HomeMy WebLinkAboutRCCI Trunk Sewer Wastewater Collection System
Augusta Richmond GA
DOCUMENT NAME: ~ e. c.. L -r~v'" R. ~ If LV e:R- W 1'\ S T E w-II, e: oC C- el..L1!icn ON
~ 'I S'T t. fY'\
DOCUMENT TYPE: CO tV T CZ f) c'T
YEAR: ,~q~
BOX NUMBER: Lp
, FILE NUMBER: '\ ~ q ~ I
NUMBER OF PAGES: '1~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~- :11
Contract Documents & Specifications
for
RCCI Trunk Sewer
Wastewater Collectio'n System
. . '
(from Spirit Creek to Tobacco Road)
Prepared for:
Augusta Richmond County Board of Commissioners
Larry f. Sconyers, ~ayor
Lee~. Beard, ~ayor Pro Tempore
freddie L. nandy, District 2
Stephen f. Shepard, District 3
~oses Todd, District 4
nenry Brigham, District 5
J.B. Powell, District 6
Jerry Brigham, District 7
Ulmer Bridges, District 8
William n. ~ays, III, District 9
William B. Kuhlke, Jr., District 10
Prepared By:
James 6. Swift & 4ssociates
Consulting fngineers
1206 Interstate Parkway
Augusta, (iA 30909
4ugust 1998
I
I
I Section
Numbers
I ADV
I IFB
P
I BB
I NA
A
I PB
I COA
I . NP
GC
I SGC
I SC
I
I
I
I
I
I
I
TABLE OF CONTENTS
Title
Advertisement for Bids
Information for Bidders
Proposal
Bid Bond
Notice of Award
Agreement
Performance Bond & Labor and Material Payment Bond
Certificate of Owner's Attorney
Notice to Proceed
General Conditions
Supplemental General Conditions
Special Conditions
Technical Specifications
Pages
1
1 - 2
1 - 4
1 - 2
1
1 - 2
1 - 7
1
1
1 - 18
1 - 3
4
1 - 22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
SEALED BIDS for the construction of the RCCI Trunk Sewer Wastewater Collection System
(From Spirit Creek to Tobacco Road) at Augusta, Georgia, including together with appurtenances,
hereinafter referred to by project name as
RCCI TRUNK SEWER WASTEWATER COLLECTION SYSTEM
(From Spirit Creek to Tobacco Road)
Bid Item #98-162
will be received by
AUGUSTA-RICHMOND COUNTY COMMISSION
hereinafter referred to as the OWNER, at the office of the Purchasing Director, Room 605, Municipal
Building until 11:00 a.m. on the 25th day of August, 1998, at which time all bids will be publicly opened
and read in the presence of those interested.
All work shall be in accordance with the contract documents of the Augusta Richmond Utilities
Engineer/Director, hereinafter referred to as the Engineer.
Copies of the Contract Documents may be examined during regular business hours at the office
of the Augusta Richmond Utilities, 2760 Peach Orchard Road, Augusta, Georgia; at the office of Augusta-
Richmond County Purchasing Dept., Room 605, Municipal Building, Augusta, Georgia; at the office of
James G. Swift & Associates, 1206 Interstate Parkway, Augusta, Georgia; and at the following locations:
The F. W. Dodge Division Plan Room
Augusta, Georgia
Augusta Builders Exchange
Augusta, Georgia
CSRA Business League
Augusta, Georgia
Copies may be obtained at the office of James G. Swift & Associates upon payment of Fifty
Dollars ($50.00) for each set. (Non-refundable).
Bids shall be addressed to Augusta-Richmond County Commission, c/o Geri A. Sams, Purchasing
Director, Municipal Building, Augusta, Georgia 30911, marking the envelope "Bid for RCCI Trunk
Sewer" .
Bids shall be completed and submitted as described in the Information for Bidders section of the
Contract Documents.
A 10% Bid Guarantee, 100% Performance Bond, and a 100% Labor and Material Payment Bond
will be required.
It is the wish of the Owner that minority businesses be given the opportunity to bid on the various
parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive
bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks
to include responsible businesses and provide ample opportunity for business growth and development.
No bid may be withdrawn for a period of Sixty (60) days after the date and time set for the receipt
of bids.
The Owner reserves the right to waive any informalities in bidding and to reject any or all bids.
Geri A. Sams, Purchasing Director
Advertised in Augusta Chronicle: July 28, August 5, 10, 18, 1998
Adversited in Augusta Focus: July 30, 1998
ADV-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INFORMATION FOR BIDDERS
Bids will be received by Augusta-Richmond County Commission, (hereinafter called the
"Owner"), at the office of the Purchasing Director until 11:00 a.m. on August 25, 1998, and then at said
office publicly opened and read aloud:
Each bid must be submitted in a sealed envelope, addressed to Mayor and Augusta-
Richmond County Commission at City-County Municipal Building, Augusta, Georgia 30911. Each sealed
envelope containing a bid must be plainly marked on the outside as Bid for Reel Trunk Sewer and
the envelope should bear on the outside the name of the bidder, his address and his license number, if
applicable. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another
envelope addressed the Mayor and Augusta-Richmond County Commission, c/o Clerk of Commission,
City-County Municipal Building, Augusta, Georgia 30911.
All bids must be made on the required bid form. All blank spaces for bid prices must be
filled in, in ink or typewritten, and the bid form must be fully completed and executed when submitted.
Only one copy of the bid form is required.
The Owner may waive any informalities or minor defects or reject any and all bids. Any
bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified shall not be considered. No
bidder may withdraw a bid within sixty (60) days after the actual date of the opening thereof. Should there
be reasons why the Contract cannot be awarded within the specified period, the time may be extended by
mutual agreement between the Owner and the bidder.
Bidders must satisfy themselves of the accuracy of the estimated quantities in the Bid
Schedule by examination of the site and a review of the drawings and specifications including addenda.
After bids have been submitted, the bidder shall not assert that there was a misunderstanding concerning
the quantities of work or of the nature of the work to be done.
The Contract Documents contain provisions required for the construction of the project.
Information obtained from an officer, agent, or employee of the Owner or any other person shall not affect
the risks or obligations assumed by the Contractor or relieve him from fulfilling any of the conditions of
the Contract.
Each bid must be accompanied by a bid bond payable to the Owner for five percent (5 %)
of the total amount of the bid. As soon as the bid prices have been compared, the Owner will return the
bonds of all except the three lowest responsible bidders. When the Agreement is executed the bonds of
the remaining unsuccessful bidders will be returned. 'The bid bond of the successful bidder will be retained
until the payment and performance bond have been executed and approved, after which it will be returned.
A certified check may be used in lieu of a bid bond.
A performance bond and a payment bond, each in the amount of 100 percent of the
contract price, with a corporate surety approved by the Owner, will be required for the faithful
performance of the Contract.
Attorneys-in-fact who sign bid bonds or payment bonds and performance bonds must fIle
with each bond a certified and effective dated copy of their power of attorney.
The party to whom the contract is awarded will be required to execute the Agreement and
obtain the performance bond and payment bond within ten calendar days from the date when notice of
award is delivered to the bidder. The notice of award shall be accompanied by the necessary Agreement
and bond forms. In case of failure of the bidder to execute the Agreement, the Owner may at his option,
consider the bidder in default, in which case, the bid bond accompanying the proposal shall become the
property of the Owner.
IFB-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Owner within ten days of receipt of acceptable perfonnance bond, payment bond and
Agreement signed by the party to whom the Agreement was awarded, shall sign the Agreement and return
to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within
such period, the bidder may, by written notice, withdraw his signed Agreement. Such notice of withdrawal
shall be effective upon receipt of the notice by the Owner.
The notice to proceed shall be issued within ten days of the execution of the Agreement
by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the
time may be extended by mutual agreement between the Owner and the Contractor. If the notice to
proceed has not been issued within the ten day period or within the period mutually agreed upon, the
Contractor may tenninate the Agreement without further liability on the part of either party.
The Owner may make such investigations as he deems necessary to detennine the ability
of the bidder to perfonn the work and the bidder shall furnish to the Owner all such infonnation and data
for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence
submitted by or investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified
to carry out the obligations of the Agreement and complete the work contemplated therein.
A conditional or qualified bid will not be accepted.
Award will be made asa whole to one bidder.
All applicable laws, ordinances and rules and regulations of all authorities having
jurisdiction over the construction of the project shall apply to the contract throughout.
Each bidder is responsible for inspecting the site and for reading and being thorougWy
familiar with the Contract Documents. The failure or omission of any bidder to do any of the foregoing
shall in no way relieve any bidder from any obligation in respect to his bid.
The low bidder must supply the names and addresses of major material suppliers and
subcontractors when requested to do so by the Owner.
Inspection trips for prospective bidders will be conducted by the Owner if requested in
writing by the bidder. Such request shall be directed to the Augusta Richmond Utilities Engineer/Director
by the bidder.
The bidder agrees to abide by the requirements under Executive Order No. 11246, as
amended, including specifically the provisions of the Equal Opportunity clause set' forth in the
Supplemental General Conditions.
The engineer is the Augusta Richmond Utilities Engineer/Director.
All bidders are encouraged to utilize, to the maximum extent possible, local labor forces and
suppliers of materials which have residences, offices or places of business within Augusta-Richmond
County, Georgia. While Augusta-Richmond County encourages the utilization of local laborers and
supplies on a purely voluntary basis on local public works projects, nothing contained herein shall impose
any legal or contractual obligation for any bidder to do so.
IFB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROPOSAL FOR
RCCI TRUNK SEWER
WASTEWATER COLLECTION SYSTEM
(From Spirit Creek to Tobacco Road)
Augusta-Richmond County Commission
Municipal Building
Augusta, Georgia 30911
Gentlemen:
The undersigned as bidder, herein referred to as singular and masculine, declares as
follows:
1. The only parties interested in the proposal as principals are named herein;
2. He has carefully examined and fully understands the Contract Documents,
including the drawings and technical specifications;
3. He understands that information relative to existing structures and underground
utilities as furnished to him on the drawings, Contract Documents or by the
Augusta Richmond Utilities Engineer/Director, carries no guarantee expressed or
implied as to its completeness or accuracy and he has made due allowances
therefor;
4. He has made a personal examination of the site of the proposed work and has
satisfied himself as to the actual conditions and requirements of the work;
5. He agrees to hold the Owner harmless for accidents or damage to property;
6. He will comply with all State and Federal Regulations pertaining to but not limited
to asbestos containing material removal and disposal; Regulations regarding
disposal of all debris; OSHA Requirements.
7. He will complete work in a timely manner. Time of completion must be indicated
on Bid Proposal Form.
8. He will maintain the site as reasonably clean as possible by not allowing debris to
accumulate before making trips to his disposal site. Debris must be hauled on a
regular basis to avoid excessive accumulation. Materials sold for salvage shall not
be retained on site.
9. He will not bum any materials on site without written approvals from proper
authorities.
10. He will furnish the Owner with a detailed schedule of demolition and removal
including disposal sites, names of all subcontractors, State and local license
information.
P-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
and hereby proposes and agrees that, if the Proposal is accepted, he will contract with the
Augusta-Richmond County Commission to furnish all madmiery, tools, apparatus and other
means of construction and to do all work and furnish all materials called for in accordance with
the requirements of the Augusta Richmond Utilities Engineer/Director and the true intent of the
Contract Documents and that he will take in payment for each item of work, thereof; the unit or
lump sum price applicable to that item as stated in the schedule below.
(Note: Bidders must bid on each item.)
SCHEDULE OF PRICES
__I._-
I Clearing & Grubbing LUMP SUM $67,500.00
2. 8" Sanitary Sewer 1812 LF $16.50 $29,898.00
3 8" Ductile Iron Sanitary Sewer 477 LF $29.25
(Joint to be specified on plans) $13,952.25
4. 10" Sanitary Sewer 6713 LF $17.35 $116,470.55
5 10" Ductile Iron Sanitary Sewer 160 LF $33.50 $5,360.00
6. 15" Sanitary Sewer 3373 LF $18.35 $61,894.55
7 16" Ductile Iron Sanitary Sewer 500 LF $40.50
(Joint to be specified on plans) $20,250.00
8. Sanitary Manhole 39 EA $1,225.00 $47,775.00
9. Sanitary Drop Manhole 2 EA $2,500.00 $5,000.00
10. Tie into Existing Manhole 1 EA $350.00 $350.00
11 Remove Existing Manhole 1 EA $500.00 $500.00
12. Jack & Bore 80 LF 26" ill Steel LUMP SUM
Casing (0.406" min. wall thick-
ness)
$17,600.00
13 Jack & Bore 130 LF 26" ill Steel LUMP SUM
Casing (0.406" min. wall thick-
ness)
$28,600.00
.
.
14. Jack & Bore 177 LF 16" ill Steel LUMP SUM
Casing (0.25" mm. wall thickness)
15 Concrete Encase Pipe @ Creek LUMP SUM
Crossing (100 LF)
$22,125.00
$6,500.00
-
-
P-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
16. Rip-Rap at Creek Crossing 2 EA $2,500.00 $5,000.00
17. Sawcut, Remove, and Replace 25 LF $125 .00
Asphalt for 15 " Sanitary Sewer $3 125 .00
,
1 8. Sawcut, Remove, and Replace 78 LF $125 .00
Asphalt for 10" Sanitary Sewer $9,750.00
19. Remove and Replace Sidewalk, LUMP SUM
Asphalt and Concrete as required
for 8 " Sanitary Sewer (See Plans) $5 ,500.00
20. Remove and Replace 18" RCP LUMP SUM
Storm Line for 8" Sanitary Sewer $1 ,800.00
21 Select Refill - Crush Stone 1000 Tons $16.00 $16,000.00
22. Select Refill - Sand Clay 1000 CY $7.00 $7,000.00
23. Clean-up and Property Restoration LUMP SUM $2,500.00
24. Soil Erosion & Sediment Control LUMP SUM $5,500.00
25 Grassing (Temporary , Permanent, LUMP SUM
Fertilizer, etc. ) $12,750.00
26. Construction Staking LUMP SUM $6,500.00
27 Reproducible As-Built LUMP SUM $3,500.00
28. Performance Bond LUMP SUM $6,000.00
- -
The Contract covering the construction of all work described above will be
completed within 210 calendar days from the date specified in the "Notice to Proceed" of the
Augusta Richmond Utilities Engineer/Director for: Five Hundred Twenty-eight Thousand Seven
Hundred & 35/100 Dollars ($528,700.35) subject to reductions, additions and deletions provided
herein on the basis of measured quantities of completed work and the prices bid. Bidder further
agrees to pay as liquidated damages the sum of $ 300.00 for each consecutive calendar day
. thereafter as hereinafter provided in Section 15 of the General Conditions.
It is understood that the Owner reserves the right to reject any or all proposals or
to accept any proposal as deemed to be to the best interest of the Owner.
It is also understood that the following addenda as issued during the bid period shall be
included as part of the Contract Documents:
P-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Addendum
Date
The undersigned bidder understands and agrees that should the Owner accept this proposal,
the bidder will within ten (10) days from the date of notification of acceptance of his proposal,
execute the contract and furnish the Owner satisfactory performance and payment bonds in the
amount equal to one hundred percent (100 %) of the total base bid sum. Enclosed herewith is a
Bid Bond or a Certified Check in the amount of 10% of bid Dollars
($ ) being not less than ten percent (10 %) of the total base bid sum.
Should the bidder fail to execute the Contract and furnish the Performance and Payment
Bonds in case this proposal is accepted, the Owner shall have the right to receive the amount of
the bid security as liquidated damages. If the security is a Certified Check, it may be cashed by
the Owner and the amount received shall become the property of the Owner. If the security is a
Bid Bond, the value thereof shall be paid to the Owner by the Surety.
The undersigned by submittal of this proposal, agrees that the above stated amount is
proper measure of liquidated damages which the Owner will sustain by the failure of the
undersigned to execute the Contract and furnish the Performance and Payment Bonds.
The successful bidder shall have a current Business License.
The Owner is an Equal Opportunity Employer.
Name & Georgia License Number of Contractor:
Hardy Plumbing Company. Inc.
Name of Bidder
UC300561
GA Utility Contractor License #
4192 Belair Frontage Road
Business Address
Augusta. GA 30909
City and State
Date: August 25, 1998
P-4
I
I
~_._'-;.a,
THE CINCINNATI INSURANCE COMPANY
., ~
ClNClNNATI,OIDO
Bid Bond
I
I
KNOW ALL MEN BY THESE PRESENTS, that we Hardy Plumbing Company, Inc.
as Principal. hereinafter called the Principal. and THE CINCINNATI INSURANCE COMPANY, a corporation duly
organized under the laws of the State of Ohio. as Surety. hereinafter called the Surety. are held and firmly bound unto
Augusta-Richmond County Commission
as Obligee. hereinafter called the Obligee. in the sum of
I
I
I
I
Ten, Percent of Bid Dollars ($ 10% of bid ,.
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves. our heirs.
executors. administrators. successors and assigns, jointly and severally. firmly by these presents.
WHEREAS. the Principal has submitted a bid for
Bid # 98-102
RCCl Trunk Sewer Wastewater Collection System
I
I
I
I
I
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds. if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the work covered by said bid. then this obligation shall be null and void. otherwise to remain
in full force and effect.
Signed and sealed this 25thdayof August
.19 98
I
I
I
4~~~~Ar )
HARDY PLUMBING COMPANY, INC.
