expense.
GC-45
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
13.5. All inspections, tests or approvals other than those required by Laws or Regulations
of any public body having jurisdiction shall be performed by organizations acceptable to OWNER
and CONTRACTOR (or by PROFESSIONAL if so specified).
13.6. If any Work (including the work of others) that is to be inspected, tested or approved
is covered without written concurrence of PROFESSIONAL, it must, if requested by PROF-
ESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense
unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention
to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to
such notice.
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests,
or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations
to perform the Work in accordance with the requirements of the Contract Documents.
Uncovering Work:
13.8. If any \-Vork required to be inspected, tested or approved is covered prior thereto
without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the
request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for
observation, inspection, testing or approval and replaced at CONTRACTOR's expense.
13.9. If PROFES SIONAL considers it necessary or advisable that covered Work be observed
by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's
request, shall uncover, expose or otherwise make available for observation, inspection or testing as
PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor,
material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all
direct and consequential costs of such uncovering, exposure, observation, inspection and testing and
of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs,
architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate
decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof,
OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found
to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension
of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,
inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or
extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
OWNER May Stop the Work:
13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled
workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor,
GC-46
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents,
OWNER may order CONTRACTOR to stop the Work until the cause for such order has been
eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the
part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party.
CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or
other damages for a stop work order under this paragraph.
Correction or Removal of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost
to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether
fabricated, installed, or completed, orremove it from the site and replace it with non-defective Work.
If CONTRACTOR does not correct such defecti ve Work or remove and replace such defecti ve Work
within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have
the deficiency corrected. All direct and indirect costs of such correction shall be paid by
CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear
the expense of correcting or removing and replacing all Work of others destroyed or damaged by the
correction, removal, or replacement of the defective Work.
One Year Correction Period:
13.12. If, after approval offinal payment and prior to the expiration of one year after the date
of substantial completion or such longer period of time as may be prescribed by law or by the terms
of any applicable special guarantee required by the Contract Documents, any Work or materials are
found to be defective, incomplete, or otherwise not in accordance with the Contract Documents,
CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written
instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from
the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with
the terms of such instructions, OWNER may have the defective Work corrected, removed, or
. replaced. All direct, indirect and consequential costs of such removal and replacement (including
but not limited to fees and charges of engineers, architects, attorneys and other professionals) will
be paid by CONTRACTOR.
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and replacement of defective Work,
OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL)
prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and
consequential costs attributable to OWNER's evaluation of and determination to accept suc~
defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include
but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If
any such acceptance occurs prior to PROFESSION AL's recommendation of final payment, a Change
GC-47
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Order will be issued incorporating the necessary revisions in the Contract Documents with respect
to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if
the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as
provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount
will be paid by CONTRACTOR to OWNER.
OWNER May Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time after written notice of
PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as
required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to
perform the Work in accordance wi th the Contract Documents, or if CONTRACTOR falls to comply
with any other provision of the Contract Documents, OWNER may, after seven days' written notice
to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies
under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete
corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site,
take possession of all or part of the Work, and suspend CONtRACTOR's services related thereto,
take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at
the site and incorporate in the Work all materials and equipment stored at the site or for which
OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow
OWNER, OWNER's representatives, agents and employees such access to the site as may be
necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct,
indirect and consequential costs of OWNER in exercising such rights and remedies will be charged
against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a
Change Order will be issued incorporating the necessary revisions in the Contract Documents with
respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price,
and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor
as provided in Article 11. Such direct, indirect and consequential costs will include, but not be
limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs
and all costs of repair and replacement of work of others destroyed or damaged by correction,
removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed
an extension of the Contract Time because of any delay in performance of the Work attributable to
the exercise by OWNER of OWNER's rights and remedies hereunder.
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract.
Documents, including any requirements of the progress schedule, PROFESSIONAL may direct ·
CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not
limited to, employing additional workmen and/or equipment, and working extended hours and
additional days, all at no cost to OWNER in order to put the Work back on schedule. If
CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may
GC-48
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the
Work done by others. The cost of completion under such procedure shall be charged against
CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the
Contract Documents, including an appropriate reduction in the Contract Price. If the payments due
CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference
to OWNER.
13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule,
all costs to OWNER of associated inspection, construction management and resident engineers shall
be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order.
GC-49
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rcvision Date
August 2001
ARTICLE 14.PA YMENTS TO CONTRACTOR AND COMPLETION
Schedule of Values:
14.1. The schedule of values established as provided in 2.9 will serve as the basis for
progress payments and will be incorporated into a form of application for Payment acceptable to
Project Manager. Progress payments on account of Unit Price Work will be based on the number
of units completed.
Application for Progress Payment:
14.2. At least twenty (20) calendar days before the date established for each progress
payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL
for review an application for Payment filled out and signed by CONTRACTOR covering the work
completed as of the date of the application and accompanied by such supporting documentation as
is required by the Contract Documents. If payment is requested on the basis of materials and
equipment not incorporated in the Work but delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale,
invoice or other documentation warranting that OWNER has received the materials and equipment
free and clear of all liens and evidence that the materials and equipment are covered by appropriate
property insurance and other arrangements to protect OWNER's interest therein, all of which will
be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held
until the final payment or acceptance by OWNER. The amount of retain age with respect to progress
payments will be as stipulated in the Agreement.
CONTRACTOR's Warranty of TitZe:
14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and
. equipment covered by any Application for Payment, whether incorporated in the Project or not, will
pass to OWNER no later than the time of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Applicatiqn
for Payment, either indicate in writing a recommendation of payment and present the application ~o
OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONALis
reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make tI1e
necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days
of presentation to him of the application for payment with PROFESSIONAL's recommendation of
the amount for payment, pay CONTRACTOR amount recommended.
GC-50
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
14.5. PROFESSIONAL's recommendation of any payment requested in an Application for
Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROF-
ESSIONAL's on-site observations of the Work in progress as an experienced and qualified design
PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the
accompanying data and schedules, that the Work has progressed to the point indicated; that, to the
best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in
accordance with the Contract Documents subject to an evaluation of the Work as a functioning
whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in
the Contract Documents, to a final determination of quantities and classifications for Unit Price
Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that
CONTRACTOR is entitled to payment of the amount recommended. However, by recommending
any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive
or continuous on-site inspections have been made to check the quality or the quantity of the Work
beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or
that there may not be other matters or issues between the parties that might entitle CONTRACTOR
to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR.
14.6. PROFESSIONAL's recommendation of final payment will constitute an additional
representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's
being entitled to final payment as set forth in paragraph 14.13 have been fulfilled.
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if,
in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER.
PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently
discovered evidence or the results of subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to
protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction
or replacement.
14.7.2. the Contract Price has been reduced by Written Amendment or Change Order.
14.7.3. OWNER has been required to correct defective Work or complete Work ip
accordance with paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the even~s
enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. I
I
I
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL
because claims have been made against OWNER on account of CONTRACTOR's performance or
fumishino of the \-Vork or Liens have been filed in connection with the Work or there are other items
o
GC-51
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rcvision Date
August 2001
entitling OWNER to a off-set against the amount recommended, but OWNER must give
CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for
such action.
Su bstantial Completion:
14.8. When CONTRACTOR considers the entire Work ready for its intended use,
CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is
substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and
request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable
time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the
Work to determine the status of completion. If PROFESSIONAL does not consider the Work
substantially complete, PROFESSIONAL will notify CONTRACTOR in writing gi ving the reasons
therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will
prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the
date of Substantial Completion. There shall be attached to the certificate a tentative list of items to
be completed or corrected before final payment. OWNER shall have seven days after receipt of the
tentative certificate during which to make written objection to PROFESSIONAL as to any provisions
of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes
that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after
submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the
reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the
\Vork substantially complete, PROFESSIONAL will within said fourteen days execute and deliver
to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised
tentative list of items to be completed or corrected) reflecting such changes from the tentative
certificate as PROFESSIONAL believes justified after consideration of any objections from
OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROF-
ESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between OWNER and CONTRACTOR with respect to
security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER
and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to
PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's
aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date
of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete
or correct items on the tentative list.
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work
which (i) has specifically been identified in the Contract Documents, or (ji) OWNER,
GC-52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part
of the Work that can be used by OWNER for its intended purpose without significant interference
with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to
Substantial Completion of all the Work subject to the following:
14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER
to use any such part of the Work which OWNER believes to be ready for its intended use and
substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and
PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL
to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any
time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such
part of the Work ready for its intended use and substantially complete and request PROFESSIONAL
to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time
after either such request, OWNER, CONTRACTOR and PROFESSION AL shall make an inspection
of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider
that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and
CONTRACTOR, in writing, gi ving the reasons therefor. If PROFESSIONAL considers that part of
the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with
respect to certification of Substantial Completion of that part of the Work and the division of
responsibility in respect thereof and access thereto.
14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER
to take over operation of any such part of the Work although it is not substantially complete. A copy
of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER,
CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to
determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining
to be completed or corrected thereon before final payment. If CONTRACTOR does not object in
writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate
operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected
and will deliver such list to OWNER and CONTRACTOR together with a written recommendation
as to the division ofresponsibilities pending final payment between OWNER and CONTRACTOR
with respect to security, operation, safety, maintenance, utilities, insurance, warranties and
guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR
at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writ-
ing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion
of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or
correct items on said list and to complete other related Work.
14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior
to compliance with the requirements of paragraph 5.15 in respect of property insurance.
GC-53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
14.10.4. OWNER, may at its discretion, reduce the amount of retain age subject to Beneficial
Occupancy.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon
portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CON-
TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection
reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such
measures as are necessary to remedy such deficiencies.
Final Application for Payment:
14.12. After CONTRACTOR has completed all such corrections to the satisfaction of
PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all
maintenance and operating instructions, schedules, guarantees, bonds, ccrti ficates or other evidence
of insurance required by 5.2, certificates of inspection, marked-up record documents and other
documents, CONTRACTOR may make application for final payment following the procedure for
progress payments. The final Application for Payment shall be accompanied (except as previously
delivered) by: (i) all documentation called for in the Contract Documents, including but not limited
to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii)
complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out
of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved
by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment
for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other
indebtedness connected with the Work for which OWNER or OWNER's property might in any way
be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish
such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory
. to OWNER to indemnify OWNER against any lien.
14.12.1. No application for final payment will be accepted by OWNER until approved as-
built documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
14.12.2. Notwithstanding any other provision of these contract documents to the contrary,
OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials
provider, Subcontractor, laborer or other party to ensure that payments due and owing by
CONTRACTOR to any of them are or will be made. Such parties shall rely only on
CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to
defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL
for all claims arising from or resulting from Subcontractor or supplier or material men or laborer
services in connection with this project.
GC-54
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and
PROFESSIONAL for any damages sustained, including lost profits, resulting from
CONTRACTOR's failure or refusal to perform the work required by these contract documents.
Final Payment and Acceptance:
14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction
and final inspection and PROFESSIONAL's review of the final Application for Payment and
accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied
that the Work has been completed and CONTRACTOR's other obligations under the Contract
Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt
of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of
payment and present the Application to OWNER for payment. At the same time PROFESSIONAL
will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject
to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to
CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in
which case CONTRACTOR shall make the necessary corrections and resubmit the Application.
After the presentation to OWNER of the application and accompanying documentation, in
appropriate form and substance and with PROFESSIONAL's recommendation and notice of
acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by
OWNER to CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly
delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's
final Application for Payment and recommendation of PROFESSIONAL and without terminating
the Agreement, make payment of the balance due for that portion of the Work fully completed and
accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected
is less than the retainage stipulated in the Contract and if bonds have been furnished as required in
Article 5, the written consent of the surety to the payment of the balance due for that portion of the
\-Vork fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL
with the application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of claims.
CONTRACTOR's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with
the Contract Documents shall be absolute. Neither recommendation of any progress,
or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial
Completion, nor any payment by OWNER to CONTRACTOR under the Contract
Documents, nor any use or occupancy of the Work or any part thereof by OWNER,
nor any act of acceptance by OWNER nor any failure to do so, nor any review and
GC-55
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
approval of a Shop Drawing or sample submission, nor the issuance of a notice of
acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of
defective Work by OWNER will constitute an acceptance of Work not in accordance
with the Contract Documents or a release of CONTRACTOR's obligation to perform
the Work in accordance with the Contract Documents (except as provided in
paragraph 14.16).
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except
claims arising from unsettled liens, from defective Work appearing after final
inspection pursuant to 14.11, from failure to comply with the Contract Documents or
the terms of any special guarantees specified therein, or from CONTRACTOR's
continuing obligations under the Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other
than those previously made in writing and still unsettled.
GC-56
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
ARTICLE IS--SUSPENSION OF "VORK AND
TERMINA TION
OWNER May Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a
period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL
which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on
the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an
extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR
makes an approved claim therefor as provided in Articles 11 and 12.
Termination For Cause:
15.2. Upon the occurrence of anyone or more of the following events:
15.2.1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy
Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any
equivalent or similar action by filing a petition or otherwise under any other federal or state law in
effect at such time relating to the bankruptcy or insolvency;
15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy
Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such
equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at
the time relating to bankruptcy or insolvency;
15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under
applicable law or under contract, whose appointment or authority to take charge of property of
CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of
general administration of such property for the benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they
I
b~omed~; I
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable
materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9
as revised from time to time);
GC-57
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rcvision Date
August 200 I
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having
jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the
Contract Documents,
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written
notice and to the extent permitted by Laws and Regulations, terminate the services of
CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all ,
CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the
same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR
for trespass or conversion), incorporate in the Work all materials and equipment stored at the site
or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work
as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the
direct, indirect and consequential costs of completing the Work (including but not limited to fees and
charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and
arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid
balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will
be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but
when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain
the lowest price for the Work performed.
15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will
be the means for disposition of the balance of the contract obligations.
Termination for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL,
OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect
to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any
I
items): I
I
15.4.1. For completed and acceptable Work executed in accordance with the Contract!
Documents prior to the effective date of termination, including fair and reasonable sums fo~
overhead and profit on such Work; ~
15.4.2. For expenses sustained prior to the effective date of termination in performing
services and furnishing labor, materials or equipment as required by the Contract Documents in
GC-58
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such
expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated
contracts with Subcontractors, suppliers and others; and
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other
economic loss arising out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the
termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing
or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by
OWNER will not release CONTRACTOR from liability.
CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of
more than ninety calendar days by OWNER or under an order of court or other public authority, or
PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted
or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due,
then CONTRACTOR may upon seven working days' written notice to OWNER and
PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or
failure within that time, terminate the Agreement and recover from OWNER payment on the same
terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other
right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty
days a(ter it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to
pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days'
. written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such
amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not
intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase
in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to
CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph
shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carryon the Work in
accordance with the progress schedule and without delay during disputes and disagreements with
OWNER. I
I
GC-59
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 16--DISPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether invol vi ng law or
fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working
days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision.
All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the
amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the
claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with
the Work as directed. Any claim not presented within the time limit specified in this paragraph shall
be deemed to have been waived, except that if the claim is of a continuing character and notice of
the claim is not given within ten (10) working days of its commencement, the claim will be
considered only for a period commencing ten (10) working days prior to the receipt by OWNER of
notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR
by registered or certified mail, return receipt requested, directed to his last known address.
16.2 All claims, disputes and other matters in question between OWNER and
CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall
be decided under Georgia Law in the Superior Court of Richmond County, Georgia.
CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior
Court of Richmond County, Georgia, and waives any right to contest same.
GC-60
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
ARTICLE 17-MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Documents requires the giving of written
notice, it will be deemed to have been validly given if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or
sent by registered or certified mail, postage prepaid, to the last business address known to the giver
of the notice.
Computation of Time:
17.2.1. When any period of time is referred to in the Contract Documents by days, it will be
computed to exclude the first and include the last day of such period. If the last day of any such
period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computation.'
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight
shall constitute a day.
General:
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property
because of any error, omission or act of the other party or of any of the other party's employees or
agents or others for whose acts the other party is legally liable, claim should be made in writing to
the other party within a reasonable time of the first observance of such injury or damage. The
provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the pro-
visions of any applicable statute of limitations or repose.
17.4. The duties and obligations imposed by these General Conditions and the rights and
remedies available hereunder to the parties hereto, and, in particular but without limitation, the
warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1,
13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and
PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a
limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the
Contract Documents, and the provisions of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with each particular duty, obligation, right and
remedy to which they apply. All representations, warranties and guarantees made in the Contract
Documents will survive final payment and termination or completion of the Agreement.
GC-61
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 200 I
17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable
to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR
for a minimum of five (5) years from the date of final completion or termination of this Contract.
OWNER shall have the right to audit, inspect, and copy all such records and documentation as often
as OWNER deems necessary during the period of the Contract and for a period of five (5) years
thereafter provided, however, such activity shall be conducted only during normal business hours.
OWNER, during this period of time, shall also have the right to obtain a copy of and otherwise
inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and
supporting documentation.
17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all
provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any
provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this
provision of the Contract Documents shall control.
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no
interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents
and CONTRACTOR specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provIsIon of these general conditions, there shall be no
substitutions of materials that are not determined to be equivalent to those indicated or required in
the contract documents without an amendment to the contract.
Sanitary Sewer Overflow Prevention:
17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction:
17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater
to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited.
17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning
work. This plan will include a list of key personnel with 24-hour contact information who will
respond during an emergency situation. The ERP will include estimates of mobilization time for a
response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to
the RESIDENT PROJECT REPRESENT A TIVE prior to implementation.
17.9.3 In the event bypass pumping is required to facilitate new sewer construction,
bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department
for review prior to establishment of the bypass. All bypass systems will include complete
GC-62
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Dare
August 200 I
redundancy in pumping systems, iffailure of the primary pumping system could result in a discharge
of untreated wastewater to waters of the State.
17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump
operation and maintenance if the failure of the bypass pump could result in the discharge of untreated
wastewater to waters of the State.
17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the
following actions:
18. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.
19. Immediately notify the Utilities Department dispatcher (706.796.5000) and the
RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at
the preconstruction conference).
20. Maintain a chronicle of relevant information regarding the incident including specific
actions taken by the CONTRACTOR and estimates of the discharge volume.
17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the
Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency
Management Agency if appropriate.
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the
OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate
manner, the Utilities Department will undertake necessary actions to abate an overflow situation.
The cost of these actions will be the responsibility of the CONTRACTOR.
17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be
conducted by the Utilities Department to assess potential mitigation measures that may be required
of the CONTRACTOR.
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is CH2M I-ITLL, 360 Bay Street, Suite
100 Augusta, GA 30901.
The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as ;
onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM,
MANAGER's personnel in any way responsible for those duties that belong to OWNER and / orthe !
CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their !
obligations, duties, and responsibilities, including, but not limited to, all construction methods, :
means, techniques, sequences, and procedures necessary for coordinati ng and completing all portions
of the construction work in accordance with the construction Contract Documents and any health
and safety precautions required by such construction work.
GC-63
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Dale
August 2001
PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise
any control over any construction contractor or other entity or their employees in connection with
their work or any health or safety precautions and have no duty of inspecting, noting, observing,
correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or
any other persons at the site except PROGRAM MANAGER's own personnel.
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of
providing to OWNER a greater degree of confidence that the completed construction work will
conform generally to the construction documents and that the integrity of the design concept as
reflected in the construction documents has been implemented and preserved by the construction
contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction
contractor(s) nor assumes responsibility for construction contractor's failure to perform work in
accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials
incorporated into the construction work, and construction contractors include manufacturers of
materials incorporated into the construction work
GC-64
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION
SC-01.
SC-02.
SC-03.
SC-04.
SC-05.
SC-06.
SC-07.
SC-08.
SC-09.
SC-lO.
SC-11.
SC-12.
SC-13.
SC-14.
SC-15.
SC-16.
SC-17.
SC-18.
SC-19.
SC-20.
SC-21.
SC-22.
SC-23.
SC-24.
SC-25.
SC-26.
SC-27.
SC-28.
SC-29.
SC-30.
SC-31.
SC-32.
SECTION SC-O
INDEX TO SUPPLEMENTARY CONDITIONS
Scope of the Work
List of Drawings
Bonds
Contractor's Liability Insurance
Project Sign
Protection of the Environment
Temporary Toilets
Plans and Specifications Furnished
Record Drawings
Shop Drawings
Existing Structures
Salvage Material
Referenced Specifications
Traffic Control
Surveys
Construction Order and Schedule
Consulting Engineers
Inspection and Testing of Work
Site Access
Tree Save
Georgia Prompt Pay Act
City Acceptance
Disputes
Specified Materials
Interest Not Earned on Retainage
Basis of Payment
Compliance with Laws, Codes, Regulations, Etc.
Equivalent Materials
After Hours Inspection
Augusta Country Club Property
Augusta National Golf Club Property
Masters Golf Tournament
SC-O
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION SC
SUPPLEMENT ARY CONDITIONS
-01. SCOPE OF THE "VORK:
The project referred to in the Agreement shall consist of furnishing all materials,
labor, machinery, etc. necessary to install approximately 5,000 feet of 54-inch ductile iron sewer
main and related appurtenances.
-02. LIST OF DRAWINGS:
The following drawings, prepared by Cranston, Robertson & Whitehurst, P.C.
comprise the plans for the project.
SHEET NO. TITLE
1. Cover Sheet
2. Index to Sheets
3. General Notes
4. Detailed Estimate
5. Plan/Profile Sheet
6. Plan/Profile Sheet
7. Plan/Profile Sheet
8. Plan/Profile Sheet
9. Plan/Profile Sheet
10. Plan/Profile Sheet
11. Plan/Profile Sheet
12. Plan/Profile Sheet
13. Plan/Profile Sheet
14. Plan/Profile Sheet
15. Inverted Siphon Plan
16. Inverted Siphon Sections & Details
17. Inverted Siphon Section & Details
18. Details
DATE
ORIGINAL REVISED
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
SC-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SHEET NO.
.19.
20.
21.
TITLE
Details
Details
Detai Is
Details
Soils Map and General Erosion Control Notes
Erosion, Sedimentation and Pollution Control
Details
Erosion, Sedimentation and Pollution Control Plan
22.
23.
24.
25.
-03.
BONDS:
DATE
ORIGINAL REVISED
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
2/26/04
The Contractor will include in the lump sum payment for Lump Sum Construction
the cost of his performance and payment bonds.
-04.
CONTRACTOR'S LIABILITY INSURANCE:
Insurance shall be written with limits of liability shown below or as required by law,
whichever is greater:
Commercial General Liability (per occurrence) Each Occurrence
General Aggregate
Products
Personal & Adv Injury
Fire Damage
Automobile Liability (any auto) Combined Single Limit
Excess Liability (any auto) Each Occurrence
Workers Compensation
Employer Liability
-05.
PROJECT SIGN:
$ 1,000,000
$ 2,000,000
$ 2,000,000
$ 1,000,000
$ 500,000
$ 1,000,000
$ 5,000,000
Statutory Limits
$ 1,000,000
The Contractor will provide and install two (2) project signs at prominent locations
on the construction site as directed by the Engineer. The signs will carry in a prominent manner the
names of the project, the Owner, and the names of the Contractor and the Engineer and a 24-hour
phone number for the Contractor in 4-inch letters. The sign shall be constructed and erected on
wood posts in a substantial manner 8-feet above the ground. The full size stencil shall be approved
along with colors before fabrication. The Contractor shall include the cost of the project signs in his
Lump Sum Construction bid item.
SC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-06.
PROTECTION OF THE ENVIRONMENT:
The Contractor will carefully schedule his work so that a minimum amount of the
exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory
to the Engineer to minimize the transportation of silt and other deleterious material from the project
area onto adjacent properties or into adjacent water courses.
All chemicals used during project construction or furnished for project operation,
whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show
approval of either EP A or USDA. Use of all such chemicals and disposal of residues shall be in
conformance with printed instructions.
-07.
TEMPORARY TOILETS:
Contractor shall provide temporary toilet facilities on the site for workmen employed
in the construction work. Toilets shall be adequate for the number of men employed and shall be
maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets.
At completion of the work, toilets used by Contractor shall be removed and premises left in the
condition required by the Contract.
-08.
PLANS AND SPECIFICATIONS FURNISHED:
The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of
direct black line prints together with a like number of complete bound specifications for construction
purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the
cost of reproduction upon his written request.
-09.
RECORD DRA "VINGS:
The Contractor will maintain in his office one complete set of drawings (including
any supplemental sketches) pertaining to the project upon which, at the end of each day's work any
deviations from the construction Jines shown thereon and all changes ordered by the Engineer will
be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details
of deviations or changes, and these will be kept with the marked set. The drawings will be available
to the Engineer for inspection during construction and at the completion of construction. Prior to
submitting his estimate for final payment, as-built drawings are to b~ prepared and submitted by the
contractor to the engineer. As-built drawings shall include tap locations and manholes located to a
minimum of two separate surface features.
-010. SHOP DRAWINGS:
The Contractor shall submit to the Engineer for his review shop drawings, cuts,
diagrams, bar lists, steel details and other descriptive data on every item, where shown on the
drawings or specified herein. The Contractor shall check all submittals and so indicate on each copy
SC-3
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Five copies of such shop drawings shall be submitted to the Engineer before ordering
of the material. Submittals which have not been checked by the Contractor will not be reviewed by
the Engineer. Reviews by the Engineer of submittals will cover only general conformity with the
project requirements, while responsibility for detailed conformity shall remain with the Contractor.
The Contractor will be notified by mail of the results of the submittal reviews within ten (10) days
of the receipt by the Engineer thereof.
-011. EXISTING STRUCTURES:
Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc.
are removed in accomplishing the work, each and every item will be replaced in the same or better
manner or condi tion than that in which it was before construction began. The Contractor wi II protect
and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's
work adjacent to private property.
-012. SALVAGE MATERIAL:
All existing installations to be removed, including but not limited to masonry and
concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor.
-013. REFERENCED SPECIFICATIONS:
Where specifications or standards of trade organizations and other groups are
referenced in these specifications, they are made as much a part of these specifications as if the entire
standard or specification were reprinted herein. The inclusion of the latest edition or revision of the
referenced specification or standard is intended.
-014. TRAFFIC CONTROL:
Traffic control shall conform to the Manual on Uniform Traffic Control Devices
(MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give prior
written notification to and shall obtain the approval of the Augusta Fire Department, Police
Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any
street closures.
-015. SURVEYS:
The Engineer has established base lines for locating the principal component parts;
of the work, together with a suitable number of bench marks adjacent to the work. From the;
information thus provided, the Contractor shall develop and make all detail surveys needed for i
construction lines and elevations. The Contractor shall emplov only ReQ:istered Land Surveyors or I
Registered Professional Engineer to perform all detail surveys.
The Contractor will diligently preserve and maintain the position of all stakes,
reference points and bench marks after they are set and, in case of willful or careless destruction, he
shall be charged with the resulting expense and shall be responsible for any mistakes that may be
caused by their unnecessary loss or disturbance.
SC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-016.
CONSTRUCTION ORDER AND SCHEDULE:
A. The Contractor shall be responsible for the detailed order, schedule, and
methods of construction activities within the general guidelines specified for
maintenance and protection of highway and pedestrian, traffic; utility lines;
drainage ways; adjacent properties; and as otherwise specified.
B. After notice to proceed and prior to the first payment on the contract the
Contractor shall submit the following for review:
(1) Breakdown of contract price into units of cost for each item required
to complete the total work; this breakdown will be the basis for
judging the percentage complete at any time.
(2) A statement of the order of procedure to be followed that will result
in the required protection and completion of the work within the
overall contract time.
(3) A bar chart showing the percentage of each item schedules against
time and so scheduled that Contractor's order of construction is
clearly shown.
C. With each request for payment the Contractor shall submit two copies of the
bar chart clearly marked to show the work completed at the date of the
payment requested.
D. Progress Schedule Requirements
(1) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet
size for each separate stage of Work as specified and shown, to
include at least:
(a) Identification and listing in chronological order of those
activities reasonably required to complete work, including,
but not limited to, subcontract work, major equipment design,
factory testing and startup activities, project close out and
cleanup and specified work sequences, constraints, and
milestones, including Substantial Completion date(s). I
Listings to be identified by Specification section number.
(b) Identify: (i) horizontal time frame by year, month, and week,
(ii) duration, early-start, and completion of each activity and
sub-activity and (iii) critical activities and Project float.
(c) Provide sub-schedules to further define critical portions of the
work.
SC-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(2)
(d) Monthly schedule submissions: show overall percent
complete, projected and actual, and completion progress by
listed activity and sub-activity.
(e) Identify the critical path on the schedule.
General:
(a) Schedule(s) shall reflect work logic sequences, restraints,
delivery windows, review times, contract times and
milestones set forth in the Agreement, and shall begin with
the date of Notice to Proceed and conclude with the date of
Final Completion.
(b) The schedule requirement herein is the minimum required.
Contractor may prepare a more sophisticated schedule if such
work will aid Contractor in execution and timely completion
of work.
(c) Base schedule on standard 5-day work week.
(d) When bar chart or network analysis schedules are specified,
use Primavera Project Planner, latest version, SureTrak latest
version or a compatible and approved software. .
(e) Adjust or confirm schedules on a monthly basis as follows:
Contractor shall submit to Engineer for acceptance proposed
adjustments in the progress schedule that will not change the
contract times (or milestones). Such adjustments will
conform generally to the progress schedule then if effect and
additionally will comply with any provisions of the General
Requirements applicable thereto.
Proposed adjustments in the progress scheduled that will
change the contract times (or milestones) may only be a
Change Order.
Use of float suppression techniques such as preferential i
sequencing or logic, special lead/lag logic restraints, and I
extended activity times are prohibited, and use of float time
disclosed or implied by use of alternate float-suppression
techniques shall be shared to proportionate benefits to Owner
and Contractor.
SC-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Pursuant to above float-sharing requirement, no time
extensions will be granted nor delay damages paid until a
delay occurs which (i) impacts project's critical path, (ii)
extends work beyond contract completion date.
-017. CONSULTING ENGINEERS:
The Owner has engaged consulting engineers to assist the Director of Utilities,
defined herein as the Engineer, by preparing plans and specifications for the work and by providing
certain services during the bidding and construction phases of the project. The consulting engineer,
Cranston, Robertson & Whitehurst, P.C. are authorized to represent the Director of Utilities within
the limits of the various duties delegated and assigned to the firm by the Director. Nevertheless the
Director of Utilities remains the final authority hereunder and is the "Engineer" as used throughout
the Contract Documents. The Program Manager for the project is CH2M Hill, 360 Bay Street, Suite
100, Augusta, Georgia 30901. The Program Manager's representative on the site will serve as the
Resident Project Representative (RPR) for the project.
The presence or duties of Program Manager's personnel at the construction site,
whether as onsite representatives or otherwise, do not make Program Manager or Program
Manager's personnel in any way responsible for those duties that belong to Owner and/or the
Contractor or other entities, and do not relieve the Contractor or any other entity of their obligations,
duties, and responsibilities, including, but not limited to, all construction methods, means,
techniques, sequences, and procedures necessary for coordinating and completing all portions of the
construction work in accordance wi th the construction Contract Documents and any health and safety
precautions required by such construction work.
Program Manager and Program Manager's personnel have no authority to exercise any control over
any construction contractor or other entity or their employees in connection with their work or any
health or safety precautions and have no duty of inspecting, noting, observing, correcting, or
reporting on health or safety deficiencies of the Contractor(s) or other entity or any other persons at
the site except Program Manager's own personnel.
The presence of Program Manager's personnel at the construction site is for the
purpose of providing to Owner a greater degree of confidence that the completed construction work
will conform generally to the construction documents and that the integrity of the design concept as
reflected in the construction documents has been implemented and preserved by the construction
contractor(s). Program Manager neither guarantees the perfol111ance of the construction contractorCs)
nor assumes responsibility for construction contractor's failure to perform work in accordance with
the construction documents.
For this Agreement only, construction sites include places of manufacture for
materials incorporated into the construction work, and construction contractors include
manufacturers or materials incorporated into the construction work.
SC-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-018. INSPECTION AND TESTING OF WORK
The Owner shall provide sufficient competent engi neeri ng personnel for the technical
observation and testing of the work.
The Engineer and his representatives shall at all times have access to the work
whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such
access, and for inspections.
Inspectors shall have the power to stop work on account of a workman's
incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the
work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on
the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept
on behalf of the Owner any material or workmanship which does not conform fully to the
requirements of the contract and they shall give no orders or directions under any possible
circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector
with all required assistance to facilitate thorough inspection or the culling over or removal of
defective materials or for any other purpose requiring discharge of their duties for which service no
additional allowance shall be made. The inspector shall, at all times, have full permission to take
samples of the materials that mayor may not be used in the work.
Any inspection provided by the Engineers is for the purpose of determining
compliance with provisions of the contract specifications and is in no way a guarantee of the
methods or appliances use by the Contractor, nor for the safety of the job.
If the specifications, the Engineer's instructions, laws, ordinances, or any public
authority require any work to be specially tested or approved, the Contractor shall give the Engineer
timely notice of its readiness for inspection, and if the inspection is by an authority other than the
Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly,
and where practicable at the source of supply. If any work should be covered up without review or
consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and
properly restored at the Contractor's expense.
Re-examination of any work may be ordered by the Engineer, and, if so ordered, the
work must be uncovered by the Contractor. If such work is found to be in accordance with the
Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such work
is not in accordance with the Contract Documents, the Contractor shall pay such cost.
The Owner will employ a qualified materials testing laboratory, hereinafter referred:
to as the Laboratory, to monitor more fully on the Owner's behalf the quality of materials and work,1
and to perform such tests as may be required under the Contract Documents as conditions for
acceptance of materials and work. The Laboratory will be solely responsible to and paid separately
by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through
his duly authorized inspector.
SC-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Owner will bear the cost of testing a particular material or area of the work once.