(Principal)
By:
(Title)
I
HE CINCINNATI INSURANCE COMPANY
,fu I e:~ ~S..I)
By,/J 'tmf(
Attorney-in-Fact
I
I
Printed in cooperation with the American Institute of Architects (AlA), by The Cincinnati Insurance Company who vouches
that the language in this document conforms exactly to the language used in AlA Document A310, February 1970 ED.
S-2000-AIA (10/92) PUBUC
I
THE CINCINNATI INSURANCE COMPANY
Fairtield. Ohio
I
POWER OF ATTORNEY
I
KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY. a corporation organized under the laws
of the State of Ohio. and having its principal office in the City of Fairtield. Ohio. does hereby constitute and appoint
Roy Scarborough, Jr.; Eugene A. Cronic; Suzy M. Dekle;
Michael C. Shelton and/or Alicia J. Rhoades
of Augusta, Georgia its true and lawful Attorney(s)-in-Fact 10 sign. execute. seal
and deliver on its behalf as Surety. and as its act and deed. any and all bonds. policies. undertakings. or other like instruments. as follows:
Any such obligations in the United States, up to
Fifteen Million and No/100 Doll~rs ($15,000,000.00).
This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at
a meeting held in the principal office of the Company. a quorum being present and voting. on the 6th day of December. 1958. which
resolution is still in effect:
I
I
I
I
"RESOL VED. that the President or any Vice President be hereby authorized. and empowered to appoint Attorneys-in-Fact
of the Company to execute any and all bonds. policies. undertakings. or other like instruments on behalf of the
Corporation. and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal: and may with or
without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys-in-
Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected
officers of the Company."
I
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 7th day of December. 1973.
I
"RESOL VED. that the signature of the President or a Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted. and the signature of the Secretary and Treasurer and the seal of the Company
may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile
signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by
certificate so executed and sealed shall. with respect to any bond or undertaking to which it is attached, continue to be
valid and binding on the Company."
I
IN WITNESS WHEREOF. THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its
corporate seal, duly attested by its Senior Vice President this 14th day of April, 1994.
I
~~CECOMPANY
Senior Vice President
I
I
ST ATE OF OHIO ) ss:
COUNTY OF BUTLER )
I
On this 14th day of April. 1994. before me came the above-named Senior Vice President of THE CINCINNATI INSURANCE
COMPANY. to me personally known to be the officer described herein. and acknowledged that the seal affixed to the preceding instrument
is the corp.orate, ~a!.of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said
inst.(,~1~::~~.,~~,~_~~~~orit.~,and direction of said corporation. ~
;.~-' ',.'- "".'~~::' ....':,'i.~..,'... ..' .-t ~.. _ Q
.. .' .~ "',~;i' .t,~eI. "' 1'.;- .. ~. \0 ~ -
:~ .... {:~~~.:~y.~~~~~:~~~",,::, ~ .. HENRY G. BERLON'. Attorney At Law
'.'..', .. ., Notary Public State of Ohio
.." ". "~:.:?' : .:,."... .' . . '.~ My commission has no expiration date.
, : ~",,',:'\~':':','::"',<-,>> ..'~ Section 147.03 R. C.
. :~o". .' '.' '." . .., 0
'. ,.: ,,: ~ ... . o. ". . . .
I
I
"'.c..): tiieu.ndersigoed Secretary and Treasurer of THE CINCINNATI INSURANCE COMPANY. hereby certify that the above is a
true and correct cOPY"'of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in full force and effect.
I
this
GIVEN under my hand and seal of said Company at Fairfield. Ohio.
25th day of August 19 98
~/ j)~. ...t.-vt:?-
Secretary and Treasurer
I
I
BN-1005 (4/94)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION NA
NOTICE OF AWARD
TO: Hardy Plumbing Co., Inc.
PROJECT DESCRIPTION:
RCCl Trunk Sewer Wastewater Collection System
(From Spirit Creek to Tobacco Road)
The Owner has considered the BID submitted by you for the above described WORK in
response to its Advertisement for Bids and Information for Bidders.
You are hereby notified that your BID has been accepted for items in the amount of
$528,700.35.
You have agreed in your Proposal to execute the Agreement and furnish the required
Contractor's Performance Bond and Payment Bond within Ten aID calendar days from the date of
this Notice to you.
If you fail to execute said Agreement and to furnish said Bonds within ten (lQ) days from
the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the
OWNER'S acceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The
OWNER will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF A WARD to the
OWNER.
Dated this
day of
, 1998.
BY:
TITLE:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF A WARD is hereby acknowledged on this _ day of
, 1998.
BY:
TITLE:
NA-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION A
AGREEMENT
Tms AGREEMENT, made this _ day of October, 1998, by and b~tween the
Augusta-Richmond County Commission, hereinafter called "Owner" and Hardy Plumbing
Company, Inc., doing business as a corporation herein~fter called ,"Contractor."
WITNESSETH: That for and in consideration of the payments and agreements as
hereinafter mentioned:
1. The Contractor will commence and complete construction ofRCCI Trunk Sewer Waste-
water Collection System (From Spirit Creek to Tobacco Road).
2. The Contractor will furnish all material, supplies, tools, equipment, labor and other services
necessary for the construction and completion of the project described herein.
3. The Contractor will commence the work required by the Contract Documents within Ten
(10) calendar days after the date of the Notice to Proceed and will complete same within
210 calendar days unless the period of completion is extended otherwise by the Contract
Documents.
4. The Contractor agrees to perform all the work described in the Contract Documents for the
sum of$528,700.35.
5. The term "Contract Docwnents" means and includes the following:
Advertisement for Bids Change Order
Information for Bidders General Conditions
Proposal Supplemental General Conditions
Bid Bond Special Conditions
Notice of Award Technical Specifications
Agreement Drawings
PerformancelPayment Bond Addenda: No. _,
Certificate of Owner's Attorney dated
Notice to Proceed
6. The Owner will pay to the Contractor in the manner and at such times as set forth in the
General Conditions such amounts as required by the Contract Docwnents.
7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due Contractor on any swn held as retainage pursuant to this Agreement and
Contractor specifically waive any claim to same..
A-I
I
I
I
I
I
I
I
I
I~
I~
I
I
I
I
I
I
I
I
I
8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors and assigns.
9. 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.
10. 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.
OWNER:
(SEAL)
NAME:
(Type or Print)
TITLE: /)1 '701l
CONTRACTOR: HARDY PLUMBING CO:MPANY, INC.
I
TITLE:
vP
",-. ....--............
,,'......r,- 'l' _. ",;",
~" '"::~ I'" ~ ~ r.".;. ,a,.",
~ ,... . '\ - ...-----....._-- .......
;- _", .r--- _ .....-.... ~..:~ ~
::: '~...;r~ :::-- ~ ~* /--::.
2~,': ""=: :'--' ,-....':,-:.
; ~ ~ ~ ~ ~< .:..:.. : :: ~
~0~..."~~~ s_5~~J
~~, 1/........ ...........---.......--- .....~ ~ ~.~
"';~,l,.j.,r)." --:,4> ~ - _~-""".", ,....
'.
TITLE:
A-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: ,'. (Corpb~ate Seal)
I ",':~1~~!;:,,;:~UMBING COMPANY, INC. THE CINC~~T~INS~N~ c;p~P,A~J, i;::..
..~" ",,,,'''''')ll''llilttir.,e, :,' h S, nature: ~ ,'_oJ'.2
l"?,\o.'_~:'I,t~~if\,'I. : I/.L. ~,..".- Name and Title: Michael C. Shel ton/' ~/
f ~~-' ,......~':\~ \. '%' . Attorney-in-Fact ~ _. ,/
I? { ~~r(A~f'a, diti6;;;';signatures appear on page 3)
'. - ~... ./":~, \.."'- c9l E
\ ~ \:(.to'ft.~ifJFg3jfMj.)T/ON ONLY-Name, Address and Telephone)
~ "... .. ~.~.......... '....
I \.,.,.: ;....,(.;,~GJ.b!J:6~..r\!3,~OKER: OWNER'S REPRESENTATIV~ (Architect, Engi~eer or
',: R.o~Y::'PP,qp~orough & Associates, Inc. other party): James SWJ.ft & AssocJ.ates
~Pos~GffJ.ce Box 10106 1206 Interstate Parkway
Augusta, GA 30903-2706 Augusta, GA 30909
706-722-8338 706-868-8803
I
I
':"
THE
CINCINNATI INSURANCE COMPANY
APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS
AlA Document A312 (December 1984 Edition)
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable,
CONTRACTOR (Name and Address):
Hardy Plumbing Company, .Inc.
4192 Belair Frontage Road
Augusta, GA 30909
SURETY (Name and Principal Place of Business):
THE CINCINNATI INSURANCE COMPANY
6200 S. GILMORE ROAD
CINCINNATI. OHIO 45014-5141
OWNER (Name and Address):
Augusta~Richmond County ,Commission
CONSTRUCTION CONTRACT
Date:
Amount: $528,700.35
Description (Name and Location):
RCCI Trunk Sewer Wastewater Collection System
from Spirit Creek to Tobacco Road
BOND
Date (Not earlier than Construe,tion Contract Date):
Amount: $528,700.35
Modifications to this Bond:
[Xl None
o See Page 3
"
S-2100-AIA-A312 (6/87) PERFORMANCE BOND
A312-1984 1
I
I
1 The Contractor, and the S~rety/ jointly and severally,
bind themSt~lves, their heirs, executors, administrators,
successors and assigns to the Owner for the performance
of the ConSlruction Contract, which is incorporated herein
by reference,
2 If the Contractor performs the Construction Contract,
the Surety and the Contractor shall have no obligation
under this Bond. except to participate in conferences as
provided in Subparilgrilph 3.-1.
3 If Ihere is no Owner Default, the Surety's obligation
under this Bond shall. arise after:
3.1 The Owner has notified Ihe Contractor and the
Surety <ll its address described in Paragraph '10 below
that the Owner is considering declaring a Contrilctor
Default <lnd h<ls requested <lnd <lllempled toarr<lnge a
conference with the Conlrilctor ilnd the Surety to be
held not later than fifteen dilYs after receipt of such
notice to discuss methods of performing the Construc-
tion ContrilCt. If the Owner, the Contractor and the
Surety agree, the Contractor shall be allowed a reason-
able time to perform the Construction Contract, but
such an agreement shall not waive the Owner's right, if
any, subsequently to declare a Contractor Default; and
3.2 The Owner has declared a Contractor Default and
formally terillinated the Contrilctor's right to complete
the contract. Such Contractor Default shall not be de-
c1ilred earlier than twenty days ilfter the Contrilctor and
the Surety have received notice as provided in Sub-
paragraph 3.-1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance witli the
terms of the Construction Contract or to a contractor
selected to perform the Construction Contract in accor-
dance with the terms of the contract with the Owner.
4 When the Owner has satisfied the conditions of Para-
graph 3, the Surety shall promptly and at the Surety's ex-
pense take nne of the following actions;
4.1 Arrange for the Conlrilclor, with consent of the
Owner, to perform and complete the Construclion
. Conlract; or
4.2 Undertake to perform and complete Ihe Conslruc-
lion Contract itself, through ils agents or thrilUgh inde-
pendent contraclors; or
4.3 Obtain bids or negotiated proposills from
qualified contr<lctors ilcceplable to the Owner for <I
contract for perform<lnce and completion of Ihe Con-
struction Contract. arrange for a contract to be pre-
pared for execution by the Owner and the contractor
selected with the Owner's concurrence, to be secured
with performance and payment bonds executed by a
qualified surety equivalenr 10 the bonds issued on the
Construction Contract, and pay to the Owner the
amount of dilmages as described in Pilfagraph 6 in ex-
cess of the Balance of the Contract Price incurred by the
Owner resulting from the Contractor's default; or
4.4 Waive its right to perform and complete, arrange
for completion, or obtain a new contractor and with
reasonable promptness under the circumstances:
.1 After investigation, determine the amount for
I
I
I
.
.
I
I
I
I
I
I
I
I
-
I
I
I
I
which it may be liable to the Owner ilnd. as
soon as practicable afler Ihe amount is deter-
mined, tender payment therefor to the
Owner; or
.2, Deny liability in whole or in part ilnd notify thl'
Owner citing reasons therefor,
5 If the Surety does not proceed as provided ir~ Parilgraph
4 with reasonable promptness, the Surety shall be deemed
to be in default on this Bond fifteen days <If tel' receipt of an
<ldditional written notice from the Owner to the Surety
dem<lnding that the.Surety perform its obligations under
this Bond, and the Owner shall be entitled 10 enforce <lnv
remedy available to the Owner, If the Surety proceeds ilS
provided in Subparagraph 4.4, and lhe Owner refuses the
payment .tendered or the Surety has denied liilbility, in
whole or in part,without further notice the Owner sh<ll/ be
entitled 10 enforce any remedy available to the Owner,
6 Af.ter the Owner hilS terminilted the Contr<lctor's right
10 complete the Construction Contract, and if the Surety
elects to act under Subparagraph 4.-1; 4.2. or 4.3 above,
then the responsibilities of the Surety to the Owner shall
not be greater th<ln those of the Contractor under Ihe
Construction Contract, and Ihe responsibilities of the
Owner to the Surety shilll not be greater than those of the
Owner under the Construction Conlract. To the limit of the
amount of this Bond, but subject to commilment by the
,Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Construction Cont ract, the Sure-
ty is obligated without duplication for:
6.1 The responsibilities of the Contractor for correc-
tion of defective work and completion of the Construc-
tion Contract;
6,2 Additional legal, design professional and delay
costs resulting from the Contractor's Default, and re-
sulting from the actions or failure to act of the Surely
under Paragraph 4; and
6.3 Liquidated damages, or if no liquid<lted dilmilges
are specified in the Construction Contract, actual d<lm-
ages caused by delayed performance or non-pedor-
mance of the Contraclor.
7 The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelilted to the Con-
slruction Contract, and the Balance or the Contract Price
shall not be red,-!ced or set 0(( on account of any such
unrelated obligation,S, No right of action shall accrue on
this Bond to any person or enlity other than the Owner or
its heirs, execulors, administrators or successors.
8 The Surety hereby waives notice of any change, includ-
ing changes of time, to the Construction Contract or 10
related subcontracts, purchase orders <lnd other obliga-
tions,
;
9 Any proceeding, legal or equitable, under this Bond
may be instituted in any court of competent jurisdiction in
the location in which the work or part of the work is located
and shall be instituted within two years after Conlractor
Default or within two years after the Contractor ceased
working or within two years after the Surety refuses or filils
to perform its obligations under this Bond, whichever oc-
curs first. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of limitation aVilil-
A312-1984 2
I
I
I
able to sureties as a defense in the jurisdiction of the suit
shall be applicable. "'.1
10 Notice to the Surety, the Owner or the Coniractor shall
be mailed or delivered to the address shown on the sig-
nature page,
11 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein. The intent is that this
Bond shall be construed as a statutory bond and not as a
cornman law bond.
I
I
I
I
I
12 DEFINITIONS
I
12.1 Balance of the Contract Price: The total amount
payable by the Owner to the Contractor under the
Construction Contract after all proper adjustments
have been made, including allowance to the Con-
I
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
I
I
I
I
I
I
.
.
. iractor of any amounts received or to be received by
the Owner in settlement of insurance or other claims
for damages to which the Contractor is entitled, re-
duced by all valid and proper payments made to or on
behalf of the Contractor under the Construction Can-
tract.
12.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the sig-
nature page, including all Contract Documents and
changes thereto.
12.3 Contractor Default: Failure of the Contractor,
which has neither been remedied nor waived, to per-
form or otherwise to comply with the terms of the
Construction Contract.
12.4 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or 10
perform and complete or comply with the other terms
thereof.
I
CONTRACTOR AS PRINCIPAL
Company:
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
(Corporate Seal)
I
I
Signature:
Name and Title:
Address:
SURETY
Company: (Corporate Seal)
THE CINCINNATI INSURANCE COMPANY
Signature:
Name and Tille:
Address:
I
A312.1984 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
THE
CINCINNATI INSURANCE COMPANY
APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS
AlA Document A312 (December 1984 Edition)
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable,
CONTRACTOR (Name and Address):
Hardy Plumbing Company, ln~.
4192 Belair Frontage Road
Augusta, GA 30909
SURETY (Name and Principal Place af Business):
THE CINCINNATI INSURANCE COMPANY
6200 S. GILMORE ROAD
CINCINNATI, OHIO 45014-5141
OWNER (Name and Address):
Augusta-Richmond County Commission
CONSTRUCTION CONTRACT
Date:
Amaunt: $528,700.35
Descriptian (Name and Lacatio.n):
RCCl Trunk Sewer Wastewater Collection System
.from Spirit Creek to Tobacco Road
BOND
Date (Nat earlier than Canstructian Cantract Date):
Amount: $528,700.35
Modificalions to this Bond: .
~ None
o See Page 6
S-2150-AIA-A312 (6/87) PAYMENT BOND
A312.1984 4
I
I
1 The Contractor and the Surety, jointly and severally,
bind themselves, their heirs, executors, administrators,
successors and assigns to the' Owner to pay for labor,
materials and equipment furnished for use iil the perfor-
mance of the Construction Contract, which is incorpo-
rated herein by reference.