Where retesting is required following corrective measures or under other circumstances, the
Contractor shall reimburse the Owner for the cost of additional testing.
-019. SITE ACCESS
In order to minimize damage to existing paving, and landscaping, access to the site
for the Contractor's personnel and equipment will be restricted to the routes designated by the
Owner. The Contractor will be required to use only these routes unless prior written approval is
gi ven by the Owner.
-020. TREE SA VE
Prior to beginning grading operations, the Contractor is to notify the Owner and the
Engineer so that those trees which are to be saved can be marked in the field. Once these trees are
marked, the Contractor shall take every precaution, including tree protection fence, to save these
trees.
-021. GEORGIA PROMPT PAY ACT:
This Agreement is intended by the Parties to, and does, supersede any and all
provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1,.et seq. In the event any
provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision
of this Agreement shall control.
-022. CITY ACCEPTANCE:
Notwithstanding any other obligations of the Contractor, he shall complete the work
to the full satisfaction of the Augusta Utilities Department and the Engineer. This provision shall .
not relieve the Contractor of his responsibilities for guarantees.
-023. DISPUTES:
All claims, disputes and other matters in question between the Owner and the
Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the
Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement,
specifically consents to venue in Richmond County and waives any right to contest the venue in the
Superior Court of Richmond County, Georgia.
-024. SPECIFIED MATERIALS:
Attention is drawn to the specification of certain brands or manufacturers of'
construction materials on the drawings. Unless the phrase "or equal" appears in the specification
thereon, no substitution or deviation from the product specified will be allowed.
SC-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Notwithstanding any provision of the general conditions, there shall be no substitution
of materials that are not determined to be equivalent to those indicated or required in the contract
documents without an amendment to the contract.
-025. INTEREST NOT EARNED ON RETAINAGE:
Notwithstanding any provision of the law to the contrary, the parties agree that no
interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and
Contractor specifically waives any claim to same.
-026. BASIS OF PAYMENT:
As explained in the section "Instructions to Bidders" and paragraphs 11.91, 11.92 and
11.93 of the General Conditions, payment for all items of construction will be made at the total of
the actual number of units installed at the unit prices stated in the Bid Schedule to the Proposal.
Partial payments will be made based on the actual number of units of work completed during the
month and in-place at the unit prices stated in the Bid Schedule.
-027. COMPLIANCE WITH LAWS, CODES, REGULATIONS, ETC.:
Supplementing the provision of the GENERAL CONDITIONS, the successful bidder
awarded this contract by signing the contract acknowledges the following, however, this is not to be
construed as all inclusive or being these only:
1. Unden2:round Gas Pipe Law:
The Contractor signing the contract acknowledges that he is fully aware of the
contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and
any amendments and regulations pursuant thereto", and the Contractor shall comply
therewith.
2. Hi!?:h Voltage Act:
The Contractor by signing the contract acknowledges that he is fully aware of the
contents and requirements of "Act No. 525, Georgia law 1960, and any amendments
thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto"
(the preceding requirements within quotation marks being hereinafter referred to as
the "high voltage act"), and the Contractor shall comply therewith. The signing of
Contract shall also confirm on behalf of the Contractor that he: :
A. has visited the premises and has taken into consideration the location of all
electrical power lines on and adjacent to all areas onto which the contract
documents require to permit the Contract either to work, to store materials,
or to stage operations, and
SC-1O
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. that the Contractor has obtained from the Owner of the aforesaid electric
power lines advice in writing as to the amount of voltage carried by the
aforesaid lines.
The Contractor agrees that he is the "person or persons responsible for the
work to be done" as referred to in the high voltage act and that accordingly
the Contractor is solely "responsible for the completion of the safety
measures which are required by Section 3 of the high voltage act before
proceeding with any work." The Contractor agrees that prior to the
completion of precautionary measures required by the high voltage act he will
neither bring nor permit the bringing of any equipment onto the site (or onto
any area or areas onto which the contract documents require or permit the
Contractor to work, to store materials, or to stage operations) with which it
is possible to come within eight feet of any high voltage line or lines pursuant
to operations arising out of performance of the Contract. The foregoing
provisions apply to power lines located (a) on the site and (b) on any area or
areas onto which the contract documents require or permit the Contractor
either to work, to store materials, or to stage operations, or (c) within working
distance for equipment or materials, being used on (a) and (b) above. These
provisions of the Contract do not limit or reduce the duty of the Contractor
otherwise owed to the Owner, to other parties, or to both. The Contractor
agrees that the foregoing provisions supplement provisions of the General
Conditions. The Contractor agrees and acknowledges that any failure on his
part to adhere to the high voltage act shall not only be a violation of law but
shall also be a breach 'of contract and specific violation of the provisions of
the General Conditions which pertains to safety precautions.
3. Occupational Safety & Health Act:
The Contractor by signing the contract acknowledges that he is fully aware of the
provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and
he shall comply therewith.
-028. EQUIVALENT MATERIALS:
Notwithstanding any provision of the general conditions, there shall be no substitution
of materials that are not determined to be equivalent to those indicated or required in the contract
documents without an amendment to the contract.
SC-ll
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-029. AFTER HOURS INSPECTION:
If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m.,
Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for
the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in
"Section 15, Right-of-way Encroachment Guidelines, Part E, Outside of Normal Working Hours,"
of the Augusta-Richmond County Planning Commission Development Documents dated September,
1999. If inspectors of Augusta-Richmond County are needed to work outside normal busi ness hours,
Augusta-Richmond County needs to be notified in advance.
-030. AUGUSTA COUNTRY CLUB PROPERTY:
A. All work on the property of the Augusta Country Club shall take place prior
to March 15,2005 or between June 1,2005 and July 31, 2005.
B. The Contractor shall coordinate access and entry onto the Augusta Country
Club property with the Augusta Country Club.
-031. AUGUSTA NATIONAL GOLF CLUB PROPERTY:
A. All work on the property of the Augusta National Golf Club shall take place
between June 1, 2005 and July 31, 2005 except that the work from
approximate Stations 109+50 to 116+60 may be constructed prior to March
15,2005 providing the Contractor coordinates such work with the Augusta
National.
B. The Contractor shall coordinate access and entry into the Augusta National
Golf Club with the Golf Club Security Department.
C. The Contractor shall take great care to avoid straying outside the limits of the
construction easement between approximate Stations 128+50 and 132+00..
The easement shall be delineated with construction fencing or other means
approved by Augusta Utilities.
D. The clearing limits shall be no wider than the permanent easement and that:
portion between Stations 131+50 and 132+00 shall be no wider than that:
shown on the plans..
-032. MASTERS GOLF TOURNAMENT:
I
Any work planned to be accomplished during or directly before the Masters Golf!
Tournament must be submitted to and approved in writing by the Owner. Consideration will be
given only for contract time extensions as a result of delays in accomplishing the work. No
consideration will be given for claims for damages.
SC-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION
TS-l
TS-2
TS-3
TS-4
TS-5
TS-6
TS-7
TS-8
TS-9
TS-1O
TS-ll
TS-12
TS-13
TS-14
TS-15
TS-16
TS-17
TS-18
SECTION TS
INDEX TO TECHNICAL SPECIFICA TIONS
TITLE
NO. OF PAGES
Clearing and Grubbing
Excavation Support Systems
Excavation and Backfilling
TS-3 APPENDIX A - GEOTECHNICAL REPORT
1
2
4
44
4
5
18
1
2
4
2
3
6
2
18
5
4
4
6
Dewatering
Temporary Bypass Pumping Systems
Sanitary Sewer System
Graded Aggregate Base Course
Bituminous Paving
Curbs and Gutter, Concrete
Concrete Construction
Grassing (Bermuda)
Erosion, Sedimentation & Pollution Control Measures
Flowable Fill
Water Distribution System
Chain Link Fencing
Storm Sewer System
Tunneling
Measurement and Payment
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-l
CLEARING AND GRUBBING
-01.
SCOPE:
Clearing and grubbing shall consist of the removal and disposal of all trees, brush, stumps,
logs, grass, weeds, roots, decayed vegetable matter, posts, fences, stubs, rubbish and all other objectionable
matter resting on or protruding through the original ground surface and occurring within the construction
limits or rights-of-way of any excavation, borrow area, or embankment.
-02. CONSTRUCTION METHODS:
1. CLEARING: Clearing shall consist of the felling and cutting up, or the trimming of trees, and the
satisfactory disposal of the trees and other vegetation together with the down timber, snags, brush
and rubbish occurring within the areas to be cleared. Trees and other vegetation, except such
individual trees, groups of trees, and vegetation, as may be indicated on the drawings to be left
standing, and all stumps, roots and brush in the areas to be cleared shall be cut off one foot above
the original ground surface. Individual trees and groups of trees designated to be left standing
within cleared areas shall be trimmed of all branches to such heights and in such manner as may
be necessary to prevent interference with the construction operations. All limbs and branches
required to be trimmed shall be neatly cut close to the whole of the tree or to main branches, and
the cuts thus made shall be painted with an approved tree wound paint. Individual trees, groups
of trees, and other vegetation, to be left standing, shall be thoroughly protected by baniers or by
such other means as the circumstances require. Clearing operations shall be conducted so as to
prevent damage by falling trees to trees left standing, to existing structures and installations, and
to those under construction, and so as to provide for the safety of employees and others.
2. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted
roots from the site as indicated on the drawings. In foundation areas, stumps, roots, logs or other
timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to
a depth of not less than 18 inches below any subgrade, shoulder or slope. All depressions
excavated below the original ground surface for or by the removal of stumps and roots, shall be
refilled with suitable material and compacted to make the surface conform to the surrounding
ground surface.
-03.
DISPOSAL OF CLEARED AND GRUBBED MATERIAL:
Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to
clearing and grubbing shall become the property of the Contractor and may be sold by him, provided such
disposal is otherwise in accordance with these specifications. All incombustible matter removed shaU be
hauled away and deposited at locations approved by the Owner. Combustible matter may be burned or
may be disposed of as stated above. Burning shall be done at such time and such manner as to prevent!fire
from spreading and to prevent any damage to adjacent cover and shall further be subject tOi all
requirements of Local, State and Federal Governments pertaining to the burning. No burning will be
allowed on the site unless Contractor obtains all necessary permits and all fires are kept under constant
attendance by persons having equipment necessary to prevent the spreading offire. Such equipment shall
include, at the minimum, a bulldozer or front end loader, and an approved pump and hose connected to
an acceptable source of water. Disposal by burning shall be kept under constant attendance until all fires
have burned out or have been extinguished.
END OF SECTION
TS-l-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-2
EXCA VA TION SUPPORT SYSTEMS
-01. GENERAL
A. Submittals:
1. Layout drawings for excavation support system and other data prepared by, or under the
supervision of, a qualified professional engineer. System design and calculations must
be acceptable to local or federal authorities having jurisdiction.
B. Quality Assurance:
1. Engineer Qualifications: A professional engineer must be legally authorized to practice
in jurisdiction where Project is located, and experienced in providing successful
engineering services for excavation support systems similar in extent to those required for
this Project.
2. Supervision: Engage and assign supervision of excavation support system to a qualified
professional engineer foundation consultant.
3. Regulations: Comply with codes and ordinances of governing authorities having
jurisdiction and to the requirements of OSHA Health and Safety Standards for
Excavations, 29 CFR Part 1926, or successor regulations.
C. Job Conditions:
1. Before starting work, verify governing dimensions and elevations. Verify condition of
adjoining properties. Take photographs to record any existing settlement or cracking of
structures, pavements, and other improvements. Prepare a list of such damages, verified
by dated photographs, and signed by Contractor and others conducting investigation.
D. Existing Utilities:
1. Protect existing active sewer, water, gas, electricity and other utility services and
structures.
2. NotijY municipal agencies and service utility companies havingjurisdiction. Comply with
requirements of governing authorities and agencies for protection, relocation, removal,
and discontinuing of services.
TS-2-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-02. JPRODUCTS
A. Materials:
1. General: Provide adequate shoring and bracing materials which will support loads
imposed. Materials need not be new, but should be in serviceable condition.
2. Structural Steel: ASTM A 36.
3. Steel Sheet Piles: ASTM A 328.
4. Timber Lagging: Any species, rough-out, mixed hardwood, nominal 3 inches thick,
minimum.
-03. EXECUTION
A. Shoring:
1. Wherever shoring is required, locate the system to clear permanent construction and to
permit access for performing the work. Provide shoring system adequately anchored and
braced to resist earth and hydrostatic pressures.
2. Shoring systems retaining earth on which the support or stability of existing structures is
dependent must be left in place at completion of work.
B. Bracing:
1. Locate bracing to clear columns, floor framing construction, and other permanent work.
If necessary to move a brace, install new bracing prior to removal of original brace.
2. Do not place bracing where it will be cast into or included in permanent concrete work,
except as otherwise acceptable to Architect.
3. Install internal bracing, if required, to prevent spreading or distortion of braced frames.
4. Maintain bracing until structural elements are supported by other bracing or until
permanent construction is able to withstand lateral earth and hydrostatic pressures.
5. Remove sheeting, shoring, and bracing in stages to avoid disturbance to underlying soils
and damage to structures, pavements, facilities, and utilities.
6. Repair or replace, as acceptable to Architect, adjacent work damaged or displaced
through installation or removal of shoring and bracing work.
END OF SECTION
TS-2-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April,2001
SECTION TS-3
EXCA V A TION AND BACKFILLING
-01.
SCOPE:
This section covers all excavation, trenching and backfilling for pipe lines and structures,
complete.
-02.
EXISTING IMPROVEMENTS:
The Contractor shall maintain in operating condition and protect from damage all
existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone
lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to the
satisfaction of the Engineer any aerial, surface or subsurface improvements damaged during the
course of the work. Where and if shown on the plans, the locations and existence or nonexistence
of underground utilities are not guaranteed. The Contractor shall contact the various utility
companies to determine and/or verify such information prior to proceeding with the work. He shall
make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives,
walkways and at street crossings and if necessary to provide temporary walkways and bridges for
crossing of the open trench as directed. Work shall not commence within Augusta right-of-way until
a Right-of-Way Encroachment Permit is obtained from the Public Works Department.
-03.
EXCAVATION:
All excavation of every description and of whatever substances encountered shall be
performed to the depths indicated on the drawings or as specified herein. Excavation shall be made
. by the open cut method except as otherwise specified or shown on the drawings. Excavation
methods shall generally meet or exceed Occupational Safety and Health Administration (OSHA)
construction industry standards.
All excavated materials not required for fill or backfill shall be removed and wasted
as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where
required shall be properly sheeted and braced. Except where otherwise indicated, trench bottoms
shall be not less than 12 inches wider nor more than 16 inches wider than the outside diameter of the
pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6
inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately
graded to provide uniform bearing and support for each section of the pipe on undisturbed soil at
every point along its entire length, except for portions of the pipe sections where it is necessary to
excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug after the
TS-3-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
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. Excavation for structures and other accessories shall be sufficient to leave at least 12 inches
in the clear between their outer surfaces and the embankment or timber which may be used to hold
the bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting
will be ordered to be left in place. Except at locations where excavation of rock from the bottoms
of trenches is required, care shall be taken not to excavate below the depths indicated. Where rock
excavation is required, the rock shall be excavated to a minimum overdepth of 4 inches below the
norma] required trench depth. The overdepth rock excavation and all excess trench excavation shall
be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so
hard or cemented that the excavation of such material requires blasting. The excavation shall
proceed in a conventional manner with satisfactory effort made to remove hard materials before the
Engineer makes a determination of need for blasting. Predrilling and blasting will be allowed, if the
Contractor can provide evidence for the Engineer's review that boring logs can and will show that
the material can or cannot be excavated. Evidence will be provided for the Engineer's review and
approval before predrilling and blasting is undertaken. The excavation and removal of isolated
boulders or rock fragments larger than one cubic yard in volume encountered in materials of
common excavation shall be classified as rock excavation. Whenever wet or otherwise unstable soil
that is incapable of properly supporting the pipe, as determined by the Engineer or indicated on the
drawings, is encountered in the trench bottom, such soil shall be removed to a depth required for the
lengths designated by the Engineer, and the trench backfilled to trench bottom grade, as herein
specified, with coarse sand, fine gravel, or other suitable material. Backfill with earth under
structures will not be permitted and any unauthorized excess excavation below the levels indicated
for the foundation of such structures shall be filled with sand, gravel, or concrete, as directed.
A. Grading and Stacking: All grading in the vicinity of trench excavation shall be
controlled to prevent surface ground water from flowing into the trenches. Any water
accumulated in the trenches shall be removed by pumping or by other approved
methods. During excavation, material suitable for backfilling shall be stored in an
orderly manner a minimum distance of one and one-half times the depth of the
excavation back from the edges of trenches to avoid overloading and prevent slides
or cave-ins. Material unsuitable for backfilling, as determined by the Engineer, shall
be removed from the job site and disposed of by the Contractor in a manner a?
approved by the Engineer. '
B. Shoring and Sheeting: All shoring, sheeting, and bracing required to perform and
protect the excavation and to safeguard employees and the public shall be performed.
The failure of the Engineer to direct the placing of such protection shall not relieve
the Contractor of his responsibility for damage resulting from its omission.
TS-3-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-04.
April, 2001
Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that
portion of the sheeting below the elevation of the top of the pipe shall not be
disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot
below finished grade. No sheeting shall be removed until the excavation is
substantially backfilled as hereinafter specified.
C.
Water Removal: Where water is encountered, it shall be prevented from
accumulati ng in exca vated areas by pumpi ng, well-poi n ti ng and pumpi ng, or by other
means approved by the Engineer as to capacity and effectiveness. Water removed
from excavations shall be discharged at points where it will not cause injury to public
or private property, or the work completed or in progress. All efforts to prevent
sedimentation shall be made. Under no circumstances shall trench bottoms be
prepared, pipes laid, or appurtenances installed in water. Water shall not be allowed
to rise in unbackfilled excavations after pipe or structures have been placed.
D.
Blasting: Explosives are to used only within legal limitations. Before explosives are
used, all necessary permits for this work shall be secured and all precautions taken
in the blasting operations to prevent damage to pri vate or public property or to
persons. The Contractor shall assume full liability for any damage that may occur
during the use of explosives. No blast shall be set off within SO feet of pipe already
laid in the trench.
E.
Tree Protection: Care shall be exercised to protect the roots of trees to be left
standing. Within the branch spread of the tree, trench shall be opened only when the
work can be installed immediately. Injured roots shall be pruned cleanly and backfill
placed as soon as possible.
BACKFILLING:
Trenches and other excavations shall not be backfilled until all required tests are
performed and the work has been approved by the Engineer. The trenches shall be carefully
backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy
clay, sand and gravel, soft shale, or other approved materials. No material shall be used for
backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or
pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth,
debris, frozen earth or earth with an exceptionally high void content. Backfilling within Augusta.
right-of-way shall conform to Georgia Department of Transportation and City of Augusta;
specifications.
For backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above
the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely
di vided material free from debris, organic material and stone, and may be suitable job excavated
material or shall be provided by the Contractor from other sources. The backfill shall be placed in
TS-3-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
uniform layers not exceeding 8 inches in depth. Each layer shall be moistened and carefully and
uniformly tamped with mechanical tampers or other suitable tools. Each layer shall be placed and
tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility of
voids or lateral displacement.
The remainder of the backfill material shall then be placed and compacted above the
level specified above. In areas not subject to traffic, the backfill shall be placed in 12 inch layers and
each layer moistened and compacted to a density approximating that of the surrounding earth. Under
roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to
traffic, the backfill shall be placed in 8 inch layers and each layer moistened and compacted to
density at least equal to that of the surrounding earth so that traffic can be resumed immediately after
backfilling is completed. Any trenches which are improperly backfilled, or where settlement occurs,
shall be reopened to the depth required for proper compaction, then refilled and compacted with the
surface restored to the required grade compaction. Along all portions of the trenches not located
in roadways, the ground shall be graded to a reasonable uniformity and the mounding over the
trenches left in a neat condition satisfactory to the Engineer.
Sheeting not specified to be left in place shall be removed as the backfilling
progresses. Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left
by the removal of sheeting and shoring shall be carefully filled and compacted. Where, in the
opinion of the Engineer, damage is liable to result from withdrawing sheeting, the sheeting will be
ordered to be left in place.
-05.
BORING AND .TACKING:
Where required by the drawings, the pipeline will be installed in a steel casing, placed
by boring and jacking. Where boring is required under highways, the materials and workmanship
will be in accordance with the standards of the Georgia Department of Transportation or local
authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. standards and
those of the railroad involved. The steel casing shall be in accordance with ASTM A252 to the
thicknesses shown on the drawings.
-06.
PA VEMENT REMOVAL AND REPLACEMENT:
Where necessary existing pavements shall be removed and replaced, the applicable
specifications of the Georgia Department of Transportation or local authority shall govern this work.
Joints shall be sawed, unless joints equally uniform in the opinion of the Engineer result from other
means. Refer to Augusta-Richmond County Right-of-Way Encroachment Guidelines for pavement
removal and replacement.
END OF SECTION
TS-3-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-3 APPENDIX "A"
Report of Geotechnical Exploration
Rae's Creek Trunk Line Sanitary Sewer Replacement
Richmond County, Georgia
preparedfor the
Augusta-Richmond County
prepared by
GRAVES ENGINEERING SERVICES, INC.
Project No. G-031025
1220 West Wheeler Parkway, Suite F
Augusta, Georgia 30909
706-651-9922
FAX 706-651-0810
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'~~ ~ ,'" .', "1-:;';;;-;:" ~i::"",,, :.".
GRAVES
ENGINEERING SERVICES, INC.
~,..~:.,:-:7~. .~-.- _.'~':'_:'
August 26, 2003
Augusta-Richmond County
c/o Cranston, Robertson & Whitehurst, P.c.
452 Ellis Street
P.O. Drawer 2546
Augusta, Georgia 30903
ATTENTION:
Mr. Dennis Welch
SUBJECT:
Report of Geotechnical Exploration
Rae's Creek Trunk Line Sanitary Sewer Replacement Project
Richmond County, Georgia
Graves Engineering Project No. G-031025
Gentlemen:
Graves Engineering Services, Inc. is pleased to submit this report of our exploration services for the
proposed project. Our services were provided in accordance with our proposal no. P-03851 which was
authorized by purchase order number P78383. It should be noted that the field work was delayed due to
weather and obtaining access to Augusta National. This report presents a review of the information
provided to us, a discussion of the site and subsurface conditions, and our earthwork recommendations.
The appendix contains the results of our field and laboratory testing.
Project Informatioll
The project consists of the replacement of the Rae's Creek Trunk Line Sanitary Sewer in Richmond
County, Georgia. The project consists of a main sewer trunk line that starts from near the interseqtion of
the Augusta Canal and Curry Street and extends approximately 14,250 linear feet to the north and ~vest to
just east of Berkman Road at the intersection with Rae's Creek. The route has major runs al9ng the
Augusta Canal, Lake Olmstead and the Augusta National Golf Club and crosses under qalhoun
Expressway.
I
We anticipate that the proposed sewer easements will generally be IS to 20 feet wide. The route is sho\vn
on preliminary plan and profile dra\,,1ings prepared by and provided to us by Cranston, Robertson &
Whitehurst, P.C.. The road crossings will likely be open cut or bored and jacked such that the pavement
sections will remain intact. In addition, the route crosses topographic high areas that will require cuts of up
to 20 to 25 feet deep to install the sewer lines.
Purpose Of Exploration
The purpose of this exploration was to obtain specific subsurface data at the site and to provide earthwork
recommendations for the proposed project.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Augusta-Richmond County
c/o Cranston, Robertson & Whitehurst, P;c.
August 26, 2003
-Paoe 2-
1:>
Site Conditions
We conducted a site reconnaissance to observe and document surface conditions at the site. Information
gathered was used to help us interpret the subsurface data and to detect conditions which could affect our
recommendations.
The main easement generally runs adjacent or parallel to the Augusta Canal and Rae's Creek(which runs
into Lake Olmstead). The site has rolling topography and generally slopes to the southeast with
approximately 25 to 30 feet of topographic relief. Based on the information contained on the preliminary ..
plan and profile drawings, the existing ground surface elevations along the route range from approximately
150 to 180 feet MSL. Surface water was noted at numerous locations along the route and generally
correspond to the locations of lakes, creeks and associated wetland areas.
Sections of the site are located just off roadway easements or cross the Augusta National and Lake
Olmstead park. These areas are generally cleared of vegetation and were covered with paving, gravel, grass
or had surface soils exposed. Surface soils exposed consist of a sandy organic topsoil or clayey soils of
the piedmont.
The remaining portions of the route extend through areas that are moderately to heavily wooded with
hardwoods and pines. Clearing was performed to provide access to two boring locations at the Augusta
National. Surface soils exposed consist of a sandy, loamy organic topsoil.
Site Geologic Conditions
The site is located verynear the fall line which is the contact area of the Upper Coastal Plain Province and
the Piedmont Province. The Coastal Plain soils were encountered only near the eastern section of the route
near the Augusta Canal. These soils were deposited during inundation by the ancient oceans and consist of
random layers of fine sands and silts interbedded with lenses of clay. The remaining sections of the route
are located in the Georgia Piedmont Province which is a broad plateau gently sloping from the Blue Ridge
Mountains to the Coastal Plain, covering a distance of approximately one hundred miles in this area. The
soil overburden of this area is residuum formed by in-place weathering of the parents rocks. A typical
upland soil profile consists of thin topsoil underlain by a few feet of clayey soils that transition with
increasing depth into less clayey, coarser grained silts and sands with varying mica content. Separating the
completely weathered soil overburden from the unaltered parent rock is a transition zone of residuum with
penetration resistances of more than 60 to 100 blows per foot (bpf) which is locally described as partially
weathered rock(P\-VR). Partially weathered rock retains much of the appearance and fabric of the parent
rock formations, and may consist of thinly interlayered very hard or dense soil and rock. '
The weathering processes that formed the overburden soils and partially weathered rock were extr~l}1ely
variable. Differential weathering of the rock mass has resulted in erratically varying subsurface condltl?nS,
evidenced by abrupt changes in soil type and consistency in relatively short horizonta~ and vertIcal
distances. Although no rock outcrops were noted at the surface, depths to rock can be IITegular, and
isolated boulders, discontinuous rock layers, or rock pinnacles can be present within the overburden
transition zones.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Augusta-Richmond County
c/o Cranston, Robertson & Whitehurst, P.c.
August 26, 2003
-Paae 3-
o
Subsurface Conditions
The subsurface conditions were explored with widely spaced auger probe and soil test borings drilled
according to the procedures presented in the appendix. The boring locations and depths were selected by
Graves Engineering and Cranston, Robertson & Whitehurst, P.C. and are indicated by station number on
the attached boring records. Some of the borings were offset slightly from planned drilling locations to
provide access to a truck mounted drill rig. The actual field boring locations were detennined by our
engineer which used a 100 foot tape and turned estimated right angles relative to staked locations and/or
landmarks on the route. Boring elevations were obtained by interpolation between contours on the drawing
provided to us. The boring locations and elevations shown in the appendix should be considered accurate
only to the degree implied by the method used.
The subsurface conditions encountered at the boring locations are shown on the Test Boring Records in the
Appendix. These Boring Records represent our interpretation of the subsurface conditions based on the
field logs, visual examination of field samples by an engineer and tests of the field samples. The lines
designating the interface between various strata on the Boring Records represent the approximate interface
location. In addition, the transition between strata may be gradual. Water levels shown on the Boring
Records represent the conditions only at the time of our exploration.
A total of 33 soil test borings and one hand auger boring were drilled along the route to depths ranging
from 2 to 30 feet below the ground surface.
The soil test borings performed to the east of station 8+00 revealed a subsurface profile generally
consisting of typical coastal plain deposits of interbedded sands, silts and clays. These soils v,'ere
encountered to the boring tenrunation depths. The coastal plain soils typically consisted of sands with
varying fine grained particle content(SM to SC) interbedded with fine grained clayey silts and silty clays.
The sandy soils were generally loose to firm in consistency with standard penetration resistance's ranging
from 5 to 13 blows per foot. The clayey silts and silty clays were recorded to be generally very soft to very
stiff in consistency with standard penetration resistance's of 1 to 24 blows per foot recorded.
Boring B-2 in the coastal plain and several borings near current of former drainage features in the piedmont
encountered lenses of very soft to soft, silty clays("muck"). Standard penetration resistance's ranged from
1 to 4 blows per foot.
The piedmont soils were typical in that they consisted of a few feet of clayey soils that transition with
increasinG depth into less clayey, coarser grained silts and sands with varying mica content. The clayey
soils ran:ed from loose to firm clayey sands to stiff to very stiff clayey silts. The clayey soils typically
were loc~ted within 10 feet of the ground surface in areas that had not been filled or that were not located
near current of former drainage features(alluvial soils).
Lenses of partially weathered rock(PWR) were encountered within the final stratum in numerous borings.
These soils sampled as a slightly clayey sand with standard penetration resistance's of 60 to over 100 blows
per foot. Hard drilling was encountered at .severallocations. ~uge~ refusal to c~mpet~nt rock was also
encountered in several borings and rock conng was performed In bonng B-29. ThIS conng encountered a
moderately hard shist with a rock quality designation of 0.65.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Augusta-Richmond County
c/o Cranston, Robertson & Whitehurst, P.c.
August 26, 2003
-Page 4-
The general subsurface conditions encountered at the boring locations are summarized as shown in the
following table.
Soil Depth Water
Encountered Total Hard Auger Boring! Depth(at
Boring Location From Drilling To Refusal Coring > 24-
# (Feet) PWR (Yes/No) Terminated hours)
1 Station 3+00 0-10 0' No 10' 7'
2 Station 7+50 0-15 0' No IS' S.5'
3 Station 11+50 0-8, 12-15' 4' No 15' 10.5'
4 Station 16+50 0-12 8' No 20' 12'
5 Station 20+00 0-13 2' No 15' 6.5'
6 Station 24+30 0-3 22' No 25' 12'
6A Station 27+00 0-13.5 7.5' Yes 21.0' 14'
7 Station 30+00 0-3 13.5' Yes 16.5' Cave In
8 Station 35+00 0-6 9' No 15' 10'
9 Station 39+50 0-15 0' No 15' 8.5
10 Station 44+S0 0-5 9' Yes 14.0' Cave In
11 Station 50+00 0-3 17' No 20' 14'
llA Station 52+50 0-3 12' No 15' N/A
12 Station 55+00(7/30/03) 0-3 6.5' Yes 9.5' 5'
12A Station 55+00(S/18/03) 9.5' AP 7.0 No 16.5 N/A
13* Station 59+60 0-5 8.5' Yes 13.5' 6.5'
14* Station 66+00 0-5 4' Yes 9.0' Cave In
14A Station 69+00 0-10 0' No 10' N/A
15 Station 72+00 0-25 0' No 25' 17'
16 Station 75+00 0-15 0' No 15' 8.5'
17 Station 80+45 0-17 13' No 30.0' 6.5
18 Station 85+00(hand auger) 0-2 0 Yes 2' to gravel None
19 Station 90+00 0-15 0' No 15' 5'
20 Station 95+00 0-20 0' No 20' 11'
21 Station 99+40 0-10 0' No 10' None
22 Station 104+25 0-15 0' No 15' 7.0'
23 Station 111+00 0-15 0' No IS' r 4'
24 Station 115+00 0-10 0' No 10' 16'
25 Station 120+00 0-7 3' No 10' Cave In
26 Station 123+75 0-3 13.5' Yes 16.5' ' 8'
26A Station 124+00 ? 0-S.5 2' Yes 10.5' '2.5'
27 Station 128+00 0-3 10.5' Yes 13.5' 1.5'
28 Station 131+00 0-9.5 2' Yes 11.5' 5.5'
29* Station 133+75(8/5/03) 0-5.5 I' Yes 6.5' Ca ve In
29*A Sta. 133+ 75-Rock Core(SIlS) 0-6.5AP 0' N/A 14.5 N/A
30 Station 142+50 0-9 11' No 20' 8.5'
*-Bold locations indicate borings \yhere refusal was encountered above proposed pipe elevation.
PWR - Partially \Veathered Rock
.l ~ A ..___ n__\....L'Il.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Augusta-Richmond County
c/o Cranston, Robertson & Whitehurst, P.c.
August 26, 2003
-Paoe 5-
o
Groundwater Conditions
Groundwater was encountered in the borings at depths ranging from 2.5 to 17.0 feet at over 24-hours after
drilling(as shown in the above table). In silty sands the water levels can usually be determined accurately
near the time of drilling. In fine grained soils and clayey sands, it may take several days for water levels to
stabilize. In addition, fluctuations in the groundwater level can occur due to variations in rainfall,
evaporation, construction activity, surface runoff, and other site specific factors. The highest groundwater
levels are generally encountered in early spring and the lowest in late summer.
Utility Construction Considerations
Based on our review of the project drawings, the sanitary sewer piping(gravity flow) will be installed to
depths ranging from 5 to 22 feet(to bottom of pipe). In addition, some road crossings may be bored and
jacked. These deep cuts are to be extended below the groundwater level and are located in areas with some
loose sands and very soft clays. This may require well point dewatering as the excavation proceeds(please
see the construction water control section of this report).
We recommend that the excavations be shored, sloped or benched as required to provide stability and a safe
work environment. For the soils encountered, we recommend that cut slopes of 2H: 1 V be utilized. Heavy
construction equipment and materials removed from the excavations should not be placed within 5 to 10
feet of the top of the excavation. This may require a wider temporary easement at some locations.! All
excavations should comply with applicable local, state and federal safety regulations including the current
OSHA Excavation and Trench Safety Standards. It is our understanding that these regulations are strictly
enforced and if they are not closely followed, the owner and contractor could be liable for substantial
penalties.
Since preliminary plans call for the pipe at several locations to be installed below the groundwater table and
into very soft clays, we recommend that 12 to 18 inches of clean stone be utilized for pipe bedding in these
areas. Compaction of pipe backfill at several locations may be extremely difficult due to the anticipated wet
conditions. In addition, wet clayey soils removed from the excavations will require significant drying time
prior to reutilization as fill. Therefore, construction planning should assume that significant volumes of
select stone bedding and initial pipe backfill will be required. !