2 With respect to the Owner, this obligation .shall be
null and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly.
for all sums due Claimants, and
2.2 Defends, indemnifies and holds harmless the
Owner from claims, demands, liens or suits by any
person or entity whose claim, demand, lien or suit is
for the payment for labor, materials or equipment fur-
nished for use in the performance of the Construction
Contract, provided the Owner has promptly notified
the Contractor and the Surety (at the address
described in Paragraph 12) of any claims, demands;
liens or suits and tendered defense of such claims,
demands, liens or suits to the Contractor ilncl the
Surety, and provided there is no Owner DefaLJlt.
3 With respect to Claimants. .this obligation shall be
null and void if the Contractor promptly makes pay-
ment, directly or indirectly, for' all sums due,
I
I
I
I
i
I
I
I
4 The Surety shall have no obligation to Claimants
under this Bond until:
4.1 Claimants who are employed by or have a direct
contract with the Contractor have given notice to the
Surety (at the address described in Paragraph 12) and
sent a copy, or notice thereof, to the Owner, stating
that a claim is being made under this Bond 'and, with
substantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract
with the Contractor:
I
I
I
.1 Have furnished written notice to the Con-
tractor and sent a copy, or notice thereof. to
the Owner, within 90 days after having last
performed labor or last furnished materials or
equipment included in the claim stating, with
substantial accuracy, the amount of the claim
and the name of the party to whom the
materi,lIs were furnished or supplied or for
whom the labor was done or performed; and
.2 Have either received a rejection in whole or
in part from the Contractor, or not received
within 30 days of furnishing the above no-
tice any communication from the Contractor
by which the Contractor has indicated the
claim will be paid directly or indirectly; and
.3 Not having been paid within the 'above 30
days, have sent a written notice to the Surety
(at the address described in Paragraph 12) and
sent a copy, or notice thereof, to the Owner.
stating that a claim is being made under this
Bond and enclosing a copy of the previous
written notice furnished to the Contractor,
I
I
i
I
I
5 If a notice required by Paragraph 4 is given by the
Owner to the Contractor or to the Surety, that is suffi-
cient compliilnce.
I
6 When the Claimant has satisfied the conditions o(
Paragraph --.4,. the Surety shall promptly and at the
Surety's expense take the following actions:
6.1 Send an answer to the Claimant, with a copy to
the Owner, within 45 days after receipt of the claim.
stating the amounts that are undisputed and the basis
for challenging any amounts that are disputed,
6,2 Payor arrange (or payment o( any undisputed
amounts,
7 The Surety's total obligation shall not exceed the
amount of this Bond, and the amount of this Bond shall be
(' credited for any payments made in good faith by the Surety.
8 Amounts owed by the Owner to the Contractor under
the Construction Contract shall' be used for the perfor-
mance of the Construction Contract and to saiisfy claims,
if any, under any Construction Performance Bond, By
the Contractor furnishing and the Owner accepting this
Bond, they agree that all funds earned by the Contract'Or
in the performance of the Construction Contract are
dedicated to satisfy obligations of the Contractor and
the Surety under this Bond, subject to the Owner's prior-
ity to use the funds for the completion of the work,
9 The Surety shall not be liable to the Owner, Claimants
or others for obligations of the Contractor that are unrelat-
ed to the Construction Contract. The Owner shall not be
liable for payment of any costs or expenses of any Claim-
ant under this Bond, and shall have under this Bond no obli-
gations to make payments to. give notices on behalf of, or
otherwise have obligations to Claimants under this Bond,
10 The Surety hereby waives notice of any change,
including changes of time, to the Construction Contract
or to related subcontracts, purchase orders and other
obligations,
11 No suit or action shall be commenced by a Claimant
under this Bond other than in a court of competent juris-
diction in the location in which the work or part of the
work is located or after the expiration of one year from the
date (1) on which the Claimant gave the notice required by
Subparagraph 4:1 or Clause 4,2.3, or (2) on which the last
labor or service was performed by anyone or the last mate-
rials or equipment were furnished by anyone under the Con-
struction Contract, whichever of (1) or (2) first occurs, If the
provisions of this Paragraph are void or prohibited by law,
the minimum period of limitation available to sureties as a
defense in the jurisdiction of the suit shall be applicable,
12 Notice to the Surety, the Owner or the Contractor
shall be mailed or delivered to the address shown on the
signature page, Actual receipt of not'ice by Surety, the
Owner or the Contractor, however accomplished, shall
be sufficient compliance asof the date received at the
address shown on the signature page,
13 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein, The intent is that this
A312-1984 5
I
I
I
Bond shJII be construed as J stJ~utory bond and not JS a
common IJW bond. ., .
14 Upon request by Jny person or entity JppeJring to be a
potential beneficiary of this Bond, the Contractor shall
promptly furnish J copy of this Bond or shall permit J copy
to be made,
I
I
15 DEFINITIONS
I
15.1 CIJimant: An individUJI or entity hJving a direct
contrJct with the' ContrJctor or with a subcont raclor of
the ContrJctor to furnish labor, rnJterials or equip-
ment for use in the performance of the Contract. The
intent of this Bond shJII be to include withoutlimita-
tion in the terms "labor, mJteriJls or equipment" that
pMt of water, gas, power, light, heat, oil, gasoline,
telephone service or rental equipment used in the
I
I
MODIFICATIONS TO THIS BOND ARE AS FOllOWS:
I
I
I
I
I
I
I
I
COI;struction.Contract, architecturJI Jnd engineering
services required for performance of the work of the
ContrJctor and the Contractor's subcontractors, and
all other items for which a mechanic's lien may be
asserted in the jurisdiction where the labor, materials
or equipment were furnished.
15.2 Construction Contract: The agreement between.
the Owner and the Contractor identified on the sig-
nature page, including all Contract Documents JIlll
changes thereto,
15.3 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof.
fSpace is provided below for additional signatures of added parties, other than those appearing on the cover page.)
I
CONTRACTOR AS PRINCIPAL
Company:
(Corporate Seal)
I
I
Signature:
Name and Title:
Address:
SURETY
Company: (Corporate Scal)
THE CINCINNATI INSURANCE COMPANY
Signature:
Name and Title:
Address:
I
-'--~-------~"~~~~~~~~-=---::=:~~::;"~~-,,~;:",,:;;:,,,;>:---.-,.--=~-..~d=._~~~~~~~=-",-,.;.:-.;.-~"",.,..--".-...
. --
A312.1984 6
.~-. .
=_.,'.-
~~.::;~,} _.
I
.. .' . i.
(
\
THE CINCINNATI INSURANCE COMPANY
Fairfield. Ohio
I
POWER OF ATTORNEY
I
KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY. a corporation organized under the laws
of lhe Stale of Ohio. and having ilS principal office in the City of Fairfield. Ohio. does hereby constitute and appoint
Roy Scarborough, Jr.; Eugene A. Cronic; Suzy M. Dekle;
Michael C. Shelton and/or Alicia J. Rhoades
I
of Augus ta, Georgia ilS lrue and lawful Attorney(s)-in-Fact to sign. execute, seal
and deliver on its behalf as Surety, and as its act and deed. any and all bonds. policies. undertakings. or other like instruments, as follows:
Any such obligations in the United States, up to
Fifteen Million and No/100 Dollars ($15,000,000.00).
This appointmenl is made under and by authority of the following resolUlion passed by the Board of Directors of said Company at
a meeting held in lhe principal office of the Company, a quorum being present and voting, on the 6th day of December. 1958. which
resolution is still in effect:
I
I
I
"RESOL VED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in-Fact
of the Company to execute any and all bonds, policies. undertakings. or other like instruments on behalf of the
Corporation, and may authorize any officer or any such Attorney-in-Facl to affix the corporate seal; and may with or
without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys-in-
Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected
officers of the Company."
I
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 7th day of December, 1973.
I
"RESOL VED. that the signature of the President or a Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted, and the signature of the Secretary and Treasurer and the seal of the Company
may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile
signature and seal shall be valid and binding on the Company, Any such power so executed and sealed and certified by
certificate so executed and sealed shall. with respect to any bond or undertaking to which it is attached, continue 10 be
valid and binding on the Company."
I
I
IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its
corporate seal, duly attested by its Senior Vice President this 14th day of April, 1994.
I
p::;g;~CE COMPANY
S,,;o, V;" P"';d'~
I
STATE OF OHIO
COUNTY OF BUTLER
) ss:
)
I
On this 14th day of April, 1994, before me came the above-named Senior Vice President of THE CINCINNATI INSURANCE
COMPANY, to me personally known to be the officer described herein. and acknowledged that the seal affixed to the preceding instrument
is the corp,m'!tel ,fi~i1)d)f said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said
;"'''~,~~~\~::~~~~,~~"~~'~...'"d d;",,;oo of "fd co",o,",;oo. ~
...:P:~:_':I ':,"":~~~~\'~~:.{i:,li,~:;"::":~,.,,~,\:, .J ~ '" ~ 0
... 10....:. .;\ ..lok..".. ,!tt""i/', ...~f.',;'.:, ':', ~ I \~
t\~JJI~~~L ~ ::~~~~~;I~~fi~~~~t~~~td~:'W
'<';':,.:/'the 'u.'n'der~ig~H Secretary and Treasurer of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a
true and'Cbrrect'icopY'''Cif the Original Power of Attorney issued by said Company, and do hereby further certify thaI the ,said, Power of
Attorney is still in full force and effect.' ~ :" ~
,;;;: -
I
I
I
this
GIVEN under my hand and seal of said Company at Fairfield. Ohio,
day of 19
.."'--:..:-
I
~/ 1J~".2....;~
Secretary and Treasurer
I
BN-I005 (4/94)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned
, the authorized and acting legal representative
of Augusta-Richmond County Commission do hereby certify as follows:
I have examined the attached Contract( s) and surety bonds and the manner of
execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly
executed by the proper parties thereto acting through their duly authorized representatives; that said
representatives have full power and authority to execute said agreements on behalf of the respective
parties named thereon; and that the foregoing agreements constitute valid and legally binding
obligations upon the parties executing the same in accordance with the terms, conditions and
provisions thereof.
DATE:
COA-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION NP
NOTICE TO PROCEED
TO: HARDY PLUMBING COMPANY, INC.
4192 Belair Frontage Road
Augusta GA 30909
DATE:
PROJECT: RCCI Trunk Sewer Wastewater Collection System
(From Spirit Creek to Tobacco Road)
You are hereby notified to commence work in accordance with the Agreement dated
, 1998, within Ten (10) calendar days following this date, the date first written above,
and you are to complete the work within Two Hundred Ten (210) consecutive calendar days after
the date of this notice. The date set for completion of all work is therefore
1999.
BY:
TITLE:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PRO tEED is hereby aclmowledged and the same is hereby
accepted on this day of October, 1998.
BY:
TITLE:
NP-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-O 1.
GC-02.
GC-03.
GC-04.
GC-05.
GC-06.
GC-07.
GC-08.
GC-09.
GC-I0.
GC-l1.
GC-12.
GC-13.
GC-14.
GC-15.
GC-16.
GC-17.
GC-18.
GC-19.
GC-20.
GC-21.
GC-22.
GC-23.
GC-24.
GC-25.
GC-26.
GC-27.
GC-28.
GC-29.
GC-30.
GC-31.
GC-32.
GC-33.
GC-34.
GC-35.
GC-36.
GENERAL CONDITIONS
Index to Articles of General Conditions
Section
Pa~es
Definitions
Additional Instruction and Detail Drawings
Schedules, Reports and Records
Drawings and Specifications
Shop Drawings
Materials, Services and Facilities
Inspection and Testing
Substitutions
Patents
Surveys, Permits and Regulations
Protection of Work, Property and Person
Supervision by Contractor
Changes in the Work
Changes in Contract Price
Time for Completion and Liquidated Damages
Correction of Work
Subsurface Conditions
Suspension of Work, Termination and Delay
Payments to Contractor
Acceptance of Final Payment as Release
Insurance
Contract Security
Assignments
Indemnification
Separate Contracts
Subcontracting
Engineer's Authority
Land and Rights-of-Way
Guarantee
Taxes
Work Adjacent to Railway or Other Property
Order and Discipline
Warning Devices and Signs
Special Restrictions
As-Built Drawings
Contractor Not to Hire Employees of the Owner
1-3
3
3
3-4
4
4-5
5-6
6
6
6-7
7
8
8
8
8-9
9-10
10
1 0-11
12-13
13
13-14
15
15
15-16
16
16-17
17
17
17
18
18
18
18
18
18
19
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-Ol.
DEFINITIONS:
1.1 Wherever used in the Contract Documents, the following terms shall have the meanings
indicated which shall be applicable to both the singular and plural thereof.
1.2 ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement
which modify or interpret the Contract Documents, Drawings and Specifications, by addition,
deletion, clarifications or corrections.
1.3 BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth the
prices for the work to be performed.
1.4 BIDDER: Any person, :firm or corporation submitting a bid for the work.
1.5 BONDS: Bid, Performance and Payment Bonds and other instrwnents of security furnished
by the Contractor and his Surety in accordance with the Contract Documents.
1.6 CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or
revision in the work within the general scope of the Contract Documents or authorizing an
adjustment in the contract price or contract time.
1.7 CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information
for Bidders, Bid, Bid Bond, Agreement, Payment Bond, Performance Bond, Notice of A ward, Notice
to Proceed, Change Order, Drawings, Specifications and Addenda.
1.8 CONTRACT PRICE: The total monies payable to the Contractor under the terms and
conditions of the Contract Documents.
1.9 CONTRACT TIME: The number of calendar days stated in the Contract Documents for the
completion of the work.
1.9.1 LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to
completion of all the work.
1.10 CONTRACTOR: The 'person, firm or corporation with whom the Owner has
executed the Agreement.
1.11 D RA WINGS: The part of the contract Documents which show the characteristics
and scope of the work to be performed and which have been prepared or approved by the Engineer.
1.12 ENGINEER: The person, firm or corporation named as such in the Contract
Documents.
1.13 FIELD ORDER: A written order effecting a change in the work not involving an
adjustment in the contract price or an extension of the contract time issued by the Engineer to the
Contractor during construction.
GC-1
1.14 NOTICE OF A WARD: The written notice of the acceptance of the Bid from the
Owner to the successful Bidder.
1.15 NOTICE TO PROCEED: Written commUnication issued by the Owner to the
Contractor authorizing him to proceed with the work and establishing the date of commencement
of the work.
1.16 OWNER: A public or quasi-public body or authority, corporation, association, partnership
or individual for whom the work is to be performed.
1.17 PROJECT: The undertaking to be performed as provided in the Contract Docwnents.
1.18 RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the
Owner who is assigned to the project site or any part thereof.
1.19 SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules and
other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or
Distributor, which illustrate. how specific portions of the work shall be fabricated or installed.
1.20 SPECIFICATIONS: A part of the contract Docwnents consisting of written
descriptions of a technical nature of materials, equipment, construction systems, standards and
workmanship.
1.21 SUBCONTRACTOR: An individual, firm or corporation having a direct contract
with the Contractor or any other Subcontractor for the performance of a part of the work at the site.
1.22 SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the
construction of the proj ect or a specified part can be utilized for the purposes for which it is intended.
1.23 SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to
the General Conditions of a specific nature generally aimed at the specific contract of which it is a
part.
1.24 SUPPLIERS: Any person, supplier or organization who supplies materials or
equipment for the work, including that fabricated to a special design, but who does not perform labor
at the site.
1.25 WORK: All labor necessary to produce the construction required by the Contract
Docwnents and all materials and equipment incorporated or to be incorporated in the project.
1.26 WRITfEN NOTICE: Any notice to any party of the Agreement relative to any part
of this Agreement in writing and considered delivered and the service thereof completed, when
GC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
iiiii
posted by certified or registered mail to the said party at his last given address or delivered in person
to said party or his authorized representative on the work.
GC-02.
ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS:
2.1 The Contractor may be furnished additional instructions and detail drawings, by the Engineer,
as necessary to carry out the work required by the Contract Documents.
2.2 The additional drawings and instruction thus supplied will become a part of the Contract
Documents. The Contractor shall carry out the work in accordance with the additional detail
drawings and instructions.
GC-03.
SCHEDULES, REPORTS AND RECORDS:
3.1 The Contractor shall submit to the Owner such schedule of quantities and costs, progress
schedules, payrolls, reports, estimates, records and other data s the Owner may request concerning
work performed or to be performed.
3.2 Prior to the first partial payments estimate, the Contractor shall submit schedules showing
the order in which he proposes to carry on the work, including dates at which he will start the various
parts of the work, estimated date of completion of each part and as applicable:
3.2.1 the dates at which special detail drawings will be required; and
3.2.2 respective dates for submission of shop drawings, the beginning of manufacture, the testing
and the installation of materials, supplies and equipment. '
3.3 The Contractor shall also submit a schedule of payments that he anticipates he will earn
during the course of the work.
GC-04.
DRAWINGS AND SPECIFICATIONS:
4.1 The intent of the drawings and specifications is that the Contractor shall furnish all labor,
materials, tools, equipment and transportation necessary for the proper execution of the work in
accordance with the Contract Documents and all incidental work necessary to complete the project
in an acceptable manner, ready for use, occupancy or operation by the Owner.
4.2 In case of conflict between the drawings and specifications, the specifications shall govern.
Figure dimensions on drawings shall govern over general drawings. .