Most of the soils encountered should be amiable to excavation with normal excavation equipment and
should not interfere with boring and jacking operations. In the Piedmont soils where PWR was
encountered, some veins of difficult excavation can be expected to be encountered. It should be noted that
the depth to competent rock can vary widely over short horizontal distances in the Piedmont. Therefore, we
recommend that design specifications accommodate the possibility of unan~icipated rock excavation and
construction biddino be based on the assumption that ledges of hard matenal or competent rock may be
encountered. Our p~evious experience indicates that partially weathered rock(w.ith penetrat~on resi~tances
above 50 blows to 1 inch of penetration) can be excavated with normal exca~atlOn and cuttmg ~qulpment
augmented with ripping tools. We expect that excavation and cutting o~eratl~ns can be e~p~dlted by t~e
use of larger, more powerful equipment. Competent rock, as encountered In bonng B-29, will likely reqUire
removal with blasting techniques, especially in confined areas such as utility excavations.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Augusta-Richmond County
c/o Cranston, Robertson & Whitehurst, P.c.
August 26, 2003
-Page 6-
Compacted Fill Recommendations
We recommend that soils to be used as trench backfills be free of debris and have less than 2% by weight
fibrous organic material. They should have a liquid limit less than 60 and a plasticity index less than 25.
Before filling operations begin, representative samples of each proposed fill material should be collected.
The samples should be tested to determine the maximum dry density, optimum moisture content, natural
moisture content, gradation and plasticity of the soil. These tests are needed for quality control during
compaction and also to determine if the fill material is acceptable.
We have conducted laboratory testing and visually inspected soil samples obtained from the site. We
expect that most of the soils encountered in the borings are acceptable for use as compacted backfill. Some
of the very soft and loose soils may not be acceptable for use as compacted fill due to organic and moisture
content. In addition, as stated previously, wet soils(especially clayey soils) removed from the excavations
may require significant drying time prior to reutilization as fill.
We recommend that all compacted fill be constructed by spreading acceptable soil in loose layers not more
than 10 inches thick. The fill should be compacted in thin lifts to at least 95 percent of the Standard
Proctor maximum dry density (ASTM D-698). The upper 12 inches of fill beneath pavements should be
compacted to at least 100 percent of the Standard Proctor maximum dry density.
The moisture content of the fill soils should be maintained within +3 and -3 percentage points of the
optimum moisture content as determined from the Proctor compaction test. This provision may require the
contractor to dry the soils during periods of wet weather or wet the soils during the hot summer months.
We recommend that the backfill placement and compaction be observed and documented by the
geotechnical engineer. Significant deviations, either from specifications or good practice, should be
brought to the attention of the owner's representative, along with appropriate recommendations. At least
one field density test should be performed for every 100 to 200 linear feet of trench for each lift.
Construction Water Control
We expect that groundwater control will be required for sections of the alignment due to the presef\ce of
shallow oroundwater. In most of the Piedmont areas of the site, groundwater will enter the excavation
slowly a~d the contractor should promptly remove any groundwater from the excavation. This has ~een
done effectively on similar projects by means of pumping as the excavation proceeds. . However~ ~lnce
some of the excavations will extend several feet below the groundwater level in sandy sods, we antJclpate
that a wellpoint dewatering system may be required at these locations. Wellpoints are small diameter wel.ls
that are jetted or driven into the soil(at 3 to 10 foot spacings depending upon s~il type) an~ are ,Placed In
straight lines along the area to be drained. They are connected at the top to a honzontal suctJon pIpe called
a header and then connected to pump specifically designed for dewatering work. The wellpolnts may
require staging at various levels as the excavation pr?Ceeds to provide the required dra\~down of the water
table. We recommend that the design of the dewatenng system be performed by a specialty contractor th~t
is experienced with similar conditions. We also recomme~d that pumpin~ .continu~ until the trench IS
comoletelv backfilled such that backfilling can be completed In as dry a condition pOSSible.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Augusta-Richmond County
c/o Cranston, Robertson & Whitehurst, P.c.
August 26, 2003
-Page 7-
Basis For Recommendations
The recommendations provided are based in part on project information provided to us and they only
apply to the specific project and site discussed in this report. If the project information section in this
report contains incorrect information or if additional information is available, you should convey the correct
or additional information to us and retain us to review our recommendations. We can then modify our
recommendations if they are inappropriate for the proposed project.
Regardless of the thoroughness of a geotechnical exploration, there is always a possibility that conditions
between borings will be different from those at specific boring locations and that conditions will not be as
anticipated by the designers or contractors. In addition, the construction process may itself alter soil
conditions. Therefore, experienced geotechnical personnel should observe and document the construction
procedures used and the conditions encountered. Unanticipated conditions and inadequate procedures
should be reported to the design team along with timely recommendations to solve the problems created.
We recommend that the owner retain Graves Engineering to provide this se~ice based upon our familiarity
with the project, the subsurface conditions and the intent of the recommendations.
We recommend that this complete report be provided to the various design team members, the contractors
and the project owner. Potential contractors should be informed of this report in the "instructions to
bidders" section of the bid documents.
We wish to remind you that our exploration services include storing the samples collected and mapng
them available for inspection for 60 days. The samples are then discarded unless you request otherwise.
We will be happy to discuss our recommendations with you and would welcome the opportunity to provide
the additional studies or services necessary to complete this project. We appreciate the opportunity to
provide our professional services and look forward to working with you on the remainder of this project
and on future projects. If you have any questions concerning this report or wish to have further
discussions, please contact us at (706) 651-9922.
Attachments: Test Boring Records
Field and Laboratory Testing Procedures
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
1
I
1
I
1
SOIL TEST BORING RECORD
GRA YES
Bl./GINEERING SERVICES
BORING NO. B-!
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 3+00 - Richmond Co., Georgia
GRA YES PROJECT NO.: G-031025
Page 1 of 1
DATE COMPLETED: 07/07/03
GROUND SURFACE ELEVATION: 155.5' DRilLING METHOD: 2.25" LD. AUGER
~
~~
~
J:
I-
a.
'"
o
05
1 0
15
20
25
30
35
40
U.S.C.S. Soil Classification
0-12" Topsoil with rubble
Loose,Dark Brown,Clayey, Silty Fine to
Medium Sand(SM) with organics
------
Very Stiff, Red-Brown-Tan, Fine Sandy,
Clayey Silt(MH)
Boring Terminated At 10.0 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 7.0 feet at
24-hours after boring.
SS - Split Spoon Sample
~~
T
i~
55
55
55
55
Standard Penetration Resistances
UJ
.::>
z<t
>
10 20 30 40 5060708090
05
1 B
16
24
I
GRAVES
SOIL TEST BORING RECORD
ENGINEERING SERVICES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 7+50 - Richmond Co., Georgia
GRA YES PROJECT NO.: G-031025
I GROUND SURFACE ELEV ATION: 160.5' DRILLING METHOD: 2.25" LD. AUGER
BORING NO. B-2
I
Page 1 of 1
DATE CO!vfPLETED: 07/07/03
It~
~ l~
It~
I'
I 05-~:~:~:~
.:. : .:. Note: 30.3% Passing 200 Sieve on Sample #2.
I
I
U.S.C.S. Soil Classification
...........
.:. .;. .:."
...........
.:..:..:."
:::::?::~:::::?:
':::':::':::':.
:::~?::?/:
0-9" Red~Tan Clayey Sand
Finn,Brown, Slightly Clayey, Silty Fine to
Medium Sand(SM)
-~-----
Loose, Dark Brown, Clayey, Silty Fine to
Medium Sand(SC)
I
I
I
I
I
I
I
I
I
I
1 0 _~ Soft to Very Soft, Brown-Grey, Silty
~ Clay(CL)
~ Note: 97.8% Passing 200 Sieve on Sample #4.
15 ~ LL=39~I~17 on samPle:.
Boring Terminated At 15.0 Feet.
Groundwater encountered at 9.0 feet at the
time of boring. Groundwater encountered at
8.5 feet at 24-hours after boring.
20-
SS - Split Spoon Sample
25-
30-
35-
c:....
~~
~*
w
. ::l
Z;J,
>
Standard Penetration Resistances
10
20
30 .0 50 60 70 8090
S5
J'
41
I
'3
55
06
55
u
05
"'If"
55
l
04
ss J
01
.
I
GRA YES
SOIL TEST BORING RECORD
ENGINEERING SERVICES
I
I
I
I
I
I.
I
I
I
I
I
I
I
BORING NO. B-3
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 11+50 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
GROUND SURFACE ELEVATION: 159.0' DRILLING ?vfETHOD: 2.25" I.D. AUGER I
DATECO~fPLETED: 07/07/03
U.S.C.S. Soil Classification
~~ i~
Standard Penetration Resistances
I
",I
. ::l ,
z;i
>
o
'0
20 30 '0 50 60 70 8090
0-12" Red-Tan Clayey Sand
Very Stiff, Red-Brown, Fine Sandy, Clayey
Si It(1vfH)
SS
16
SS
55
17
55
14
10
Partially Weathered Rock-Samples as. a Very
Dense, Yellow-Tan-Brown, Slightly Clayey,
Silty Fine to Coarse Sand(SM)
'V
S5
Stiff, Red-Gray, Fine Sandy, Clayey
Silt(1vfH)
12
Boring Tenninated At 15.0 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 10.5 feet
at 24-hours after boring.
20
SS - Split Spoon Sample
25
30
35
~o
I
GRAVES
SOIL TEST BORING RECORD
ENGINEERING SERVICES
BORING NO. B-4
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 16+50 - Richmond Co., Georgia
GRAVES PROJECf NO.: G-031025
Page 1 of I
DATE COMPLETED: 07/07/03
GROUND SURFACE ELEV ATION: 165.5' DRILLING METHOD: 2.25" 1.0. AUGER
~
~~
<J
~
l-
e..
'"
o
U.S.C.S. Soil Classification
::::::::::: 0" Topsoil
::::::::::):):: Firm, Brown-Tan, Clayey, Silty Fine Sand(SC)
...........
.,.. ..'. .:. '.
':.":.":.":.
.:::.:":::'::':):::. Very Firm, Yellow-Brown-Tan, Slightly
qt~ Clayey. Silty Fine Sand(SM)
: :,'::. ::':,
I
1
I
1
I'
I
I
I
I
I
I
1
10
15
20
25
30
35
Stiff, Red-Brown-Tan, Fine Sandy. Clayey
Silt(MH)
Note: 90.0% Passing 200 Sieve on Sample #3.
LL=59, PI=20 on Sample #3.
Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown to Olive-Gray, Slightly
Clayey, Silty Fine to Coarse Sand(SM)
Boring Tenninated At 20.0 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 12.0 feet
at 24-hours after boring.
SS - Split Spoon Sample
~~
~~
SS
SS
S5
SS
'V'
S5
SS
Standard Penetration Resistances
w
.=>
Z;;t
>
o
10 20 30 40 SO 60 708090
16
12
14
26
50/4
50/1
I
GRAVES
SOIL TEST BORING RECORD
ENGINEERING SERVICES
I~ BORING NO. B-5
II
DATE COMPLETED:
I ~
f0-
e.
UJ
I 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 20+00 - Richmond Co., Georgia
GRAVES PROJECf NO.: G-031025
I GROUND SURFACE ELEVATION: 157.0' I DRILLING METHOD: 2.25" LD. AUGER
07/07/03
~
~~
<.'l
i~
~~
lU
. :l
z;t
>
U.S.C.S. Soil Classification
Standard Penetration Resistances
10
20
30 '0 50 60 70 80 90
...........
.:.';.':.'.
...........
.:..:.':.',
':::','::':::':.
05 J~\1t
...........
::.:: ~::.:: ~::.:: ~::.:'
0-9" Tan Clayey Sand
Finn to Loose,Tan-Brown, Silty Fine to
Medium Sand(SM)
55
J
I
07
16
Note: 20.8% Passing 200 Sieve on Sample #1.
55
T
. . . . Very Loose, Brown:Red, Clayey, Silty FinetO -
Medium Sand(SC)
55 . ,
55 Ii
...........................
........................
...........~
i""'--.......
'" 150/2
04
1 0 _, , ':" Very Soft, Brown-Grey, Fine Sandy, Silty
, , " Clay(CH)
""
""
~'
~ Partially Weathered Rock-Samples as a Very
~~ Dense, Tan-Olive-Gray, Slightly Clayey, Silty
Fine to Coarse Sand(SM) .
- -
Boring Tenninated At 15.0 Feet.
Groundwater encountered at 7.0 feet at the
time of boring. Groundwater encountered at
6.5 feet at 24-hours after boring.
01'
S5
15
20~
SS - Split Spoon Sample
25-
30-
35-
dn
~ i~ CI:,J i~ UJ
J: U.S.C.S. Soil Classification ~~ Standard Penetration Resistances . ::>
>- zi,
c..
w C> >
0 10 20 30 '0 50 60 70 6090
I 0-4" Graded Aggregate
Very Stiff, Red-Brown-Tan, Pine Sandy,
Clayey Silt(MH) 5S 26
I Partially Weathered Rock-Samples as a Very
05 Dense, Yellow-Tan-Brown to Olive-Gray, SS 50/6"1
I Slightly Clayey, Silty Pine to Coarse
Sand(SM) with gravel I
I
Note: 47.9% Passing 200 Sieve on Sample #3. 55 69
I 5S
10
I 'V I
-
I I
15 55 50/3 "I
I
I 20 55 s%j
Boring Terminated At 25.0 Feet.
I No groundwater encountered at the time of
boring. Groundwater encountered at 12.0 feet
at 24-hours after boring.
I 25 SS - Split Spoon Sample
I
I 30
I
I 35
I
~o
I
GRAVES
SOIL TEST BORING RECORD
BVGINEERING SERVICES
BORING NO. B-6
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 24+30 - Richmond Co., Georgia.
GRAVES PROJECT NO.: G-031025
Page 1 of 1
DA TE CQrvfPLETED: 07/08/03
GROUND SURFACE ELEVATION: 162.5' DRILLING METHOD: 2.25" LD. AUGER
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BORING NO. B-6A
SOIL TEST BORING RECORD
Page 1 of 1
GRAVES
ENGINEERING SERVICES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 27+15 - Richmond Co., Georgia
GRA VES PROJECf NO.: 0-031025
I GROUND SURFACE ELEV A TION: 166.0' I DRILLING METHOD: 2.25" LD. AUGER
DA TE CO~1PLETED: 08/05/03
~
:x:
I-
0..
'"
o
~~
(:l
~"~"~
~'"
, , ,
'" .. '" ..
~
. . . .
. . . .
. . . .
. . . .
05 - . . .
. . . .
. . . .
U.S.C.S. Soil Classification
CI:..J
~~
0-6" Tan Clayey Sand with rubble
Possible Fill-Firm, Tan-Brown-Gray, Fine
Sandy, Clayey SiltCMB) with rubble
Loose, Dark Brown, Silty Fine to Medium
Sand(SM) with organics
Very Loose, Gray, Clayey, Silty Fine to
Medium Sand(SC)
10 - . . .
::::::: Note: 34.1 % Passing 200 Sieve on Sample #4.
i~
Standard Penetration Resistances
'"
. ::>
Z;t
>
10 20 30 40 5060708090
55
u
07
07
01
SS ....
-.........................
~i"-..
I'-.t'--
........r--,.
.......IlSO/6.
Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown to Olive-Gray, Slightly
15 Clayey, Silty Fine to Coarse Sand(SM)
e
20
25-
30-
35-
40
,..
~
a-.
';<<JI
Auger Refusal Encountered At 21.0 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 14.0 feet
at 24-hours after boring.
SS - Split Spoon Sample
55
I.
!
55
55
55
o ~
4 ~s%
1
SOIL TEST BORING RECORD
GRAVES
BVGINEERING SERV7CES
BORING NO. E-7
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 30+00 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
Page 1 of 1
DA TE COMPLETED: 07/09/03
GROUND SURFACE ELEVATION: 161.0' DRll..LL"lG IvlliTHOD: 2.25" LD. AUGER
I
I
I
I
I
I
I
I
I
I
I
I
I.
05
15
20
25
30
35
~n
U.S.C.S. Soil Classification
~~ i~
0-12" Topsoil
Very Stiff, Red-Brown-Tan, Fine Sandy,
Clayey Silt(MH)
Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown to Olive-Gray, Slightly
Clayey, Silty Fine to Coarse Sand(SM)
55
55
55
55
55
Auger Refusal Encountered At 16.5 Feet.
No groundwater encountered at the time of
boring. Hole moist and caved at 6.75 feet at
24-hours after boring.
SS - Split Spoon Sample
Standard Penetration Resistances
L:J
.:>
Z;;!
>
o
to
20 30 '0 50 60 70 eo 90
29
67
50111
I
I
I
I
I
SOIL TEST BORING RECORD
GRAVES
BVGINEERING SERVICES
BORING NO. B-8
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 35+00 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
Page 1 of 1
DA TE COlYfPLETED: 07/09/03
GROUND SURFACE ELEV AnON: 158.0' DRILLING :tvfETHOD: 2.25" I.D. AUGER
I
I
I
1
1
I
1
I
I
I
1
I
1
10
15
20
25
30
35
,'n
U.S.C.S. Soil Classification
~ ~ i~
ill
. =>
Z;;!
>
Standard Penetration Resistances
10 20 30 '0 5060708090
0-12" Topsoil with rubble
Very Stiff, Red-Brown-Tan, Fine Sandy,
Clayey Silt(M:H)
22
55
sOle
Note: 77.2% Passing 200 Sieve on Sample #1.
LL=56, PI=18 on Sample #1.
55
44
Partially Weathered Rock-Samples as a Very
Dense, Tan-Yellow-Brown, Slightly Clayey,
Silty Fine to Coarse Sand(SM)
S5
61
v
55
50/6
55
Boring Tenninated At 15.0 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 10.0 feet
at 24-hours after boring.
SS - Split Spoon Sample
LL - Liquid Limit
PI - Plasticity Index
1
GRA YES
t BORING NO. B-9
I Page 1 of 1
I""
DATE COMPLETED: 07/09/03
SOIL TEST BORING RECORD
ENGINEERING SERVICES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 39+50(offset 20' north) - Richmond Co., Georgia
GRA YES PROJECT NO.: G-031025
\ GROUND SURFACE ELEV A TION: 161.0' I DRILLING METHOD: 2.25" J.D. AUGER
II ~ ~
>- ~ ~
c. Cl
I J ~ '. .', .'. ".
::::::::::.
II
I 05->
I
I
I
I
U.S.C.S. Soil Classification
~~
i ~ Standard Penetration Resistances
UJ
. ::>
z<t
>
o
10
20 30 40 50 60 70 8090
':.':.':.'.
...........
.:. .:. .:."
...........
.,'..:..:."
...........
.:. .... .:."
...........
.:.:::':.:::':.:::':.:
. ,',' "
0-12" Topsoil
Firm, Red-Brown, Clayey, Silty Fine to
Medium Sand(SC)
55
/~
1 1
-------
Very Loose, Brown-Red-Tan, Slightly Clayey,
Silty Fine to Medium Sand(SM)
55
04
y
55 ,
55 '\
"\~
~
02
~.
Stiff, Brown-Grey, Fine Sandy, Silty Clay(CL)
10..
10
II- Dense, Yellow-Brawn-Tan, Slightly
~ Clayey, Silty Fine Sand(SM)
15~ - -
Boring Tenninated At 15.0 Feet.
Groundwater encountered at 5.5 feet at the
time of boring. Groundwater encountered at
8.0 feet at 24-hours after boring.
55
37
I 20-
SS - Split Spoon Sample
I
I
I
1
I
1
1
25-
30 -
35-
~n
I
GRA YES
SOIL TEST BORING RECORD
ENGINEERING SERVICES
.
I
I
I ~
UJ
o
1
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 44+80 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
I GROUND SURFACE ELEVATION: 161.2' I DRll.-LING METHOD: 2.25" J.D. AUGER
BORING NO. B-IO
DA TE COMPLETED: 07/09/03
05
l~
10-1511 Topsoil
Very Stiff, Red-Brown-Tan, Fine Sandy,
Clayey Silt(MH)
Very Dense, Tan-Brown-Olive, Calyey, Silty
_ Fine to Coarse Sand(SC)
_Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown to Olive-Gray, Slightly
Clayey, Silty Fine to Coarse Sand(SM) with
i gravel .
10
U.S.C.S. Soil Classification
a:...
I!!~
<.
::
i~
Standard Penetration Resistances
UJ
. ::>
Z<t
>
10
20
30 ~o 50 60 70 eo 90
55
~"
'a
16
55
I
1
I
1
I
I
I
I
I
I
1
I
I
1
52
55
i'.,
........
......... SOlS"
55
C 50/4,.
15-
Auger Refusal Encountered At 14.0 Feet.
No groundwater encountered at the time of
boring. Hole moist and caved at 8.5 feet at 24-
hours after boring.
55
;
I
I
I
I
I
. aSOIO.;
I
~
20-
SS - Split Spoon Sample
25-
30 -
35-
40
1
GRAVES
SOIL TEST BORING RECORD
BVGINEERING SERVICES
.
. BORING NO. B-ll
I
0..\ TE CO~il'LETED:
II ~
>-
e>.
I ~
I
I
I
I
115
05
10
1
I 20
1
I
I
I
1
I
1
25-
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 50+00 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
I GROUND SURFACE ELEVATION: 163.2' I DRILLING METHOD: 2.25" 1.0. AUGER
07/09/03
l~
~~
~g
i~
UJ
. ::>
z~
>
U.S.C.S. Soil Classification
Standard Penetration Resistances
o
10
20
30 '0 50 60 70 eo 90
10-6" Tan Clayey Sand
Very Stiff, Red-Brown-Tan, Fine Sandy,
Clayey Silt(MH)
~ Partially Weathered Rock-Samples as a Very
~ Dense, Tan-Brown to Olive-Gray, Slightly
Clayey, Silty Fine to Coarse Sand(SM)
~
17
55
"'r--.
r--:--
-.......-N
50/6"
55
Note: 28.8% Passing 200 Sieve on Sample #5.
55
.)_50/1"
V......
Iw
,
\
\
~ .50/4"
':l]:[;::!]:[J
62
55
~
'V
55
~
~
~
4 5016'
55
Boring Terminated At 20.0 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 14.0 feet
at 24-hours after boring.
SS .: Split Spoon Sample
30 -
35-
~o
I
I
I
I ~
'"
o
I
I
I
1'0
GRA YES
BORING NO. B-llA
SOIL TEST BORING RECORD
ENGINEERING SERVICES
DA TE COMPLETED:
08/18/03
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 52+50 - Richmond Co., Georgia
GRA YES PROJECT NO.: G-031025
I GROUND SURFACE ELEV AnON: 162.0' I DRILLING lYfETHOD: 2.25" LD. AUGER
Page 1 of 1
:::;:::;:::;::.
.;..:.......
...........
.:. ':. ':.',
...........
':. ':. 'o'.-,
...........
':. .:. ':.",
. " ," 00
05
20-
25 -
30-
35-
~o
l~
~~
C:..J
~~
Standard Penetration Resistances
w
. ::>
z;i
>
I
1,5-
I
I
I
I
I
I
I
I
I
U.S.C.S. Soil Classification
o
'0
20
30 ~o 50 eo 70 8090
0-3" Topsoil
Firm, Red-Tan, Clayey, Silty Fine to Medium
Sand(SC)
Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown, Slightly Clayey, Silty
Fine to Coarse Sand(SM)
55
41___
r-....r--.
............
1"--ot'-1.50/S'
55
, 5
S5
USO/2'
SS
4 tSOIO.."
55
USO/3"
Boring Terminated At 15.0 Feet.
No groundwater encountered at the time of
boring.
SS - Split Spoon Sample
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GRA YES
BVGINEERING SERVICES
SOIL TEST BORING RECORD
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 55+00(offset 10' northwest) - Richmond Co., Georgia
GRA YES PROJECT NO.: G-031025
BORING NO. B-12
Page 1 of 1
DATE COMPLETED: 07/30-08/18/03 GROUND SURFACE ELEVATION: 162.5' DRll..UNG METHOD: 2.25" 1.0. AUGER
~
J:
>-
a.
CJ
o
05
10
15
20
U.S.C.S. Soil Classification
O-S" Topsoil
Very Stiff, Red-Brown-Tan, Fine Sandy,
Clayey Silt(MH)
Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown to Gray-Olive, Slightly
Clayey, Silty Fine to Coarse Sand(SM) with
gravel
Boring Tenninated At 16.5 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 5.0 feet at
24-hours after boring.
SS - Split Spoon Sample
Note: Auger refusal originally encountered at
25 9.5 feet on 07/30/03. Redrilled with larger rig
from 9.5 to 15 feet on 08/18/03.
30
35
':'0
t::.J
t::~
~::l
i~
Standard Penetration Resistances
CJ
. =>
Z;i,
>
10 20 30 .0 50 60 70809'
55
19
.....
50/4
55
-=
SS
50/1
S5
55
501::
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SOIL TEST BORING RECORD
GRA YES
ENGINEERING SERVICES
BORING NO. B-13
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 59+60(offset 10' northwest)- Richmond Co., Georgia
GRAVES PROJECT NO.: 0-031025
I GROUND SURFACE ELEVATION: 163.0' I DRILLING lvfETHOD: 2.25" LD. AUGER
DA TE COMPLETED: 07/30/03
J:
f0-
e..
UJ
o
i~
U.S.C.S. Soil Classification
~~
~~
Standard Penetration Resistances
UJ
.=>
z<!
>
~
o
10 20 30 40 ~o 60 708090
0-12" Topsoil
Very Firm to Dense, Yellow-Brown-Tan,
Slightly Clayey, Silty Fine Sand(SM)
55
24
~
05
55
49
v
55
50/2"j
I
10
55
l 50/6"1
~
55
lI50/1"
I
15-
Auger Refusal Encountered At 13.5 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 6.5 feet at
24-hours after boring.
20 - SS - Split Spoon Sample
25-
30 -
35-
40
I
GRAVES
SOIL 'fEST BORING RECORD
ENGINEERING SERVICES
.
I
I
I ~
i=
a..
w
o
I
I
I
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 66+00(offset 5' north) - Richmond Co., Georgia
GRAVES PROJECf NO.: G-031025
I GROUND SURFACE ELEVATION: 162.0' I DRILLING ~THOO: 2.25" 1.0. AUGER
BORING NO. B-14
OA TE COMPLETED: 07/30/03
~~
(:l
U.S.C.S. Soil Classification
~i1!
~g
i~
Standard Penetration Resistances
UJ
. :;)
z~
>
o
'0
20
30 ~o 50 60 70 eo 90
05
0_3" Topsoil
Possible Fill-Very Stiff, Red-Gray-Tan, Fine
Sandy, Clayey Silt(MH)
::::::.:::::::.::).::::::. V.ery F.irm, Tan-Brown-Gray, Slightly Clayey,
,:.:,:-':,:':"::';"::' Silty Fme Sand(SM)
Partially Weathered Rock-Samples as a Very
~ Dense, Brown-Tan, Slightly Clayey, Silty
'nn:. Fine to Coarse Sand(SM)
W.
55
C~
22
55
III
21
55
......................
r--..r--,.
......
......... 50/6"
I
I
I
I
I
I
I
I
I
I
I
I
10 -
Auger Refusal Encountered At 9.0 Feet.
No groundwater encountered at the time of
boring. Hole moist and caved at 8.0 feet at 24-
hours after boring.
55
~ 50/0.
. ,
15-
SS - Split Spoon Sample
55
20-
25-
30 -
35-
40
I
G RAVES
SOIL TEST BORING RECORD
ENGINEERING SERVICES
II BORING NO. B-14
Page 1 of 1
II DATE COMPLETED: 07/30/03
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 66+00(offset 5' north) - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
I GROUND SURFACE ELEVATION: 162.0' I DRILLING METHOD: 2.25" I.D. AUGER
II ~
o
I
I 05
I
110-
1
115-
~~
t:J
I 0-3" Topsoil
Possible Fill-Very Stiff, Red-Gray-Tan, Fine
Sandy, Clayey Silt(lvlli)
/":::'::'~::'::":::':: Very Firm, Tan-Brown-Gray, Slightly Clayey,
':::::':::::':/'::: Silty Fine Sand(SM)
Partially Weathered Rock-Samples as a Very
Dense, Brown-Tan, Slightly Clayey, Silty
Fine to Coarse Sand(SM)
U.S.C.S. Soil Classification
cr~
t!:!~
<c.
~
~~
Standard Penetration Resistances
'"
.=>
Z<i!
>
10 20 30 ~o 5060708090
55
14.
22
55
L
21
55
~r---..
................
r-...
""c aSO/6'
<< .50/0"
Auger Refusal Encountered At 9.0 Feet.
No groundwater encountered at the time of
boring. Hole moist and caved at 8.0 feet at 24-
hours after boring.
55
SS - Split Spoon Sample
55
20-
;
I 25- i
I
I 30-
I
35-
I
I 40
I
I
I
I !
w
a
I
I
I
110
I
I
I
I
I
I
I
I
I
I
I
GRA YES
BORING NO. B-14A
SOIL TEST BORING RECORD
BVGINEERING SERVICES
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 69+00 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
I GROUND SURFACE ELEVATION: 159.0' I DRILLING tvfETHOD: 2.25" J.D. AUGER
DATE COiYfPLETED: 08/18/03
l~
05
1~!~~
15-
20-
25-
30-
35-
40
U.S,C,S. Soil Classification
~~
<(,
::
i~
Standard Penetration Resistances
w
. ::>
z;i.
>
o
20
30 '0 50 60 70 80 PO
10
0" Topsoil
Possible Fill-Firm to Stiff, Red-Brown-Tan,
Fine Sandy, Clayey Silt(MH) with some shale
fragments
SS
07
SS
16
Very Firm to Firm, Tan-Brown-Olive, Slightly
Clayey, Silty Fine to Medium Sand(SM)
SS
23 I
i
SS
1 h ;
. I
Boring Terminated At 10.0 Feet.
No groundwater encountered at the time of
boring.
SS - Split Spoon Sample
I
GRAVES
BORING NO. B-15
SOIL TEST BORING RECORD
BVGINEERING SERVICES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 72+00 - Richmond Co., Georgia
GRA YES PROJECT NO,: G-031025
I GROUND SURFACE ELEVATION: 168.5' I DRILLING METHOD: 2,25" LD, AUGER
I
I
I ~
UJ
o
I
I
Page 1 of 1
DATE CO~1PLETED: 07/14/03
~~
<.?
U.S,C.S. Soil Classification
!~
':::':,,:':::':: 0-3" Topsoil
;;~:.~ ~~:(r~t Tan, Clayey, Silty Fine to Medium
:::::::. -
Loose, Brown-Tan, Silty Fine to Medium
Sand(SM)
05 - ' . ,
-------
Finn,Brown-Red, Slightly Clayey, Silty Fine
to Medium Sand(SM)
...........
':. ':. ....',
...........
10 - .:,:::,).:.:::.::
...........
':. .... 'o'."
...........
':. 'o'. .....:
1 ...........
':. .:. ':.':
...........
':. .:. 'o'.':
...........
..'. ':. '''.'o'
...........
':. ':. .....:
'::'::'::':, - - - - - - -
115- :::::):~::(::::- Finn, Tan-Brown, Silty Fine to Medium
::::::":::::::' Sand(SM)
':. ':. ':.',
...........
':. ':. ':.',
...........
I '.......':....
...........
'0". .,'. ':.',
...........
':. ':. ':'"
...........
I
I
I
".
I
~ Very Soft to Soft, Brown-Grey, Silty
20-~ Clay(CL)
~
~ - -
25
Boring Terminated At 25.0 Feet.
Groundwater encountered at 17.0 feet at the
time of boring and at 24-hours after boring.
30-
SS - Split Spoon Sample
I
I
I
I 40
35-
i~
Standard Penetration Resistances
UJ
. ::>
Z;;!
>
o
10
20
30 ~o 5060 70 e090
55
"
.I
\
\
13
. .
12
55
05
55
09
55
.
/
Jj
\
55
18
01
55
.
04
I
~
I~:~:~:~:
~~.. .. ..
~~ .. ..
30-
35-
~~
l:)
GRA YES
SOIL TEST BORING RECORD
BVGINEERING SERVlCES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 75+00 - Richmond Co., Georgia
GRA YES PROJECf NO.: G-031025
I GROUND SURFACE ELEV A TION: 161.5' I DRILLING Iv1ETHOD: 2.25" LD, AUGER
U.S.C,S. Soil Classification
~~
I BORING NO. B.16
Page 1 of 1
I DATE COMPLETED: 07/14/03
I ~
w
a
I
I 05 _~ ~~;~I~I~;(t~)ft, Brown-Grey, Fine Sandy.
I~
. . . .
I '::-::-::-: Loose, Dark Brown, Clayey, Silty Fine
10 _ ":":":" to Medium Sand(SC)
I
I 15
I
I 20-
I
I 25-
I
I
I
I
I 40
0-3" Topsoil
Possible Fill-Loose, Red-Brown, Slightly
Clayey, Silty Fine to Medium Sand(SM)
'V
Firm, Brown-Grey, Silty Clay(CL)
Boring Terminated At 15.0 Feet.
Groundwater encountered at 9.0 feet at the
time of boring. Groundwater encountered at
8,5 feet at 24-hours after boring.
SS - Split Spoon Sample
~~
Standard Penetration Resistances
w
. ::>
Z<!
>
, 0
20
30 40 50 60 70 eo 90
SS
/
04
10
88
S8 tI
02
88
4
06
S8
d~
07
I BORING NO. B-17
Page 1 of 1
I DATE COMPLETED: 07/18/03
Is
;::
0.
W
o
I
I
I
I
I
I
I
I 20
~
I~
I 25-11
I
~
~
I 30
I
35-
I
I
I
GRA VES
SOIL TEST BORING RECORD
BVGINEERING SERVICES
1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station S0+45 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
I
I GROUND SURFACE ELEVATION: 166,0' I DRILLING METHOD: 2.25" J.D. AUGER i
I
~~
Cl
. ~ I
Z;t.
> :
~~
~~
:::..J
Standard Penetration Resistances
U.S.C.S. Soil Classification
10
20
30 40 50 60 70 eo 10
':,.:':..:':..:':: 0-9" Topsoil
::"':~::":~::"::::". Finn, Brown, Silty Fine to Medium Sand(SM)
:'":.:'.:,:",:,~,: with organics
...........
J'
1/
55
14
~ Soft to Very Soft, Red-Tan-Brown-Gray, Fine
~ Sandy, Clayey Silt(MH)
1O-~
~
~
55
04
v
55 I ,
55 ,
03
01
::':::":::'::: Finn, Yellow-Brown-Tan, Slightly Clayey,
15-..,.,.. S'lt F' S d(SM)
}:~:::::~:::::~} I y me an
Partially Weathered Rock-Samples as a Very
Dense, Yellow-Tan-Brown, Slightly Clayey,
Silty Fine to Coarse Sand(SM)
~
55
..
............,
"'~
'.........
r-....
~ ~50/5'
55
10
55
. -50/2
~
55
1 ~50/0
Boring Terminated At 30.0 Feet.
Groundwater encountered at 4.0 feet at the
time of boring. Groundwater encountered at
6.5 feet at 24-hours after boring.
SS - Split Spoon Sample
40
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GRAVES
ENGINEERING SERVICES. INC.
CONE PENETROMETER TEST RECORD
PROJECT:
Raes Creek Trunk Line Sewer Replacement
TECNICIAN: W,W. Butler
LOCATION: Richmond County, GA STA 85 + 00
RORTNG NO.:
PROJECT NO.: G.031025
B.18 DATE: 07/09/2003
N
D h
S 'I CI 'fi
Penetration Resistance Values
I I 75" 2 d I 75" 3 d I 75"
Test 0, ept 01 aSSl IcatlOn st n r
I Surface Dark Brown Silty F-M Sand 3 4 4
2 I' Red -Brown F-M Sandy Clayey Silt 9 8 8
3 2' Red -Brown F-M Sandy Clayey Silt wi Quartz Gravel II 9 9
Auger refusal to gravel encountered at 25', Moved hole several times with auger refusal at same general depth
!
.
.~
Groundwater Level: 0
Note: The standard blow count is the average of the blow counts for the second and third increment.
I
I
I
I f
w
o
I
I
I
110
I
I
I
I
I
I
I
I
I
I
I 40
GRAVES
BORING NO. B-19
SOIL TEST BORING RECORD
ENGINEERING SERVICES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 90+00 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
I GROUND SURFACE ELEVATION: 163,0' I DRILLING rvfETHOD: 2.25" LD, AUGER
Page 1 of 1
DATE COMPLETED: 07/03/03
35-
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
""
05-""
, , , ,
""
""
""
""
""
15-
20-
25-
30-
IJ
~~
~
U.S.C.S, Soil Classification
0-6" Topsoil
Possible Fill-Loose, Brown-Red, Clayey, Silty
Fine to Medium Sand(SC) with organics
Soft to Very Soft, Dark Brown-Grey, Silty
Clay(CL)
Very Stiff, Gray- Yellow-Brown, Fine to
Medium Sandy, Silty Clay(CL)
Note: 81.7% Passing 200 Sieve on Sample #4.
Boring Terminated At 15.0 Feet.
Groundwater encountered at 5.5 feet at the
time of boring. Groundwater encountered at
5.0 feet at 24-hours after boring.
SS - Split Spoon Sample
D:..,J
~~
i~
Standard Penetration Resistances
W
.::>
Z;i,
>
10 . 20
30 ~o 50 60 70 8090
55 /1
y 5S
-
5S "
55 i'.
10
03
01
16
55
tt
17
I
SOIL TEST BORING RECORD
GRAVES
ENGINEERING SERVICES
BORING NO. B-20
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 9S+00(offset 10' south) - Richmond Co., Georgia
GRA YES PROJECf NO.: G-031025
Page 1 of 1
DA TE CO~1PLETED: 07/03/03
GROUND SURFACE ELEVATION: 168.5' DRILLING METHOD: 2.25" I.D, AUGER
I ~ ~~ i~ UJ
:I: U.S,C.S. Soil Classification Standard Penetration Resistances . :J
I- Z;t
Cl.
UJ >
0 0 10 20 30 '0 50 60 70 eo 90
I 0-3" Topsoil
Stiff, Brown-Tan-Red, Fine Sandy, Clayey
Silt(MH) SS 15
I
05 SS 13
I Firm, Brown-Tan, Silty Clay(CL) 07
5S
I S5 06
10
v
I -
------
I Very Stiff to Stiff, Gray-Tan-Brown-Olive,
Fine to Medium Sandy, Silty Clay(CL) SS 16
15
I
I 55 12
20
Boring Terminated At 20,0 Feet.
Groundwater encountered at 10.5 feet at the
I time of boring. Groundwater encountered at
11.0 feet at 24-houts after boring.
I 25 SS - Split Spoon Sample
I
I 30
I
I 35
I
40
I
I
I
I
I
I
I
110
I
I
I
I
I
I
I
I
I
I
I 40
SOIL TEST BORING RECORD
GRAVES
BVGINEERING SERVICES
BORING NO. B-2!
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 99+40(offset 10' south) - Richmond Co" Georgia
GRA YES PROJECT NO.: G-031025
I GROUND SURFACE ELEVATION: 160,0'1 DRILLING METHOD: 2.25" I.D, AUGER
DA TE COMPLETED: 07/03/03
~
\J
~~
(:l
U.S.C,S. Soil Classification
i~
i~
Standard Penetration Resistances
w
. =>
Z;;!
>
:I:
I-
0.
W
o
10 20
30 ~o 50 60 70 8090
0-6" Topsoil
Stiff to Very Stiff, Tan-Red-Brown, Fine
Sandy, Clayey Silt(MH)
55
.~
..
10
05_
~f to Very Stiff, Gray-Tan-Bro;n-6iTV'e, -
. Fine to Medium Sandy, Silty Clay(CL)
S5
18
S5
~
14
55
.
1 i
Boring Terminated At 10,0 Feet.
No groundwater encountered at the time of
boring or at 24-hburs after boring.
15-
SS - Split Spoon Sample
20-
25-
30-
35-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I 40
GRAVES
BORING NO. B-22
SOIL TEST BORING RECORD
ENGINEERING SERVICES
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement I
LOCATION: Station 104+25 - Richmond Co., Georgia i
GRA YES PROJECT NO.: G-031025 ;
I GROUND SURFACE ELEV AnON: 164,0' I DRILLING METHOD: 2.25" LD, AUGER i
wI
. ::l I
Z <i. I
> I
DATE COMPLETED: 07/03/03
~
J:
~
c..
w
o
...........
':. .:. ':.',
...........
':.':.':.'.
...........
':. ':. ':.',
...........
.....:..:...
...........
':. .:. ':."
...........
':. ':. ':.",
...........
':.':.':,',
. " " "
i~
'"
U.S.C.S. Soil Classification
~~
0-3" Topsoil
Firm, Red-Tan, Clayey, Silty Fine to Medium
Sand(SC)
m Firm, Tan-Brawn-Grey, Fine Sandy, Silty
05 -_ Clay(CL)
I
10-_
~
15
20-
25-
30-
35-
"'V
Dense, Yellow-Brown-Olive-Gray,
Slightly Clayey, Silty Fine Sand(SM)
Boring Terminated At 15,0 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 7.0 feet at
24-hours after boring.
SS - Split Spoon Sample
~~
Standard Penetration Resistances
55
0 10 20 30 40 50 60 70 8090
!
,
:
/' 20 I
i
I
05
I
\. I
05 I
,
07 i
"'r\
I
i
'b 31 :
I
55
55
55
5S
I
I
I
I ~
'"
o
I
I
I
110
I
115
1
I
I
I
I
I
I
I
I 40
BORING NO. B-23
SOIL TEST BORING RECORD
GRA YES
BVGINEEAING SER'v7CES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 111+00 - Richmond Co., Georgia
GRAVES PROJECT NO.: G-031025
1 GROUND SURFACE ELEVATION: 161.0-1 DRll..UNG NfETHOD: 2.25" J.D. AUGER
Page 1 of 1
DATE COMPLETED: 07/11/03
Stiff, Gray-Olive, Fine to Medium Sandy, Silty
Clay(CL)
-- .
Dense, Brown-Tan":Olive, Slightly Clayey,
Silty Fine Sand(SM)
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
. . . .
05-~
~
20-
25-
30-
35-
i~
I~ i~ w
U.S,C.S, Soil Classification Standard Penetration Resistances . ::>
Z;i,
>
0 10 20 30 '0 50 ~o 70 eo 90
0-12" Topsoil
Loose, Brown-Red, Clayey, Silty Fine to
Medium Sand(SC) with organics 55 06
'V
Very Soft to Soft, Brown-Grey, Silty Clay(CL) - 55 4Il 02
55
,,~
\
\
I\.
34
04
55
11
55
Boring Terminated At 15.0 Feet.
Groundwater encountered at 4.5 feet at the
time of boring. Groundwater encountered at
4.0 feet at 24-hours after boring.
SS - Split Spoon Sample
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I 40
GRA YES
BORING NO. B-24
SOIL TEST BORING RECORD
BlJGINEERING SERVICES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 115+00 - Richmond Co., Georgia
GRA YES PROJECT NO.: G-031025
I GROUND SURFACE ELEVATION: 158.0' I DRILLING tvfETHOD: 2.25" LD, AUGER
Page 1 of 1
DATE COMPLETED: 07/11/03
g,
~~
C)
~
~
~~~
~
05-~
J:
t-
o..
'"
o
U,S,C.S, Soil Classification
a:....
~~
0-12" Topsoil
Firm, Red-Brown-Tan, Fine Sandy,
Silt(MH)
Soft, Brown-Grey, Silty Clay(CL)
Clayey
y
. .. Loose, Gray, Clayey, Silty Fine to Medium
. ., Sand(SC)
... -------
:,:..;:.:<.:<.:.. Firm, Tan-Olive, Slightly Clayey, Silty Fine
':.:::.:.:::-:.:::.:.:: Sand(SM) _ _
Boring Terminated At 10.0 Feet.
Groundwater encountered at 5.0 feet at the
time of boring. Groundwater encountered at
6.0 feet at 24-hours after boring.
10
15-
20-
25-
30-
35-
SS - Split Spoon Sample
i~
55
55
55
55
Standard Penetration Resistances
w
. ::>
Z;i.
>
o
, 0
20
30 40 50 50 70 eo 90
r
05
t
03
~
'\'
07
14
I
GRAVES
SOIL TEST BORING RECORD
BVGINEERING SERVlCES
BORING NO. B-25
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 120+00(of alternate route) - Richmond CO" Georgia
GRAVES PROJECf NO.: G-031025
DATE COMPLETED: 07111/03
GROUND SURFACE ELEVATION: 160.5' DRILLING lYfETHOD: 2.25" I.D, AUGER
U.S.C.S. Soil Classification
~~ ~~
Standard Penetration Resistances
10 20 30 40 50 60 708090
w
. :>
Z;j,
>
0-4" Graded Aggregate
Soft, Red-Brown-Tan, Fine Sandy, Clayey
Silt(1vfH)
ss
03
Firm, Black-Gray, Fine Sandy, Silty Clay(CL)
Note: 61.0% Passing 200 Sieve on Sample #2.
LL=30, PI=14 on Sample #2.
Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown-Olive, Slightly Clayey,
Silty Fine to Coarse Sand(SM) with gravel
ss
07
y
ss
61
ss
50/3:
Boring Terminated At 10,0 Feet.
Groundwater encountered at 7.0 feet at the
time of boring. Hole moist and caved at 3.0
feet at 24-hours after boring
SS - Split Spoon Sample
LL - Liquid Limit
PI - Plasticity Index
ss
I
I
I
I
I
I 05
1
110
I
1 15
I
I 20
I
I 25
I
I
I
GRAVES
SOIL TEST BORING RECORD
BVGINEERING SERVICES
BORING NO. B-26
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 123+75 - Richmond Co., Georgia
GRA YES PROJECT NO.: G-031025
DATE CO~fPLETED: 07/11/03
GROUND SURFACE ELEVATION: 174,0'
DRILLING METHOD: 2.25" LD. AUGER
g,
i~
C)
U.S.C,S. Soil Classification
~~
i~
Standard Penetration Resistances
r
l-
e.
1:J
o
o
10
20
30 ~O 50 60 70 80 gO
w
. ::>
Z;;!
>
0-3" Topsoil
Very Firm, Yellow-Brown-Tan, Slightly
Clayey, Silty Fine Sand(SM)
Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown to Olive-Gray, Slightly
Clayey, Silty Fine to Coarse Sand(SM) with
gravel
ss
29
ss
50/6"
ss
50/6"
'V'
ss
50/2"
ss
SOlO"
Auger Refusal Encountered At 16.5 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 8.0 feet at
24-hours after boring.
SS - Split Spoon Sample
30
35
40
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GRA YES
SOIL TEST BORING RECORD
BVGINEERING SERVICES
BORING NO. B-26A
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 124+00(of alternate route) - Richmond Co., Georgia
GRA YES PROJECT NO,: G-031025
I GROUND SURFACE ELEVATION: 165.0' I DRILLING METHOD: 2.25" LD. AUGER
Page 1 of 1
DA TE CO~LETED: 08/05/03
~ i ~
:r
l-
n.
l'-l ~
0
~~ ~~
U.S.C.S. Soil Classification
Standard Penetration Resistances
w
. :;)
Z;;!
>
0" Topsoil
Fill-Loose, Red-Tan-Brown, Very Clayey,
Silty Fine to Medium Sand(SC)
10
20 30 ~O SO 60 70 e090
.
ss
T
05
:-: -: -: Fill-Loose, Gray, Slightly Silty Fine to Coarse
05 - <::::: Sand and Gravel(SW/GW)
. . .
~\.~ Firm, Gray-Tan-Brown, Fine Sandy, Clayey
~~'\ Silt(MH)
III~ Partially Weathered Rock-Samples as a Very
~ Dense, Brown-Tan-Gray, Slightly Clayey,
10- Silty Fine to Coarse Sand(SM) _
Auger Refusal Encountered At 10.5 Feet.
Groundwater encountered at 2.5 feet at the
time of boring.
t
ss
06
ss
~~
--..~
-- --1'-1"-
~r-05014
ss
07
15-
ss
SS - Split Spoon Sample
20-
25-
30-
35-
40
I
I
I
I
I
I 05
I
I
I
I
I
I
I
I
I
I
I
I
I ~o
GRAVES
SOIL TEST BORING RECORD
BVGINEERING SERVICES
BORING NO. B-27
Page 1 of 1
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 128+00(offset 6' south)- Richmond Co" Georgia
GRAVES PROJECT NO.: G-031025
I GROUND SURFACE ELEV AnON: 172.0' I DRILLING !v1ETHOD: 2.25" I.D, AUGER
DATE CO~iPLETED: 07/11/03
~
~~
<:l
U.S.C.S. Soil Classification
1m
~~
Standard Penetration Resistances
:r
l-
e..
'"
o
o
1 0
w
. :::>
Z;;i
>
20
30 co 50 60 70 8090
0-6" Topsoil
Stiff, Red-Brown-Tan, Fine Sandy, Clayey
S i I t (l'vffi)
Partially Weathered Rock-Samples as a Very
Dense, Tan-Brown to Olive-Gray, Slightly
Clayey, Silty Fine to Coarse Sand(SM)
'<iT
ss
09
ss
71
10.11
ss
50/4 "'
I
I
. 50/5";
ss
15-
Auger Refusal Encountered At 13.5 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 1.5 feet at
24-hours after boring.
ss
i
I
.~50/0",
20-
SS - Split Spoon Sample
25-
30-
35-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I 40
GRA YES
BORING NO. B-28
SOIL TEST BORING RECORD
BVGINEERING SERVICES
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 131+00 - Richmond Co., Georgia
GRA YES PROJECT NO.: G-031025
I GROUND SURFACE ELEVATION: 169.0' I DRll..LING METHOD: 2.25" 1.D, AUGER
Page 1 of 1
DA TE COI'v1PLETED: 08/05/03
~
l~
11
E
os-II
I~:::::::
~""",
" ... " ...
~"""
, , ,
... " '" ..
I
l-
e.
UJ
o
10
15-
20-
25-
30-
35-
U.S.C.S. Soil Classification
~~
0-4" Topsoil
Stiff to Firm, Brown-Tan, Fine to Medium
Sandy, Clayey Silt(MH)
Note: 71.5% Passing 200 Sieve on Sample #2.
LL=52, PI=18 on Sample #2.
V'
Partially Weathered Rock-Samples as a Very
Dense, Brown-Tan to Gray, Slightly Clayey,
Silty Fine to Coarse Sand(SM)
-
Auger Refusal Encountered At 11.5 Feet.
Groundwater encountered at 7.0 feet at the
time of boring. Groundwater encountered at
5.5 feet at 24-hours after boring.
SS - Split Spoon Sample
~~
55
55
58
88
Standard Penetration Resistances
w
. ::>
Z;t
>
o
, 0
20
30 '0 50 eo 70 eo 90
I
,
\k
-............
r-- r-- -.__
r- "'"'"1~50/f3
09
05
1 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GRA VES
SOIL TEST BORING RECORD
BVGINEERING SERVICES
BORING NO. B-29 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCATION: Station 133+25 - Richmond Co., Georgia
Page 1 of 1 GRA VES PROJECT NO,: G-031025
DATE COMPLETED: 08/05-18/03 I GROUND SURFACE ELEVATION: 171.5' 1 DRILLING METHOD: 2,25" I.D. AUGER
\S
J:
f-
Q.
W
o
~~
U,S,C.S. Soil Classification
a:.J
~~
~~
Standard Penetration Resistances
w
. ::>
z<t
>
10 20 30 '0 50 ~O 708090
I 0-9" Tan Sand with gravel
Stiff to Very Stiff, Red-Brown-Tan, Fine
Sandy, Clayey Silt(MH)
SS
09
05
58
19
Partially Weathered Rock-No Recovery
Auger Refusal Encountered At 6.5 Feet
Moderately Hard,Olive-Gray Chlorite Schist
Fissured at +/- 60 Degrees
(Rock Quality Designation = 0.65)
-
R
o
C
K
C
o
R
E
...
r--i""'-o._
-r-N
5010'
10 -
15-
Coring Terminated at 14.5 feet on 08/18/03.
No groundwater encountered at the time of
boring. Hole moist and caved a~ 6.0 feet at 24-
hours after original boring.
20-
SS - Split Spoon Sample
25-
30-
35-
40
BORING NO. B-30
I
I
I
I
I
I 05
I
I
I
I
I
I 20
I
I 25
I
I
I
I
I 40
Page 1 of 1
GRA YES
SOIL TEST BORING RECORD
ENGINEERING SERVICES
DATE COMPLETED: 07/11103
GROUND SURFACE ELEV A TrON: 180,0'
I
I
I
I
i
DRILLING METHOD: 2.25" J.D. AUGER I
z ~ I
> I
20 30 '0 50 60 70 6090
I
~
~~
\.?
J:
r-
0..
w
o
10
15
30
35
PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement
LOCA TrON: Station 142+50 - Richmond Co., Georgia
ORA YES PROJECT NO.: G-031025
U.S.C.S. Soil Classification
a:"J
~~
~~
Standard Penetration Resistances
10
0-6" Tan Sand with rubble
Very Stiff to Stiff, Red-Brown-Tan, Fine
Sandy, Clayey Silt(MH)
ss
"'IT
20
ss
13
ss
18
Partially Weathered Rock-Samples as a Very
Dense, Yellow-Tan-Brown to Olive-Gray,
Slightly Clayey, Silty Fine to Coarse
Sand(SM)
ss
Note: 32.8% Passing 200 Sieve on Sample #4.
ss
65
Boring Terminated At 20,0 Feet.
No groundwater encountered at the time of
boring. Groundwater encountered at 8.5 feet at
24-hours after boring.
ss
SS - Split Spoon Sample
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FIELD AND LABORATORY TESTING PROCEDURES
SOIL TEST BORINGS
Soil sampling and penetration testing were performed in general accordance with ASTM D 1586,
The borings were made by mechanically twisting a continuous steel flight hollow stem auger into the soil.
At regular intervals, soil samples obtained with a standard 1.4 inch I.D., two inch OD., split-barrel sampler.
The sampler was first seated six inches to penetrate any loose cuttings, then driven an additional foot with
blows of a 140-pound hammer falling 30 inches. The number of hammer blows required to drive the
sampler the final foot was recorded as the "penetration resistance". The penetration resistance, when
properly evaluated, is an index to the soil strength and foundation supporting capability.
Representative portions of the soil samples, obtained from the sampler, were placed in glass jars and
transported to our laboratory. In the laboratory, the samples were examined by an engineer to verify the
driller's field classifications. Test Boring Records are attached, graphically showing the soil descriptions
and penetration resistances. .
PERCENT FINES
For this test, each sample was dried and then washed over a No. 200 sieve. The percentage of soil by
weight passing the No. 200 sieve is the "Percent Fines" (the portion of the sample in the silt and clay size
range). This test was conducted in general accordance with ASTM D 1140. Materials finer than the
number 200 sieve were suspended in water and the grain size distribution computed from the time rate of
settlement of the different size particles. These tests were similar to those described by ASTM D 421 ,!-nd
D 422. The test results are summarized on the enclosed Soil Test Boring Records.
LIQUID AND PLASTIC LIMITS
Liquid Limit and Plastic Limit tests aid in the classification of the soils and provide an indication of the soil
behavior with moisture change. The Plasticity Index is bracketed by the Liquid Limit (LL) and the Plastic
Limit (PL). The Liquid Limit is the moisture content at which the soil will flow as a heavy viscous fluid, ~s
determined in accordance with ASTM D 423. The Plastic Limit is the moisture content at which the soIl
begins to lose its plasticity, as determined in accordance with ASTM D 424. The data obtained are
summarized on the enclosed Soil Test Boring Records.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-01.
A.
B.
c.
D.
SECTION TS-4
DE "V A TERING
GENERAL
RELATED DOCUMENTS
1. Drawings and general provIsions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
SUMMARY
1. This Section includes construction dewatering.
2. Related Sections include the following:
a. TS-3 Section "Excavation and Backfilling."
PERFORMANCE REQUIREMENTS
1. Dewatering Performance: Design, furnish, install, test, operate, monitor, and
maintain dewatering system of sufficient scope, size, and capacity to control
ground-water flow into excavations and permit construction to proceed on dry, stable
subgrades.
a. Maintain dewatering operations to ensure erosion control, stability of
excavations and constructed slopes, that excavation does not flood, and that
damage to subgrades and permanent structures is prevented.
b. . Prevent surface water from entering excavations by grading, dikes, or other
means,
c. Accomplish dewatering without damaging existing buildings adjacent to
excavation.
d. Remove dewatering system when no longer needed.
QUALITY ASSURANCE
1. Regulatory Requirements: Comply with Augusta, Georgia requirements for erosion
control with regard to water disposal.
TS-4- 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B.
E.
PROJECT CONDITIONS,
1. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or
others unless permitted in writing by Engineer and then only after arranging to
provide temporary utility services according to requirements indicated.
F.
Survey adjacent structures and improvements, employing a qualified professional engineer
or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly
identify benchmarks and record existing elevations.
1. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of
surveyed elevations for comparison with original elevations. Promptly notify
Engineer if changes in elevations occur or if cracks, sags, or other damage is evident
in adjacent construction.
-02.
PRODUCTS (Not Used)
-03.
EXECUT!ON
A.
PREPARATION
1. Protect structures, utilities, sidewalks, pavements, and other facilities from damage
caused by settlement, lateral movement, undermining, washout, and other hazards
created by dewatering operations.
a. Prevent surface water and subsurface or ground water from entering
excavations, from ponding on prepared subgrades, and from flooding site and
surrounding area.
b. Protect subgrades and foundation soils from softening and damage by rain or
water accumulation.
c. Protect all soil stock piles from damage due to rain or water accumulation. .
2. Install dewatering system to ensure minimum interference with roads, streets, walks,
and other adjacent occupied and used facilities.
a. Do not close or obstruct streets, walks, or other adjacent occupied or used
facilities without permission from Owner. Provide alternate routes around
closed or obstructed traffic ways.
INST ALLA TION
1. Install dewatering system utilizing wells, well points, or similar methods complete
with pump equipment, standby power and pumps, filter material gradation, valves,
appurtenances, water disposal, and surface-water controls where such system is
needed to control water.
TS-4- 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2, Before excavating below ground-water level, place system into operation to lower
water to specified levels. Operate system continuously until drains, sewers, and
structures have been constructed and fill materials have been placed, or until
dewatering is no longer required.
3. Provide an adequate system to lower and control ground water to permit excavation,
construction of structures, and placement of fill materials on dry subgrades. Install
sufficient dewatering equipment to drain water~bearing strata above and below
bottom of foundations, drains, sewers, and other excavations.
a. Do not permit open-sump pumping that leads to loss of fines, soil piping,
subgrade softening, and slope instability.
4. Reduce hydrostatic head in water-bearing strata below subgrade elevations of
foundations, drains, sewers, and other excavations.
a. Maintain piezometric water level a minimum of 24 inches below surface of
excavation.
5. Dispose of water removed by dewatering in a manner that avoids endangering public
health, property, and portions of work under construction or completed. Dispose of
water in a manner that avoids inconvenience to others. Provide sumps,
sedimentation tanks, and other flow-control devices as needed,
6. Provide standby equipment on-site, installed and available for immediate operation,
to maintain dewatering on continuous basis if any part of system becomes inadequate
or fails, If dewatering requirements are not satisfied due to inadequacy or failure of
dewatering system, restore damaged structures and foundation soils at no additional
expense to Owner.
a. Remove dewatering system from Project site on completion of dewatering.
Plug or fill well holes with sand or cut off and cap wells a minimum of 36
inches below overlying construction.
7. Damages: Promptly report and repair damages to adjacent facilities caused by
dewatering operations.
c.
OBSER V A TION WELLS
1. Provide, take measurements, and maintain observation wells or piezometers as may
be required to provide reliable information as to the effectiveness of the dewatering
system.
2, Observe and record daily elevation of ground water and piezometric water levels in
observation wells,
TS-4- 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. Repairorreplace, within 24 hours, observation wells that become inactive, damaged,
or destroyed. Suspend construction activities in areas where observation wells are
not functioning properly until reliable observations can be made. Add or remove
water from observation-well risers to demonstrate that observation wells are
functioning properly.
4. Fill observation wells, remove piezometers, and fill holes when dewatering is
completed.
END OF SECTION
TS-4- 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A.
B.
SECTION TS-S
TEMPORARY BYPASS PUMPING SYSTEMS
-01.
SCOPE
A.
Under this item the Contractor is required to furnish all materials, labor, equipment, power,
maintenance, etc. to implement a temporary pumping system for the purpose of diverting the
existing flow around the work area for the duration of the project.
B.
The design, installation and operation of the temporary pumping system shall be the
Contractor's responsibility. The Contractor shall employ the services of a vendor who can
demonstrate to the engineer that he specializes in the design and operation of temporary
bypass pumping systems. The vendor shall provide at least five (5) references of projects
of a similar size and complexity as this project performed by his firm within the past three
years. The bypass system shall meet the requirements of all codes and regulatory agencies
having jurisdiction.
-02.
REQUIREMENTS FOR SUBMITTING BIDS
The Contractor shall submit to the Engineer detailed plans and descriptions outlining all
provisions and precautions to be taken by the Contractor regarding the handling of existing
wastewater flows. This plan must be specific and complete, including such items as
schedules, locations, elevations, capacities of equipment, materials and all other incidental
items necessary and/or required to insure proper protection of the facilities, including
protection of the access and bypass pumping locations from damage due to the discharge
flows, and compliance with the requirements and permit conditions specified in these
Contract Documents. No construction shall begin until all provisions and requirements have
been reviewed by the Engineer.
The plan shall include but not limited to details of the following:
1. Staging areas for pumps;
2. Sewer plugging method and types of plugs;
3. Number, size, material, location and method of installation of suction piping;
4. Number, size, material, method of installation and location of installation of discharge
piping;
5. Bypass pump sizes, capacity, number of each size to be on site and power
requirements;
6. Calculations of static lift, friction losses, and flow velocity (pump curves showing
pump operating range shall be submitted);
7. Standby power generator size, location;
8, Downstream discharge plan;
TS-5-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-03.
A.
9. Method of protecting discharge manholes or structures from erosion and damage;
10. Thrust and restraint block sizes and locations;
11. Sections showing suction and discharge pipe depth, embedment, select fill and special
backfill;
12. Method of noise control for each pump and/or generator;
13. Any temporary pipe supports and anchoring required;
14. Design plans and computation for access to bypass pumping locations indicated on the
drawings;
IS. Calculations for selection of bypass pumping pipe size;
16. Schedule for installation of and maintenance of bypass pumping lines;
17. Plan indicating selection location of bypass pumping line locations,
EQUIPMENT
All pumps used shall be fully automatic self-priming units that do not require the use of
footvalves or vacuum pumps in the priming system, The pumps may be electric or diesel
powered. All pumps used must be constructed to allow dry running for long periods of time
to accommodate the cyclical nature of effluent flows,
1. The Contractor shall provide the necessary stop/start controls for each pump.
2. The Contractor shall include one stand-by pump of each size to be maintained on site.
Back-up pumps shall be on-line, isolated from the primary system by a valve.
3. Discharge Piping - In order to prevent the accidental spillage of flows all discharge
systems shall be temporarily constructed of rigid pipe with positive, restrained joints.
Under no circumstances will aluminum "irrigation" type piping or glued PVC pipe be
allowed. Discharge hose will only be allowed in short sections and by specific
permission from the Augusta Utilities Department.
-04.
SYSTEM DESCRIPTION
A.
Design Requirements:
1. Bypass pumping systems shall have sufficient capacity to pump a peak flow of 10,000
gpm. The Contractor shall provide all pipeline plugs, pumps of adequate size to
handle peak flow, and temporary discharge piping to ensure that the total flow of the
main can be safely diverted around the section to be repaired. Bypass pumping system
will be required to be operated 24 hours per day.
2. The Contractor shall have adequate standby equipment available and ready for
immediate operation and use in the event of an emergency or breakdown. One standby
TS-S-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B.
pump for each size pump utilized shall be installed at the mainline flow bypassing
locations, ready for use in the event of primary pump failure.
3. Bypass pumping system shall be capable of bypassing the flow around the work area
and of releasing any amount of flow up to full available flow into the work area as
necessary for satisfactory performances of work.
4. The Contractor shall make all arrangements for bypass pumping during the time when
the main is shut down for any reason. System must overcome any existing force main
pressure on discharge.
Performance Requirements:
1. It is essential to the operation of the existing sewerage system that there be no
interruption in the flow of sewage throughout the duration of the project. To this end,
the Contractor shall provide, maintain and operate all temporary facilities such as
dams, plugs, pumping equipment (both primary and back-up units as required),
conduits, all necessary power, and all other labor and equipment necessary to intercept
the sewage flow before it reaches the point where it would interfere with his work,
carry it past his work and return it to the existing sewer downstream of his work,
2. The design, installation and operation of the temporary pumping system shall be the
Contractor's responsibility. The bypass system shall meet the requirements of all codes
and regulatory agencies having jurisdiction.
3. The Contractor shall provide all necessary means to safely convey the sewage past the
work area. The Contractor will not be permitted to stop or impede the main flows
under any circumstances.
4. The Contractor shall maintain sewer flow around the work area in a manner that will
not cause surcharging of sewers, damage to sewers and that will protect public and
private property from damage and flooding.
a. The Contractor shall protect water resources wetlands and other natural
resources.
-05.
FIELD QUALITY CONTROL AND MAINTENANCE
A.
Test:
1. The Contractor sha1l perform leakage and pressure tests of the bypass pumping
discharge piping using clean water prior to actual operation. The engineer will be
given 24 hours notice prior to testing.
TS-S-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-06.
A.
-07.
A.
B.
2. Inspection:
a, Contractor shall inspect bypass pumping system every two hours to ensure that
the system is working correctly.
3. Maintenance Service:
a. The Contractor sha1l insure that the temporary pumping system is properly
maintained and a responsible operator shall be on hand at all times when pumps
are operating.
4. Extra Materials:
a. Spare parts for pumps and piping shall be kept on site as required.
b. Adequate hoisting equipment for each pump and accessories shall be maintained
on the site.
PREPARATION
Precautions
1. Contractor is responsible for locating any existing utilities in the area the Contractor
selects to locate the bypass pipelines. The Contractor shall locate his bypass pipelines
to minimize any disturbance to existing utilities and shall obtain approval of the
pipeline locations from the City and the Engineer. All costs associated with relocating
utilities and obtaining a1l approvals shall be paid by the Contractor.
2. During all bypass pumping operation, the Contractor shall protect the Pumping Station
and main and all local sewer lines from damage inflicted by any equipment. The
Contractor shall be responsible for all physical damage to the Pumping Station and
main and all local sewer lines caused by human or mechanical failure.
INST ALLA TION AND REMOVAL
The Contractor shall remove manhole sections or make connections to the existing sewer,
and construct temporary bypass pumping structures only at the access location indicated onl
I
the Drawings and as may be required to provide adequate suction conduit. ;
I
Plugging or blocking of sewage flows shall incorporate primary and secondary plugging
device. When plugging or blocking is no longer needed for performance and acceptance or
work, it is to be removed in a manner that permits the sewage flow to slowly return tq
normal without surge, to prevent surcharging or causing other major disturbances
downstream.
TS-S-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C. When working inside manhole or force main, the Contractor shall exercise caution and
comply with OSHA requirements when working in the presence of sewer gases, combustible
oxygen-deficient atmospheres, and confined spaces.