4.3 Any discrepancies found between the drawings and specifications and site conditions or any
inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the
Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing.
Work done by the Contractor after his discovery of such discrepancies, inconsistencies or
ambiguities shall be done at the Contractor's risk.
GC-3
4.4 All work that may be called for in the specifications and not shown on the drawings, or
shown and not called for in the specifications, shall be executed and furnished by the Contractor as
if described in both these ways and should any work or material be required which is not detailed
in the specifications or drawings, either directly or indirectly, but which is nevertheless necessary
for the proper carrying out of the intent thereof, the Contractor is to understand the same to be
implied and required and shall perform all such work and furnish any such material as fully as if they
were particularly delineated or described.
4.5 It is understood and agreed that the Contractor, by careful examination, has satisfied himself
as to the nature and location of the work, the conformation of the ground, the character, quality and
quantity of the materials to be encountered, the character of equipment and 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 under this contract. No verbal agreement or
conversation with any officer, agent or employee of the Owner, either before or after the execution
of this contract, shall affect or modify any of the terms or obligations therein contained.
GC-05.
SHOP DRAWINGS:
5.1 The Contractor shall provide shop drawings as may be. necessary for the prosecution of the
work as required by the Contract Documents. The engineer shall promptly review all shop drawings.
The Engineer's approval of any shop drawings shall not release the Contractor from responsibility
for deviations from the Contract Documents. The approval of any shop drawings which substantially
deviates from the requirement of the Contract Documents shall be evidenced by a Change Order.
5.2 When submitted for the Engineer's review, shop drawings shall bear the Contractor's
certification that he has reviewed, checked and approved the shop drawings and that they are in
conformance with the requiremen.ts of the Contract Documents.
5.3 Portions ofthe work that require a shop drawing or sample submission shall not begin until
the shop drawing or submission has been approved by the Engineer. A copy of each approved shop
drawing and each approved sample shall be kept in good order by the Contractor at the site and shall
be available to the Engineer.
GC-06.
MATERIALS, SERVICES AND FACILITIES:
6.1 It is understood that, except as otherwise specifically stated in the Contract Documents, the
Contractor shall provide and pay for all materials, labor, tools, equipments, water, light, power,
transportation, supervision, temporary construction of any nature and all other services and facilities
of any nature whatsoever necessary to execute, complete and deliver the work within the specified
time.
6.2 Materials and equipment shall be so stored as to insure the preservation of their quality and
fitness for the work. Stored materials and equipment to be incorporated in the work shall be located
so as to facilitate prompt inspection.
GC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I-
I
I
I
:' ",' >" '
6.3 Manufactured articles, materi~ls and equipment shah. be applied, installed, connected,
erected, used, cleaned and conditioned as directed by the manufacturer.
6.4 Materials, supplies or equipment to be incorporated into the work and purchased by the
Contractor or the Subcontractor will be subject to a chattel mortgage or under a conditional sale
contract or other agreement by which an interest is retained by the seller.
GC-07.
INSPECTION AND TESTING:
7.1 All materials and equipment used in the construction of the project shall be subject to
adequate inspection and testing in accordance with generaliy accepted standards.
7.2 The Contractor shall provide, at his expense, the necessary testing and inspection services
required by the Contract Documents, unless othelWise provided.
7.3 The Owner shall provide all other inspection and testing services required by the Contract
Documents.
7.4 If the Contract Documents, laws, ordinances, rules, regulations or order~ of any authority
having jurisdiction require any work to specifically be inspected, tested or approved by someone
other than the Contractor, the Contractor will give the Engineer timely notice or readiness. The
Contractor will then furnish the Engineer the required certificates of inspection, testing or approval.
7.5 Neither observation by the Engineer nor inspections, tests or approvals by persons other than
the Contractor shall relieve the Contractor from his obligations to perform the work in accordance
with the requirements of the Contract Documents.
7.6 The Engineer and his representatives will at all times have access to the work. In addition,
authorized representatives and agents of any participating Federal or State Agency shall be permitted
to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant
data and records. The Contractor will provide proper facilities for such access and observation of
the work and also for any inspection or testing thereof.
7.7 If any work is covered contrary to the written request of the Engineer, it must, if requested
by the Engineer, be uncovered for his observation and replaced at the Contractor's expense.
7.8 If any work has been covered which the Engineer has not specifically requested to observe
prior to its being covered or if the Engineer considers it necessary or advisable that covered work be
inspected or tested by others, the Contractor at the Engineer's request, will Wlcover, expose or
othelWise make available for observation, inspection or testing as the Engineer may require, that
portion of the work in question, furnishing all necessary labor, materials, tools and equipment. If
it is found that such work is defective, the Contractor will bear all the expenses of such Wlcovering,
exposure, observation, inspe~tion and testing and of satisfactory reconstruction. If, however, such
work is not fOWld to be defective, the Contractor will be allowed an increase in the contract price or
an extension of the contract time, or both, directly attributable to such Wlcovering, exposure,
observation, inspection, testing and reconstruction and an appropriate change order shall be issued.
GC-5
7.9 The Contractor shall give the Engineer 24 hours notice of starting any new work. No work
shall be done or materials used without suitable supervision and inspection by the Engineer. The
Contractor shall furnish the Engineer with necessary samples of material for testing purposes.
GC-08.
SUBSTITUTIONS:
8.1 When a material, article or piece of equipment is identified on the drawings or specifications
by reference to brand name or catalogue number, the performance or other salient requirements and
that other products of equal capacities, quality and function shall be considered. The Contractor may
recommend the substitution of a material, article or piece of equipment of equal substance and
function for those referred to in the Contract Documents by reference to brand name or catalogue
number and if, in the opinion of the Engineer, such material, article or piece of equipment is of equal
substance and function to that specified, the Engineer may approve its substitution and use by the
Contractor. Any cost differential shall be deducted from the contract price and the contract
Documents shall be appropriately modified by change order. The Contractor warrants that if
substitutes are approved, no major changes in the function or general design of the project will result.
Incidental changes or extra component parts required to accommodate the substitute. will be made
by the Contractor without a change in the contract price or contract time.
GC-09.
PATENTS:
9.1 The Contractor shall pay all applicable royalties and license fees. He shall defend all suits
or claims for infringement of any patent rights and save the Owner harmless from loss on account
thereof except that the Owner shall be responsible for any such loss when a particular process, design
or the product of a manufacturer or manufacturers is specified, but if the Contractor has reason to
believe that the design, process or product specified is an infringement of a patent, he shall be
responsible for such loss unless he promptly gives such information to the Engineer.
GC-IO.
SURVEYS, PERMITS AND REGULATIONS:
10.1 The Owner shall furnish all land surveys and establish all base lines for locating the
principal componerit parts of the work together with a suitable number of bench marks adjacent to
the work as shown in the Contract Documents. From the information provided by the Owner, unless
otherwise specified in the Contract Documents, the Contractor shall develop and make all detail
surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and
other working points, lines, elevations and cut sheets.
10.2 The Contractor shall carefully preserve bench marks, reference points and stakes and
in case of willful or careless destruction, he shall be charged with the resulting expense and shall be
responsible for any mistakes that may be caused by their unnecessary loss of disturbance.
10.3 Permits and licenses of a temporary nature necessary for the prosecution of the work shall
be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures
or permanent changes in existing facilities shall be secured and paid for by the Owner, unless
otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules
and regulations bearing on the conduct of the work as drawn and specified. If the Contractor
GC-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. ~ ;~I
observes that the Contract Documents are at variance therewith, he shall promptly notify the
Engineer in writing and any necessary changes shall be adjusted as provided in Section 13, Changes
in the Work.
GC-ll.
PROTECTION OF WORK, PROPERTY AND PERSON:
11.1 The Contractor will be responsible for initiating, maintaining and supervising all
safety precautions and programs in connection with the work. He will take all necessary precautions
for the safety of and will provide the necessary protection to prevent damage, injury or loss to all
employees on the work and others persons who may be affected thereby, all the work and all
materials or equipment to be incorporated therein, whether in storage on or off the site or other
property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways,
structures and utilities not designated for removal, relocation or replacement in the course of
construction.
11.2 The Contractor will comply with all applicable laws, ordinances, rules, regulations
and order of any p~blic body having jurisdiction. He will erect and maintain, as required by the
conditions and progress of the work, all necessary safeguards for safety and protection. He will
notify owners of adj acent utilities when prosecution of the work may affect them. The Contractor
will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in
part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them
or anyone for whose acts any of them are liable, except damage or loss attributable to the fault of the
Contract Documents or to the acts or omissions of the Owner or the Engineer or anyone employed
by either of them or anyone for whose acts either of them may be liable and not attributable, directly
or indirectly, in whole or in part, to the fault of negligence of the Contractor.
11.3 In emergencies affecting the safety of persons or the work or property at the site or
adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or
Owner, shall act to prevent threatened damage, iiljury or loss. He will give the Engineer prompt
written notice of any significant changes in the work or deviations from the Contract Documents
caused thereby and a Change Order shall be issued covering the changes and deviations involved.
11.4 The work under this Contract in ever respect shall be at the risk of the Contractor until
finished and accepted, except to damage or injury caused directly by the Owner's agents or employ-
ees.
GC-12.
SUPERVISION BY CONTRACTOR:
12.1 The Contractor will supervise and direct the work. He will be solely responsible for
the means, methods, techniques, sequences and procedures of construction. The Contractor will
employ and maintain on the work a qualified supervisor or superintendent who shall have been
designated in writing by the Contractor as the Contractor's representative at the site. The supervisor
shall have full authority to act on behalf of the Contractor and all communications given to the
supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the
site at all times as required to perform adequate supervision and coordination of the work.
GC-7
GC-13.
CHANGES IN THE WORK:
13.1 The Owner may at any time as the need arises, order changes within the scope of the
work without invalidating the Agreement. If such changes increase or decrease the amount due
under the Contract Documents or in the time required for performance of the work, and equitable
adjustment shall be authorized by Change Order.
13.2 The Engineer, also, may at any time, by issuing a field order, make changes in the
details of the work. The Contractor shall proceed with the performance of any changes in the work
so ordered by the Engineer unless. the contractor believes that such field order entitles him to a
change in the contract price or time or both, in which event he, shall give the Engineer written notice
thereof within ten (10) days after the receipt of the ordered change and the Contractor shall not
. execute such changes pending the receipt of an executed change order or further instruction from the
Owner.
GC-14.
CHANGES IN CONTRACT PRICE:
14.1 The contract price may be changed only by a change order. The value of any work
covered by a change order or of any claim for increase or decrease in the contract price shall be
determined by one or more of the following methods in the order of precedence listed below:
(a)
(b)
(c)
Unit prices previously approved.
An agreed lump sum.
The actual cost for labor, direct overhead, materials, supplies, ,equipment and other
services necessary to complete the work. In addition there shall be added an amount
to be agreed upon but no to exceed fifteen (15) percent of the actual cost of the work
to cover the cost of general overhead and profit.
GC-15.
TIME FOR COMPLETION AND LIQUIDATED DAMAGES:
15.1 The date of beginning and the time for completion of the work are essential
conditions of the Contract Documents and the work embraced 'shall be commenced on the date
specified in the Notice to Proceed.
15.2 The Contractor will proceed with the work at such rate of progress to insure full
completion within the contract time. It is expressly understood and agreed, by and between the
Contractor and the Owner, that the contract time for completion of the work described herein is a
reasonable time, taking into consideration the average climatic and economic conditions and other
factors prevailing in the locality of the work.
15.3 If the Contractor shall fail to complete the work within the contract time or extension
oftime granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated
damages as specified in the bid for each calendar day that the Contractor shall be in default after the
time stipulated in the Contract Documents.
GC-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
. 1'"
15.4 The Contractor shali not be charged with liquidated damages or any excess cost when
the delay in completion of the work is due to the following and the Contractor has promptly given
written notice of such delay to the Owner or Engineer.
15.4.1 To any preference, priority or allocation order duly issued by the Owner.
15.4.2 To unforeseeable causes beyond the control and without the fault or negligence of the
Contractor, including but not restricted to, acts of God or of the public enemy, acts of the Owner,
acts of another Contractor in the performance of a contract with the Owner, fIres, floods, epidemics,
quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather; and
15.4.3 To any delays of Subcontractors occasioned by any of the causes specifIed in Paragraphs
15.4.1 and 15.4.2 of this Article.
GC-16.
CORRECTION OF WORK:
16.1 The Contractor shall promptly remove from the premises all work rejected by the
Engineer for failure to comply with the Contract Docwnents, whether incorporated in the
construction or not and the Contractor shall promptly replace and re-execute the work in accordance
with the Contract Documents and without expense to the Owner and shall bear the expense of
making good all work of other Contractors destroyed or damaged by such removal or replacement.
16.2 All removal and replacement work shall be done 3:t the Contractor's expense. if the
Contractor does not take action to remove such rejected work within ten (10) days after receipt of
written notice, the Owner may remove such work and store the materials at the expense of the
Contractor.
16.3 Any omissions or failure on the part of the Engineer to disapprove or reject any work
or material shall not be construed to be an acceptance of any defective work or material. The
Contractor shall remove, at his own expense and shall rebuild and replace same without extra change
and in default thereof the same may be done by the Owner at the Contractor's expense or in case the
Engineer shall not consider the defect of sufficient importance to require the contractor to rebuild
or replace any imperfect work or material, he shall have power and is hereby authorized to make an
equitable deduction from the stipulated price.
GC-17.
. SUBSURFACE CONDITIONS:
17.1 The Contractor shall promptly and before such condition~ are disturbed, except in the
event of an emergency, notify the Owner by written notice of:
17.1.1 Subsurface or latent physical conditions at the site differing materially from those indicated
in the Contract Docwnents.
I
17.1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those
ordinarily encountered and generally recognized as inherent in work of the character provided for
in the Contract Docwnents.
.
-
.
GC-9
17.2 The Owner shall promptly investigate the conditions and if he fmds that such
conditions do so materially differ an cause an increase or decrease in the cost of, or in the time
required, for performance of the work, an equitable adjustment shall be made and the Contract
Documents shall be modified by a Change Order. Any claim' of the Contractor for adjustment
hereunder shall not be allowed unless he has given the required written notice; provided that the
Owner may, ifhe determines the facts so justify, consider and adjust any such claims asserted before
the date of final payment.
GC-18.
SUSPENSION OF WORK, TERMINATION AND DELAY:
18.1 The Owner may, at any time and without cause, suspend the work or any portion
thereof for a period of not more. than ninety days or such further time as agreed upon by the
Contractor, by written notice to the Contractor. The Engineer shall fix the date on which work shall
be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be
allowed an increase in the contract price or an extension of the contract time, or both, directly
attributable to any suspension.
18.2.1 If the Contractor is adjudged bankrupt or insolvent, or ifhe makes a general assignment for
the benefit of his creditors; or if a trustee or receiver .is appointed for the Contractor or for any of his
property; or if he files a petition to take advantage of any debtor's act to reorganize under the
bankruptcy or applicable laws; or if he repeatedly fails to supply sufficient skilled workmen or
suitable materials or equipment; or ifhe repeatedly fails to make prompt payments to Subcontractors
or for labor, materials or equipment; or ifhe disregards laws, ordinances, rules, regulations or orders
of any public body having j urisdiction of the work; or ifhe disregards the authority of the Engineer;
or if, in the opinion of the Engineer, the Contractor fails to make satisfactory progress in prosecuting
the work; or ifhe otherwise violates any provision of the Contract Documents, then the Owner may,
without prejudice to any other right or remedy and after giving the Contractor and his Surety a
minimum often (10) days from delivery ofa written-notice, terminate the services of the Contractor
and take possession of the Project and of all materials, equipment, tools, construction equipment and
machinery thereon owned by the Contractor and finish the work by whatever method he may deem
expedient. In such case, the Contractor shall not be entitled to receive any further payment until the
work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of
completing the Project, including compensation for additional professional services, such excess
shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay
the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer
and incorporated in a Change Order.
18.2.2 The Contractor must obtain permission from the Engineer before any equipment can be
removed from the job site. In the event such equipment is removed without the Engineer's approval,
the job will be terminated until such time as the equipment is returned to the project and any time
and money lost by the Contractor as a result of moving the equipment shall be absorbed by the
Contractor.
18.3 Where the Contractor's services have been so terminated by the Owner, said
termination shall not affect any right of the Owner against the Contractor then existing or which may
GC-IO
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
i
thereafter accrue. Any retention oi payment of monies by the OWner due the Contractor will not
release the Contractor from compliance with the Contract Documents.
18.4 . After ten (10) days from delivery of a written notice to the Contractor and the
Engineer, the Owner may, without cause and without prejudice to any other right or remedy, elect
to abandon the Project and terminate the Contract. In such case, the Contractor shall be paid for all
work executed and any expense sustained plus reasonable profit.
18.5 If, through no act or fault of the Contractor, the work is suspended for a period of
more than ninety (90) days by the Owner or under an order of court or other public authority, or the
Engineer fails to act on any request for payment within thirty (30) days after it is submitted, or the
Owner fails to pay the Contractor substantially the sum approved by the Engineer within thirty (30)
days of its approval and presentation, then the contractor may after ten (10) days from delivery of
a written notice to the Owner and the Engineer, terminate the Contract and recover from the Owner
payment for all work executed and all expenses sustained. In addition, and in lieu of terminating the
Contract, if the Engineer has failed to act,on a request for payment, or if the Owner has failed to
make any payment as aforesaid, the Contractor may, upon ten (10) days notice to the Owner and the
Engineer, stop the work until he has been paid all amounts then due, in which event and upon -
resumption of the work, Change Orders shall be issued for adjusting the contract price or extending
the contract time or both to compensate for the costs and delays attributable to the stoppage of the
work.
18.6 If the performance of all or any portion of the work is suspended, delayed, or
interrupted as a result of a failure of the Owner or the Engineer to act within the time specified in
the Contract Documents, or if no time is specified, within reasonable time, an adjustment in the
contract price or an extension of the contract time, or both, shall be made by Change Order to
compensate the Contractor for the costs and delays necessarily caused by the failure of the Owner
or Engineer.
GC-19. '
PAYMENTS TO CONTRACTOR:
19.1 Between the first (1st) and fifth (5th) of each month, the Contractor will submit to
the Engineer a partial payment estimate filled out and signed by the Contractor on an approved form
covering the work performed during the period covered by the partial payment estimate and
supported by such data as the Engineer may reasonably require. This estimate shall include only
quantities in place and at the unit prices set forth in the bid schedule. The Engineer will, within ten
days after receipt of each partial payment estimate, either indicate in writing his approval of payment
and present the partial payment estimate to the Owner, or return the partial payment estimate to the
Contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the
Contractor may make the necessary corrections and resubmit the partial payment estimate. The
Owner will, within ten days of presentation to him of an approved partial payment estimate, pay the
Contractor a progress payment on the basis of the approved partial payment estimate. The Owner
shall retain ten percent (10%) of the amount of each payment until final completion and acceptance
of all work covered by the Contract Documents. The Owner at any time, however, after fifty percent
GC-l1
(50%) of the work has been completed, ifhe fmds that satisfactory progress is being made, shall
reduce retainage to five percent (5%) on the current and remaining estimates. On completion and
acceptance of a part of the work on which the price is stated separately in the Contract Documents,
payment may be made in full, including retained percentages, less authorized deductions.
19.2 The request for payment may also include an allowance for the cost of such major
materials and equipment which are suitably stored either at or near the site.
19.3 All work covered by partial payment shall thereupon become the sole property of the
Owner, but this provision shall not be construed as relieving the Contractor of the sole responsibility
for the care and protection of the work upon which payments have been made or the restoration of
any damaged work, or as a waiver of the right of the Owner to require the fulfillment of all terms of
the Contract Documents.
19.4 Upon completion and acceptance of the work, the Engineer shall issue a certificate
attached to the final payment request that the work has been accepted by him under the conditions
of the Contract Documents. The entire balance found to. be due the Contractor, including the
retained percentages, but except such sums as may be lawfully retained by the Owner or the Owner's
agents harmless from all claims growing out of the lawful demands of Subcontractors, laborers,
workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools
and all supplies, incurred in the furtherance of the performance of the work. The Contractor shall,
at the Owner's request, furnish satisfactory evidence that all obligations of the nature designated
above have been paid, discharged, or waived. If the Contractor fails to do so, the Owner many, after
having notified the Contractor, either pay unpaid bills or withhold from the Contractor's unpaid
compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims
until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon
payment to the Contractor shall be resumed, in accordance with the terms of the Contract
Documents, but in no event shall the provisions of this sentence be construed to- impose any
obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any
unpaid bills of the Contractor, any payment so made by the Owner shall be considered as a payment
made under the Contract Documents by the Owner to the Contractor and the Owner shall not be
liable to the Contractor for any such payments made in good faith.
19.5 If the Owner fails to make payment 30 days after approval by the Engineer, in
addition to other remedies available to the Contractor, there shall be added to each such payr:nent,
interest at the maximum legal rate commencing on the first day after said payment is due and
continuing until the payment is received by the Contractor.
GC-20.
ACCEPTANCE OF FINAL PAYMENT AS RELEASE:
20.1 The acceptance by the Contractor of final payment shall be and shall operate as a
release to the Owner of all claims and all liability to the Contractor other than claims in stated
amounts as may be specifically excepted by the Contractor for all things done for furnished in
connection with this work and for every act and neglect of the Owner and others relating to or arising
out of this work. Any payment, however, fmal or otherwise, shall not release the Contractor or his
GC-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Sureties from any obligations undei thd Contract Documents or th~ Performance Bond and Payment
Bonds.
GC-21.
INSURANCE:
21.1 The Contractor shall purchase and maintain during the life of this Contract such
insurance as will protect him from claims set forth below which may arise out of or result from the
Contractor's execution of the work, whether such execution by himself or by any Subcontractor or
by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them
may be liable.
21.1.1 Claims under Workman's Compensation, disability benefit and other similar employee
benefit acts,
21.1.2 Claims for damages because of bodily injury, occupational sickness or disease or death of
his employees,
21.1.3 Claims for damages because of bodily injury, sickness or disease or death of any person other
than his employees,
21.1.4 Claims for damages insured by usual personal injury liability coverage which are sustained
(1) by any person as a result of an offense directly or indirectly related to the employment of such
person by the Contractor or (2) by any other person; and
21.1.5 Claims for damages because of injury to or destruction of tangible property, including loss
of use resulting therefrom.
21.2 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior
to commencement of the work. These Certificates shall contain a provision that coverages afforded
under the policies will not be canceled unless at least fifteen (15) days prior written notice has been
given to the Owner.
21.3 The Contractor shall procure and maintain, at his own expense, during the life of the
Contract, liability insurance as hereinafter specified.
21.3.1 Contractor's General Public Liability and Property Damage Insurance including vehicle
coverage issued to the Contractor and protecting him from all claims for personal injury, including
death, and all claims for destruction of or damage to property, arising out of or in connection with
any operations under the Contract Documents, whether such operations be by himself or by any
Subcontractor under him or anyone directly or indirectly employed by the Contractor or by a
Subcontractor under him. Insurance shall be written with a limit of liability of not less than
$200,000 for all damages arising out of bodily injury, including death, at any time resulting
therefrom, sustained by anyone person in anyone accident; and a limit of liability of not less than
$500,000 for any such damages sustained by two or more persons in anyone accident. Insurance
shall be written with a limit of liability of not less than $100,000 for all property damage sustained
GC-13
by any one person in anyone accident; and a limit of liability of not less than $200,000 for any such
damage sustained by two or more persons in anyone accident.
21.3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended Coverage
insurance upon the Project to the full insurable value thereof for the benefit of the Owner, the
Contractor and Subcontractor as their interest may appear. Thisprovision shall in no way release
the Contractor or Contractor's Surety from obligations under the Contract Documents to fully
complete the Project.
21.4 The Contractor shall procure and maintain, at his own expense, during the life of the
Contract, in accordance with the provisions of the laws of the state fu which the work is performed,
Workman's Compensation Insurance, including occupational disease provisions, for all of his
employees at the site of the Project and in case any work is sublet, the Contractor shall require such
Subcontractor similarly to provide Workman's Compensation Insurance, including occupational
disease provision for all the latter's employees unless such employees are covered by the protection
afforded by the Contractor. Incase any class of employees engaged in hazardous work under this
Contract at the site of the Project is not protected under Workman's Compensation statute, the
Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable
insurance for the protection of his employees not otherwise protected.
21.5 The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance
for work to be performed. Unless specifically authorized by .the Owner, the amount of such
insurance shall not be less than the losses due to dire, explosion, hail, lightning, vandalism,
malicious mischief, wind, collapse, riot, aircraft and smoke during the contract time and until the
work is accepted by the Owner. The policy shall name as the insUred the Contractor, the Engineer
and the Owner.
GC-22.
CONTRACT SECURITY:
22.1 The Contractor shall, within ten (10) days after the receipt of the Notice of A ward,
furnish the Owner with a Performance Bond and a Payment Bond in penal sums equal to the amount
of the contract price, conditioned upon the performance by the Contractor of all undertakings,
covenants, terms, conditions and agreements of the Contract Documents and upon the prompt
payment by the Contractor to all persons supplying labor and materials in the prosecution of the
work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a
. corporate bonding company licensed to transact such business in the state in which the work is to
be performed and named on the current list of "surety Companies Acceptable on Federal Bonds" as
published in the Treasury Department Circular Number 570. The expense of these bonds shall be
borne by the Contractor. If at any time a Surety on any such Bond is declared a bankrupt or loses
its right to do business in the state in which the work is to be performed or is removed from the list
of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10) days after notice
from the Owner to do so, substitute an acceptable bond (or bonds j in such form and sum and signed
by such other Surety or Sureties as may be satisfactory to the Owner. The premiums on such bond
GC-14
I
I
I
I
I
I
I
I
I
I
I
I
I
. f >\';
shall be paid by the Contractor. No ftirther payments shall be deemed due nor shall be made until
the new Surety or Sureties shall have furnished an acceptable bond to the Owner.
GC-23.
ASSIGNMENTS:
23.1 Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose
of the Contract or any portion thereof, or his right, title or interest therein, or his obligations
thereunder, without written consent of the other p~.
GC-24.
INDEMNIFICATION:
24.1 The Contractor will indemnify and hold harmless the Owner and the Engineer and
their agents and employees from and against all claims, damages, losses and expenses including
attorney's fees arising out of or resulting form the performance of the work, provided that any such
claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to
injury to or destruction of tangible property, including the loss of use resulting therefrom; and is
caused in whole or in part by any neglig.ent or willful act or omission of the Contractor and
Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any
of them may be liable.
24.2 In any and all claims against the Owner or the Engineer or any of their agents or
employees, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly
employed by any of the, or anyone for whose acts any of them may be liable, the indemnification
obligation shall not be limited in any way by any limitation on the amount or type of damages,
compensation or benefits payable by or for the Contractor or any Subcontractor under Workman's
Compensation acts, disability benefit acts or other employee benefits acts.
24.3 The obligation of the Contractor under this paragraph shall not extend to the liability
of the Engineer or his agents or employees arising out of the preparation. or approval of maps,
drawings, opinions, reports, surveys, change orders, designs or specifications.
GC-25.
SEPARATE CONTRACTS:
.
-
-
25.1 The Owner reserves the right to let other contracts in connection with this Project.
The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage
of their materials and the execution of their work and shall properly connect and coordinate his work
with theirs. If the proper execution or results of any part of the Contractor's work depends upon the
work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any
defects in such work that render it unsuitable for such proper execution and results.
-
-
25.2 The Owner may perform 'additional work related to the Project by himself or he may
let other contracts containing provision similar to these. The Contractor will afford the other
Contractors who are parties to such contracts (or the Owner, ifhe is performing the additional work
himself), reasonable opportunity for the introduction and storage of materials and equipment and the
execution of work and shall properly connect and coordinate his work with theirs.
GC-15
25.3 If the performance of additional work by other Contractors or the Owner is not noted
in the Contract Documents. prior to the execution of the Contract, written notice thereof shall be
given to the Contractor prior to starting any such additional work. If the Contractor believes that the
performance of such additional work by the Owner or others involves him in additional expense or
entitles him to an extension of the contract time, he may make a claim therefore as provided in
Sections GC-14 and GC-15.
GC-26.
SUBCONTRACTING:
26.1 The Contractor may utilize the services of specialty Subcontractors on those parts of the work
which, under normal contracting practices, are performed by specialty Subcontractors.
26.2 The Contractor shall not award work to Subcontractor(s), in excess of fifty (50%)
percent of the Contract Price, without prior written approval of the Owner.
26.3 The contractor shall be fully responsible to the Owner for the acts and omissions of
his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts
- and omissions of persons directly employed by him.
26.4 The Contractor shan cause appropriate provisions to be inserted in an subcontracts
relative to the work to bind Subcontractors to the Contractor by the terms of
the contract Documents insofar as applicable to the work of Subcontractors and to give the
Contractor the same power as regards terminating any subcontract that the Owner may exercise over
the Contractor under any provision of the Contract Documents.
26.5 Nothing contained in this Contract shall create any contractual relation between any
Subcontractor and the Owner.
GC-27
ENGINEERS AUTHORITY:
27.1 The Engineer shall act as the Owner's representative during the construction period.
He shall decide questions which may arise as to quality and acceptability of materials furnished and
work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased
manner. The Engineer will make visits to the site and determine if the work is proceeding in
accordance with the Contract Documents.
27.2 The Contractor will be held strictly to the intent of the Contract Documents in regard
to the quality of materials, workmanship and execution of the work. Inspections may be made at the
factory or fabrication plant of the source of material supply.
27.3 The Engineer will not be responsible for the construction means, controls, techniques,
sequences, procedures, or construction safety.
27.4 The Engineer shall promptly make decisions relative to interpretation of the Contract
Documents.
GC-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-28.
,~. . .1\ -
LAND AND RIGHtS~OF-WAY:
28.1 Prior to issuance of Notice to Proceed, the Owner shall obtain all land and rights-of-
way necessary for carrying out and for the completion of the work to be performed pursuant to the
Contract Documents, unless otherwise mutually agreed.
28.2 The Owner shall provide to the Contractor information which delineates and
describes the lands owned and rights-of-way acquired.
28.3 The Contractor shall provide at his own expense and without liability to the Owner
any additional land and access thereto that the Contractor may desire for temporary construction
facilities, or for storage of materials.
GC-29.
GUARANTEE:
29.1 The Contractor shall guarantee all materials and equipment furnished and work
performed for a period of one (1) year from the date of substantial completion. The Contractor
warrants and guarantees for a period of one (1) year from the date of substantial completion of the
system that the completed system is free from all defects due to faulty materials or workmanship and
the Contractor shall promptly make such corrections as may be necessary by reason of such defects
including the repairs of any damage to other parts of the system resulting from such defects. The
Owner will give notice of observed defects with reasonable promptness. In the event that the
Contractor should fail to make such repairs, adjustments or other work that may be necessary by such
defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance
Bond shall remain in full force and effect through the guarantee period.
GC-30.
TAXES:
30.1 The Contractor will pay all sales, consumer, use and other similar taxes required by
the law of the place where the work is performed.
GC-31.
WORK ADJACENT TO RAILWAY OR OTHER PROPERTY:
-
-
31.1 Whenever the work embraced in this Contract is near the tracks, structures or
buildings of the Owner or of other railways, persons or property, the work shall be so conducted as
not to interfere with the movement of trains or other operations of the railway, or, if in any case such
interference be necessary, the Contractor shall not proceed until he has first obtained specific
authority and directions therefore from the proper designated officer of the Owner and has the
approval of the Engineer.
GC-32.
ORDER AND DISCIPLINE:
32.1 The Contractor shall at all times enforce strict discipline and good order among his
employees and any employee of the Contractor who shall appear to be incompetent, disorderly or
intemperate or in any other way disqualified for or unfaithful to the work entrusted to him, shall be
GC-17
discharged immediately on the request of the Engineer and he shall not again be employed on the
work without the Engineer's written consent.
GC-33.
WARNING DEVICES AND SIGNS:
33.1 The Contractor shall furnish, erect, paint and maintain warning devices when
construction is on or near public streets for the protection of vehicular and pedestrian traffic. Such
devices will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for
Street and Highways, July, 1962, "Traffic Control for Highway Construction and Maintenance
Operations", Section ill-I thru ill-75.
33.2 On a 20" X 30" sign, mounted on a solid post, 8 feet above the ground, indicating the
name and night phone number of the Contractor in 4" letters, shall be erected at each end of the
project throughout the construction and maintenance periods. The Contractor may remove the sign
following the maintenance period.
GC-34.
SPECIAL RESTRICTIONS:
34.1 No work shall be allowed after the hours of darkness or.on Saturday or Sunday
without the permission of the Owner.
GC-35.
AS-BUlL T DRAWINGS:
35.1 The Contractor shall furnish to the Engineer three (3) sets of marked up drawings for
an "As-Built" record showing all deviations from the Contract Drawings. The marked up sets shall
include actual dimensions from permanent markers accurately locating all underground piping.
GC-36.
CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER:
36.1
The Contractor shall not employ or hire any of the employees of the Owner.
GC-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. . SECTION SGC-O
SUPPLEMENTAL GENERAL CONDITIONS
SGC-Ol.
DRAWINGS:
The Owner will furnish to the Contractor, free of charge, all copies of drawings and
specifications reasonably necessary for the execution of the work. Location of all features of the
work included in the Contract are indicated on the Contract Drawings. The following drawings
comprise the plans for the Contract:
Note:
The Contract Drawings are listed under Special Condition SC-02., LIST OF
DRA WINGS:.
SGC-02.
FIELD OFFICE FACILITIES:
The Contractor shall provide, at a point convenient to the work, suitable office
facilities for housing records, plans and contract documents. A telephone shall be provided at the
Contractor's office for expediting the work and be made available for the use of the Engineer. A
complete and up-to-date set of the plans and specifications shall be available at the field office at all
times that the work is in progress. .
SGC-03.
RIGHTS-OF-WAY:
The Owner will furnish all land and rights-of-way necessary for the carrying out of
this contract and the completion of the work herein contemplated and will use due diligence in
acquiring said land and rights-of-way as speedily as possible. But it is possible that all land and
rights-of-way may not be obtained as herein contemplated before construction begins, in which event
the Contractor shall begin his work upon such land and rights-of-way as the Owner may have
previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in .
obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from
proceeding with the work or from authorizing its prosecution, either before the commencement, by
reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said
work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said
delay or to withdraw from the contract except by consent of the Owner; but time for completion of
the work will be extended to compensate for the time lost by such delay; such determination to be
set forth in writing and approved by the Owner.