D. The installation of the bypass pipelines is prohibited in all saltmarsh/wetland areas. The
pipeline must be located off streets and sidewalks and on shoulders of the roads. When the
bypass pipeline crosses local streets and private driveways, the contractor must place the
bypass pipelines in trenches and cover with temporary pavement. Upon completion of the
bypass pumping operations, and after the receipt of written permission from the engineer, the
Contractor shall remove all the piping, restore all property to pre-construction condition and
restore all pavement. The Contractor is responsible for obtaining any approvals for
placement of the temporary pipeline within public ways from the City.
END OF SECTION
TS-5-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
SECTION TS-6
SANITARY SE\VER SYSTEM
-01.
STANDARDS FOR SANITARY SE\VER LINES:
A. COVER
1. Minimum cover to finished grade over sanitary sewer shall be four (4)
feet unless otherwise approved by the Augusta Utilities Department.
2. Maximum cover shall be 20 feet unless otherwise approved by the
Augusta Utilities Department.
B. HORIZONTAL SEPARATION
1. Ten (10) feet to water lines and storm sewer lines.
2. Fifteen (15) feet to buildings, top of bank of lakes/streams/creeks,
other structures (10 feet absolute minimum - only when unavoidable,
and pipe material is required to be DIP).
3. Ten (10) feet minimum separation to gas mains.
4. Ten (10) feet minimum to underground electric cable.
5. All separation distances above are edge to edge.
C. VERTICAL SEPARATION
Eighteen (18) inch minimum separation (edge to edge) between all pipes and
cables shall be maintained (6 inch absolute minimum separation with DIP)
D. LAYOUT
1. The Contractor is responsible for verifying the exact location, size
and material of any existing sewer facility proposed for connection or
use by the project.
2. Individual sewer services shall be a minimum of six (6) inches in
diameter and shall extend from the main and terminate with a clean-
out constructed at the edge of right-of-way. If the main is installed:
outside of the right-of-way, the services with clean-outs shall I
terminate at the edge of the permanent easement. Sewer lines.
installed parallel to lakes/streams/creeks shall leave a 25-foot
undisturbed buffer along the edge of the bank. The required service
lateral with clean-out shall be inspected by the Augusta Utilities
TS-6-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
Inspector prior to physical tie-in of pri vate service line. The use of
donuts or tying into the stack pipe of the clean-out is strictly
prohibited.
3. Under no circumstances shall house sewer services and water services
be laid in the same trench.
4. A drop manhole shall be provided for a sewer entering a manhole at
an elevation of 24-inches or more above the manhole invert. Where
the difference in elevation between the incoming sewer and the
manhole invert is less than 24-inches, the invert shall be filleted to
prevent solids deposition.
5. Where indicated on the plans, pipe stub-outs for the connection of
future sewers shall be provided during the construction of new
manholes. Each stub-out shall be plugged in the bell end of the stub-
out with plug approved by Augusta Utilities.
E.
SANIT AR Y SEWER MATERIAL
1. Pipe for sanitary sewers shall be polyvinyl chloride (PVC) or ductile
iron pipe (DIP) as outlined below. Standard pipe lengths not greater
than 20 feet shall be used. Force main pipe shall be of approved
C900-CL200 water pipe.
2. PVC pipe shall be manufactured from virgin resin conforming to
ASTM D-3034 (latest version) with minimum classification of SDR-
35. All ductile iron pipe and fittings shall be delivered to the job wit~
an internal lining of PROTECTO 401 ceramic epoxy applied in
accordance with the latest published specification for PROTECTO
401. Design methods shall conform to A WW A C ISO/ANSI A21.50
(latest version). DIP shall be Class 350 for 12" and smaller and Class
250 for 14" and larger.
3. All fittings shall be of the same quality and material as the pipe to be
used. Pipe classes shall be determined based upon the installation
and the use intended. Pipe shall be appropriately labeled on the
drawings. WYE fittings shall be utilized. TEE fittings and saddles
shall not be allowed. All DIP fittings shall be ductile iron or cast
1[on.
4. Aerial pipe shall be mechanical joint DIP or continuous weld,
TS-6-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
wrapped and coated steel pipe. Piers shall be placed at every joint
directly behind the bell. Site conditions may dictate construction
utilizing more stringent requirements than indicated in the standard
detai 1. Anchor collars shall be constructed on the pi pe whenever pi pe
grade is 20% or greater. Restrainers may be used in lieu of collars
when a particular brand and method are determined equivalent.
a. DIP shall be required in the following circumstances:
1) When sanitary sewer line has less than four (4) feet of
cover. Minimum depth of DIP is two (2) feet.
2) When a sanitary sewer line cross over storm pipe
(Must be one joint of DIP centered on the crossing)
3) When a sanitary sewer line passes laterally within one
(1) foot of a storm sewer line (Must be one joint of
DIP centered on the crossing).
4) When a sanitary sewer line is to have in excess of
eighteen (18) feet of fill.
5) When a sanitary sewer line is at the maximum slope
of 20%.
6) For last joint of pipe at all drop manholes greater than
three (3) feet.
7) When a sanitary sewer is less than six (6) feet under
a street.
8) The Utilities Director may mandate DIP in any
instances of off-site or on-site construction where
future abuse to the line is possible due to location or
circumstances, extensi ve length under pavement, or i n
private property away from right-of-way areas.
b. PVC shall be jointed with a rubber gasket and shall conform
to ASTM F477 (latest version) and manufacturer's
recommendations. Solvent weld is prohibited. DIP shall be
of the bell and spigot type wi th push-on joi nts conforming to
ANSI A21.11 (latest version) or mechanical joints.
c. Sewer Pipe Bedding:
1) Bedding requirements shall apply to sanitary sewe~
lines only. They are to be considered minimum
bedding requirements and as such, do not relieve the
Contractor of the responsibility to provide any
additional bedding necessary for proper construction.
TS-6-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2)
April, 2001
Bedding shall be carefully placed along the full width
of the trench so that the pipe is true to line and grade
of the pipe barrel. Bell holes shall be provided so as
to relieve pipe bells of all load, but small enough to
ensure that support is provided throughout the length
of pipe. Crushed stone embedment material shall
conform to ASTM C33, Graduation #57 (3/4" to #4).
Bedding material shall be placed underneath and be
carried up the sides of the pipe as specified below.
3)
Class B Bedding shall be performed by first
undercutting the trench an adequate amount to provide
bedding under the pipe bell. The trench shall then be
brought to grade with compacted crushed stone as
specified above for the full width of the trench. The
bedding material shall be placed in the zone four (4)
inches below the pipe and the pipe laid to line and
grade and backfilled with compacted crushed stone
placed the full width of the trench up to one-half the
outside diameter of the pipe. Select backfill placed in
six (6) inch layers and compacted shall be the backfill
from the springline of pipe to 18 inches above the
pipe. A minimum Class B Beddin~ shall be used for
all plastic pipes.
4)
Class C Bedding shall be performed by first
undercutting the trench an adequate amount to provide
bedding under the pipe bell. The trench shall then be
brought to grade with compacted crushed stone as
specified above for the full width of the trench. The
bedding material shall be placed in the zone four (4)
inches below the pipe and the pipe laid to line and
grade and backfilled with compacted crushed stone
placed the full width of the trench up to one-fourth the
outside diameter of the pipe. Select backfill placed in
six (6) inch layers and compacted shall be the backfill
from the bedding material to 18 inches above the pipe.
A minimum Class C Bedding shall be used for all
ductile iron pipes.
TS-6-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
d.
Jack and Bore Installations:
1) Casing pipe used with jack and bore shall be in
accordance with requirements of the Georgia
Department of Transportation (GDOT) or railway
speci fications.
e.
New sewers shall be tied-in to the existing sewers at locations
indicated on the plans. No lines smaller than six (6) inches
shall be tied to a sewer line or manhole. All tie-ins to existing
manholes shall be cored. The Contractor shall be responsi ble
for maintaining uninterrupted service of the sanitary sewer
during tie-in operations. No connection to existing sanitary
sewer shall be allowed until the proposed sewer line is
inspected and approved by the Augusta Utilities Department's
Inspector.
f.
Side sewers shall be installed where shown on the plans. A
side sewer consists of a sewer extending from a connection to
the street or main sewer to its connection to the house sewer
or other point. For new 8" through 12" diameter sewers, the
side sewer connection shall be constructed with a wye fitting
in the street sewer with a 45-degree elbow. For new 15" and
larger pipes, or existing sewers, the connection shall be made
by machine made tap and suitable saddle, unless otherwise
approved by the Augusta Utilities Department.
Belled pipe shall be laid with the bell end up grade and in
general, all pipe laying shall start and proceed up grade from
the point of connection at the street sewer or other starting
point. Pipe shall be laid in a straight line at a uniform grade
between fittings or on a uniform horizontal or vertical
curvature achieved by deflecting the pipe joints within the
manufacturer's recommended limits. The maximum
deflection permissible at anyone fitting shall not exceed 45
degrees. The maximum deflection of any combination of two
adjacent fittings shall not exceed 45 degrees unless straight
pipe not less than 21/2 feet in length be installed between such
adjacent fittings or unless one of such fittings is a wye branch
with a cleanout provided on the straight leg.
TS-6-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
g.
Material for transition (e.g., PVC to DIP) shall be indicated
and specified. Where offset of DIP is required, mechanical
joint DIP shall be installed with mechanical joint heavy body
DIP sleeves at the reconnections.
h.
Sanitary Sewer Manholes:
1) Precast manholes shall conform to the latest edition of
ASTM C-478 (five inch wall thickness). Use six (6)
inch wall thickness if manhole exceeds 20 feet in
depth. All holes for incoming and outgoing pipe will,
whenever possible, be precast, with pipe tie-in made
using PS 10 flexi ble gasket, manufactured by
PressSeal Gasket Corporation, or approved equal. In
the event of the necessity of cutting new holes, the
holes shall be machined cored neatly and carefully so
as not to damage the structural integrity of the
manhole and large enough to allow the insertion of a
flexible rubber boot. Precast holes shall be flexible
boot fitted.
2) Round manhole bases shall be sized to allow for
proper seat of the pipe to manhole connectors,
conforming to ASTM C923. Minimum round
manhole diameters shall be as follows:
Pipe <24 24" 30" 36" 42" 48" 54"
"
pVc/OIP 48" 60" 72" 84" 96" 120" 120"
3) Tindall T-Series bases or other pre-approved
alternative base configurations shall be an acceptable
alternative to the round bases specified above.
4) Barrel joints shall be tongue and groove with
performed plastic meeting the requirements of Federal
Specifications SS-S-00210, "Sealing Compound,
Preformed Plastic Pipe Joints" Type I, rope form, also
known as "Ram Neck." Eccentric manholes cones are
required. Inverts shall be constructed of 3,000 psi
plant mix. Manhole steps shall be installed in all
sections of each manhole as indicated on the
drawings. Frame and covers shall be cast or ductile
TS-6-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
iron and set in a bed of mortar on the top of the
manhole and completely grouted outside and wiped
smooth. Ring and cover shall be as shO\vn on plans or
approved equal. Cover shall read "Sanitary Sewer."
5)
The minimum diameter of manholes shall be 48
inches; larger diameters are required for large
diameter sewers. A minimum access diameter of 22-
1,4 inches shall be provided.
6)
Outside drop manholes shall be precast and
constructed for incoming lines having invert 24 inches
or more above the invert of the manhole outlet, with
DIP and tie rods per Augusta Utilities Department
Detail No. 14.08. Shallow manholes shall be precast
or Type B slab top precast and shall be constructed in
accordance with ASTM C-478 (latest version).
7)
Drop manholes should be constructed with an outside
drop connection. Inside drop connection (when
necessary) shall be secure to the interior wall of the
manhole and provide access for cleaning. Inside drop
connections shall be used only when approved by the
Utilities Department Engineering Division.
8)
Due to the unequal earth pressure that may result from
the backfilling operation in the vicinity of the
manhole, the entire outside drop connection shall be
encased in concrete. .
9)
A bench shall be provided on each side of any
manhole channel when the pipe diameter(s) are less
than the manhole diameter. The bench should be
sloped no less than 1/2 inch per foot (4 percent). No
lateral sewer, service connection, or drop manhole
pipe shall discharge onto the surface of the bench.
a) All construction material shall be first quality,
not previously used. Repair clamps are not
acceptable. Damaged or faulty pipe and
materials must be properly replaced. All
gaskets shall be new. When connecting to
TS-6-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
existing valves or fittings, gaskets shall be
replaced, not reused.
b) The Contractor shall provide a complete set of
shop drawings, which shall indicate the
Augusta Utilities Department's specific
material requirements. In general, material
requirements will be guided by the latest
versions of the specifications of A WW A and
ASTM.
-02.
CONSTRUCTION:
A. INST ALLA TION
Authorization must be obtained from the Augusta Utilities Department to
construct, alter or modify a sanitary sewer line. Construction of sewer
infrastructure will be authorized by the Utilities Department upon approval
of submitted plans and notification of the Augusta Utilities Department at
least 24 hours prior to starting construction (706-772-5503). Where sewer
lines will encroach public right-of-way, a Right-of-Way Encroachment
Permit approved by the Public Works Department is required prior to
construction. A Right-of-Way Encroachment Permit application is available
through the Public Works Department (706-821-1706).
Installation of sanitary sewer pipe and associated appurtenances shall be in
accordance with current ASTM specifications and manufacturer's
requirements for the specific product. Loading or unloading and storage of
pipe, fittings, valves, etc. shall be done such that to avoid damage. All pipe
shall be carefully examined before it is installed in the trench. Damaged pipe
or pipe which does not meet specification requirements shall be rejected and
removed from the work site. The interior of all pipe, fittings, valves, etc.
shall be kept free of dirt and foreign matter at all times. All piping shall be
placed in a dry trench with a stable bottom. Wet trench installation shall be
allowed only upon written approval of the Utilities Director.
Backfill shall be free of boulders and debris, and shall conform to Georgia
Department of Transportation Specifications. Sharp or rocky material
encountered in the base shall be replaced with proper bedding. Pipe shall be
laid on line and grade as designed. Pipe joints, gravity blocks, service
connections, and conflicts shall be left exposed until visually inspected and
approved by the Augusta Utilities Department's Inspector.
TS-6-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April,2001
All concrete cradles, saddles, or encasements shall be installed as shown on
the plans. These structures shall be constructed in strict accordance to the
details shown on the plans. Concrete shall have a 28 day compressive
strength of3,000 psi when tested in accordance with ASTM Specification C-
39.
All manholes indicated on the plans shall be furnished and installed by the
Contractor in strict accordance with the plans. The invert channels shall be
smooth and accurately shaped to the semicircular bottom conforming to the
inside of the adjacent sewer sections as shown on the plans. Changes in
direction of the sewer and entering branches shall have as long a radi us of the
true curvature as the size of the manhole will permit.
The top of manholes shall be topped out with brick as indicated on the plans.
The number of courses will depend on the required elevation of the top of the
manhole. The maximum number of brick courses allowed shall be three (3).
The camera inspection of new sewer lines will not be required, either at
installation or within the warranty period, unless the Owner deems it
necessary for problematic evaluation. For problematic evaluation, the Owner
may request that any amount or all of the new sewer line be inspected, either
during project construction or in the warranty period. The cost of all
requested camera inspections will be incurred by the Contractor. Upon the
Owner's request, sewer lines shall be inspected through the use of camera
inspection equipment with an Augusta Utilities Department inspector present.
The Contractor is to provide the Augusta Utilities Department with a color
VHS system videotape of the inside of every reach of the sanitary sewer
inspected. The tape shall record the manhole number to manhole numbe~,
date of recording, and distance from start of run. The tap shall include a
distance, and location description of every service line. The cost of vacuum
testing each manhole should be included in the unit price for each manhole.
1. Installation:
a. Sewer Pipe Laying: The pipe shall be laid with bell or groove
end upgrade. Pipe shall be tested for soundness, clear interior
and satisfactory joint surfaces before lowering the pipe into
the trench. Pipe shall be laid in straight lines and on uniform
grades between points where changes in alignment or grade I
are shown. The pipe barrel shall be uniformly bedded. The
line and invert grade of each pipe shall be checked from a top
line carried on batter boards not over 25 feet apart or by use
TS-6-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
of a laser beam target inserted in each joint. Pipes shall be
laid to form a smooth, uniform invert. A stopper shall be
installed in the pipe mouth when pipe laying is not in
progress.
PVC gravity sewer pipe and force main shall be installed in
accordance to ASTM D2321, latest version. Ductile iron
force main shall be installed in accordance with A WW A
C600, latest version.
b.
Backfilling Around Pipe: As soon as the joint material has
set, fine earth shall be carefully tamped around each joint, and
around and over the pipe to a depth of at least 2 feet above the
top of gravity pipelines. In addition, all PVC sewer pipe shal1
be bedded in selected material from the pipe centerline down
to a point 3 to 6 inches below the pipe invert. Selected
materials for this purpose shall be Class I or II soils as
specified in ASTM D2321. Reconstruction of any roadway
section or right-of-way shall be in accordance with the
Georgia Department of Transportation and City of Augusta
Specifications.
c.
Sewer Structures: Appurtenant sewer structures shall be
constructed according to one or more of the following
methods:
1) Masonry: Brick for manholes and other sewer
structures shall be laid with shove joints completell'
filIed with mortar. Horizontal joints shall not exceed
1/2 inch, vertical joints 1/4 inch on their interior face.
In circular structures, all brick shall be laid as header
with joints broken between courses. Interior joints
shall be struck or wiped smooth with the face of the
wall. The exterior of sanitary sewer manholes shall be
plastered to a thickness of at least 1/2 inch.
2) Laying: Brick and Concrete Block Work: Only clean
brick or block shall be used. The brick or block shall
be moistened by suitable means, as directed, until they
are neither so dryas to absorb water from the mortar,
nor so wet as to be slippery when laid.
TS-6-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
Each brick or block shall be laid in a full bed and joint
of mortar without repairing subsequent grouting,
flushing, or filling, and shall be thoroughly bonded as
directed.
3)
Plastering and Curing Brick or Block Masonry:
Outside faces of masonry shall be plastered with
mortar from 1/4 inch to 3/8 inch thick. If required, the
masonry shall be properly moistened prior to
application of the mortar. The plaster shall be
carefully spread and troweled so that all cracks are
thoroughly worked out. After hardening, the plaster
shall be carefully checked by being tapped for bond
and soundness. Unbonded or unsound plaster shall be
removed and replaced.
Masonry and plaster shall be protected from too rapid
drying by the use of burlap kept moist, or by other
approved means, and shall be protected from the
weather and frost, all as required.
4)
Manhole Inverts: Manhole flow channels shall be
constructed of concrete, sewer pipe, brick or precast,
and shall be of semicircular section. Each manhole
shall be provided with such channels for all
connecting sewers.
The inverts shall conform accurately to the size of the
adjoining pipes. Side inverts shall be curved and
main inverts (where direction changes) shall be laid
out in smooth curves of the longest possible radius
which is tangent to the centerlines of adjoining
sewers.
5)
Drop Manholes: Drop inlets shall be provided into
manholes on sanitary sewers for incoming lines
having inverts 2 feet or more above the inverts of the
manhole outlet lines. Drop pipe and fittings shall be
encased in masonry integral with the manhole and
extending from the manhole base to the top of the
incoming sewer. Diameter of drop manholes to be
four feet at a minimum.
TS-6-11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
6) Setting Manhole Frames and Covers: Manhole
frames shall be set with the tops conforming
accurately to the grade of the pavement or finished
concentric with the top of the masonry and in a full
bed of mortar so that the space between the top of the
manhole masonry and the bottom flange of the frame
shall be completely filled and made watertight. A
thick ring of mortar extending to the outer edge of the
masonry shall be placed all around the bottom flange.
The mortar shall be smoothly finished to be flush with
the top of the flange and have a slight slope to shed
water away from the frame. Manhole covers shall be
left in place in the frames on completion of other
work at the manholes.
7) Setting Precast Manholes Sections: Precast-
reinforced concrete manhole sections shall be set so as
to be vertical and with sections and steps in true
alignment.
All holes in sections, used for their handling, shall be
thoroughly plugged with mortar. The mortar shall be
1 part cement to 1 1/2 parts sand; mixed slightly damp
to the touch until it is dense and an excess of paste
appears on the surface; and then finished smooth and
flush with adjoining surfaces.
d.
Bulkheads and Flushing: The contractor shall build a tight
bulkhead in the pipeline where new work enters an existing
sewer. The bulkhead shall remain in place until its removal
is authorized by the Engineer.
Care shall be taken to prevent earth, water and other materials
from entering the pipe, and when pipe laying operations are
suspended, the Contractor shall maintain a suitable stopper in
the end of the pipe and also at openings for manholes. All
sanitary sewer, except building connections shall be flushed
with water in sufficient volume to obtain free flow through
each line. All obstructions shall be removed and all defects i
corrected. As soon as possible after the pipe and manholes
are completed on any line, the Contractor shall flush out the I
pipeline using a rubber ball ahead of the water. None of the
flushing water or debris shall be permitted to enter any
existing sewer.
TS-6-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
e.
Temporary Plugs: At all times when pipe laying is not
actually in progress, the open ends of the pipe shall be closed
by temporary watertight plugs or by other approved means.
If water is in the trench when work is resumed, the plug shall
not be removed until all danger of water entering the pipe has
passed.
f.
Joints and Structure Rightness: All pipe joints shall be made
as nearly watertight as practicable. There shall be no visible
leakage at the joints and there shall be no sand, silt, clay, or
soil of any description entering the pipelines at the joints.
Leaks in the pipelines which cause infiltration or exfiltration
to exceed limits herein specified shall be repaired by
replacing defective pipe. Grouting andJor caulking to repair
pipelines where excessive infiltration orexfiltration is evident
will not be permitted.
a
O'
Fittings and Stoppers: Branches and fittings shall be laid by
the Contractor as indicated on the drawings andJor as directed
by the Engineer. Open ends of pipe and branches shall be
closed with premolded gasket joint stoppers which conform
with the same requirements as pipe being used.
h.
Sewer Line Relation to Water Lines: Sewer lines and sewer
force mains in relation to water lines shall conform to "Ten
States S'tandard" Section 29.3 at a minimum. Sewer lines
shall have at least a 10 foot pipe-to-pipe horizontal separation
from known or proposed water mains. When a sewer crosses
under a water main, there shall be at least 18 inches from the
crown of the sewer line to the bottom of the water main.
In all cases where adequate vertical separation as stated above
cannot be achieved (or whenever sewer lines must be installed
to cross above a water main), both the water and sewer lines
shall be constructed of ductile iron pipe a distance of 10 feet
on each side of their intersection with one full length of water
main centered on the sewer line.
TS-6-13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April,2001
\.
Minimum Cover for Sewer Lines: Gravity sewer lines shall
have a minimum of 4 feet of cover at the crown of the pipe.
In cases where this minimum cover cannot be achieved,
ductile iron pipe shall be used.
J.
Detectable Tape: Detectable tape as manufactured by Reef
Industries of Houston, Texas, or equal shall be installed
during the backfill operation at a point 1 foot below the final
finished grade.
The detectable tape shall be a 5.5 mil composition film
containing one layer of metalized foil laminate between two
layers of inert plastic film specifically formulated for
prolonged use underground. The tape shall be highly resistant
to alkalis, acids and other destructi ve agents found in the
soils.
The detectable tape shall bear a continuous printed message
"Caution Sanitary Sewer Line Buried Below." The message
shall be printed in permanent ink formulated for prolonged
use underground. Letters shall be clearly legible and have a
minimum height of 1.2 inches.
k.
Boring and Jacking: Where required by the drawings, the
sanitary sewer line will be installed in a steel casing, placed
by boring and jacking.
Where boring is required under highways, the materials and
workmanship will be in accordance with the standards of the
Georgia Department of Transportation or local authority.
Boring and jacking under railroads will be governed by the
latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the
railroad involved.
1) Casing Pipe: The casing pipe shall conform to the
materials standards of ASTM Designation A252, with
minimum wall thickness of 0.219 inch. Steel pipe
will have a minimum yield strength of 35,000 psi.
Casing pipe shall be joined together with welded i
joints.
TS-6-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
2) Carrier Pipe: The carrier pipe shall be ductile iron as
specified herein.
3) Installation: The steel casing shall be installed by the
"Dry Bore and Jack" method. If voids develop or if
the bored hole diameter is greater than the outside
diameter of pipe by more than approximately 1 inch,
remedial measures will be taken as approved by the
Engineer.
When installing water lines through casing, the
Contractor shall mechanical joint pipe with retainer
glands throughout the length of the casing. The
sanitary sewer line shall be strapped to treated wooden
skids with metal straps throughout the length of the
casing. The empty space shall then be filled with sand
and the ends of the casing shall be sealed with brick
and mortar.
1. Force Main Installation: In general, sewer force main must be
installed in accordance with the water distribution system
specifications.
Polyvinyl chloride (PVC) force main must conform to ASTM
D-2241, latest version.
Ductile iron force main must conform to ASTM A-377, latest
version.
m. Removal and Replacement of Existing Pipe and Equipment:
where indicated on the drawings or required to properly place
the work under this contract, as approved by the Engineer, the
Contractor shall remove and replace such pipe lines and
equipment in a manner as approved by the Engineer.
2.
SEWER LINE AND MANHOLE TESTING:
a. Sewer Lines:
Upon completion of a section of the sewer, the Contractor
shall dewater it and conduct a satisfactory test to measure the
infiltration or exfiltration for at least three consecutive days.
The amount of infiltration including "Y" branches, and
connections shall not exceed 100 gallons per inch diameter
TS-6-15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
per mile of sewer pipe per 24 hours for gravity sewer pipe.
The amount of 50 gallons per inch diameter per mi Ie of sewer
per 24 hours shall not be exceeded for ductile iron pipe. The
Contractor shall be responsible for the satisfactory
watertightness of the entire section of sewer.
As required, suitable bulkheads shall be installed to permit the
test of the sewer. Where the ground water level is less than 1
foot above the top of the pipe at its upper end, or as directed
by the Engineer, the sewer shall be subjected to exfiltration
testing by plugging the pipe at the lower end and then filling
the pipelines and manholes with clean water to a height 4 feet
above the top of the sewer at its upper end. The leakage out
of the sewer, measured by the volume of the water necessary
to maintain meter level in the highest manhole, shall not
exceed 200 gallons per inch diameter per 24 hours per mile of
sewer for gravity sewer pipe. The amount of 50 gallons per
inch diameter per 24 hours per mile of sewer shall not be
exceeded for ductile iron pipe.
The sewer shall be tested before any connections are made to
buildings or to active sewers.
The Contractor shall construct such weirs and bulkheads as
may be required, shall furnish all water, labor, test plugs,
power, pumps, meters, and other equipment necessary for the
test to be properly made.
The Contractor may use a low pressure air test as an option to
the hydraulic infiltration/exfiltration leakage test for gravity
lines provided the Contractor established a correlation
between the air test results and the quantity of
infiltration/exfiltration actually being experienced by the line
and the allowable air pressure drop shall be that
corresponding to the allowable hydraulic leakage specified
previously in this section. Such a correlation is to be
established according to a procedure satisfactory to the
Engineer. The low pressure air test shall be performed in
accordance with the applicable sections of the Uni-Bell UNI-
B-6-98, latest version.
TS-6-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
April, 2001
b. Vacuum Testing Manholes:
All manholes shall be free of visible leakage and shall successfully
complete a vacuum test prior to acceptance.
Plugging all inlets and outlets: Plug all inlets and outlets, excluding
the manhole top access, using pneumatic or mechanical plugs. Plugs
shall be rated for the pressure required in the test. The Engineer or
Authorized Engineers representati ve shall be notified at least 48 hours
before tests are conducted.
Testing Equipment and Procedure: Contractor is to furnish all
necessary testing equipment and perform tests in a manner
satisfactory to the Engineer. Provide an arrangement of testing
equipment which will provide observable and accurate measurements
of air leakage under specified conditions. Gauges for the vacuum
testing shall be calibrated with a standardized testing gauge prior to
testing. The calibration shall either be witnessed by the Engineer or
Certified as being calibrated by licensed calibration technician.
After all of the plugs are in place and securely blocked, install the
manhole tester on the ring of the manhole and attach the vacuum
pump assembly suction hose to the manhole tester. Start the vacuum
pump and allow the pre-set rpm to stabilize. Open the inlet/outlet
valve and allow the vacuum pump to evacuate the manhole to five
pounds per square inch (5 psigv) or (10 inches Hg). Close the
inlet/outlet val ve and monitor the vacuum for the test period specified.
on the following table. The manhole will be considered acceptable
if the vacuum drops less than one half per square inch (0.5 psigv) or
(1 inch Hg) within the given test time.
TS-6-17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
END OF SECTION
April,2001
DEPTH TIME TIME TIME TIME
FEET SECONDS SECONDS SECONDS SECONDS
48-inch diam. 60-inch diam. n-inch diam. 120-inch diam.
8 20 26 33 65
!O 25 33 41 79
12 30 39 49 93
14 35 46 57 !O7
16 40 52 65 121
18 45 59 73 135
20 50 65 81 149
22 55 72 89 163
24 59 78 97 177
26 64 85 !O5 191
28 69 91 113 205
30 74 98 121 219
Time of Testing: The vacuum test shall be conducted after aU the
pipes and manholes have been backfilled, all final grading is
complete, and the base layer of asphalt has been spread.
Repairs: Repair or replace and retest, in a manner approved by the.
Engineer, any manhole not meeting the vacuum test requirements, at
no cost to the Owner.
Subsequent Failure: Infiltration of groundwater, following a
successful vacuum test as specified, should be considered good
evidence that the original test was in error or that subsequent failure
of the manhole has occurred. The Contractor wil1 correct such
failures in a manner approved by the Engineer and at no cost to the
Owner should this occur within the I-year warranty period.
TS-6-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-7
GRADED AGGREGATE BASE COURSE
-01.
SCOPE:
This section covers a graded aggregate base course to receive bituminous paving
under another section, complete.
-02.
GENERAL SPECIFICATIONS:
The graded aggregate base course shall conform to all applicable specifications of
Section 300 of the Standard Specifications for Roads and Bridges of the Georgia State Department
of Transportation, Latest Edition.
-03.
PREPARA TION OF SUBGRADE:
The subgrade to receive the graded aggregate base course shall be constructed in
accordance with requirements of Section 209 of the Standard Specifications for Roads and Bridges
of the Georgia State Department of Transportation.
-04.
MA TERIALS & CONSTRUCTION FOR BASE COURSE:
Materials and construction for the graded aggregate base course shall be in accordance with Section
310 of the Standard Specifications for Roads and Bridges of the Georgia State Department of
Transportation.
END OF SECTION
TS-7-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-8
BITUMINOUS PAVING
-01.
SCOPE:
This section covers the replacement of pavement for sewer line cuts in roads and
driveways, complete and asphalt overlay of existing roadways.
-02.
GENERAL:
After installation of the sanitary sewer lines and compaction requirements are met,
10" of graded aggregate base shall be installed and compacted in accordance with Section TS-4.
The top 2" of the graded aggregate base material shall be removed and replaced with Type "B"
asphalt binder upon installation of the asphalt cap. A 1-1/2" overlay of Type "F" asphalt will be
applied for a 50' width along transverse cuts and for the width of street in longitudinal cuts.
Asphalt driveway patches will be 2 inches thick on compacted subgrade. This also
applies to cuts through asphalt valley gutters.
-03.
SEASONAL LIMITATIONS:
No bituminous mixtures shall be applied for surface treatment between October 21st
and April 10th, except as directed by the Engineer.
-04.
"VEATHER LIMITATIONS:
Bituminous mixtures shall not be produced or placed during rainy weather, when the
subgrade or base course is frozen or shows any evidence of excess moisture nor when the moisture
on the surface to be paved would prevent proper bond nor when the air temperature is less than 45
degrees F. in the shade away from artificial heat..
-05.
APPLICABLE SPECIFICATIONS:
All work and materials required under this section of the specifications shall conform
to the applicable sections of the Standard Specifications of the Augusta Utilities Department
-06.
SUBGRADE:
The subgrade shall be prepared as specified under the sections of the above
specifications covering subgrade preparation.
-07.
SURFACE COURSE:
1. ASPHALT CONCRETE: The asphalt concrete mixture shall conform to the Georgia
Department of Transportation, Standard Specifications for Highway Construction, for Type
B asphalt binder for pavement patches and Type F asphalt concrete for pavement overlays.
The job mix shall be approved by the engineer and no material shall be used until approved.
2. TRANSPORTATION AND DELIVER Y: The mixture shall be transported from the mixing
plant to the point of use in approved vehicles. Loads shall not be of such size or weight as
TS-8-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
to interfere with the efficient operation of the spreader. Loads shall not be sent out so late
in the day as to prevent the completion of spreading and compaction of the mixture during
daylight, unless artificial light is provided. The mixture shall be delivered at a temperature
between 225 degrees F. and 325 degrees F. and within 20 degrees F. of temperature set at the
mixing plant.
3. SPREADING: Upon arrival at the point of dumping, the mixture shall be dumped into the
hopper and spread by mechanical pavers, true to line, grade and cross section specified and
to the loose depth that will secure the required compacted thickness of 1-1/2 inches. The hot
mixture shall be free from lumps and shall be spread while it is in a workable condition.
After the mixture has been screeded and before roller compaction is started, the surface shall
be checked, all fat spots and irregular areas removed and replaced with satisfactory material.
All irregularities in alignment and grade along the outside edge shall also be corrected by the
addition or removal of mixture before the edge is rolled.
4. COMPACTION: While the mixture is hot, it shall be compacted thoroughly and uniformly
by rolling. The surface of the compacted mixture shall be smooth, and true to crown and
grade. Any mixture that becomes loose or broken, mixed with dirt, or is in any way
defective, shall be removed and replaced with fresh hot mixture which shall be immediately
compacted to conform to the surrounding area. Any area showing an excess of bituminous
materials shall be removed and replaced, and the edges shall be kept to a reasonable straight
line and trimmed.