-
.
-
SGC-04.
ESTIMATE OF OUANTITIES:
. The estimated quantities of work to be done and materials to be furnished under this
contract if shown in any of the documents including the bid are given only for use in comparing bids
and to indicate approximately the total amount of the contract and the right is especially reserved
except as herein otherwise specifically limited to increase or diminish them as may be deemed
reasonably necessary or desirable by the Owner to complete the work contemplated by this contract
and such increase or diminution shall in no way vitiate this contract nor shall any such increase or
diminution give cause for claims or liability for damages.
SGC-l
SGC-05.
EXISTING STRUCTURES AND UTILITIES:
The existence and location of structures and underground utilities indicated on the
plans are not guaranteed and shall be investigated and verified in the field by the Contractor before
starting work. The Contractor shall be held responsible for any damage to and for maintenance and
protection of existing utilities and structures.
SGC-06.
CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS:
The Contractor shall, immediately after the contract has been awarded, submit to the
Engineer for his approval, a break~own showing estimates of all costs .apportioned to the major
elements of equipment, material and labor comprising the total work included under any of the lump
sum items shown in the proposal. These estimates as approved will serve as the basis for estimating
of payments due on all progress estimates.
SGC-07.
PRIOR USE BY OWNER:
Prior to completion 'of the work, the Owner may take over the operation and/or use
of the incompleted project or portions thereof. Such prior use of the facilities by the Owner shall not
be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the
Contract Documents.
SGC-08.
CLEANING UP:
The Contractor shall keep the premises free from the accumulation of waste material
and rubbish and upon completion of the work, prior to final acceptance of the completed project by
the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc.,
and leave his work in a clean condition, satisfactory to the Engineer.
SGC-09.
MAINTENANCE OF TRAFFIC:
In any work within the public right-of-way, the Contractor shall provide adequate
warning and protection for pedestrian and vehicular traffic from any hazard arising out of the
Contractor's operations and will be held responsible for any damage caused by negligence on his part
or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes,
sidewalks and driveways will be kept open and clear at all time& except as provided below. The
Contractor shall not block traffic on any street more than 30 minutes or without written permission
from such agency. Before leaving the work each night, it shall be placed in such condition as to
cause the least possible hazard therefrom. Should the Contractor fail to comply with the provisions
of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or
passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor.
SGC-IO.
MAINTENANCE OF ACCESS:
SCG-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor will be required to maintain access to business establishments during
all time they are open for business, to churches, schools and other institutions during the time they
are open and to all residential and other occupied buildings or facilities at all times. Bridges across
open trenches and work areas will he re~uired to provide vehictil~ and pedestrian access. Bridges
with handrail protection will be required for crosswalks at street intersections. It is recognized that
it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The
Contractor shall, however, plan and pursue his operations so as to minimize the time that direct
entrance is blocked.
SGC-ll.
EROSION CONTROL AND RESTORATION OF PROPERTY:
The Contractor will be required to schedule his work and perform operations in such
a manner that siltation and bank erosion will be minimized during all phases of construction. Any
areas disturbed during the course of construction shall be restored to a condition equal or better than
the original condition.
SGC-12.
BVP ASSING SEWAGE:
The Contractor will be required to schedule and coordinate construction sequences
and to use temporary construction and other approved methods which will minimize the bypassing
of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or
streams will not be permitted.
SGC-13.
SAFETY AND HEALTH REGULATIONS:
The Contractor shall comply with the Department of Labor Safety and Health
Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31-
596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54).
SGC-14.
PRE-CONSTRUCTION CONFERENCE:
A pre-construction conference shall be held at an acceptable time to the Owner and
the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements
of the Contract Documents.
SCG-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION SC
SPECIAL CONDITIONS
SC-01.
SCOPE:
The project referred to in the Agreement shall consist of the construction of
RCCl Trunk Sewer, hereinafter referred to by project name as RCCI Trunk Sewer.
SC-02.
LIST OF DRAWINGS:
The following drawings, prepared by James G. Swift & Associates comprise the plans
for the project:
SHEET NO.
1
2
3
4
5
6
7
TITLE
Cover Sheet
Plan & Profile (Sta. 0+00 to 30+00)
Plan & Profile (Sta. 30+00 to 60+00)
Plan & Profile (Sta. 60+00 to 90+24.30)
Plan & Profile (Sta. 90+24.30 to 113+67.37)
Plan & Profile (Sta. 0+00 to 14+41.15)
Sanitary Sewer Details
SC-03.
PROTECTION OF THE ENVIRONMENT:
The Contractor will carefully schedule his work so that a minimum amount of
exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory
to the Engineer to minimize the transportation of silt and other deleterious material into the stream
beds of water courses adjacent to the project.
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.
SC-04.
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.
SC-l
-
-
-
SC-05.
PLANS AND SPECIFICATIONS FURNISHED:
The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of
direct blue 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.
SC-06.
RECORD DRAWINGS:
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 lines shown thereon and all changes ordered by the Engineer will
be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details
of deviations or changes, and these will be kept with the marked set. The drawings will be available
to the Engineer for inspection during construction. Satisfactory progress toward the preparation of
the record drawings shall be a condition of approval of monthly payment estimates. At the
completion of construction, prior to submitting his estimate for firial payment. and as a condition for
payment thereof. three copies of the record drawings, satisfactorily completed, will be transmitted
to the Engineer.
SC-07.
EXISTING STRUCTURES:
Where sidewalks, street signs, private signs, walls, sidewalks, fences, etc, are
removed in accomplishing the work, each and every item will be replaced in the same or better
manner or condition than that in which it was before construction began. The Contractor will protect
and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's
work adjacent to private property.
SC-08.
SALVAGE MATERIAL:
All grates, railroad ties, cobblestones, granite curbing, manhole frames and covers, will
remain the property of the Owner and will be stockpiled at , in the manner
directed by the Engineer.
SC-09.
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.
SC-lO.
TRAFFIC CONTROL:
Traffic control shall conform to the Manual on Uniform Traffic Control Devices
(MUTCD) of the Federal Highway Administration, Edition of 1978. The Contractor shall give prior
SC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
written notification to and shall obtain the approval of the Augusta-Richmond County Fire and
Police Department of any street closures.
SC-ll.
CONSTRUCTION ORDER AND SCHEDULE:
1. 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.
2. After notice to proceed and prior to the first payment on the contract the Contractor shall
submit the following for review:
A. 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.
B. A statement of the order of procedure to be followed that will result in the required
protection and completion of the work within the contract time.
C. A bar chart showing the percentage of each item schedules against time and so
scheduled that Contractor's order of construction is clearly shown.
3. 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.
SC-12.
INSPECTION AND TESTING OF WORK:
The Owner shall provide sufficient competent engineering personnel for t!'Ie 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 incompe-
tency, drunkenness, or willful negligence or disregard of orders. An inspector Illay 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.
SC-3
I
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.
SC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INDEX TO TECHNICAL SPECIFICATIONS
TITLE
PAGE NUMBER
1
2-4
5 - 16
17 - 18
--19
20 - 21
22
Clearing and Grubbing
Excavation, Trenching, and Backfilling for Pipe Lines
Sanitary Sewer System
Concrete Construction
Sand-Clay Base Course
Bituminous Paving
Finish Grading and Grassing
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLEARING & GRUBBIN.G
TS-Ol. SCOPE:
The work covered by this section of the specifications consists of furnishing all plant,
labor, equipment, materials and appliances and in performing all operations in connection with the clearing
and grubbing in strict accordance with this section of the specifications and the applicable drawings and
subject to the terms and conditions of this Contract.
TS-02. 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 from the site as indicated on the drawings or as
directed by the Engineer, together with the down timber, snags, brush and other rubbish occurring within
the areas to be cleared. Trees and other vegetation as may be indicated on the drawings or designated by
the Engineer, to be left standing and all stumps roots and brush in areas to be cleared shall be cut off flush
with or slightly below the original ground surface. Individual trees and groups of trees designated to be
left standing within the 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 or as directed by the Engineer.
All limbs and branches required to be trimmed shall be neatly cut close to the bole of the tree or to main
branches and the cuts thus made shall be painted with an approved tree-wound paint. Individual trees,
. groups of trees and other vegetation, incident to construction operations, by the erection of barriers or by
such other means as the circumstances require. Clearing operations shall be conducted so as to prevent
damage by falling trees to trees left standing, to existing structures and installations and to those under
construction so as to provide for the safety of employees and others.
TS-03. GRUBBING:
Grubbing shall consist of the removal and disposal of all stumps, roots and matter roots
from the site as indicated on the drawings or as directed by the Engineer. In foundation areas, stumps,
roots, logs or other timber, matted roots and other debris not suitable for foundation purposes shall be
_excavated and removed to a depth of not less than 18 inches 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.
TS-04. DISPOSAL OF CLEARING AND GRUBBED MATERIAL:
All timber, logs, stumps, roots, brush, rotten wood and other refuse from the clearing and
grubbing operations shall be removed from the site and placed in an approved offsite disposal area provided
by the Contractor or otherwise disposed of as approved by the Engineer. When approved by the Engineer,
burning shall be done at such location and in such manner that will avoid all public nuisance and all hazards
such as damage to existing structures, construction in progress, trees and vegetation. The Contractor will
be responsible for compliance with all Federal, State and Local Laws and regulations relative to the
building of fires. Disposal by furnish shall be kept under constant attendance until the fires have burned
out or have been extinguished.
TS-05. PAYMENT:
No separate payment will be made for the work covered under this section. Clearing and
grubbing will be considered as subsidiary obligations of the Contractor for the construction of the sewer
improvements and the cost involved shall be included in applicable contract lump sum or unit price bid for
pipe and appurtenances, complete in place.
1
.
-
EXCAVATION, TRENCHING AND BACKFILLING
FOR SANITARY SEWERS
TS-Ol. SCOPE:
The work covered by this section of the specifications consists of furnishing all plant, labor,
equipment, materials and appliances and in performing all operations in connection with the excavation,
trenching and backf1lling for sewers and appurtenant structures, complete in strict accordance with this
section of the specifications and the applicable drawings, and subject to the terms and conditions of the
contract.
TS-02. EXCA V A TION:
Excavation shall comprise the satisfactory removal and disposition of all excavated
materials regardless of classification.
The Contractor shall perform all excavation of every description and of whatever
substances encountered to grade indicated.
The banks of trenches shall be kept as nearly vertical as practicable, and where required,
shall be properly sheeted and braced. The width of trenches as and below the level of the pipe shall
provide a minimum of 6 inches and a maximum of 12 inches clearance on each side of the bell of the pipe.
The width of the trench above this level may be made wider as necessary for sheeting and bracing, and the
proper installation of the work.
All trenches shall be excavated 6 inches below the bottom of the pipe barrel except where
the Engineer approves existing undisturbed earth below pipe barrel for bedding. This volume shall be
refilled with select refill material Type II and compacted to the density of surrounding ground. The
prepared trench bottom shall be accurately graded to provide uniform bearing support for the lower 90
degree quadrant of the pipe at every point along its entire length except where it is necessary to excavate
for bell holes and for proper sealing of pipe joints. Bell holes or jointing depressions shall be dug by hand
after the trench bottom has been graded, strictly in accordance with the recommendations of the
manufacturer. Trenches shall be dry when the trench bottom is prepared.
Whenever wet or otherwise unstable soil is encountered that is, in the opinion of the
Engineer, incapable of properly supporting the pipe, such soil shall be removed to the depths required and
for the distance designated by the Engineer. The overdepth excavation shall be backfilled to normal trench
bottom grade with select refill material, Type II.
Excavation for piping adjacent to structure shall be sufficient to leave at least 12 inches in
the clear between their cuter surfaces and the embankment or timber which may be used to hold the banks
and protect them. 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 concrete at
the expense of the Contractor.
TS-03. SELECT REFILL MATERIAL:
Select refill material shall conform to Georgia State Highway Specifications Section 812-
Backfill Materials for Type I and Type II Refill Material.
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-04. GRADING AND STACKING:
Grade in the vicinity of trench excavations to preve.nt surface ground water from flowing
into the trenches. Any water accurrluiated in the trenches shall 'b~1temoved by pumping or by other
approved methods. During excavation, material suitable for backfilling shall be stacked in an orderly
manner sufficient distance back from edges of trenches to avoid overloading and prevent slides or cave-ins.
Materials unsuitable for backfilling shall be wasted or removed as directed by the Engineer.
TS-05. SHORING AND SHEETING:
Provide shoring, sheeting, and bracing as necessary to perform the work, protect the
excavation and adjacent structures, and to fully safeguard employees and the public. Comply with the
provisions of the "Manual of Accident Prevention in Construction". of the Associated General Contractors
of America, Inc. The failure of the Engineer to direct the placing of such protection shall not relieve the
Contractor of full liability for damage resulting from its omission.
TS-06. WATER REMOVAL:
Where water is encountered, it shall be prevented from accumulating in excavated areas
by pumping, wellpointing and pumping, or by other means approved by the Engineer as to capacity and
effectiveness. Water removed from excavations shall be discharged at points where it will not cause injury
to public or private property, or the work completed or in progress. Under no circumstances shape.trench
bottoms, lay pipe, or install appurtenances in water; or allow water to rise in backfilled excavations after
pipe or structures have been placed.
TS-07. TREE PROTECTION:
Exercise care to protect the roots of trees to remain. Within the branch spread of such
trees, perform all trenching with extra care. Open trench only when the work can be installed
immediately. Prune injured roots cleanly and backfill as soon as possible.
TS-08. BACKFILLING:
Trenches and other excavations shall not be back-filled until all required tests are
performed and the work installed conforms to the requirements of the sections of these specifications
covering the installation of the sewer pipe and appurtenant structures. The trenches shall be carefully
backfilled with the excavated materials approved by the Engineer 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 stones, blasted rock, broken concrete or pavements, or other hard materials having
any dimension greater than 6 inches; or large clods of earth, debris, frozen earth, or earth with an
exceptionally high void content. The unsuitable backfill material shall be disposed of by the Contractor
and select refill material Type I, shall be used in its place. Type I select refill material Type I, shall be
used in its place. Type I select refill material shall not be used under the pipe for bedding.
Suitable backfill shall be deposited in 6 inch layers thoroughly compacted until the pipe
has a cover of one foot. The remainder of the backfill material may then be deposited in layers up to 12
inches thick, carefully compacted, to grade. The surface shall be restored to the required grade and
compaction, mounded over, and smoothed off to the satisfaction of the Engineer. Any trenches improperly
backfilled, or where settlement occurs shall be reopened to the depth required for proper compaction, then
refilled and compacted.
Open trenches across roadways or other areas to be paved shall be backfilled as specified
above, except that the entire depth of trench shall be backfilled in 6 inch layers, each layer moistened and
compacted to a density at least equal to that of the surrounding earth, so that paving of the area can proceed
3
as soon as practicable after backfIlling is completed.
TS-09. PAVEMENT REPLACEMENT:
The Contractor shall replace or repair all road, street and highway pavement and sidewalk
slabs which have been removed or damaged by him in his operation.
Immediately after the sewer has been laid and the ditch backfilled and properly compacted,
a temporary patch of 11h inch asphalt concrete shall be placed and compacted to level of the adjoining
pavement. This patch shall be maintained in a safe condition until the fmal permanent patch is installed.
The pavement patch shall not be installed earlier than 30 days after placement of temporary patch and not
until approved by the Engineer.
The permanent paving patch shall be accomplished by cutting the edges of existing paving
with a power saw of sufficient width to provide one foot of bearing outside the limits of excavation.
Material within this width of cut shall be removed to the depth required to place the required patch.
Replacement for the different types of pavements shall be as follows:
(a) Concrete Street Pavement:
expansion joint on one edge.
Replace with 71h" thick concrete using Ih inch
(b) Asphalt Pavement: Replace with 11h" asphalt concrete-Type "C", City
Specification - on either an 8" thick cement stabilized graded aggregate placed in accordance with GSHD
Specifications, Section 305, or 7112" thick 3,000 psi concrete base placed in accordance with GSHD
Specifications, Section 430.
(c)
Sidewalk:
Replace with 4" thick concrete.
TS-IO. EXISTING IMPROVEMENTS:
The Contractor shall maintain in operating condition and protect from damage all existing
improvements including utilities, sewers, gutters, and other drains encountered, and repair to the
satisfaction of the Engineer any surface or subsurface improvement damaged during the course of the work.
The Contractor shall also make reasonable and satisfactory provisions for the maintenance of highway and
street traffic.
4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SANITARY SEWERS & APPURTENANCES
, '
TS-Ol. SCOPE:
The work covered by this section of the specifications consists of furnishing all plant, labor,
equipment and materials and in performing all operations in connection with the installation of sanitary
sewer pipe, structures and appurtenances, complete, in strict accordance with these specifications and the
applicable drawings and subject to the terms and conditions of the contract.
TS-02.
APPLICABLE SPECIFICATIONS:
The latest edition of the following specifications for a part of this section of the
specifications :
(a) AMERICA SOCIETY OF TESTING MATERIALS SPECIFICATIONS:
ASTM Des. C-12
ASTM Des. C-76
Installing Clay Pipe
Reinforced Concrete Culvert, Storm Drain and Sewer
Pipe
Extra Strength Clay Pipe
Vitrified Clay Pipe Joints Using Materials Having
Resilient Properties
Joints for Circular Concrete Sewer and Rubber-type
Gaskets .
Precast Reinforced Concrete Manhole Risers and Tops
ASTM Des. C-700
ASTM Des. C-425
ASTM Des. C-443
ASTM Des. C-478
(b) FEDERAL SPECIFICATIONS:
SS-B-656 Brick: Building (CoIIllI1on) Clay
(c) MANUFACTURERS SPECIFICATIONS:
Johns-Mansville Perma-Loc Pipe
TS-03. GENERAL:
The contract drawings indicate the extent and general arrangement of the sanitary sewer
system. If any departure from the contract drawings are deemed necessary by the Contractor, details of'
such departures and the reasons therefore, shall be submitted as soon as practicable for approval. No such
departures shall be made without written approval of the Engineer.
The drawings and these specifications shall be considered as supplementary one to the other
so that materials and labor indicated, called for or implied by this one and not the other shall be supplied
and installed as though specifically called for on both.
TS-04. MATERIALS:
(a) GENERAL: All materials furnished by the Contractor shall be new and shall meet
the requirements of these specifications. Materials shall be first quality and free from any and all defects
and blemishes such as cracking, splitting, blisters, honeycombs, deformations of any type. Materials shall
be protected from damage at all times. Any materials damaged or deemed unsuitable by a Augusta-
Richmond Utilities Dept. representative shall immediately be removed from the limits of construction.
Care shall be exercised in handling the material during unloading and installation. All unloading or placing
of materials shall be done carefully by hand or machine. At no time will materials be allowed to free fall
or be dropped from any height.
5
II
-
(b) AFFIDAVIT OF COMPLIANCE: The contractor shall furnish an affidavit from the
manufacturer that all material conforms to the below referenced ASTM or A WW A (ANSI) specifications
to the Augusta-Richmond Utilities Dept. upon request.
(c) PIPE AND ACCESSORIES: Except as otherwise approved, pipe for sanitary sewers
shall be as follows: (All standards referred to shall be considered to mean the latest edition)
(1) V.C.P. (Vitrified Clay Pipe) - Up to 24 inch
Vitrified Clay Pipe shall conform to all requires of ASTM Specifications applying
to this product. Pipe sized six inches (6") through twenty-four inches (24") shall
conform to ASTM C-700 for "Extra Strength Clay Pipe".
Maximum lengths produced by manufacture shall be furnished except for fittings,
closures and specials.
(2) P.V.C. (poly Vinyl Chloride) - Up to 15 inches
Poly Vinyl Chloride Pipe and fittings shall be made in conformance with ASTM
D3034 SDR 35 for six inches (6") through fifteen inches (15").
--=
Standard pipe lengths not greater than 20 feet shall be used on all work.
WYE fittings shall be utilized. TEE fittings and saddles are prohibited.
(3) D.I.P. (Ductile Iron Pipe) - Up to 60 inches
Ductile Iron Pipe shall conform to the requirements of ANSI Standard specifica-
tions A21. 51. Unless otherwise indicated, pipe shall be minimum Pressure Class
35 thickness for eight inch (8 ") diameter pipes and smaller; higher class thickness
pipe shall be utilized as per the chart included herein..
Pipe exterior shall be seal coated with an approved bituminous seal coat in
accordance with A WW A C 151.
Pipe and fittings shall be cement lined in accordance with A WW A C 104/ A21.4.
On any design utilizing D.I.P. greater than 10 inch diameter and having slopes
less than the "Recommended minimum", the design engineer must submit flow
calculations. If, in the county's opinion, the line is subject to hydrogen sulfide gas
generation, such pipe shall be required to be. lined with polyethylene polybond in
accordance with ANSI/ASTM D-1248.
Ductile iron pipe shall be encased with polyethylene film as recommended by the
pipe manufacturer and as required for utility crossing permits. Polyethylene film
shall have a minimum thickness of 8 mils. Installation shall be in accordance with
AWWA C 105/A21.5 and the manufacturer's instructions.
On installations of 8" diameter. D.I.P. shall be required when depths of cover
exceed 16 feet. On installations over 8" diameter, D.I.P. shall be used according
to the approved plans and the chart herein.
6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(d)
D .I.P. shall be utilized for all installations that do not comply with minimum cover
requirements.
.., r'. ;'"
See Depth Chart for required pipe class for 16" diameter and less.
Pipe class for DJ.P. greater than 16" diameter shall be determined by Augusta-
Richmond County Utilities Department.
(4) P.V.C. Truss - 8 inches to 15 inches
Pipe and fittings shall be made in conformance with ASTM D2680. Standard pipe
lengths of 12'6" shall be used exclusively on all work.
6" pipe shall conform with ASTM D3034 SDR 35 sewer pipe.
WYE fittings shall be utilized. TEE Fittings and saddles are prohibited.
(5) Steel - up to 60 inches
Steel pipe shall be utilized for aerial spans and where otherwise specified. Pipe
shall conform to A WW A C 200.
The interior and exterior of the carr.ier pipe shall be coated with coal-tar enamel
and the exterior shall be factory wrapped with bonded felt. Casing pipe may be
uncoated and unlined. Field welded joints of carrier pipe shall be field coated and
wrapped.
Steel pipe shall be used for bored and jacked casing.
Minimum wall thickness for casing and carrier pipes shall be as follows:
DIAMETER
6- inch
8-inch
lO-inch
12-inch
15 or 16 inch
18-inch
20- inch
24-inch and above
THICKNESS (inches)
.375
.375
.375
.375
.375' .
.375
.375
.5
Wall thickness for aerial spans exceeding 20 feet shall be specified by Augusta-
Richmond County Utilities Dept.
ACCEPTABLE JOINT MATERIAL:
(1) V.C.P. (Vitrified Clay Pipe)
Clay pipe joints, twenty-one inches (21 If) and larger, shall conform to the
requirements of ASTM Standard Specifications for Compression joints for
Vitrified Clay Bell and Spigot Pipe, ASTM Designation C-425.
7
Clay pipe Jomts, eighteen inches (18") and smaller, shall conform to the
requirements of ASTM Standard Specifications for compression couplings for
Vitrified Clay Plain-End Pipe, ASTM Designation C-425.
The collar material for compression couplings of plain-end pipe shall conform to
the requirements of ASTM D-1784 "Standard Specifications for Rigid Poly (Vinyl
Chloride) Compounds", Class 12454-B. .
(2) P.V.C. (poly Vinyl Chloride)
Poly Vinyl Chloride Pipe shall be jointed with a rubber gasket and shall conform
to ASTM F477. PVC pipe shall not be joined by a solvent cement joint with
which the pipe surfaces are fused together.
(3) D.I.P. (Ductile Iron Pipe)
Ductile Iron Pipe shall be of the bell and spigot type with push-on joints,
conforming to ANSI Specification A21.11 or mechanical joints.
(4) P.V.C. Truss .
Truss Pipe shall be jointed with a rubber .gasket in conformance with ASTM F477.
Truss Pipe shall not be joined by a - solvent cement joint with which the pipe
surfaces are fused together.
(e) JOINTS BETWEEN SEWER PIPES OF DIFFERENT MATERIAL:
Transition joints between pipes of different material in pipe sizes 12-inch diameter
or less shall be made with a water main type compression coupling, or Fernco
type coupling containing a stainless steel shear band.
Transition joints from Ductile Iron Pipe to Truss Pipe may be made utilizing a
coupling specifically designed by the truss pipe manufacturer for that purpose.
Whenever connections are made between the bell end of a mechanical joint pipe
or fittings and pipe of other materials, use of an approved type of transition gasket
in the mechanical joint/sleeve is allowed.
Transition joints will not be allowed within 36 feet of a manhole when the end
result would be 36 feet or less of plastic pipe adjacent to a manhole.
(1) PIPE MARKING:
Sanitary sewer pipe and fittings shall be marked in accordance with ASTM/ ANSI
Designations. As a minimum, marking for pipe shall include manufacturer's name
or trademark, nominal pipe size, specification designation and date of manufac-
ture. Pipe markings shall appear at intervals of 5 feet or less on pipe barrel.
8
TS-05. INSTALLATION:
(a. I) Pipe Laying: The bottom of the trench where sewer pipe is to be laid shall be
prepared and shaped as shown on the plans and specified under the Section EXCA V AnON, TRENCHING
AND BACKFILLING, to give uniform circumferential support to the lower quadrant of the pipe for the
maximum length.
Pipe laying shall proceed upgrade with the spigot end of bell and spigot pipe pointing in
the direction of the flow. Each pipe shall be laid true to line and grade in such a manner as to form a close
concentric joint with the adjacent pipe and to prevent offsets in the flow line. As the work progresses, the
interior of the sewer shall be cleaned of all dirt and superfluous materials of every description. Where
cleaning after laying is difficult because of small pipe size, a suitable swab or drag shall be kept in the pipe
and pulled forward past each joint immediately after the joint is completed. If the maximum permissible
width of the trench at the elevation of the top of the pipe is exceeded for any other reason than at the
direction of the Engineer, the Contractor shall install, at his own expense, such concrete cradling, pipe
encasement or other bedding as is required by the Engineer to support the additional load on the pipe. .
Trenches shall be kept free of water until joints have been made up. No pipe shall be laid when the
condition of the weather or the trench bottom is unsuitable for such work. At all times when the work is
not in progress, all open ends shall be securely closed to the satisfaction of the Engineer so that no trench
water, earth or other foreign substance can enter the line.
(a.2) Flexible pipes shall be installed so as to support the dead loads (backfill) and live
loads (units, equipment, etc.) with a limiting vertical deflection of no more than 5 % of the normal pipe
diameter. The Contractor shall install the pipe in accordance with the manufacturer's recommendations
and in accordance with ASTM D-232 1-74. Minimum installation shall be as shown on sketch, Page TS-4.
The Contractor shall demonstrate that the limiting vertical deflection requirement of this specification is
met by testing every section of pipe with the diameter of 8" or larger with a Go-No-Go device approved
by the City Engineer.
Design loading criteria:
(a) Dead Load:
(b) Live Load:
(c) Impact Factor: 1.5
ASCE No. 37
(Earth backfill) 120#/Cu. Ft.
10,000 # wheel load
All pipe shall be carefully examined before it is installed in the trench. All damaged or
unsound' pipe or pipe which otherwise fails to meet specification requirements shall be rejected and shall
be removed from the site of the work.
(a.3) Pipe Bedding: Bedding requirements herein shall apply to sanitary sewer lines
only. They are to be considered minimum bedding requirements and as such, do not relieve the
Engineer/Contractor of the responsibility to provide any additional bedding necessary for proper
construction.
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. As used herein, "carefully placed" shall be construed to mean material
that has been spaded or shovel-sliced so that the material fills and supports the haunch area and encases
the pipe to the limits specified herein.
Bell holes shall be provided so as to relieve pipe bells of all load, but small enough to
insure that support is provided throughout the length of pipe.
10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Crushed Stone Embedment Material shall conform to ASTM C 33, Graduation #67 (3/4"
to #4). Bedding material shall be placed underneath and e carried up the sides of the pipe as specified
herein.
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 inches (4") 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 inch (6") layers and compacted per TSI-03 of these specifications, shall be the backfill from
the springline of pipe to eighteen inches (18") above the pipe. A minimum Class B Bedding shall be used
for all plastic pipes.
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 inches (4') 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 inch (6") layers and compacted per TSI-03 of these specifications, shall be the backfill from
the bedding material to eighteen inches (18") above the pipe. A minimum Class C Bedding shall be used
for all Vitrified Clav and Ductile Iron Pipes.
TS-06: CONCRETE CRADLES. SADDLES AND ENCASEMENT:
The Contractor shall install concrete cradles, saddles or encasement where shown on the
plans or as directed by the Engineer. These structures shall be constructed in strict accordance with the
details shown on the plans and as herein specified. Concrete shall have a 28 day compressive strength of
3,000 psi when tested in accordance with ASTM Specification C-39.
TS-07.
MANHOLES:
(a) General:
All manholes indicated on the plans shall be furnished and installed by the Contractor in
accordance with the plans and provisions of this section of these specifications. .Manholes
shall be constructed with cast iron frames and covers in accordance with the details as
shown on the plans. The base of the manhole shall be constructed of 3000 psi concrete
as specified elsewhere in these specifications. The invert channels shall be smooth and
accurately shaped to the semi-circular bottom confonning to the inside of the adjacent
sewer sections as shown on the plans. Changes in direction of the sewer and entering
branches shall have as long a radius of true curvature as the side of the manhole will
permit. Manhole steps shall be spaced as shown on the plans.
(b) Types:
1. Brick Manholes: Brick for manholes shall conform to Federal Specifica-
tions SS-B-656, Type H. all brick shall be thoroughly cleaned and saturated with
water immediately before being laid up. the brick shall be laid radially in header
courses with the joint broken by staggering each successive course. Details of the
manhole shall conform to the plans. Brick shall be laid up with cement mortar
made of one part Portland Cement and two parts of approved sand to which may
be added lime not to exceed 25 percent by volume of the cement. The outside of
the manhole shall be plastered with 1/2 inch of cement mortar. The inside of the
11
manhole may be rubbed with a cloth in lieu of striking the joints. Concrete, brick
work and mortar shall be protected against low temperatures.
2. Precast Concrete Manholes: Precast manholes consisting of precast risers
and tops, conforming to the requirements of ASTM Designation C478-61T, may
be used in lieu of brick manholes. The precast top section shall be of the eccentric
cone type. the lower end of the section shall be set in a bed or mortar in a recess
formed in the base slab and the outside of the joint shall then be sealed with
leveled fillet of mortar. The joints in the riser pipe shall be set in and sealed with
cement mortar as specified above.
3. Poured-in-Place Concrete: The manhole construction shall be similar in
detail to manholes shown on the plans. Concrete shall have a 28 day compressive
strength of 3000 psi when tested in accordance with ASTM Specifications C-39.
The base shall be poured monolithically with the rest of the manhole. The base
shall have a minimum diameter 8" greater than the outside diameter of the
manhole and minimum thickness including the area under the pipe as follows:
0' to 8' depth
8' to 12" depth
.12' and above
.8"
10"
12"
Reinforcing in the bottom shall be #4 bars at 11 inches on center each way.
The manhole barrel wall shall be a minimum of 6" thick. Reinforcing is not
required.
The first pour shall consist of approximately Ih cubic yard deposited evenly
around the walls. The concrete must be carefully rodded or vibrated on each side
of each pipe. Additional concrete should be deposited in evenly distributed layers
not to exceed 18" with each layer vibrated or rodded to bond it to the preceding
layer. Form marks and offsets up to Ih" will be permitted inside the manhole. All
offset on edges inside the'manhole will be smoothed and plastered with a mortar
consisting of 3 parts of masonry sand to 1 part of Portland cement immediately
upon removal of the forms. 'If cracks occur or excessive honeycombs appear after
form removal, at the opinion of the City Engineer, the entire manhole will be
removed at the Contractor's expense and repoured.
No cold join pours will be permitted.
The top of the barrel shall have the form of an eccentric cone so that manhole
steps are on a vertical face.
4. Manhole Steps: Manhole steps shall be installed in all sections of each
manhole as indicated on the drawings. The steps in the precast sections may be
installed when sections are cast or may be inserted after the manhole has been
constructed. All damage to the precast section caused by the insertion of the steps
shall be repaired and sealed with expanding mortar to prevent leakage. Steps shall
be of cast iron, Sumpter Machinery Company # 1 or approved equal.
12
.~:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. Manhole Frames and Covers:
General: Manhole frames and covers in improved areas or streets shall set flush
with the finished grade: In improved ,areas or where no fmished grade is
established, the top of the frame and cover shall be set one foot above the existing
ground unless otherwise directed. The word SEWER shall be cast on the manhole
cover.
Standard Frames and Covers: Cast iron for manhole frames and covers shall
conform to ASTM A-48, Class 30, gray iron. Casting shall be quality cast iron
such that the metal is strong, tough and of uniform gra~n. they shall be smooth,
free from scale, lumps, blow-holes, blisters and defects of every kind which
render them unfit for the intended use. No plugging or f1lling shall be permitted.
All bearing surfaces shall be machined to provide mating and to eliminate rocking.
Standard frames and covers shall be Sumpter Machinery Company No. MF-68L
frames and MC-68L covers.
Installation: The top of the manholes shall be topped out with brick as indicated
on the drawings. The number of courses will depend on the required elevation of
the top of the manhole. . The brick shall be laid radially in header courses with
joints broker by staggering each successive course. The manhole ring and cover
shall be set in a bed or mortar on the top course of brick. The outside of the
manhole shall be plastered for the full extent of the brickwork with mortar to a
thickness of not less than 1/2 inch. The inside face of the manhole brickwork may
be rubbed with a cloth in lieu of striking the joints. The brickwork and mortar
shall be protected against low temperatures and cured so as to prevent damage by
freezing.
Outside Drop Connections: Where specified, drop connections to manholes shall
be constructed in accordance with Paragraph 06 and pipe and fittings in
accordance with Paragraph 04.
TS-08. STUB OUTS FOR FUTURE SEWERS:
Where and to the extent indicated on the plans, pipe stub-outs for the connections of future sewers
shall be provided during the construction of new manholes of the sewer. Joints shall conform to the
requirements of Paragraph 04 of these specifications. Each stub-out shall be plugged with a clay or
concrete plug sealed in the bell end of the stub-out.