The density after compaction shall be at least 98 percent of the laboratory-determined
density.
5. PROTECTION OF PAVEMENT: The newly finished pavement shall be protected from
vehicular traffic of any kind until the pavement has cooled and hardened and in no case less
than 6 hours.
6. TOLERANCE: The finished surface shall not vary more than % inch in 10 feet from the true
profile and cross section.
-10.
TESTS:
The above work wil1 be subject to thickness and compaction tests as deemed
necessary by the Engineer. Such tests will be at the expense of the Contractor.
END OF SECTION
TS-8-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
j
SECTION TS-9
CURBS AND GUTTERS, CONCRETE
-01.
SCOPE:
This section covers construction of Portland cement concrete curbs and gutters,
complete.
-02.
CONCRETE:
Concrete and the equipment, workmanship and materials therefor shall conform to
the applicable requirements of the CONCRETE CONSTRUCTION section, except as hereinafter
specified. The maximum size of coarse aggregate shall be 11/2 inches and not less than 1 inch.
Concrete shall have a slump of nor more than 3 inches. The concrete mixtures shall have an air
content by volume of 4.5 percent, plus or minus 1.5 percent, based on measurement made on
concrete immediately after discharge from the mixer.
-03.
SUBGRADE PREPARATIONS:
The subgrade shall be constructed true to grade and cross section. The subgrade shall
be of materials equal in bearing quality to the subgrade under the adjacent roadway or street and shall
be placed and compacted to conform with applicable requirements of the specifications entitled
"Sand-Clay Base Course" with the following modifications. The subgrade for curb and gutter shall
extend in all cases at least 1 foot in width back of the curb or gutter or valley pavement. The
subgrade shall be tested for grade and cross section by means of a template extending the full width
of the curb, gutter, or combination curb and gutter. The subgrade shall be maintained in a smooth,
compacted condition, in conformity with the required section and established grade until the concrete
is placed. In cold weather, the sub grade shall be prepared and protected so as to produce a subgrade
free from frost when the concrete is deposited.
-04.
FORMS:
Forms shall be of wood or steel, straight, and of sufficient strength to resist springing.
during depositing and consolidating the concrete. The outside forms shall have a height equal to the
full depth of the curb or gutter. The inside form of curb shall have better as indicated and shall be
securely fastened to and supported by the outside form. Straight forms of wood shall be 2 inch
nominal surface plank, and of steel, shall be of approved section with a flat surface at the top.
Rigid forms shall be provided for curb returns except that benders or thin plank forms
may be used for curb or curb returns with a radius of 10 feet or more, when grade changes occur in
the return, or where the central angle is such that a rigid form with a central angle of 90 degrees
cannot be used. Back forms for curb may be made of Y2 inch benders, for the full height of the curb,
cleated together. Curb forms shall be carefully set to alignment and grade and to conform to the
dimensions of the curb. Forms shall be held rigidly in place by the use of stakes placed at intervals
not to exceed 4 feet. Clamps, spreaders, and braces shall be used where required to insure rigidity
in the forms. The forms on the front of the curb shall be removed not less than 2 hours nor more
than 6 hours after the concrete has been placed. Forms back of curb shall remain inplace until the
face and top of the curb have been finished as specified in the Finishing paragraph. Gutter forms
shall not be removed for 12 hours after the concrete has been placed. Forms shall not be removed
while the concrete is sufficiently plastic to slump in any direction. Forms shall be cleaned and
TS-9-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
coated with form oil each time before concrete is placed. Wood forms may, instead, be thoroughly
wetted with water before concrete is placed, except that with probable freezing temperatures, oiling
is mandatory.
-05.
JOINTS:
Expansion joints and contraction joints shall be constructed at right angles to the line
of curb, gutter, and combination curb and gutter. Dowels, tie-bars and reinforcement when required
will be shown on the plans and shall be installed in accordance with the applicable details.
1. CONTRACTION JOINTS: Contraction joints shall be constructed by mean so 1fa inch thick
separators, of a section conforming to the cross section of the curb, gutter, entrance
pavements, and combination curb and gutter. Contraction joints shall be so placed that
monolithic sections between curb returns will not be less than 5 feet nor greater than 15 feet
after the concrete has set sufficiently to preserve the width and shape of the joint. After
separator plates have been removed, all exposed edges of joints shall be rounded with the
proper edging tool to a radius of 1,4 inch.
2. EXPANSION JOINTS: Expansionjoints shall be formed by means of preformed expansion
joint filler material cut and shaped to the cross section of the curb, gutter, entrance, and
combination curb and gutter.
Expansionjoint filler, unless otherwise specified, shall conform to ASTM Standard D 1751-
60 or D 1752-60 or shall be resin-impregnated fiberboard conforming to the physical
requirements of ASTM Standard C1752-60. Expansionjoints shall be provided in curb and
combination curb and gutter at the ends of all returns. Expansion joints at least 1/2 inch in
width shall be provided at intervals not exceeding 50 feet. Expansion joints shall be
provided in nonreinforced concrete gutter at the locations indicated.
-06. CONSTRUCTION:
1. CURBS AND GUTIERS: Curbs, gutters and combination curb and gutters shall be of the
dimensions and sections shown on the drawings.
2. RECONSTRUCTION: Where the plans provide for reconstruction of existing curb,
combination curb and gutter and the limit of new work specified does not fall on a joint, the
entire section shall be removed and the new curb, combination curb and gutter or entrance
pavement shall join the old curb at the first join iine beyond the specified limit.
3. PLACING CONCRETE: The faces and adjacent edges of abutting rigid pavements and
structures shall be painted with an approved bituminous material prior to placing concrete.
Concrete shall be placed in the forms to the specified depth in 6 inch layers and thoroughly
consolidated by tamping and spading to that there are no rock pockets at forms, and mortar
entirely covers the top surfaces. Concrete may be compacted by means of mechanical
vi brators.
4. FINISHING: The edges of the gutter and top of the curb shall be rounded with an edging
tool to a radius of 1,4 inch and the surfaces shall be floated and finished with a smooth wood
float until true to grade and section and uniform in texture. The floated surfaces shall then
be brushed with a fine-hair brush with longitudinal strokes. Immediately after removing the
front curb form, the face of the curb shall be rubbed with a wood or concrete rubbing block
TS-9-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
and water until blemishes, form marks, and tool marks have been removed. The surface,
while still wet, shall be brushed in the same manner as the gutter and curb top. The top
surface of gutter and entrance shall be finished to grade with a wood float. Except at grade
changes or curves, the finished surfaces shall not vary, from the testing edge of a 10 foot
straightedge, more than 1/a inch for gutter and entrance and 14 inch for top and face of curb.
Irregularities exceeding the above shall be satisfactorily corrected. Visible surfaces and
edges of the finished curb, gutter, and combination curb and gutter shall be free of blemishes
and form and tool marks, and shall be uniform in color, shape, and appearance.
5. CURB FORMING MACHINES: Use of curb-forming machines for constructing curb and
gutter will be approved based on trial use on the job. Use of the equipment shall be
discontinued at any time during the construction if the equipment produces unsatisfactory
results, and the work shall be removed and reconstructed for the full length between regularly
scheduled joints. Removed portions shall be disposed of as directed.
-07.
CURING AND PROTECTION:
1. CURING: Immediately after the finishing operations, the exposed concrete surfaces shall
be cured by one of the following methods as the Contractor may elect:
A. Mat Method: The entire exposed surface shall be covered with cotton mats
conforming to Federal Specification CCC-C-467b having a combined weight of 14
ounces or more per square yard when dry. Mats shall overlap each other at least 6
inches. The mat shall be thoroughly wetted with water prior to placing on the
concrete surface and shall be kept continuously in a saturated condition and in
intimate contact with concrete for not less than seven days.
B. Impervious-Sheeting Method: The entire exposed surface shall be wetted with a fine
spray of water and then covered with waterproof paper conforming to ASTM
Standard C171-63, or with wetted polyethylene-coated burlap or polyethylene
sheeting conforming to the water-retention requirements of ASTM Standard C171-
63, polyethylene sheeting and polyethylene film bonded to burlap shall be not less
than 0.004 inch thick.
Sheets shall be laid directly on the concrete surface with a light-colored side up and
overlapped 12 inches when a continuous sheet is not used. The curing medium shall
not be less than 18 inches wider than the concrete surface to be cured and shall be
securely weighted down by placing a bank of moist earth on the edges just outside
the forms and over the transverse laps of form closed joints. Sheets shall be
satisfactorily repaired or replaced if damaged during curing. The curing medium
shall remain on the concrete surface to be cured for not less than seven days.
C. Membrane-Curin~ Method: The entire exposed surfaces shall be covered with a
pigmented membrane-forming curing compound. The curing compound shall be
applied in two coats by hand-operated pressure sprayers at the coverage of
approximately 200 square feet per gallon for both coats. The second coat shall be
applied in the direction approximately at right angles to the direction of application
of the first coat. The compound shall form a uniform continuous coherent film that
will not check, crack, or peel and shall be free from pin-holes or other imperfections.
Concrete surfaces that are subjected to heavy rainfall within three hours after the
during compound has been applied shall be resprayed by the method and at the
TS-9-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
coverage specified above at no additional cost to the Owner. Joint openings shall be
sealed at the top by inserting moistened paper or fiber rope or covering with strips of
waterproof paper prior to application of the curi ng compound, in a manner to prevent
the curing compound from entering the joint. Concrete surfaces to which membrane-
curing compounds have been applied shall be adequately protected for seven days
from pedestrian and vehicular traffic and from any other action which might disrupt
the continuity of the membrane. Any area covered with curing compound and
damaged by subsequent construction operations within the seven-day period shall be
resprayed as specified above at no additional expense to the Owner.
2. PROTECTION: After curing, debris shall be removed and the backfill shall be placed as
indicated. The completed curb, gutter, and combination curb and gutter shall be protected
from damage until accepted. The Contractor shall repair damaged concrete and clean
concrete discolored during construction. Curb, gutter, and combination curb and gutter that
are damaged shall be removed and reconstructed for the entire length between regularly
scheduled joints, not by refinishing the damaged portion. Removed damaged portions shall
be disposed of as directed.
-08.
SEALING JOINTS:
The sealing of expansion joints in curb and gutter sections will not be required. Any
expansion joint material protruding after the concrete is cured shall be trimmed flush with the
surface. Expansion joints in the valley pavement shall be sealed with an approved joint sealer,
conforming to Federal Specification SS-S-164. The joint opening shall be thoroughly cleaned of all
foreign material before the sealing material is placed. The sealing shall be done in such manner that
the material will not be spilled on the exposed surfaces of the concrete. Any excess material on the
exposed surfaces of the concrete shall be removed immediately and the exposed concrete surfaces
cleaned.
END OF SECTION
TS-9-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-IO
CONCRETE CONSTRUCTION
-01.
SCOPE:
This section covers concrete construction, complete, including reinforcement thereof.
-02.
FORMS:
Forms shall be of wood, metal, structural hardboard or other suitable material that
will produce the required surface finish. Forms placed for successive pours for continuous surfaces
shall be fitted to accurate alignment to assure a smooth completed surface free from irregularities,
and shall be sufficiently tight to prevent the loss of mortar. No forms shall be left permanently in
place'without approval of the Engineer. Holes resulting from removal of form ties shall be filled
solid within 12 hours after removal of forms with cement mortar.
-03.
REINFORCING AND EMBEDDED METALS:
Bar reinforcement shall be intermediate grade new billet steel conforming to the
requirements of the ASTM Designation A15. All bars 3fa inch and larger shall be deformed bars
conforming to ASTM Designation A30S. Detailing, fabrication and tagging of reinforcement shall
be done in accordance with ACI "Manual of Standard Practice for Detailing Reinforced Concrete
Structures" (ACI 315), except that where longer laps are indicated on the design drawings, the
drawings shall govern. Wire fabric reinforcement shall consist of steel wire conforming to the
requirements of ASTM Designation A18S. Anchor bolts and structural shapes shall conform to
ASTM Designation A36. Exposed surfaces of embedded steel shall be given one shop coat of Red
Lead Iron Oxide conforming for Federal Specification 'IT -P-86c, Type IT, unless otherwise noted on
the drawings. Anchor bolts and miscellaneous steel items to be embedded in concrete shall be
accurately placed in accordance with the drawings, and adequately secured in position to prevent
dislodgement during concrete placing operations. Anchor bolts shall be protected after concrete has
been placed and set by daubing with grease, wrapping with burlap, and covering bolts with wooden
boxes. '
-04.
CONCRETE:
All concrete shall be equivalent to ready mix concrete manufactured and delivered
in accordance with the requirements of ASTM Designation C94 and having a compressive strength
at 28 days of 3,000 psi, except as noted herein. The concrete manufacturer shall assume the
responsibility of the design of the concrete mix in accordance with Alternate No.2 of ASTM C94.
Air entrained concrete shall be used for all concrete.
TS-10-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. MATERIALS:
A. Cement: Cement shall be Type I or IA "Portland" cement, all one manufacturer,
conforming to ASTM, C150 or ASTM C175, respectively.
B. Aggregates: Aggregates shall conform to ASTM C33. Coarse aggregate shall be
crushed rock or gravel and graded from % inch to number 4 sieve for mass or
foundation concrete. Fine aggregate shall be natural sand.
C. Water: Mixing water shall be proportioned so that slump when measured with
standard slump cone does not exceed the following:
Slabs on grade
Footings
All others
Max. 4", Min. 3"
Max. 5", Min. 3"
Max. 6", Min. 3"
D. Joint Filler Strips: Premolded joint filler strips shall be resilient compressive,
bituminous and fiber materials saturated with at least 35 percent and not over 50
percent by weight of asphalt. Poured type joint composition for expansion joints
shall be elastic compound made up of asphalt and colloidal mineral fillers.
2. PLACING CONCRETE: Runways for wheeled equipment shall be provided to convey
concrete. Runways shall not be supported on the reinforcement. Concrete shall be placed
and compacted in layers not over 24 inches deep. Vibrators may be used provided they are
used under experienced supervision and the mixture is dry enough to prevent segregation.
Form vibrators shall not be used. Vibration shall not be used for transporting or moving
concrete inside forms. No more concrete shall be placed than can be consolidated and
finished the same day as placed. Free fall of concrete shall be limited so that no segregation
of materials occurs.
3. JOINTS: Construction joints not indicated on drawings shall be approved by the Engineer
in advance of pour. Joints in foundation walls shall be keyed. Before depositing the concrete
is resumed, the hardened surface shall be roughened, cleaned of foreign matter and
thoroughly wetted but not saturated. The cleaned and wetted surfaces shall be slushed with
a coating of neat cement grout against which the new concrete shall be placed before the
grout has attained its set.
4. FINISHING: After stripping forms, all voids and honeycombs shall be patched by chipping:
and scarifying the defective areas and treating it with an approved bonding agent. All such i
voids shall be patched, not merely plastered. Grout mixture shall consist of one part Portland i
cement and one part sand. Immediately following removal of forms, all fins and irregular:
projections shall be removed from all surfaces except from those which are not to be exposed:
or waterproofed. Slabs shall be struck-off and consolidated by approved machine or hand
methods, screeding and tamping concrete so that upon completion, the surface shall be true:
to grade as shown on drawings and free of surface voids. All floors shall have a monolithic,
steel trowel finish unless otherwise indicated on the drawings. Exterior walls shall be
compacted, screeded and floated to a true even surface with wood floats and then broomed.
END OF SECTION
TS-1O-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-01.
-02.
-03.
A.
SECTION TS-ll
GRASSING BERMUDA
GENERAL
A.
DESCRIPTION
1. This section covers the furnishing of all labor and materials and the
performance of all work required to assure the establishment of a temporary
cover of grass where required on all disturbed areas of the site not intended
for paving, and a dense permanent cover of grass on all disturbed areas of the
site owned by the City of Augusta which are not intended for paving.
PRODUCTS
A.
MATERIALS
1. The folIowing material shall be as specified by the "Standard Specifications,"
published by the State Department of Transportation of Georgia, latest
edition.
Agriculture Lime ................................. Article 882.02
Fertilizer ....................................... Article 891.01
Sod ........................................... Article 890.03
Seed ........................................... Article 890.01
EXECUTION
CONSTRUCTION
1. GROUND PREPARATION: Final grades shall be as existed prior to
construction. Washes, low spots and hillocks or windrows wilI be evened
and the bed will be smoothed to facilitate uniform drainage after
establishment of the turf. Graded surfaces will be maintained in a smooth
and even condition until the required cover is established.
2. After the areas to be grassed have been brought to an even and smooth grade,
they shall be thoroughly loosened to a depth of at least 6 inches by plowing,
discing, harrowing, or other approved methods until the tillage is acceptable
as suitable for planting. During tillage operation, the surface shall be cleared
of all roots, cable, wire, or other waste material which might hinder final
grading, planting, or subsequent maintenance operations. Any operations of
the Contractor, shall be smoothed our before grassing operations are begun.
TS-11-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. APPLICA TIO NO F FERTILIZER AND LIME: Ferti I izer shall be distri buted
uniformly at a rate of 1500 pounds per acre of commercial 6-12-12 analysis
fertilizer, and shall be incorporated into the soil to a depth of approximately
3 inches by discing, harrowing, or other approved methods. The
incorporation of fertilizer may be a part of the tillage operation specified
above, or a part of the hydroseeding procedure as described below.
4. Immediately following, or simultaneously with, the incorporation of fertilizer,
lime shal1 be distributed at the rate of 3000 pounds per acre, and shall be
incorporated into the soil to a depth of at least three inches by discing,
harrowing, or other acceptable methods. The incorporation of lime along
with the fertilizer may form a part of the tillage operation specified above.
5. Not less than 30 days after completion of seeding, the Contractor shall furnish
and apply Nitrate of Soda or Ammonium Sulphate to the planted areas.
Nitrate of Soda shall be a commercial product, containing not less than 16
percent Nitrogen and Ammonium Sulphate not less than 20 percent Nitrogen.
The Nitrogen fertilizer shall be uniformly spread and distributed with
approved equipment at a rate that will give not less than 60 pounds of
avai lable Nitrogen per acre. Other commercial types of ni trogenous material
may be substituted at the option of the Contractor. The time of application
shall be limited to the season of June through August.
B.
PERMANENT SEEDING
1. Between the dates of April 1 and June 1, Hulled Common Bermuda seed
shall be applied at a rate of 10 pounds of seed per acre.
2. Between the dates of October 1 and March 1, Unhulled Common Bermuda
seed shall be applied at a rate of 10 pounds of seed per acre.
3. If seeding is undertaken between September 15 and February 15, Un hulled
Common Bermuda seed shall be applied at a rate of 6 pounds of seed per acre
simultaneously with Rye seed at a rate of 28 pounds per acre.
4. Seed may be applied by means of a hydro-seeder or other means approved by
the Engineer.
5. Immediately after seeding operations have been completed, the areas shall be
compacted by means of a cultipacker, roller wood float, or other approved
equipment sufficiently weighted, or compacted by hand methods, to reduce
air pockets to a minimum. The complete planted area shall be left with a
firm, even surface, free from abrupt humps and hollows, and to the
established grade.
TS-11-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6. All areas seeded for temporary or permanent grass shall be uniformly
mulched with hay or straw at the rate of 2 1/2 tons per acre, except where
hydroseeding is employed using a cellulose mulch mixed with the seed and
fertilizer.
C. TEMPORARY GRASS: Temporary grass shall be used when directed by the
Engineer to control erosion where permanent grassing cannot be planted.
1. Temporary grass shall be a quick growing species such as rye grass suitable
to the area and season. Seeding shall be done in accordance with the
permanent grassing requirements above, except that ground preparation shall
be the minimum required to provide a seed bed where further grading will be
required. Areas that require no further grading shall be prepared as described
in "GROUND PREPARATION" above. Lime shall be omitted unless the
area will later be planted in permanent grass without further grading, in which
case lime shall be applied as described above. Fertilizer shall be applied at
the rate of 400 pounds per acre. Nitrogen shall be omitted.
2. In March or April of the following year, as soon as weather is suitable, all
areas planted in temporary grass which are owned by the City of Augusta
shall be thoroughly plowed up and grassed in accordance with the applicable
permanent grassing method described above.
3. MAINTENANCE: The Contractor shall erect necessary warning signs and
barriers, mow grassed areas, and repair or replace grassed areas failing to
show a uniform growth of grass or damaged by his operations, and shall
otherwise maintain the grass until final acceptance of the contract.
Replacement of dried out or damaged grass shall be at the Contractor's
expense.
D. ACCEPTANCE
1. Grassed areas will be accepted when a 95% cover by permanent grasses is
obtained and weeds are not dominant.
2. The work may be accepted in whole or in part as determined by the Engineer
and the Owner.
END OF SECTION
TS-11-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-12
EROSION, SEDIMENT A TION & POLLUTION CONTROL MEASURES
-01.
GENERAL:
This section covers erosion, sedimentation and storm water pollution control
measures as shown on the plan or required on the job and are intended to comply with the
requirements of the Georgia Environmental Protection Division's General Permit No. GAR 100002,
latest edition. For the purpose of this project and as referenced in the General Permit, the Owner and
the Contractor are considered the "Primary Permittee," and the Contractor and all his subcontractors
shall be considered the "Operator."
The measures shown on the plans and specified herein are minimum requirements
and may be augmented by the Engineer if positive control is not established for storm magnitudes
up to and including a 25 year rainfall event. These specifications and the corresponding plans do
not, in any way, relieve the Contractor of any obligations with respect to permits for wetlands, storm
water, stream buffers, flood plains or any other local, state or federal requirements.
-02.
CONSTRUCTION SCHEDULE:
The construction schedule is as shown on the Erosion, Sedimentation and Pollution
Control Plan.
-03.
DEFINITIONS:
All terms used in this section shall be interpreted in accordance with the definitions
set forth in the General Permit, some of which are restated as follows:
A. "Best Management Practices (BMP's)" means schedule of activities, prohibitions of
practices, maintenance procedures and other management practices to prevent or
reduce the pollution of waters of the state. BMP's also include treatment
requirements, operating procedures and practices to control site runoff, spillage or,
leaks, sludge or waste disposal or drainage from raw material storage.
B. "Buffer" means the area of land immediately adjacent to the banks of state waters in
its natural state of vegetation, which facilitates the protection of water quality and
aquatic habitat.
C. "Construction Activity" means the disturbance of soils associated with clearing,
grading, excavating, filling of land or other similar activities which may result in soil
erosIOn.
D. "Final Stabilization" means that all soil disturbing activities on the site have been
completed and that unpaved areas have a minimum of 95% uniform coverage by
permanent vegetation or equivalent permanent stabilization measures such as riprap,
gabions or permanent geotextiles have been employed.
TS-12-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
E.
"Grading" means altering ground surfaces to specified elevations, dimensions and/or
slopes; this includes stripping, cutting, filling, stockpiling and shaping or any
combination thereof.
F.
"Qualified Personnel" means a person who has successfully completed an erosion
and sediment control short course or an equivalent course approved by the
Environmental Protection Division (EPD) and the State Soil and Water Conservation
Commission.
G.
"Waters of the State" means any and all rivers, streams, creeks branches, lakes,
reservoirs, ponds, drainage systems, springs wells, wetlands and all other bodies of
surface or subsurface water, natural or artificial, lying within or forming a part of the
boundaries of the State which are not entirely confined and retained completely upon
the property of a single individual, partnership or corporation.
-04.
GENERAL PROCEDURES:
The Contractor shall utilize, at a minimum, Best Management Practices, including
sound construction practices to prevent and minimize erosion and resultant sedimentation, which are
consistent with and no less stringent than those practices contained in the "Manual.for Erosion and
Sediment Control in Georgia," published by the State Soil and Water Conservation Commission as
of January 1 of the year in which the land disturbing activity was permitted, as well as the following:
A. Stripping of vegetation, grading and other development acti vities shall be conducted
in such a manner as to minimize erosion. Earth areas which are not to be paved shall
be grassed at the earliest possible time during the construction phase, so as to
minimize exposure to rainfall and run-off.
B. Unnecessary cut and fill operations shall be kept to a minImUm, except that
temporary berms, wherever possible, should be constructed at the end of each day of
grading, in order to contain sediment and slow down erosion, should rainfall occur
during the night. Berms shaIl also be constructed, where needed, to prevent sediment
from being transported onto areas outside the actual construction limits.
C. Whenever feasible, existing natural vegetation shall be retained, protected and
supplemented.
D. Disturbed areas and the duration of exposure to erosi ve elements shall be kept to a
practicable minimum.
E. Temporary vegetation and/or mulching shall be employed to protect exposed critical
areas during development.
F. Permanent vegetation and structural erosion control measures shall be installed as
soon as practicable.
G. To the extent necessary, sediment in run-off water shaIl be trapped by the use of
debris basins, silt traps, silt barriers, or similar measures until the disturbed area is
stabilized.
TS-12-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
N.
o.
P.
-os.
H.
Adequate provisions shall be provided to minimize damage from surface water to the
cut face of excavations and the sloping surfaces of fills.
1.
Cuts and fills shall not endanger adjoining property.
J.
Fills shall not encroach upon natural water courses or constructed channels in a
manner so as to adversely affect other property owners.
K.
Construction equi pment shall cross flowing streams by means of bridges or cul verts,
except when such methods are not feasible, provided in any case that such crossings
shall be kept to a minimum and provided that the appropriate stream buffer variances
and wetlands approvals have been obtained from the Environmental Protection
Division (EPD) and the Corps of Engineers, respectively.
L.
Should the specified erosion, sedimentation and pollution control measures prove to
be inadequate, additional measures as directed by Engineer shall be provided for
treatment or control of any source of sediments. Additional adequate sedimentation
control facilities to retain sediments on site or to preclude sedimentation of adjacent
waters shall be implemented.
M.
Except when a prior variance has been obtained from EPD or where a drainage
structure must be constructed with adequate erosion control measures, no
construction activities shall be conducted within a 25 foot buffer along the tops of
banks on all state waters nor within a 50 foot buffer along the tops of banks on all
state waters classified as "trout streams." If required for construction purposes, a
buffer variance will be applied for by the Owner.
Whenever possible, proposed storm water piping systems and detention ponds shall
be constructed prior to other earth disturbing operations. The storm water piping and
detention system shall then be used as a means to control erosion and sediment on
the site.
Sediment basins of the temporary nature shall be constructed as shown on plans and
as required to retain sediment on the site. All temporary sediment basins shall be'
maintained in accordance with the "Manual for Erosion and Sediment Control in
Georgia," latest edition and then removed when final stabilization is attained.
Where erosion due to wind is likely to be of concern, trees or groups of trees and
bushes should be left standing, wherever possible, to serve as windbreaks.
ELEMENTS OF THE PLAN:
The minimum requirements for the prevention of erosion and sedimentation for this
site are depicted on the plans and specified herein. The elements of the plan are discussed as
follows, and are listed in chronological order, as far as is practical. The construction acti vities
should proceed in the order listed.
A. Remove all marketable timber from the limits of construction, rights-of-way, utility
easements, designated fill areas, and other areas to be cleared.
TS-12-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-06.
1.
J.
K.
B.
Begin clearing and grubbing operations only after silt barriers are installed.
Immediately after the area has been cleared for their placement, install dams, berms
and all other remaining erosion and sedimentation control measures as shown on the
drawings and specified herein. Care shall be taken not to clear and grub beyond the
construction limit.
c.
Contractor shall notify Engineer within 24 hours after the installation of the initial
soil erosion control measures so that the Engineer may inspect the measures in
accordance with the EPD General Permit.
D.
As grading operations commence, the topsoil shall be stripped and stockpiled in
mounds surrounded by berms. As mentioned above, berms or windrows shall be
constructed each afternoon at approximately 100 foot intervals across the graded
areas, except in the low-lying areas of the project. This action will tend to check
erosion should rainfall be experienced during the night.
E.
Construction on the sanitary and storm sewer lines should be commenced as soon as
grading operations have been substantially completed. The disturbed stri p along each
line which is located outside of a street right-of-way should be grassed immediately
upon the completion of trench backfilling, as described below.
F.
A graded depression around each catch basin on the site shall be used to contain
sediment during construction in accordance with the "Manual for Erosion and
Sediment Control in Georgia," latest edition.
G.
As soon as the graded areas which are not to be paved, to be built upon, or receive
underground utilities have been brought to final grade, three or four inches of topsoil
shall be spread over these areas. Grassing operations should begin immediately, as
described in the grassing specifications. Roadway shoulders and slopes shall receive
a similar treatment as soon as the installation of the utilities are complete.
H.
All grassing will be performed in accordance with the section of the specifications
titled "Grassing." Should seasonal limitations prevent the establishment of the
permanent grass cover, the area to be grassed shall be covered with temporary grass'
cover; then the permanent grass will be established as soon as its growing season is
reached.
The hay bale dams and silt fencing described above shall not be removed until the
surrounding pavement base material has been placed and is ready for priming and/or
areas are properly stabilized.
In no instance, shall any pollutants, hazardous waste or solid materials including
petroleum products, building materials, etc. be discharged to waters of the State.
All work shall be in accordance with good grading practice and shall conform to
accepted practices in Erosion Control.
INSPECTIONS, SAMPLING & MONITORING:
The Contractor shall be aware that the Owner may contract with a third party to
TS-12-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
perform additional site inspections of erosion, sedimentation and pollution control measures and also
procure samples of storm water runoff for testing in accordance with the requirements of the EPD
General Permit No. GAR 100002. Third party inspections and samplings shall not relieve the
Contractor of any obligations with respect to the plans, these specifications or that required by the
EPD General Permit GAR 100002. Should any inspections determine that there are deFiciencies in
the Contractor's work, then corrective action will be required as directed by the Engineer or Owner.
A. Contractor's Requirements. With respect to inspections, sampling and monitoring
for compliance with EPD General Permit, the Contractor shall, at a minimum, be
responsible for the following:
1. Each day when any type of construction activity has taken place on site,
qualified personnel provided by the Contractor shall inspect: a) all areas on
the site where petroleum products are stored, used or handled for spills and
leaks from vehicles and equipment; b) all locations on the site where vehicles
enter or exit the site for evidence of off-site sediment tracking; and c) all silt
retention basins, traps, barriers, etc. for evidence offailures, potential failures
or excess silt accumulation.
2. These inspections must also occur after each rainfall event on the site and
must be continued until such time that the project is complete and the site has
achieved final stabilization. The Contractor shall document these daily
inspections on a form provided by or approved by the Engineer and must
submit these forms weekly and after each rainfall event to the Owner's
designated representative. Additionally, should a deficiency in any of the
erosion control measures be noted, the Contractor shall notify the Engineer
within 24 hours.
3. Erosion and sedimentation control measures shall be inspected by a
representative of the Owner beginning with the first earth disturbing activity
and continuing through final stabilization of the project site. Storm water
monitoring, sampling and testing will be accomplished by personnel
representing the Owner beginning with the first earth disturbing activity and
continuing through final stabilization of the project site. The Contractor shall
allow the monitoring agency access to the site at all hours of the day by
providing a key to any locked gates and shall also coordinate these services
by notifying the monitoring agency when: a) the first rainfall event of 0.5 inch
or more in 24 hours occurs on the site after the soil erosion and sedimentation
control measures have been installed; and b) whenever a rainfall event greater
than 1 inch in 24 hours occurs on the site thereafter.
B. Subcontractor's Requirements: Subcontractors shall be considered as acting under
the direction of the Contractor in his role as the Operator under the EPD General
Permit. The Contractor shall insure that all subcontractors comply with the Permit.
Subcontractors shall be responsible, at a minimum, for the following:
1. Each day when any type of construction activity has taken place on his
portion of the site, the Subcontractor shall inspect: a) all areas on the site
where petroleum products are stored, used or handled for spills and leaks
TS-12-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
from vehicles and equipment; b) all locations on the site where vehicles enter
or exit the site for evidence of off-site sediment tracking; and c) all silt
retention basins, traps, barriers, etc. forevidence offailures, potential failures
or excess silt accumulation.
2.
These inspections must also occur after each rainfall event on the site and
must be continued until such time that the project is complete and the site has
achieved final stabilization.
3.
The Subcontractor shall immediately report any noted deficiencies to the
Contractor, who will take appropriate corrective action.
TS-12-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-13
FLO\V ABLE FILL
-01.
SCOPE:
The work covered by this section of specifications consists of furnishing all labor,
equipment, appliances, and materials, and in performing all operations in connection with the
installation of flowable fill work, complete, in strict accordance with this specification and the
applicable drawings, and subject to the terms and conditions of the Contract.
-02.
FLO\VABLE FILL MIX DESIGN:
The mixes fall into the categories of "very flowable" and "less flowable," which is
controlled by the amount of water that is added. The less flowable mix should be used when it is
desirable to put traffic back on a roadway quickly (usually 8 to 10 hours) or when being used to
backfill pipes which could "float" out of position due to the buoyant effect of the very flowable fill
mix. This mix will still self-consolidate around pipes without any "honeycomb" areas. Adding
water to flowable fill to obtain the desired plastic characteristics will not compromise the quality of
the hardened flowable fill.
Less Flowable Mix (Mix 1)
Weil!hts Volume
Min. 50 lbs Cement 0.25
Min. 600 lbs. Fly Ash 4.24
SSD 2500 lbs Sand 15.17
55gal. 458 lbs Chlorides Water 7.34
Total Cubic Feet 27
Reference
ASTM C150, Type I or II
ASTM C618, Class C
Clean, potable, < 500 ppm
Above values are based on specific gravities - cement 3.15, fly ash 2.27, sand 2.64,
and water 1.00. Anticipated unconfined compressive strength is 80 psi at 28 days and 150 psi at 56
days. For "very flowable" fill (Mix 2), add 10 gallons of water per cubic yard of Mix 1.
-03.
INST ALLA TION OF FLOW ABLE FILL:
The trench shall be prepared and the pipe joints placed as normal. There should be
at least 6 inches of flowable fill above any utility line. Once the pipe is covered, it will be
sufficiently anchored and if directed by the Owner's representative, water may be added to the
remaining flowable fill to ease placement without danger of floating the pipe. If it is important to
quickly return traffic to the roadway, the flowable fill mixture shall not be altered by the addition of
water.