TS-09. TIE-IN OF EXISTING SEWERS:
Existing sewers shall be tied-in to the new sewers at locations indicated on the plans. New
manholes will be constructed at the intersection of the two sewers with the existing sewer passing through
the manhole. After the completion of the manhole, the portion of the existing sewer inside the manhole
will be removed in a neat manner to allow the flow of sewage to enter the manhole. When the flow of
the existing sewer is to be diverted into the new sewer the open end of the existing sewer in the opposite
wall will then be closed and sealed with a precast plug or masonry bulkhead coated with cement mortar
plaster.
TS-09 SIDE SEWERS:
I. General: A side sewer shall consist of a sewer extending from a connection to the
street or main sewer to its connection to the house sewer or other point as designated by the City Engineer.
13
The side sewer connection. to the street sewer shall be as follows:
New 8", 10" or 12"
Y fitting in street sewer with 45 degree elbow .
New 15" and larger or existing
street sewer
Machine made tap and suitable saddle or
or otherwise as approved by the City Engineer.
The Contractor shall install a side sewer where shown on the plans or directed by the City Engineer and
in accordance with the details shown on the plans.
2. Pipe Laying: 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 on a uniform
horizontal or vertical curvature achieved by deflecting pipe joins within the limits recommended by the
manufacturer of the pipe used.
3. Fittings: All fittings Ilhall be factory-produced and shall be designed for installation
on the pipe to be used. Fittings shall be or the same quality and material as the pipe used.
The maximum deflection permissible at anyone fitting shall net exceed 45 degrees
(one-eight) 1/8 bend. The maximum deflection of any combination of two adjacent fittings shall not exceed
45 degrees (one eight (118) bend) unless straight pipe of not less than two and one-half (2 1/2) 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-ll. FIELD TESTS:
1. Pipe: Each piece of pipe shall be visually inspected immediately before being
placed in the trench and all pieces which appear to be cracked or damaged in any way shall be rejected.
Particular notice shall be made of the joints to be sure that a water-tighf joint be assured.
2. Joints, Alignment and Grade: After the pipe has been installed in the trench and
prior to the placing of any backfill, the joints, alignment and grade shall be carefully examined and checked
for conformance with specified requirements. The pipe shall be observed during backfilling operations to
be sure that the required conditions of the joints, alignment and grade have been maintained.
3. Appurtenances: All manholes and other appurtenances shall be of specified size,
shape and materials. The work shall comply with these specifications and if found not so in any respect
it shall be brought to proper condition at the expense of the Contractor.
4. Infiltration: A maximum allowable rate of infiltration into sewer lines shall be
limited to 100 gallons per inch of diameter per mile of sewer per 24 hours. this clause does not relieve
the Contractor of the necessity of making the sewers as tight as possible. Sewers which exceed this limit
will not be accepted and the Contractor shall take such steps as are necessary to being the infiltration within
the above allowance. the test for infiltration shall be made as follows: The test shall be made following
a period of heavy rain and when the ground is saturated. The Engineer reserves the right to use his
judgment as to whether or not the ground is sufficiently saturated to allow a satisfactory test. In the event
that rainfall is insufficient to allow a satisfactory test before the date of completion of the work, the
14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Contractor will be required to conduct the tests at any time up to 30 days following the completion date.
The test shall be made up to three measurements of flow taken at hourly intervals. The amount of
infiltration shall be computed from the average flow measured.
The Contractor shall provide and install all necessary measuring weirs or other
devices required to make the flow measurements. The test shall be made in the presence of and to the
satisfaction of the Engineer.
TS-12 RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced by operations and acts of any
of his agents or employees. Such restoration shall include seeding, sodding and transplanting of lawns,
hedges or ornamental plantings and the repair or replacement of driveways, walks, fences or other facilities
in such manner as to meet the approval of the Engineer. No structures or trees shall be removed without
the consent of the property owner until condemnation procedure, if necessary, has been completed.
TS-13 CLEAN UP AND REPAIRING:
The sewers shall be kept clean during the progress of the work and upon completion shall
be thoroughly cleaned. All needed repairs shall be made before this fmal cleaning. The Contractor shall
provide suitable tools and labor to clean the sewers at his own_ expense. Any excessive leakage of water
into the sewers or any deviation from proper grade or alignment such as to make the work, in the opinion
of the Engineer, not consistent with first class work, shall be promptly corrected by the Contractor as his
own expense.
TS-14 FINAL INSPECTION:
When the Contractor considers that all work has been completed, he shall then notify the
Engineer who will carefully inspect all work and make such tests as to satisfy himself that every provision
of the contract has been faithfully carried out. During this inspection, the Contractor shall, at his own
expense, make provisions for suitable drainage and maintenance.
TS-15 MEASUREMENT:
1. Street or Main Sewer Pipe: Sewer pipe shall be measured in place from center to
center of manholes or structures without deductions for length of line through the structures. Depth of cut
shall be measured from the ground surface to the pipe invert.
2. Side Sewers: Measurement shall be along the pipe from the outside surface of the
main sewer or manhole connection to the extreme end of the last pipe or fitting placed, through tees, wyes,
and other fittings; and from the center of the side sewer along the center line of any branch to the extreme
end of the last pipe or fitting placed, through tees, wyes or other fittings. Plugged wyes or tees shall not
be considered branches. Measurement shall be to the nearest one-tenth (0.1) foot. Fittings shall not be
measured for payment.
3. Standard Manhole: the number of standard manholes to be paid for shall be the
actual number of standard manholes, installed, complete, including frame and cover and accepted.
Standard manholes shall have a depth dimension of between 0' and 6' measured from the invert of the
lowest outlet pipe to the top of concrete or masonry the frame and cover sits on.
4. Manhole - Additional Depth: The depth of each manhole shall be measured as
specified above and subtracting 6.0 feet from this depth; shall be the additional depth of each manhole.
Measurement shall be to the nearest one-tenth (0.1) foot.
lS
5. Concrete Cradles and Encasements: The quantity of 3000 psi at 28 day concrete
authorized by the City Engineer for encasement, cradles and collars required for protection of the pipe shall
be the actual cubic yards of concrete installed and accepted.
6. Connections to the Existing Sewers or Manholes: The quantity to be paid for under
this item shall be the actual number of each size pipe connected to either an existing sewer or manhole,
complete and accepted.
TS-16. PAYMENT:
1. Street or Main Sewer Pipe: Payment for each size of sewer pipe measured as
specified above will be paid for at the contract unit price per linear foot for various depths of cut, as set
forth in the Proposal.
2. Side Sewers: Payment for each size of side sewer pipe measured as specified
above will be paid for at the contract unit price per linear foot as set forth below. No separate payment
shall be made for fittings or connections and all such costs shall be included in the specified unit price item.
3. Other Items: Other measured items shall be paid for at the contract unit or lump
sum price for the various items as set forth below, which payment shall be full compensation for furnishing
and installing the items, complete, in place in accordance with the I;>lans and Specifications.
Payment will be made under the following:
* inch (size) Sanitary Sewer, to ft. cut----------------per linear foot.
* inch (size) Side Sewer -------------per linear foot.
Standard Manhole (0' - 6' Depth)----------;-..:----------------------------per each.
Manhole-Additional Depth~- -per vertical foot.
Drop Manhole----------------------------------------------------------------..:--per each.
Concrete for Cradles and Encasement----------------------------per cubic yard.
* inch (size) Sanitary Sewer Connection to Existing
Manhole of Sewer-----------------------------------------------------per each.
* as shown in the Proposal.
16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONCRETE CONSTRUCTION
TS- 01.
SCOPE:
This section covers concrete construction, complete, including reinforcement therefor.
TS- 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 surface completely 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. .
TS-03. REINFORCING AND EMBEDDED METALS:
Bar reinforcement shall be intermediate grade new billet steel conforming to the
requirements of the ASTM Designation A15-65. All bars 3/8 inch and larger shall be deformed bars
conforming to ASTM Designation A305-65. Detailing, fabrication and tagging of reinforcement shall be
done in accordance with the ACI "Manual of Standard Practice for Detailing Reinforced Concrete
Structures" (ACI 315), except that were 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 AI85-64. Anchor bolts and structural shapes shall conform to ASTM Designation
A36-66T. Exposed surfaces of embedded steel shall be given one shop coat of Red Lead Iron Oxide
conforming to Federal Specification TT-P-86c, Type II, unless otherwise noted on the drawings. Anchor
bolts and miscellaneous steel items to be embedded in concrete shalL be accurately placed in accordance
with the drawings, and adequately secured in position to prevent dislodgement during concrete placing
operations. Anchor bolts shall be protected after concrete has been placed and set by daubing with grease,
wrapping with burlap, and covering bolts with wooden boxes.
TS-04. CONCRETE:
All concrete shall be equivalent to ready mix concrete manufactured and delivered in
accordance with the requirements of ASTM Designation C94-65 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-Q5. Air entrained
concrete shall be used for all concrete exposed to the elements.
Materials:
Cement shall be Type I or IA "Portland" cement, all one manufacturer, conforming to ASTM
C150-65 or ASTM CI75-66, respectively.
Aggregates shall conform to ASTM C33-64. Coarse aggregate shall be crushed rock or gravel and
graded from 3/4 inch to #4 sieve for walls and slabs and from 2 inches to #4 sieve for mass or foundation
concrete. Fine aggregate shall be natural sand. .
Mixing water shall be proportioned so that slump when measured with standard slump cone does
not exceed the following:
Slabs in grade
Walls & Footings
All others
Max. 4 inches, Mirt. 3 inches
Max. 5 inches, Min. 3 inches
Max. 6 inches, Min. 3 inches
17
Premolded joint mler strips shall be resilient compressive, bituminous and fiber material saturated
with at least 35 percent and not over 50 percent by weight of asphalt. Poured type joint composition for
expansion joints shall be elastic compound made up of asphalt and colloidal mineral fillers.
Placing Concrete: Runways .for wheeled equipment shall be provided to convey concrete.
Runways shall not be supported on the reinforcement. Concrete shall be placed and compacted in layers
not over 24 inches deep. Vibrators may be used provided they are used under experienced supervision and
the mixture is dry enough to prevent segregation. Form vibrators shall not be used. Vibration shall not
be used for transporting or moving concrete inside the forms. No more concrete shall be placed than can
be consolidated and finished in the same day as placed. Free fall of concrete shall be limited so that no
segregation of materials occurs.
Joints: Constructionjoints not indicated on drawings shall be approved by the Engineer in advance
of pour. Joints in foundation walls shall be keyed. Before depositing of 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.
Finishing: After stripping forms, all voids and honeycombs shall be patched by chipping and
scarifying the defective area and treating it with an approved bonding tended that all such voids be
patched, not merely plastered. Grout mixture shall consist of 1 part Portland cement and 1 part sand.
Immediately following removal of forms, all fins and irregular projections shall be removed from all
surfaces except 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 walks shall
be compacted, screeded and floated to a true even surface with wood floats and then broomed.
05. PAYMENT:
No separate payment will be made for the work performed under this section. Payment will be
included in the prices for the items of which concrete construction is an integral part.
18
I
I
I
I
I
I
I
I
I
I
I
'1
I
I
I
I
I
I
I
SAND CLAY-BASE COURSE
TS-Ol. SCOPE:
This section covers a sand-clay course to receive bituminous paving specified under another
section, complete.
TS-02. PREPARATION OF SUBGRADE:
Sub grade to receive sand-clay course shall be prepared and compacted in accordance with
applicable requirements of the Standard Specifications of the Georgia Department of Transportation.
TS-03. MATERIALS FOR BASE COURSE:
Materials for sand-clay base course shall be in accordance with section 814.01 of the
Standard Specifications of the Georgia Department of Transportation for Class "A" material.
TS-04. APPLICATION OF BASE COURSE:
Sand-clay base course shall be applied in accordance with applicable requirements of the
Standard Specifications of the Georgia Department of Transportation.
TS-05. TESTS:
The prepared base course shall be systematically proofrolled to locate any soft spots, etc.
using a loaded truck provided by the Contractor in the presence of the Engineer.
The above work will also be subject to thickness and/or compaction tests as deemed
necessary by the Engineer. All tests will be at the expense of the Contractor.
. TS-06. PAYMENT:
Compensation for the work performed under this section will be included in the lump sum
price for pavement and base as indicated on the Bid Schedule.
19
BITUMINOUS PAVING
TS-Ol.
SCOPE:
This section covers the construction of pavement for all roads and parking areas, complete.
TS-02. GENERAL:
Construction of the subgrade, base course and paving of the roadways and parking areas
shall be undertaken immediately after completion of all storm. drain lines and structures, all curbs and
gutters, all yard piping, conduits and other facilities passing beneath paved areas, and all structural slabs
and foundations required within or adjacent to the paved area.
TS-03.
SEASONAL LIMITATIONS:
No bituminous materials shall be applied for surfacetreatIDent between October 21st and
April 10th, except as directed by the Engineer.
TS-04. WEATHER LIMIT A TIONS:
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 onthe
surface to be paved would prevent proper bond nor when the air temperature is less that 45 degrees
Fahrenheit in the shade away from artificial heat.
TS-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 Georgia Department of Transportation.
TS-06. SUBGRADE:
The sub grade shall be prepared as specified under the sections of the above specifications
covering sub grade preparation.
TS-07. PRIME COAT:
A prime coat of 0.3 to 0.8 gallons per square yard of medium curing cut-back asphalt (RC-
250 or emulsion grades RS-2 or SS-I) shall be applied with a pressure distributor at a time temperature
between 80 degrees Fahrenheit and 140 degrees Fahrenheit. The prime coat shall be applied to the
previously prepared base course when the atmospheric temperature is above 50 degrees fahrenheit.
TS-08. SURFACE COURSE:
Asphalt Concrete: The asphalt concrete mixture shall conform to the Georgia Department
of Transportation Stand Specifications for Highway Construction, Edition of 1983, .for Type E asphalt
concrete. The job mix shall be approved by the Engineer and no material shall be used until approved.
Transportation and Delivery: The mixture shall be transported from the mixing plant
to the point of use in approved vehicles. Loads shall not be of such size or weight as to interfere with the
efficient operation of the spreader. Loads shall not be sent out so late in the day as to prevent the
completion of the mixture during daylight, unless artificial light is provided. The mixture shall be
delivered at a temperature between 225 degrees Fahrenheit and 325 degrees Fahrenheit and within 20
degrees Fahrenheit of the temperature set at the mixing plant.
20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Spreading: Upon arrival at the point of dumping, the mixture shall be dumped into the
hopper and spread by mechanical paver, true to line, grade and cross section specified and to the loose
depth that will secure a 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 regularities in aligmnent and grade along the outside edge shall
also be corrected by the addition or removal of mixture before the edge is rolled.
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 least 98 percent of the laboratory-determined density.
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.
Tolerances: The finished surface shall not vary more than 1/8 inch in 10 feet from the
true profile and cross section.
TS-09. TESTS:
The above work will be subject to thickness and compaction tests as deemed necessary by
the Engineer. Such tests will be at the expense of the Contractor.
TS-IO.
PAYMENT:
Payment will be made on the basis of unit prices shown on the bid schedule:
21
FINISH GRADING AND GRASSING
TS-Ol. SCOPE:
Work under this section shall consist of finish grading, fertilizing and grassing the
construction area and other areas disturbed by the Contractor's operations, complete and in strict
accordance with this section of the specifications and the applicable drawings, and subject to the terms and
conditions of the Contract.
TS-02. FINISH GRADING:
Finish grading shall consist of finishing off to a uniformly smooth surface free from abrupt
irregular surface changes, all areas disturbed by the Contractor's operations within the permanent and
temporary easement area. The degree of smoothness shall be that or<:linarily obtainable from power grader
operation. The finished surface shall not be more than 0.25 feet above or below the established grade.
There shall be no roots, wasted building material, trash or other unsightly matter projecting through or
visible at the surface.
TS-03. ~RTILIZER:
A . MATERIAL: Fertilizer shall be 4-12-12, commercially mixed, conforming to the .
fertilizer laws of the State of Georgia.
B. APPLICATION: All areas disturbed by the Contractor's operations shall be
fertilized. Fertilizer shall be applied just before or simultaneously with the planting of grass. It shall be
applied uniformly at the rate of 1,500 pounds per acre. It shall be applied with approved mechanical
spreaders.
TS-04.
SEEDING:
All areas disturbed by the Contractor's operationS shall"be seeded as follows:
Planting Dates
Seed
Application (# per acre)
Feb. 1 to Sept. 1
Sept. 1. to Nov. 15
Hulled Bermuda
Abru.iji Rye
20
60
TS-05. PROTECTION:
Newly graded and seeded areas shall be protected from the action of the elections and any
settlement or washing that may occur from that or any other cause prior to acceptance of the work shall
be repaired and grades re-established to the required elevations and slopes at the Contractor's expense.
TS-06. MAINTENANCE:
Maintenance of the seeded area shall be furnished under this contract for a period of 60
days after the completion of the work. Reseeding shall be required where previous planting did not grow
at the Contractor's expense. .
TS-07. PAYMENT:
No separate payment will be made for the work covered under this section. Finish grading
and grassing will be considered as subsidiary obligations of the Contractor for the construction of the sewer
improvements and the cost involved shall be included in the applicable contract lump sum or unit prices
bid for sewer pipe and appurtenances, complete in place.
22