TS-13-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The flowable fill may be discharged from the ready-mix truck into the space to be
filled, or by other methods approved by the Utilities Department representative. The mix may be
placed in part depth or full depth as conditions at the site dictate. Formed walls or other bulkheads
shall be constructed to withstand the mounded soil rather than wood or metal forms. When
backfilling utility lines, flowable fill shall be distributed evenly to prevent movement of the line.
The material is self-consolidating and there is no need to use vibrators. Finishing can
be accomplished with a square shovel if the fill surface is at the bottom of pavement or with a wood
float if the surface will be temporarily used as a finished surface.
Once the flowable fill is in the trench, the self-consolidating material displaces the
extra water not needed for maximum density. Provision shall be made for this "bleed water' to run
off and away from the surface of the hardening flowable fill (use of vapor barriers suc as plastic
sheets is not desired). The material will usually support foot traffic within an hour after the bleeding
ends. Typically, full traffic can be allowed on the hardened flowable fill within 8 to 20 hours
(depending on site conditions, volume to be backfilled, etc.). Without damage to the fill or any
structures below. If it is necessary to return traffic in less than 8 hours, or if there is concern that
traffic flow will "rut" the hardening flowable fill, steel plates shall be used to bridge over the
hardening flowable fill as directed by the Utilities Department representative. If the filled cavity is
too wide to bridge, steel plates shall be placed on top of the hardening flowable fill as soon as it is
able to support foot traffic (one hour after bleeding ends), and full traffic can be allowed without
damage to the fill or structure below.
As the extra water is displace from the consolidating flowable fill, there will be an
initial subsidence of about one-eighth (l/8) of an inch per vertical foot. Once the flowable fill
hardens, there will not be future settlement. The hardened flowable fill can be shaped to grade the
next day to allow the patch thickness required. The patch may be applied directly to the cured
flowable fill.
It will be the responsibility of the Contractor to furnish the necessary information to.
obtain approval ofthe mix design and to use the necessary construction techniques to assure that the
finished material will perform as intended.
END OF SECTION
TS-13-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-14
\V A TER DISTRIBUTION SYSTEM
-01.
SCOPE:
This section covers all work associated with the water distribution system.
-02.
GENERAL:
The Contractor/Developer is responsible for verifying the exact location, size and
material of any existing water facility proposed for connection or use by the project.
All work that occurs in the public right-of-way shall comply with the Augusta-
Richmond County Planning Commission "Development Documents" (latest version) and Public
Works Department' s Right-of-Way Encroachment Guidelines (latest version). Any field changes
that occur in the public right-of-way and are not specifically related to water or sewer items shall be
coordinated with the Public Works Department.
-03.
ST ANDARDS FOR \V A TER MAINS:
A. COVER
1. Standard depth of cover is 4 feet below existing and proposed road
surface (and areas designed for normal traffic loading) unless
otherwise approved by the Augusta Utilities Department.
2. Minimum cover to finished grade over water mains shall be 36
inches. Minimum cover under ditch bottoms shall be 24 inches.
These must be approved by the Augusta Utilities Department on a,
case-by-case basis.
B. HORIZONTAL SEPARATION
1. Ten (10) feet to any existing or proposed sanitary sewer/force main,
storm sewer or sewer manhole (less than 10 feet requires pipe
material to be Ductile Iron Pipe (DIP) for both Water Main and
Sewer/Force Main).
2. Fifteen (15) feet to buildings, top of bank of lakes/streams/creeks,
other structures (10 feet absolute minimum - only when unavoidable,
and pipe material is required to be DIP).
3. Ten (10) feet minimum separation to gas mains.
4. Ten (10) feet minimum to underground electric cable.
TS-14-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. Current Georgia EPD separation requirements.
6. All separation distances above are edge to edge.
C. VERTICAL SEPARATION
1. Water main shall cross over other pipes.
2. Eighteen (18) inch minimum separation (edge to edge) between all
pipes and cables shall be maintained (6 inch absolute minimum
separation with DIP) when conforming to Georgia EPD separation
requirements.
3. When water mains cross under sewers, additional measures shall be
taken. At least 18 inches of separation between the bottom of the
sewer and the top of the water main shall be provided. Adequate
structural support for the sewer to prevent deflection or settling on the
water main. The joint of water pipe shall be centered at the crossing.
Encasement of the water pipe in concrete shall also be considered.
-04.
PRODUCTS:
A. WATER MAIN MATERIAL
1. Water mains shall be either ductile iron pipe (DIP), polyvinyl chloride
(PVC), or galvanized pipe as outlined below. Any pipe, solder and
flux used during installation of the water lines and services must be
"lead-free" with not more than 8% lead in pipe and fittings, and not
more than 0.2% lead in solders and flux.
2. DIP shall be centrifugally cast and shall conform to A WW A
C150/ANSI A21.50 (latest version) for design and AWWA
C151/ANSI A21.51 (latest version) for manufacture. PVC pipe 6
inch to 12 inch diameter shall conform to A WW A C900 (latest
version). PVC pipe 14 inch to 36 inch diameter shall conform to
A WW A C905 (latest version).
3. For water mains 6" through 16", DIP Pressure Class 350 shall be
allowed. For water mains 18" through 24", DIP Pressure Class 300
shall be allowed. PVC C900 (most current date), Class 200, SDR-14
with cast iron equivalent O.D.s, gasket bell end with elastomeric
gaskets shall be allowed for water mains 6" through 10" (solvent
weld joints are not permitted). Galvanized pipe shall be seamless,
American made, Schedule 80 and shall conform with the ASTM
Specifications. Flanged DIP shall have threaded ductile iron flanges
and shall conform to the requirements of A WW A C115 (latest
TS-14-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
version). All flanges shall be Ductile Iron Class 150, ANSI B 16.5
(latest version). Flanges shall be flat faced and all joints shall use 1/8
inch black neoprene full-faced gaskets.
4.
Ductile iron pipe and fittings shall have bituminous coating outside
and shall be cement lined in accordance with AWWA C104/ANSI
A21.4 (latest version). DIP shall have 1/16" cement mortar lining
with rubber gasket push-on joints or mechanical joints. Mechanical
joint glands shall be ductile iron. Tee bolts and nuts shall be Cor-Ten
steel. Rubber gasket joints shall conform to A WW A C111/ANSI
A21.11 (latest version), and shall be furnished by the pipe
manufacturer with the pipe. A non-toxic vegetable soap lubricant
shall be supplied with the pipe in sufficient quantities for installing
the pipe. The lubricant shall be approved by NSF for use with
potable water mains.
5.
Pipe classes designated previously in this standard are minimum
allowed. Actual pipe class shall be determined based upon the
installation and the use intended. Pipe shall be appropriately labeled
on the drawings. All PVC pipe for potable water service shall bear
the approved stamp of the National Sanitation Foundation. Copper
wire (12 gauge, bare single strand) shall be attached along the top of
all buried PVC water lines, wrapped around service corporations and
stubbed up into all val ves boxes for locating purposes.
6.
DIP shall be required in the following circumstances:
a. Within 10 feet of sanitary and storm pipes.
b. Within 15 feet of structures (near side of concrete footing), or
top of bank of lakes/streams/creeks.
c. Crossings over or under sewers, gas and storm pipes with less
than 18 inches separation, with no joint allowed within 10
feet of crossing.
d. Beneath all paved areas, excluding driveways or sidewalks.
e. Within project boundaries of subdivisions with private roads
where the Utilities Department will take over the line for
operations and maintenance.
f. Along all state right-of-ways.
TS-14-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7.
The Utilities Director may mandate DIP in any instances of off-site
or on-site construction where future abuse to the line is possible due
to location or circumstances.
8.
Restrained Joints shal1 be DIP as fol1ows:
a. For 12-inch and Smal1er- Restrainedjoint shall be u.s. Pipe
Field Lok, American Ductile Iron Pipe Lok-Fast, EBAA Iron
Mega-Lug, or an equivalent product.
b. For 14-inch Diameter and Larger - Restrainedjoint shall be
u.s. Pipe TR Flex, American Ductile Iron Pipe Lok-Ring, or
eq ui valen t product.
c. Ifinserting in older cast iron pipe, the restrainedjoint shall be
as approved by the Augusta Utilities Department.
Retainer Glands/Mega-Lug shall not be considered a fitting.
The restraint method shall be suitable for the pipe size
thickness and test pressure as required for the specified design
case.
d. Jack and Bore Instal1ations:
Casing pipe used with jack and bore shall be in accordance
with requirements of the Georgia Department of
Transportation (GDOT) or railway specifications and
"Excavation and Backfilling" of these specifications. Carrier
pipe shall be restrained joint DlP as outlined in these
specifications.
Directional Bore Installations: Directional bores will be
considered as a viable alternative to jack and bore instal1ation
under Augusta-Richmond County roadways. The Utilities
Director will review each case for materials and construction
methods.
e. Mains may be tapped as long as the tapping line is smaller
than the tapped line unless otherwise approved by the
Augusta Utilities Department. Equal size line connections
approved by the Augusta Utilities Department shall require
that a tee be cut into the main where possible. Tees are also
required at locations dictated by the Utilities Director.
TS-14-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tapped connections in pipe and fittings shall be made in such
a manner as to provide a watertight joint and adequate
strength against pull-out.
Tapping Sleeves and Valve shall be ductile iron, mechanical
joint. Tapping sleeves and valves are required for all taps 4
inches and greater. Taps less than 4 inches shall be provided
with a service saddle meeting the requirements of these
specifications Valves shall be provided on all taps. Tapping
sleeves shall be a minimum of 6 feet from pipe joints.
f. Schedule 40 PVC shall only be used as sleeves for the
installation of service line tubing under all pavement areas.
Use in the water distribution system or other areas are not
acceptable.
g. Unspecified transitions from DIP to PVC are not allowed.
Material for transition shall be indicated and specified and
must be approved by the Augusta Utilities Department.
h. All construction material shall be first quality, not previously
used. Repair clamps are not acceptable. Damaged or faulty
pipe and materials must be properly replaced. All gaskets
shall be new. When connecting to existing valves or fittings,
gaskets shall be replaced, not reused.
B.
VALVES, FITTINGS AND APPURTENANCES
1. Gate valves, 4 inches to 16 inches, shall be the resilient seat type
conforming to A WW A CS09 (latest version). Valves larger than
16inches shall be gear operated butterfly valves, conforming to
A WW A C504 (latest version). Wafer valves shall not be accepted.
2. Valves shall OPEN LEFT if installed south of Gordon Highway (SR
10), or OPEN RIGHT if installed north of Gordon Highway. Valves
shall be provided with valve stem extensions to within 6 inches of
ground surface, where centerline of pipe to grade is greater than 4
feet.
3. Valve boxes shall be M&H E-2702, Mueller H10364 or approved
equal. Each valve box shall be slip-type to adjust for a minimum
cover of 36" bury. The flanged base of the valve box shall be at least
six (6) inches above the pipe so not to stress water lines 4" and
smaller. Extension pieces will be required for additional depth over
TS-14-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
valves. Extensions shall be M&H E-3120 or Mueller H-10375.
Covers shall have "WATER" cast on top.
4.
All valves, bends, tees, crosses and dead ends shall be restrained by
a mechanical restraint systems as outlined in these specifications, or
by use of a concrete thrust block in those instances that warrant such
an installation. Thrust blocks shall be poured-in-place concrete
having a minimum compressive strength of3,000 psi after 28 days of
cure time. All materials, fittings and appurtenances intended for use
in pressure pipe systems shall be constructed for a minimum working
pressure of 150 psi unless the specific application dictates a higher
working pressure requirement.
5.
Standard pressure pipe fittings of size four (4) inch ill and larger shall
be ductile iron conforming to A WW A C153 (latest version), with
mechanical joints unless flanged or restrained joints are required.
Gray cast-iron fittings are not allowed. Ductile iron fittings shall be
cement lined in accordance with A WW A C104 (latest version).
Mechanical joint fittings, 24 inches and smaller shall be rated for 350
psi working pressure. Flanged joint fittings 24 inches and smaller
shall be rated for 250 psi working pressure. All fittings 30 inches and
larger shall be rated for 250 psi working pressure. For sizes less than
four (4) inch ill, fittings shall be suitable to the pipe material and
application. Glands for mechanical joint fittings shall be ductile iron,
and tee bolts and nuts shall be Cor-Ten steel. Only bolt systems
furnished by the manufacturer for mechanical joints are acceptable;
nuts and bolts shall be new, not reused. Pipe gaskets shall be new as
supplied by the pipe manufacturer. All flanges shall be ductile iron
Class 150, ANSI B 16.5. All flanges shall be flat faced. Full face, 1/8
inch black neoprene gaskets shall be used on all flanged joints. All,
joints shall conform to A WW A el11 (latest version). Bolts, nuts and
washers for flanges shall be hot dip galvanized, except T-bolts shall
be Cor-Ten steel.
List of Specifications:
ANSI/AWWA C151/A21.51-96 4-FEB-1996 or latest version
American National Standard for Ductile-Iron Pipe, Centrifugally
Cast, for Water
ANSI/A WW A C150/A21.50-96 1996 or latest version
American National Standard for Thickness Design of Ductile-Iron
Pipe
TS-14-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ANSI! A WW A C 115/ A21.15-94 1994 or latest version
American National Standard for Flanged Ductile-Iron Pipe With
Threaded Flanges
ANSI!AWWA Cll1/A21.11-95 1995 or latest version
American National Standard for Rubber-Gasket Joints for Ductile-
Iron Pressure Pipe and Fittings
ANSI!A WW A C153-98 1998 or latest version
American National Standard for Ductile-Iron and Gray-Iron
Fittings, 3 in. through 48 in. (75 mm through 1200 mm), for Water
and Other Liquids
ANSI!A WW A C104/A21.4-95 1995 or latest version
American National Standard for Cement-Mortar Lining for
Ductile-Iron Pipe and Fittings for Water
C.
FIRE HYDRANTS
1. Fire hydrants shall be provided in all water mains, transmission and
distribution systems. Accepted models are Mueller#A-24018, M&H
Figure 29T A WW A Compression Type-Dry Top-Traffic Model 150
psi working pressure, 300 psi testing pressure. Kennedy K-81D will
also be accepted. All fire hydrants shall be ordered safety yellow
body with white bonnet and caps. Fire hydrants shall be spaced such
that the radi us of protection wi II not be more than 500 feet. In certain
areas, closer spacing may be required by the Fire Marshal.
2. Each hydrant shall be left turn opening and capable of delivering a
flow of at least 500 gallons per minute with a residual design pressure:
of not less than 20 psi, or a higher flow as required by the Fire
Marshal. Multiple fire hydrants with looped mains and/or larger main
sizes may be required to provide water for higher flow demand. Flow
tests shall be performed to verify the specified fire flow demand.
3. Fire hydrants shall be of the dry barrel break-away type conforming
to A WW A C502 (latest version), with two 2 1/2 inches threaded hose
nozzles and one 41/2 inch threaded pumper nozzle. Hose and pumper
nozzle threading shall be national standard. Show connection shall
be 6-inch mechanical joint. The center line of the nozzles shall be 18
inches above the finish grade. Hydrants shall have a 514 inch interior
valve opening and be restrained from hydrant to tee at the main. At
the discretion of the Utilities Director, additional protection for fire
hydrants shall be provided including but not limited to concrete filled
ductile iron traffic posts.
TS-14-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D.
4. Fire hydrant branches (from main to hydrant) shall be a minimum of
6 inches ill. Each branch shall be provided with a resilient seat gate
valve located as close as possible to the main. Hydrants shall be
located at or near road right-of-way lines with pumper nozzle
pointing toward the road. A clear zone around all fire hydrants shall
be adhered to, consisting of a 5 foot radius around the hydrant and 7
feet above the top of the hydrant. Maintain 15 feet minimum from
hydrant to all structures. Placement oflandscaping, fencing, etc. shall
be considered in order to meet this clear zone requirement.
List of Specifications:
ANSUA WW A C500-93 1993 or latest version
Metal-Seated Gate Valves for Water Supply Service (includes
addendum C500a-95
ANSUA WW A C502-94 1994 or latest version
Dry-Barrel Fire Hydrants (includes addendum C502a-95)
ANSI! A WW A C503-97 1997 or latest version
Wet-Barrel Fire Hydrants
ANSI! A WW A C504-94 1994 or latest version
Rubber-Sealed Butterfly Valves
ANSI!A WW A C507-99 1-DEC-1999 or latest version
Ball Valves 6 in. through 48 in. (150 mm through 1200 mm)
ANSI! A WW A C508-93 1993 or latest version
Swing-Check Valves for Waterworks Service, 2 in. (50mm)
Through 24 in. (600mm) NPS (includes addendum C508a-93
ANSI! A WW A C509-94 1994 or latest version
Resilient-Seated Gate Valves for Water-Supply Service (includes
addendum C509a-95)
ANSI! A WW A C550-90 1990 or latest version
Protective Epoxy Interior Coating for Valves and Hydrants
WATER SERVICE LINES AND TAPS
1. Tapping sleeves and tapping crosses shall be of a heavy body
ductile iron, mechanical joint suitable for a working pressure of
150 psi for sleeves and crosses larger than 14-inch (200 psi for
TS-14-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
sleeves and crosses equal to or less than 14-inch), as approved by
the Augusta Utilities Department.
2. No direct service taps shall be allowed. All service line taps shall be
supplied with corporation stops. Service line tubing shall be rolled
of soft continuous and seamless copper Type K conforming to
A WW A C800 and ASTM B-88 (latest version).
3. Corporation Stops and Main Connectors:
%" FB600 - 3 Ford or Equal
1" FB600 - 4 Ford or Equal
Taper Thread Inlet by Flare Copper Outlet
Eighth Bends:
%" LA02 - 33 Flare 1/8 Bend
%" LA04 - 33 Compression 1/8 Bend
1" LA02 - 44 Flare 1/8 Bend
1" LA04 - 44 Compression 1/8 Bend
4. Minimum size for residential use shall be one (1) inch. The service
line shall be laid in a straight line and be of a continuous piece of pipe
from corporation to curb cock. The curb cock shall be located 6
inches behind and 8 inches below the top of new curb or edge of
asphalt. Where service connects to DIP or any pressure-rated pipe,
service saddles must be used. Brass double strap tapping saddles
shall be used. U-bolt type straps are not acceptable. All water service
taps on the main shall be spaced at a minimum distance of 18 inches
apart and a minimum of 18 inches from a bell or fitting. If two or
more taps are required at a minimum spacing, they shall be offset 450
alternatively. Services greater than one (1) inch shall be seamless
galvanized. 2" services shall have two 2" 90-degree galvanized
elbows per Augusta Utilities' 2 Inch Water Service detail.
Services shall not exceed over 100 feet from the main to the meter. '
Where possible, meter shall be placed in unpaved area as close to the
water main as possible.
E.
METER INST ALLA TION
I
I
1. The Contractor shall furnish and install an approved meter box at the!
termination point of all water services, and maintain until such time'
as a meter is installed. Meters will be installed by Augusta Utilities
Department at the time services is required at the stub-out. Each unit
TS-14-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
within a residential building (i.e., duplex, triplex, etc.) shall have a
separate meter, unless prior approval is received by the Utilities
Director. Meter boxes for 11/2 inch and smaller meters are standard.
2-inch and larger shall be installed in a meter vault.
2.
Meter boxes shall be Rome type, 10" x 19" x 10" cast iron box and
lid. The top shall have cast ribs on the bottom side with four (4) legs
to prevent sliding movement. The box shall have a minimum weight
of 37 lbs., for meters 1 1/2 inch or smaller. Meter and curb stop shall
be fully encased by the meter box. Meter vaults (for meters 2 inch
and larger) shall be fabricated of masonry block or pre-cast rei nforced
concrete using 3,000 psi concrete and #4 rebar. The access hatch
shall be made of heavy duty aluminum, and shall be hinged and
lockable. The hatch shall be large enough for removal of the meter
but no smaller than 48" x 36". Wall dimensions shall allow 2 feet of
working clearance. Vault floors shall be no less than 4 inches thick
with 3,000 psi concrete and #4 rebar, with the meter located no less
than 18 inches off the floor. All meters will be provided and installed
by the Augusta Utilities Department. The meters remain the property
of the Augusta Utilities Department.
3.
Meters should generally be placed 18 inches inside the adjacent utility
easement that parallels the right-of-way. Where sidewalk, two feet
of clearance is required between the customer's side of the sidewalk
edge and the meter box. In developments where the property line is
not clearly defined (e.g., condominiums) the meter should be placed
for ready access as approved by the Augusta Utilities Department.
Meter and control valves shall be accessible and unobstructed for 4
feet in all directions. This shall include but not be limited to
transformers, telephone j unction boxes, walls, trees, etc. Meters shall
not be placed in areas that can be fenced, such as backyard. Meter
boxes shall not be placed in any asphalt or concrete surfaced areas
(sidewalks, driveways, curbs, etc.) unless approved in writing by
Augusta Utilities. For shopping centers, the developer's engineer
should give special consideration to meter layout so as to satisfy these
requirements. When no alternative is available but to locate in
asphalt, the top of box shall be flush with the asphalt surface. Meters]
shall not be located in low areas that normally receive storm water.!
The box shall also be located outside of parking stalls. The box and
lid should be traffic bearing, but located outside of a commonl~
trafficked area. I
TS-14-1O
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
F.
BACKFLOW PREVENTION DEVICES
1. Backflow prevention devices shall be provided, as required by the
Utilities Director and as set forth in these Standards. All irrigation
systems, water services and fire lines for dustrial/office/commercial
industrial/office/commercial, schools, mobile home parks, multi-
family residences and any other locations as determined by the
Utilities Director shall require suitable backflow prevention
assemblies on the customer side of service lines (domestic, irrigation,
and fire). Backflow devices shall be tested by a certified person and
the results furnished to the Augusta Utilities Department prior to any
water use. Residential development shall install a "Dual Check"
Backflow Device on the customer's side of service line at the point
of tie-in to the water meter. The plumber or builder tying service into
the set meter will submit the test results for the backflow prevention
device to the Augusta Utilities Department's Inspector prior to
acceptance and any water use.
2. Backflow prevention device assemblies shall be the latest approved
product of a manufacturer regularly engaged in the production of this
type equipment. All assemblies shall be as approved by the America
Society of Sanitary Engineering (ASSE), The American National
Standards Institute (ANSI), The American Water Works Association
(A WW A), Foundation for Cross Connection Control and Hydraulic
Research of the University of Southern California, and the Georgia
State Plumbing Code.
3. Type and size of assemblies shall be indicated on the drawings.
4. Backflow prevention device ownership and maintenance
responsibilities shall be as set forth in the appropriate ordinances.
The Contractor shall document that the backflow prevention device
has been tested by a qualified technician. A copy of the technician's
certification must be attached to the test results and submitted to the
Augusta Utilities Director.
List of Specifications:
ANSI! A WW A C51O-97 1997 or latest version
Double Check Valve Backflow-Prevention Assembly
ANSI! A WW A C511-97 1997 or latest version
Reduced-Pressure Principle Backflow-Prevention Assembly
TS-14-11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G. FIRE LINES
1. All fire lines shall have a detector check valve with a 5/8 inch by-
pass meter (to detect low flows) within the right-of-way or
dedicated easement. No exceptions to the by-pass meter
requirement shall be made regardless of sprinkler system type,
configuration, etc.
-05.
EXECUTION
A. CONSTRUCTION
1. WATER DISTRIDUTION SYSTEM INSTALLATION
a. Authorization must be obtained from the Augusta Utilities
Department to construct, alter or modify a water line.
Construction of water infrastructure will be authorized by the
Utilities Department upon approval of submitted plans and
notification of the Augusta Utilities Department at least 24
hours prior to starting construction (706-772-5503). Where
water lines will encroach public right-of-way, a Right-of-Way
Encroachment Permit approved by the Public Works
Department is required prior to construction. A Right-of-Way
Encroachment Permit application is available through the
Public Works Department (706-821-1706).
b. Installation of water mains and associated appurtenances shall
be in accordance with current A WW A specifications and
manufacturer's requirements for the specific product.
Loading or unloading and storage of pipe, fittings, valves, etc:
shall be done such that to avoid damage. The interior of all
pipe, fittings, valves, etc. shall be kept free of dirt and foreign
matter at all times. All piping shall be placed in a dry trench
with a stable bottom. Wet trench installation shall be allowed
only upon written approval of the Utilities Director.
c. Mechanical restraint systems shall be required at each fitting
involving a change of direction and as specified in the
approved plans. Concrete thrust blocks will be allowed in
lieu of mechanical restraint systems.
d. Backfill shall be free of boulders and debris, and shall
comform to Georgia Department of Transportation
TS-14-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Specifications. Sharp or rocky material encountered in the
base shall be replaced with proper bedding. Pipe shall be laid
on line and grade as designed. Pipe joints, gravity blocks,
service connections, and conflicts shall be left exposed until
visually inspected and approved by the Augusta Utilities
Department's Inspector.
e.
Fire hydrants shall be installed true and plumb with the center
of the pumper nozzle facing toward the road. Hydrants shall
not be placed in the sidewalk. The contractor will be
responsible for moving hydrants placed in sidewalks.
f.
All valves shall be placed according to plans. Valve stems
shall be installed plumb. Valve stem extensions are required
as described in these specifications. Air relief valves shall be
installed at all high points in the water main where air can
collect, as shown on the plans or as directed by Augusta
Utilities.
List of Specifications:
ANSI! A WW A C600-93 1993 or latest version
Installation of Ductile-Iron Water Mains and Their
Appurtenances
ANSI!A WW A C605-94 30-JAN-1994 or latest version
Underground Installation of Polyvinyl Chloride (PVC)
Pressure Pipe and Fittings for Water
ANSIJAWWA C512-92 1992 or latest version
Air Release, Air/Vacuum and Combination Air Valves for
Water Works Service
C1
O'
Handling and Storing of Materials: Unload pipe so as to
avoid deformation or other injury thereto. Place no pipe
within pipe of a larger size. Store pipe and fittings on sills
above storm drainage level and deliver for laying after the
trench is excavated. Valves shall be drained and so stored as
to protect them from freezing.
h.
Pipe Laying (General): The interior of the pipe shall be clean
and joint surfaces wiped clean and dry when the pipe is
lowered into trench. Lower each pipe, fitting and valve into
TS-14-13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the trench carefully and lay true to line and without
objectionable breaks in grade. The depth of cover below
finished grade shall be not less than 3 feet, or as shown on the
drawings. Gi ve all pipes a uniform bearing on the trench
bottom. Allow no trench water or dirt to enter the pipe after
laying. Insert a watertight plug in the open end of the piping
when pipe laying is not in progress.
1.
Boring and Jacking: Where required by the drawings, the
water line will be installed in a steel casing, placed by boring
and jacking. Where boring is required under highways or
city/county roads, the materials and workmanship will be in
accordance with the standards of the Georgia Department of
Transportation or local authority. Boring and jacking under
railroads will be governed by the latest A.R.E.A. Standards,
Part 5, "Pipelines" and those of the railroad involved.
(1) Casing Pipe: The casing pipe shall conform to the
materials standard of ASTM Designation A252, with
minimum wall thickness of 0.219 inch. Steel pipe
will have a minimum yield strength of 35,000 psi.
Casing pipe shall be joined together with welded
joints.
(2) Carrier Pipe: The carrier pipe shall be ductile iron as
specified herein.
(3) Installation: The steel casing shall be installed by the
"Dry Bore and Jack" method. If voids develop or if
the bored hole diameter is greater than the outside.
diameter of the pipe by more than approximately 1
inch, remedial measures will be taken as approved by
the Engineer.
When installing water line through casing, Contractor
shall use mechanical joint pipe with retained glands
through length of casing. The water main shall be
strapped to 8 foot long treated wooden skids with
metal straps throughout length of casing. The ends of
the casing shall be sealed with brick and mortar.
(4) Reaction Blocking: All plugs, caps, tees, bends and
other fittings shall be provided with adequate reaction
blocking as shown on the drawings. Reaction
blocking shall be made to bear directly against the
undisturbed trench wall. Where trench conditions are,
TS-14-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
in the opinion of the Engineer, unsuitable for reaction
blocking, the Contractor shall provide tied joints to
adequately anchor the piping as shown on the
drawings. All the rods and clamps shall be given a
bituminous protective coating.
J. Connection to Existing System: All connections to existing
mains shall be made under the direct supervision of the
Augusta Utilities Department's Inspector. Valves on existing
mains shall be operated by or under direct supervision of
Augusta Utilities Department personnel. Tapping sleeves and
val ves shall be pressure tested prior to tapping. If service to
existing customers must be cut off, the Augusta Utilities
Department shall be notified at least three (3) days in advance
to make necessary notifications. The Contractor shall
disinfect and secure appropriate Utilities Department
clearances and samples for any service interruptions which
occur as a result of a Contract request for shut down or error.
The clearances shall be obtained within 72 hours of
reacti vation.
If cut-off of service is required, the Contractor shall be ready
to proceed with as much material pre-assembled as possible
at the site to minimize the length of service interruption.
Augusta Utilities reserves the right to postpone service cut-off
if, in the opinion of the Utilities Director, the Contractor is
not ready to proceed on schedule. No customer should be
without water for more than four (4) hours. The
Owner/Developer shall arrange for temporary services to
Customer if water will be shut off for more than four hours.
Local chlorination will be required for all pipe and fittings
used to complete connections with the potable water system.
Tapping sleeves and valves shall be chlorinated in accordance
with A WW A requirements. All wet taps shall be witnessed
by the Augusta Utilities Department's Inspector.
B.
CLEANING AND FLUSlllNG
1. Upon completion of installation, the mains shall be flushed and the:
water disposed of without creating a nuisance. Flushing must achieve
a minimum water velocity of 2.5 fps in all portions of the pipe. The I
duration of the flushing will be determined by the Augusta Utilities.
Department's Inspector. If, in the opinion of the Augusta Utilities
Department's Inspector, there is insufficient water available for
proper flushing, the Contractor shall clean the lines by pigging. No
TS-14-15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
flushing or cleaning shall take place without an Augusta Utilities
representative present. The existing mains that the new mains are
connected to may be required to be flushed under the direction of the
Augusta Utilities Department when service is restored.
c.
TESTING AND DISlt~FECTION
1. Pressure and Leakage Testing: Before any work will be accepted for
payment, the Contractor will fill the piping with water, open outlet as
necessary for expelling the entrapped air. No fire hydrant shall be
opened full force during charging operations. Thereafter, furnish the
necessary equipment and test the piping under the supervision of the
Engineer for a period of at least 4 hours at not less than 1.25 times the
design pressure in pounds per square inch, based upon the highest
elevation of the section under test. Pressure testing shall be in
accordance with the latest A WW A Standard C600, Section 4.1. at 1.5
times the working pressure at the point of testing. Inspect all joints,
and remedy to the satisfaction of the Engineer any defects discovered.
Continue the test until all visible leaks have been eliminated from the
part of the system under test, and the pressure remains constant with
a maximum pressure drop of 5 psi for the duration of the test.
2. All water mains shall be leak tested. The Contractor shall provide all
equipment, materials and labor necessary for pressure and leak
testing. This test must be observed by an Augusta Utilities
Department representative and the design engineer. A pumping
pressure of 200 psi must be supplied at the expense of the Contractor.
The main tested shall either be isolated from active potable lines or
protected from leakage by a double valve arrangement. All water
used for pressure testing must be potable water with an adequat~
chlorine residual. Water lines shall be tested by valve sections.
Maximum allowable leakage shall be as determined in accordance
with current A WW A specifications. The standard duration of test is
four (4) hours. Testing procedures shall meet or exceed A WW A
C600 (latest version) requirements. Any portions of the main which
fail the test shall be replaced or adjusted until the entire new main
passes the test criteria. The pressure and leakage test shall be done
concurrently.
3. Augusta Utilities shall be notified at least 24 hours in advance to
schedule bacteriological testing of water mains. The Contractor shall
replace or adjust components of the pipeline which fail the test.
Clearance is required from the Utilities Department before the
Augusta Utilities Department will allow the main to be put into
service.
TS-14-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4.
Immediately following the pressure test, and before any work will be
accepted for payment, the Contractor shall perform a leakage test.
Leakage is defined as the quantity of water to be supplied into the
newly laid pipe, or any valved section thereof necessary to maintain
the specified leakage test filled with water to within 5 psi of the test
pressure. No pipe installation will be accepted until the leakage is
less than the number of gallons per hour as determined by the
formula:
L= SDIP
133200
L = Allowable leakage in gallons per hour.
S = The length of pipe in the section tested.
D = The nominal diameter of the pipe in inches.
P = The average test pressure during the leakage test in pounds
per square inch gauge.
The leakage test shall be conducted in accordance with A WW A
Standard C-600, Section 4.1 (latest version).
5.
All piping complete with fittings and appurtenances shall be sterilized
as specified in the applicable sections of A WW A Specification C651
(latest version) "Disinfecting Water Mains." Piping and
appurtenances shall be thoroughly flushed then chlorinated with not
less than fifty parts per million (50 ppm). Calcium hypochlorite can
be used. Water from the existing distribution system or other source
of supply should be controlled so as to flow slowly into the newly laid
pipeline during the application of chlorine. The solution shouldb~
retained in the pipeline for not less than 24 hours and a chlorine
residual of 10 ppm should be available at this time. The system shall
then be flushed with potable water and the sampling program started.
Sampling taps and chlorinated water used for disinfection shall be
flushed to a location that will not damage property, persons, etc., and
shall be provided by the Contractor at the expense of the Contractor.
The provisions of this paragraph apply equally to new pipe and
fittings and to existing pipelines into which connections have been
made or which may have been otherwise disturbed to the extent that
contamination may have occurred. All requirements of the health
authorities shall be observed in executing this work. The disposal of
heavily chlorinated water (following disinfection) must be
accomplished in accordance with the latest editions of the A WW A
Standard C651 and the EPD's Minimum Standards for Public Water
Systems.
TS-14-17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D.
Two or more successive sets of samples, taken at 24 hour intervals
and tested by a State approved private lab, shall indicate
bacteriologically satisfactory water and the results submitted to the
Engineer and the Augusta Utilities Department.
WATER/SEWER SEPARATION:
1. A 10 foot horizontal separation shall be maintained between water
and sewer lines. Where the horizontal separation cannot be met or
where water and sewer lines must cross, an 18 inch vertical
separation, water over sewer must be maintained. Where the above
conditions cannot be met, water and sewer lines shall be cast iron or
ductile iron pipe with joints staggered such that maximum separation
between joints exists. The water line shall be installed over the sewer
line.
E.
AS-BUILT DRAWINGS:
1. As the work progresses, record on one set of utility drawings all
changes and deviations from the contract drawings in sizes, lines or
grade. Record also the exact final location of water lines by offset
distances to surface improvements such as edge of existing pavement
or to property lines, etc. at a maximum interval of 200 feet. Make
sufficient measurements to locate definitely all water lines etc., to
permanent points. The drawings will show references to all valves,
fittings, pipe brand changes, etc. Transfer accurately all such records
in red pencil to white prints of the utility drawings and deliver them
to the Engineer with monthly payment estimate.
TS-14-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-15
CHAIN LINK FENCING
-01.
GENERAL:
The extent of chain link fencing is indicated on the drawings. Provide fences and
gates complete, including all erection accessories, fittings and fastenings.
Installer must be experienced in fence installations and must examine conditions
under which fence and gates are to be installed. Notify the Engineer in writing of improper
conditions of work. Do not proceed with work until unsatisfactory conditions have been corrected
in a manner acceptable to the Engineer. Do not proceed until final grading is completed.
-02.
MATERIALS:
A. POSTS, RAILS AND BRACES
All structural and roll-formed shapes shall conform to provisions of ASTM
A123 for galvanized coating. All tubular members shall comply with
provisions of ASTM A120, Schedule 40, for weight and coating.
1. End, Corner and Pull Post: Fence up to and including 12'-0" in height:
31/2" x 31/2" roll-formed corner section shall have a minimum bending strength
of 452 pounds. (2.875" O.D., Schedule 40 Pipe with a minimum bending
strength of 381 pounds.)
2. Line Posts: Fabric up to 8'-0" in height: "C"-Section, Standard roll-formed,
1.875" x 1.625" with minimum bending strength of 245 pounds. (1.90" O.D.,
Schedule 40 Pipe with minimum bending of 117 pounds.)
3. Gate Posts:
a. Gate leaves up to and including 6'-0" wide: 31/2" x 31/2" roll-formed
section (2.875" O.D., Schedule 40 pipe).
b. Gate leaves over 6'-0" and up to and including 13'-0" wide: 4" O.D.
Schedule 40 pipe.
c. Gate leaves over 13'-0" and up to and including 18'-0" wide: 6%"
O.D. Schedule 40 pipe.
d. Gate leaves over 18'-0" wide: 8%" a.D. Schedule 40 pipe.
TS-15-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4.
Top Rail: 1.625" x 1.25" roll-formed section, with minimum bending
strength of 192 pounds. (1.660" O.D., Schedule 40 pipe, with minimum
bending strength of 202 pounds.
Furnish in manufacturer's standard lengths, of approximately 21'0" with
couplings approximately 6" long for each joint, one coupling in each 5 shall
have expansion spring. Provide means for attaching top rail securely to each
gate, corner, pull and end posts. Top rail shall form continuous brace from
end-to-end to each run of fence.
5.
Tension Wire: (In lieu of top rai I and/or bottom of fabric) 7 gage gal vanized
or aluminum coated coil spring wire.
6.
Post Bracing Assembly: Shall match top rail. Brace rail assembly shall be
complete with 3fa diameter rod and adjustable take-up.
B.
CHAIN LINK FABRIC
1.
One piece of fabric widths for fences up to 12'0"-2" mesh, 6 fa., or 11 ga., as
indicated on contract drawings.
2.
Selvage edges: Fabric 72 inches and over shall be knuckled at bottom
selvage and twisted and barbed at top.
3.
Finishes: Heavy galvanized - 2.0 ounces zing per square foot, complying
with ASTM A392, Class IT or *aluminum coated - 0.40 ounces aluminum per
square foot, complying with ASTM A491, Class n.
C.
ACCESSORIES
1.
All accessories, except tie wires and barbed sires shall be galvanized to
comply with ASTM A153.
2.
Barbed Wire Supporting Arms: Heavy pressed steel, complete with
provisions for anchorage to tubular end, corner, and pull posts attaching 3-
rows of barbed wire to each arm. Barbed wire arms are not required on roll-
formed terminal posts. Single arms shall be integral with a post top weather
cap. Intermediate arms shall have hole for passage of top rail. Arms shall be
capable of withstanding, without failure, 250 lbs. downward pull at outermost
end of arm.
3.
Barbed Wire: 2-strand, 12Y2 ga. wire with 14 ga., 4 point round barbs spaced
approximately 5" a.c. finishes as follows:
Galvanized: ASTM A121, Class 3
Aluminized: ASTM A585, Class 2
TS-15-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4.
Post Tops: Pressed steel, or malleable iron, (Designed as a weathertight
closure cap for tubular posts.) Where top rail is used, provide tops to permit
passage of top rail.
5.
Stretcher Bars: (For tubular end, corner, pull or gate posts only) One piece
lengths equal to full height of fabric with a minimum cross-section of 3/16" x
%". Provide one stretcher bar for each gate and end post, and 2 for each
corner and pull post.
6.
Stretcher Bar Bands: Heavy pressed steel, spaced not over 15" O.C. to secure
stretcher bars to tubular end, corner pull and gate post.
D.
GATES
1.
Fabricate gate perimeter frames of 1.90" O.D. tubular members galvanized,
ASTM A120. Provide additional horizontal and vertical members to insure
proper gate operation and for attachment of fabric, hardware and accessories.
Assemble gate frames by welding or fittings and rivets for rigid connections.
Use same fabric as for fence, unless otherwise indicate. Use same fabric as
for fence, unless otherwise indicated. Install fabric with stretcher bars at
vertical edges, and tie at top and bottom edges. Attach stretcher bars to gate
frame at not more than 15" O.c. Attach hardware with rivets or by other
means which will provide security against removal or breakage. Provide
diagonal cross-bracing consisting of%" diameter adjustable length truss rods
on gates where necessary to provide frame rigidity without sag or twist.
a. Gate Hardware: Provide the following hardware and accessories for
each gate; finish - heavy galvanized:
b. Hinges: Pressed steel or malleable iron to suit gate size, non-lift-off-,
type, offset to permit 180 F. gate opening. Provide one pair of hinges
for each leaf.
c. Latch: Forked type or plunger-bar type to permit operation from
either side of gate. Provide padlock eye as integral part of latch.
d. Keeper: Provide keeper for all vehicle gates, which automatically
engages the gate leaf and holds it in the open position until manually
released.
e. Double Gates: Provide gate stops for all double gates, consisting of
mushroom type of flush plat with anchors. Set in concrete to engage
the center drop rod or plunger bar. Provide locking device and
padlock eyes as an integral part of the latch, requiring one padlock for
locking both gate leaves.
TS-15-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
f. Sliding Gates: Provide manufacturer's standard heavy-duty track, ball
bearing hanger sheaves, overhead framing, and supports, guides,
stays, bracing, and accessories as required.
-03.
MISCELLANEOUS MATERIAL AND ACCESSORIES:
A. Wire Ties: For tying fabric to line posts, use 11 ga. steel wire clips for "C"-
section posts and a minimum 9 ga. aluminum wire ties for tubular posts,
spaced 14" O.c. For tying fabric to rails and braces, use 9 ga. aluminum wire
ties spaced 24" O'c. For tying fabric to tension wire, use 11 FA. hog rings
spaced 24" O.c.
B. Concrete: Provide concrete consisting of Portland cement complying with
ASTM C150, aggregates complying with ASTM C33 and clean water. Mix
materials to obtain concrete with a minimum 28-day compressi ve strength of
2500 psi, using at least 4 sacks of cement per cubic yard.
-04.
EXECUTION:
A. INSTALLATION
1. Do not begin prior to completion of final grading. Drill holes for post
footings in firm, undisturbed or compacted soil. Holes shall have a diameter
equal to three times the diameter of the post. Excavate hole depths
approximately 3" deeper than post bottom, with bottom of posts set not less
than 36" in concrete base. Place concrete around posts in a continuous pour,
tamp for consolidation. Check each post for vertical and top alignment.
a. Accessories: Set keepers, stops, sleeves and other accessories into
concrete as required.
b. Brace Assemblies: Install braces so posts are plumb when diagonal
rod is under proper tension.
c. Tension Wire: Install tension wires before stretching fabric and tie
to each post with ties or clips.
d. Fabric: Pull fabric taut and tie to posts, rails, and tension wires.
Install fabric on security side of fence, and anchor to framework so
that fabric remains in tension after pulling force is released.
e. Stretcher Bars: Thread through fabric and secure to posts with metal
bands spaced not over 15" O.C.
f. Barbed Wire: Install 3 parallel wires on each extension arm; on
security side of fence, unless otherwise shown. Pull wire taut.
TS-15-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
END OF SECTION
o
0'
Gates: Install gates plumb, level, and secure for full opening without
interference. Install ground-set items in concrete for anchorage, as
recommended by the fence manufacturer. Adjust hardware for
smooth operation.
TS-15-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-16
STORM SKWER SYSTEM
-01. GENERAL:
This section covers the storm drainage system, including pipe culverts and appurtenant
structures, complete.
-02. MA TERIALS:
A. PIPE MATERIALS FOR CULVERTS AND STORM DRAINS:
1. Pipe for Culverts and Storm Drains: Pipe for culverts shall be reinforced
concrete pipe of the class or D-Ioad strength indicated and shall conform to
ASTM C76 or AASHO M 170 with the following additional requirements. Pipe
shall have a readily visible line at least 12 inches in length painted or otherwise
applied on the inside and outside of the pipe at each end by the manufacturer, so
that, when the pipe is laid in its proper position, the lines will be at the top of the
pipe. The line shall be accurately located to indicate the position where the pipe
reinforcing steel is nearest to the exterior surface of the pipe. Non-reinforced
concrete pipe shall conform to the latest ASTM C-14.
2. Pipe may also be corrugated metal pipe which shall conform to the latest
AASHO M-36. Bituminous coating, where required by the drawings, shall
consist of asphalt cement having a minimum thickness of 0.04 inch measured at
the crest of the corrugations. Paved inverts in corrugated metal pipe, where
required by the drawings, shall consist of asphalt cement applied on the inside
of the pipe for one quarter of its circumference (bottom of pipe when installed).
The pavement shall have a minimum thickness of 0.50 inch tapering to 0.1 inch,
at the sides.
B. MATERIALS FOR DRAINAGE STRUCTURES
1. Drainage structures, where indicated in the plans shall be of the following types,
constructed of the materials specified for each type and in accordance with the
details shown on the plans.
a. Inlets shall be constructed of reinforced concrete, plain concrete or brick
complete with frames and covers.
b. Headwalls shall be constructed of brick, reinforced concrete or plain
concrete as indicated.
2. Concrete and reinforced concrete shall conform to the requirements specified
under the section on "Concrete Construction" of these specifications. Aggregate
shall be as specified in the section on "Concrete Construction" Forms shall be
"....C" 1 r 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
made of sound lumber and constructed to the shape, form, line, and grade
required, and shall be maintained sufficiently rigid to prevent deformation under
load, and inspected for approval prior to placement of concrete. Water shall be
removed from excavations before concrete is placed. Concrete shall be conveyed
from mixer to forms as rapidly as practicable without segregation or loss of
ingredients. Concrete shall be placed in layers not over 18 inches deep and shall
be spaded and compacted as directed. The concrete covering over steel
reinforcing shall be as shown on the plans, but where not shown, it shall be not
less than 1 inch for covers and not less than 1-1/2 inches for walls and flooring.
Concrete deposited directly against the ground shall have a thickness of at least
3 inches between the steel and the ground. Expansion joint filler shall be
preformed bituminous fiberboard, or wood board except where speci ficall y noted
on the drawings. Surfaces exposed to view shall be a smooth finish with all
blemishes removed. All concrete surfaces shall be cured for at least 7 days by
covering with waterproof paper, or kept moist with cotton mats or burlap as
approved.
3. Mortar for connections to drainage structures shall be composed of one part by
volume of Portland cement and two parts of sand. The Portland cement shall
conform to ASTM C150-65, Type I or IT. The sand shall conform to AASHO
Standard M 45, and shall be of an approved gradation. Hydrated lime may be
added to the mixture of sand and cement in an amount equal to 25 percent of the
volume of cement used. Hydrated lime shall conform to Federal Specification
SS-L-351, Type M, or ASTM Standard C141-61, Type A. The quantity of water
in the mixture shall be sufficient to produce a stiff workable mortar, but shall in
no case exceed 7 gallons of water per sack of cement. Water shall be clean and
free of injurious acids, alkalies and organic impurities. The mortar shall be used
within 30 minutes from the time the ingredients are mixed with water. The
inside of the joint shall be wiped clean and finished smooth. In pipe too small
for a man to work inside, wiping may be done by dragging an approved swab or
longhandled brush through the pipe as work progresses. The mortar bead on the
outside shall be protected from air and sun with a proper covering until
satisfactorily cured.
-03.
EXECUTION:
A. EXCAVATION A!\TD BACKFILLING FOR DRAINAGE STRUCTURES
1. Excavation and backfilling for drainage structures shall conform to the
applicable requirements specified herein-before in the section, "Excavation and
Backfilling." Trenches and pits shall be of sufficient size to permit the placing
and removal of forms for the full width and length of structure footings and
foundations, as shown on the drawings. The dimensions and elevations indicated
on the drawings are approximate only and may be changed when deemed
necessary to secure satisfactory foundations Bracing, sheeting and shoring shall
be provided where required.
T"-lh_?
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. INSTALLATION OF PIPE
1. Each pipe shall be carefully examined before being laid, and defective or
damaged pipe shall not be used. Pipe lines shall be laid to the grades and
alignment indicated. Proper facilities shall be provided for lowering sections of
pipe into trenches. Under no circumstances shall pipe be laid in water, and no
pipe shall be laid when trench conditions or weather are unsuitable for such
work. Full responsibility for the diversion of drainage and for dewatering of
trenches during construction shall be borne by the Contractor. All pipe in place
shall have been approved before backfilling. When storm drain pipe terminates
in a new ditch, the headwall or end section, together with ditch pavement, if
specified, shall be constructed immediately as called for on the plans. Ditch
slopes and disturbed earth areas shall be grassed and mulched as required by the
section "Grassing (Bermuda)." The Contractor will be responsible for
maintaining these newly constructed ditches and take immediate action subject
to approval to keep erosion of the ditch bottom and slopes to a minimum during
the life of the contract. No additional compensation will be given to the
Contractor for the required maintenance.
a. Jointing: For concrete and reinforced concrete pipe, joints shall be of the
Bell and Spigot type and installed according to manufacturer's
recommendations using Portland cement mortar. Corrugated metal pipe
joints shall be made by riveting or by means of connecting bands with
bolted couplings in accordance with the manufacturer's recommendations.
b. Alignment: Elliptical concrete pipe with circular reinforcing and circular
concrete pipe with elliptical reinforcing shall be so placed that the reference
lines designating the top of the pipes will be not more than 5 degrees from
the vertical plane through the longitudinal axis of the pipe. In all backfilling
operations that Contractor shall be responsible for preventing damage to or,
misalignment of the pipe.
C. TESTS FOR PIPE
1. Responsi bi Ii ty and Certi fications: The Contractor shall be responsible for having
the pipe he proposes to furnish tested to demonstrate conformance to the
applicable specifications. Certified copies of the test reports shall accompany
each load of pipe and shall be deli vered to the Engineer for review before the
pipe is installed.
2. Strength tests for reinforced concrete pipe shall be the tests of ASTM C-76.
3. Strength tests for concrete pipe shall be the tests of ASTM-C-14.
4. Strength tests for corrugated metal pipe shall be the tests of AASHO M-36.
T~_ 1 h_ ~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D. TESTING
1. Displacement Test: Mains will be checked to determine whether any
displacement of the pipe has occurred (a) after the trench has been backfilled to
two feet above the pipe and tamped as specified; and (b) upon completion of the
project. The test will be as follows: A light will be flashed between manholes
or, if the manholes have not as yet been constructed, between the locations of the
manholes, by means of a flashlight or by reflecting sunlight with a mirror. If the
illuminated interior of the pipe shows any misalignment, displaced pipe, or any
other defects, the defects designated by the engineer shall be remedied by the
Contractor at his expense.
END OF SECTION
'T'C' 1 Co A
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION TS-17
TUNNELING
-01.
MA TERIALS:
A. Contractor shall furnish tunnel liner and related materials as follows:
1. Tunnel Liner Plates: Tunnel liner plates shall be manufactured from
steel conforming to ASTM A569, as amended to date, with the
following mechanical properties before cold forming:
a.
b.
c.
Minimum tensile strength
Minimum yield strength
Elongation, 2 inches
=
=
42,000 psi
28,000 psi
30%
=
2. All plates shall be formed to provide circumferential flanged joints.
Longitudinal joints shall be the offset lap seam type. All plates shall
be punched for bolting on both longitudinal and circumferential
seams or joints. Bolt spacing in circumferential flanges shall be in
accordance with the manufacturer's standard spacing and shall be a
multiple of the plate length so that plates having the same curvature
shall be interchangeable and will permit staggering of the longitudinal
seams. For lapped longitudinal seams bolt size and spacing shall be
in accordance with the manufacturer's standard.
B. Tunnels constructed of structural steel tunnel liner plates shall be circular in
section and shall be of the diameter and gauge as shown on the drawings.
After fabrication, steel tunnel liner plates shall be hot-dipped galvanized in
accordance with ASTM A123 and, before delivery to job site, shall be fully
bituminous coated for a minimum dry film thickness of fifty (50) mils.
C. BOLTS: Bolts shall conform to ASTM A 307 Grade A, as amended to date,
and shall be hot-dip galvanized in accordance with ASTM A 153, as
amended to date.
D. GROUT NIPPLES: Grout nipples shall be 2-inch minimum diameter tapped
couplings welded into place over holes cut in the liner plate.
E. GROUT: Grout shall consist of 1 part Portland cement, 2 parts masonry
lime, 4 parts mortar sand, 2% of an approved admixture i.e. Bentonite,
Septamine Stearex, or Hydrocide Liquid, and where required, a retardant.
TS-17-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The quantity of mixing water used shall be that which will produce a
workable mixture of grout capable of being pumped into the voids created by
the tunneling.
F. BRICK AND MORTAR: Brick and mortar for sealing ends of tunnel shall
be the same as specified for manhole construction.
-02.
INSTALLATION:
A. The Contractor shall furnish and install by the tunneling method, steel tunnel
line plates at locations shown on the drawings. Installation of tUI1nelliner
shall be in accordance with the applicable regulations of the D.G.T. the detail
drawings and these specifications. All excavation for pit and tunnel shall be
unclassified.
B. TUNNEL PIT: The tunnel pit shall be soled sheeted, shored and braced as
necessary to provide a safe operation. The Contractor shall take all
precautions, and shall comply with all requirements as may be necessary to
protect private or public property.
C. TUNNEL: The method of tunneling shall conform with the best modern
practice. The contractor (or his tunneling subcontractor) shall have a
minimum of five years experience in construction of tunnels of the general
size specified.
1. Tunnel excavation shall be by full face, heading and bench, or
multiple drift procedures. Any procedures utilizing a full or partial
shield, a tunneling machine or other equipment which exerts a force
on the liner plates for the purpose of propelling, steering or stabilizing
the equipment will not be allowed.
2. Prior to any work involving explosives, the Contractor shall make
application to the D.O.T. for a special permit which will be in
addition to any tunneling permit not involving explosives.
3. The Contractor shall complete with all requirements and conditions
of the permit and shall be responsible for submission of all required
data. The Contractor shall schedule his work so as not to interfere
with or in any way endanger traffic flow on the highway or railway.
The Contractor shall also provide all required safety measures as
specified in the Manual on Unifonn Traffic Control Devices for
Streets and Highways.
TS-17-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D.
CONSTRUCTION OF TUNNEL: Tunnel construction shall be
accomplished so that no settlement of the roadway will occur.
1. The tunnel excavation shall have a diameter essentially the same as
the outside diameter of the liner plates.
2. Steel liner plates shall be installed as soon as possible, but no more
than three feet (3') of tunnel shall remain unlined while tunneling
operations are in progress. Not more than one foot (1') of tunnel shall
be left unlined at the end of the day's operation.
3. Liner plates shall be installed in accordance with the manufacturer's
recommendations and shall be self-supporting.
4. Liner plates with grout couplings shall be located at the top of the
tunnel at intervals not to exceed ten feet (10').
5. For larger tunnels, or where conditions make more grout openings
advisable, additional plates with nipples shall be installed at the top
quarter points and/or on each side between the top openings. These
additional openings shall be staggered but shall not be more than ten
feet (10') apart in anyone line.
6. All voids in the area outside the plates shall be pressure grouted every
ten feet (10') at the end of the work shift; or more frequently if soil
conditions dictate. Before grouting any segment of tunnel liner, that
segment shall be sealed sufficiently between the liner plates and the
surrounding soil to retain the grouting pressure. These seals shall be
located (1) at the entrance of the tunnel, (2) between grout couplings,
and (3) within one foot of the end of the tunnel at the end of the work
shift.
7. Pumping equipment shall be provided for grouting operations. Pump
horsepower and the resulting pressure in the grouting line shall be
sufficient to completely fill the voids without buckling or shifting the
liner plates or damaging the roadway/roadbed.
8. The Contractor shall operate well points or drainage system in the
vicinity of the tunnel construction to prevent the accumulation of
flood water in the tunnel and to maintain the ground water table
below the tunnel invert.
TS-17-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
END OF SECTION
9. The Contractor shall replace any plates having damaged spelter or
bituminous coating which, in the opinion of the Engineer cannot be
satisfactorily repaired.
E.
SAFETY: The tunneling operation is to begin in a pit, sheeted and shored as
necessary and begin at and proceed from one end. All applicable
requirements of the D.O.T. regulations shall be observed. The Contractor
shall conduct his operations in such a manner that all work will be performed
below the level of the roadway. The Contractor shall be responsible for
coordinating and scheduling all of the work with the proper authorities.
1. If the tunnel installation work is being conducted in a manner
detrimental to the roadway or to the safety of the traveling public, all
operations of tunneling shall cease until the necessary corrections
have been made. In the event that distress occurs to the roadway due
to the tunneling, the Contractor shall be required to submit an
acceptable plan to repair the roadway.
2. A temporary bulkhead against the face of the excavation shall be
provided and well braced during each cessation of work while the
heading is within twenty feet (20') of highway pavement.
TS-17-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4MOREVISED MAY 2002
SECTION TS-18
MEASURE~ffiNTANDPAYMENT
-01.
SCOPE:
This section describes the methods for measurement and payment of all contract bid
items.
-02.
l\1EASUREMENT AND PA YMENT:
The following item numbers correspond to the contract bid items in the proposal
section of these contract documents.
I. SANITARY SEWER AND APPURTENANCES
ITEMS S-l throu2:h S-16 - All piping line items shall be measured in linear
feet and shall include costs for piping and installation, trench excavation, trench box, dewatering,
asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing,
mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs
for closed circuit camera inspection of the sanitary sewer system, including mobilization,
demobilization, inspection, video tape copies, and field reports. No additional payment shall be
made for these items.
ITEM S-17 - Steel tunnel liner and ductile iron, restrained joint carrier pipe
shall be measured in linear feet and shall include the cost of all materials, equipment and labor
necessary for a complete installation of the tunnel liner, carrier pipe and all appurtenances.
ITEM S-18 - Select backfill shall be measured in cubic yards and shall
include costs for the backfill and installation as well as all transportation and stockpiling charges.
The volume of material included shall be the actual measured "in-place" volume. The maximum
trench width used to calculate the volume will be 10 feet. No additional payment shall be made for
these items.
ITEMS S-20 AND S-23 - Pre-cast manholes shall be measured individually
(each) and shall include costs for manholes up to six feet in depth, excavation, dewatering, asphalt
cutting, collars and boots, grouting and/or other connections, installation, normal backfill, and
vacuum testing as specified. Manhole vacuum testing shall include all costs for testing equipment,
testing labor, mobilization, demobilization and reporting. Manholes failing testing shall be retested
at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing
a method approved by the Augusta Utilities Department. No additional payment shall be made for
these items.
TS-18-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MAY 2002
ITEMS S-21, S-22, S-24, S-25 AND S-26 - Additional sanitary manhole
depth line items shall be measured by vertical foot and shall include costs for excavation,
dewatering, and backfill as specified by type, class and diameter. No additional payment shall be
made for these items.
ITEM S-28 - Outside drop piping shall be measured individually (each) and
shall include the cost for all items associated with the drop manhole detail, exclusive of the manhole
or manhole extensions. No additional payment shall be made for these items.
ITEM S-29 - Doghouse/Connector manholes shall be measured individually
(each) and shall include the cost for the cast in place base slab, the precast manhole risers up to six
feet in depth, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other
connections, installation and normal backfill.
ITEM S-30 - Sanitary sewer connections shall be measured individually
(each) and shall include costs for 6-inch PVC piping, precast concrete valve ring with rebar, PVC
twist-off plug, excavation, mainline tee, fittings, cleanout, excavation, dewatering, asphalt/concrete
cutting, (including service markings) installation, normal backfill, and property restoration. No
additional payment shall be made for these items.
ITEM S-31 - Cut and plug manholes shall be measured individually (each)
and shall include costs for cutting of existing pipelines, plugging of existing pipelines, excavation,
dewatering, asphalt/concrete cutting, and normal backfill. No additional payment shall be made for
these items.
ITEM S-33 - Sanitary sewer manhole tie-ins shall be measured individually
(each) and shall include costs for cutting/coring of existing manholes, collars, rubber boots, any
required gaskets, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. No
additional payment shall be made for these items.
ITEM S-34 - Asbestos cement (AC) water main crossings shall be measured
individually (each) and shall include costs for AC pipe cutting, removal, disposal, excavation, ductile
iron piping, Hy-Max couplings, backfill, and property restoration. No additional payment shall be
made for these items.
ITEM S-35 - Polyethylene pipe encasement shall be measured in linear feet
and shall include costs for pipe wrap materials and installation. No additional payment shall be made
for these items.
ITEM S-36 - Concrete pipe encasement shall be measured in cubic yards and
shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe
TS-18-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MAY 2002
stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these
items.
II. 'V A TER MAIN AND APPURTENANCES
ITEM \-V-l- All piping line items shall be measured in linear feet and shall
include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting,
normal joints and gaskets, normal backfill, pressure and leakage testing, pipe sterilization,
bacteriological testing, and flushing. No additional payment shall be made for these items.
ITEM W-6 - Miscellaneous ductile orcast iron pipe fittings and connections
shall be measured in pounds and include costs for all fittings and installation except normal joints
and gaskets regardless of material. No additional payment shall be made for these items.
ITEM \-V-7 - Fire hydrants shall be measured individually (each) and shall
include costs for hydrants, soil surface preparation, connection to water main, all associated valves
and fittings, concrete pad (if required), excavation, asphalt/concrete cutting, installation, normal
backfill, and testing. No additional payment shall be made for these items.
ITEMS \-V-9 - All valve line items shall be measured individually (each) and
shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation,
dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing.
No additional payment shall be made for these items.
ITEM \-V-IS - Long and short side water service connections shall be
measured individually (each) and shall include costs for piping, water meter connection, dewatering,
asphalt/concrete cutting (including service markings), installation, normal backfill, and property
restoration. This line item shall include the cost of reconnection of any existing services, if required.
No additional payment shall be made for these items.
ITEM \-V-17 - Tie-ins to existing lines shall be measured individually (each)
and shall include costs for piping, dewatering, asphalt/concrete cutting, installation, normal backfill,
and property restoration. No additional payment shall be made for these items.
ITEM \-V-20 - Miscellaneous Class A concrete shall be measured in cubic
yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe
stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these
items.
ITEM \-V -21- 30" cast iron water main adjustment shall be measured as lump
sum and shall include the cost for excavation, trench box, dewatering, pipe, fittings, labor and
equipment to install the water main offset complete.
TS-18-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MAY 2002
III. PA VEMENT STRUCTURES
ITEM P-l - Asphalt overlay shall be measured in square yards and shall
include costs for asphalt materials and installation, temporary striping and permanent striping
(replaced in kind), and markers (both temporary and permanent). No additional payment shall be
made for these items.
ITEM P-2 - Aggregate base and asphalt patch shall be measured in square
yards and shall include costs for all aggregates (regardless of type), 2.5" aggregate removal and
disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and
permanent), and markers (both temporary and permanent). No additional payment shall be made for
these items.
ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall
include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt
overlay as authorized by the project representative. The payment shall be based upon confirmed
delivery tickets. No additional payment shall be made for these items.
ITEMS P-6 - Concrete sidewalk and driveways shall be measured in square
yards and shall include costs for 3000 psi concrete, installation, site preparation, formwork, and
finishing. Existing concrete shall be removed to the nearest joint as directed by the project
representative. No additional payment shall be made for these items.
ITElVl P-7 - Graded aggregate base and/or asphalt paving shall be measured
in square yards for each type and thickness and shall include cost for pavement demolition, asphalt,
aggregate base, installation, and site preparation. Existing asphalt shall be removed to the nearest
joint as directed by the project representative. No additional payment shall be made for the items.
][TEM P-8 - Curb and/or gutter removal and replacement shall be measured
in linear feet and shall include costs for removal and disposal of existing curb and gutter, concrete.
or asphalt, installation, site preparation, formwork, and finishing. No additional payment shall be
made for these items.
ITEM P-IO - Aggregate surface course shall be measured in tons and shall
include the costs for all labor, materials and equipment for the site preparation, subgrade and
installation of an aggregate surface in accordance with Georgia Department of Transportation
Specification Sections 318 and 815. Thickness of aggregate surface course shall match existi ng and
shall be 4-inch minimum
IV. MISCELLANEOUS
ITEM M-l - Flowable fill shall be measured in cubic yards and shall include
costs for all materials, labor, equipment, and excess materials. No additional payment shall be made
for these items.
TS-18-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MAY 2002
iTEM M-2 - Rock excavation shall be measured in cubic yards and shall
include costs for blasting, labor, equipment, and material removal and disposal. Quantities shaIl be
verified by trench volume calculation up to a maximum trench width of lO-feet. No additional
payment shall be made for these items.
ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall
include costs for the backfill and installation as well as all transportation and stockpiling charges.
Quantities shall be verified by trench volume calculation up to maximum trench width of 10-feet.
No additional payment shaH be made for these items.
ITEM M-4 - Clearing and grubbing shall be measured in acres and shall
include costs for vegetation removal, stockpiling, disposal and any required permitting. No
additional payment shall be made for these items.
ITEM M-6 - Cast in place concrete, including reinforcing steel, hatches and
embeds shall be measured in cubic yards and shall include costs for 3000 psi concrete, reinforcing
steel, hatches, exca,,:,ation, dewatering, asphalt cutting, collars and boots, grouting and/or other
corrections, embeds, installation, site preparation, form work, finishing and normal backfiIl as
specified. No additional payment shaIl be made for these items.
ITEM M-7 - Precast grit chamber installed, complete with piping, hatches
and appurtenances shall be measured individually (each) and shall include costs for the structure,
internal piping, hatches, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or
other connections, installation, and normal backfill as specified. No additional payment shaIl be
made for these items.
ITEM M-IO - Sluice gates, installed complete with appurtenances and
electrical service, shall be measured indi viduaHy (each) and shaH include costs for the gate assembly;
actuators, appurtenances, installation, electrical service, and electrical connections. No additional
payment shall be made for these items.
ITEM M-ll - Bypass pumping operations shall be measured as a lump sum
and shall include the cost for all delivery charges, site preparation, pumps, piping, fittings, and labor
necessary to install, operate, maintain and remove the various bypass pumping operations needed
to install the proposed sewer lines and structures. No additional payment shall be made for these
items.
ITEM M-12 - Precast concrete pipe anchors shaH be measured individually
(each) and shaIl include the pipe anchor, site preparation, and installation. No additional payment
shall be made for these items.
TS-18-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REVISED MAY 2002
MTEMS M-13 AND M-15 - Drainage structures shall be measured
individually (each) and shall include costs for the structure, excavation, dewatering, asphalt cutting,
collars and boots, grouting and/or other connections, installation, and normal backfill as specified.
No additional payment shall be made for these items.
ITEMS M-14 - All storm piping items shall be measured in linear feet and
shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt
cutting, normal joints and gaskets, and normal backfill. No additional payment shall be made for
these items.
ITEM M-17 - Sod shall be measured in square yards and shall include costs
for materials, installation, transportation, stockpiling, soil stabilization and soil amendments
(fertilizer, etc.) as required. No additional payment shall be made for these items.
ITEM M-18 - Stone dumped riprap shall be measured in square yards of
accepted material of the specified thickness and shall include costs for riprap, grout or cushioning
sand (if required) and installation. Area measurements will be made parallel to the surface on which
the material is place. No additional payment shall be made for these items.
ITEM M-19 - 6' chain link fence with barbed wire, installed complete shall
be measured in linear feet and shall include costs for all labor, materials and equipment necessary
for a complete installation. No additional payment shall be made for these items.
ITEM M-20 - Chain link double gate with barbed wire, 6' x 14', installed
complete shall be measured individually (each) and shall include costs for all labor, materials and
equipment necessary for a complete installation. No additional payment shall be made for these
items.
ITEM LS-l- Lump sum construction includes, but is not limited to, the items.
described in the bid schedule under Lump Sum Construction. No separate or additional payment
shall be made for these items.
TS-18-6