Loading...
HomeMy WebLinkAboutTOMMY GRIFFIN PLUMBING & HEATING CO INC BOND tlB0331064 SECTIQN rB, PERFORMANCE BOND (NOTE: Tms BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON P AGE PB~3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL 1vIEN BY THESE PRESENTS: TIlat TOMMY L. GRIFFIN PLUMBING & HEATING CO., INC. as Principal, hereinafter called Contractor, and THE CINCINNATI INSURANCE COMP~"'Y a corporation organized and e':Cisting under the laws of the State of OH ,with its principal office in the City of CINCINNATI , State of OH . as Surety, hereinafter called Surety, are held and finnly bound unto AUGUSTA, GEORGIA BY AND nm.OUGH TIlE AUGUSTA-RICHMOND COUNTY COMMISSION as Obligee, hereiuaftercalled the Owner, in the penal amount of *SEE BELOW Dollars ($ 3 , 162 , 281 . 57 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, fir.mly by these presents for the faithful performance of a certain written agreement. *THREE MILLION ONE HUNDRED SIXTY TWO THOUSAND TWO HUNDRED EIGHTY ONE A~~ 57/100 WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the construction of D' ANTIGNAC STREET DRAINAGE'" IMPROVEMENTS, Augusta, Georgia, in accordance with the drawings and specifications issued by the Augusta Engineering and the Augusta-Richmond County Conunission, whiqb contract is by reference made a part hereOf, and is hereinafter referred to as the CONTRACT. NOW; THEREFORE, the condition oftbis obligation is such that., if Contractor shall promptly , and faithfullyperfonn said CONTRACT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder; the Surety may promptly remedy the defau1'4 or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions, or , (2) Obtain a bid Ot bids for completing the Contract in ac.cordance with its terms and conditions, and upon determination'by Surety: of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and PB-1 make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion. less the balance of the cOntract pri.ce; but not exceeding, including other costs and damages for whiCh the Surety may be liable hereunder, the amount set forth in. the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by OWlJer to Contractor. Any suit under tIlls bond must be instituted before the expiration of two (2) years from the date on. which final payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owx:e~na.med herein or the heirs, executors, administrato.rs or successors ofllie Owner. Signed and sealed this day of A.D. 20~. Wilneos Ir4 (!. of~ Attest ~ ',,/J 10 TOMMY L. GRIFFIN PLUMBING & HEATING CO., INC. (Contractor) (Seal) By Witness (Seal) '=S~~kJ(t9~ . SHARON G. DIXON (Seal) (Title) PB-2 BOND IIB033lQ.64 SEcrlQl;jJ!Jl LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-l, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That TOMMY L. GRIFFIN PLUMBING & HEATING CO.. INC. as Principal, hereinafter called Contractor, and THE CINCINNATI INSURANCE COMP~"'Y a. corporation organized and existing under the laws of the State of OH , with its principal office in the City of CINCTNNA'l'I . State of OH , as Surety, 'hereinafter called Surety, are held and finnly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COM:MlSSION, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of~ *SEE BELOW Dollars ($ 3,162,281.57 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, finnly by these presents. *THREE MILLION ONE HUNDRED SIXTY TWO THOUSAND TWO HUNDRED EIGHTY ONE ~~ 57/100 WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for the construction of D' ANTIGNAC STREET DRAINAGE IMPROVEMENTS in accordance wlth drawings and specifications issued by the Augusta Engineering Department and Augusta-Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, TIIEREFORE, the condition of this obligation is such that, if the Contt:actor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: (1) A claimant is defmed as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reEiSonably requiied for use in the performance of the contract, labor and material being construed as to include that part ofwater~ gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. (2) Th~' above named Contractor and Surety hereby jointly and severally agree with the OWher thlrt every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which -the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final PB-3 judgem.ent for such sum or sums as may be justly due claimant, and have execution thereon. The Own.er shall not be liable for the payment of any costs or expenses of any' such suit . (3) No suit or action sb.a11 be commenced hereunder by any claimant, (a) Unless claimant, other than ODe having a direct contract with the Contractor, sball have given written notice to any two of the following: The Contractor. the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were :furnished, or for whom the work or labor was don.e orperformed. Such. notice shall be served by maiJing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor. Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in. any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which. Contractor ceased work on said CONTRACT, it being understood. however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof. such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof: is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewh.ere. (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereuoder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim. for the amount of such lien be presented under and against this bond. :,', ....r. _ PB-4 Sign,ed and sealed this Witness rYyJ.dL e ~ I2ltr Attem fyrh~ . ~ ro '1. //1 . ... . Witness ~~ /~~ CAROLY . SMITH =SS~;QrQ~ SHARON G. DIXON day of A.D. 20_. TOMMY L. GRIFFIN PLUMBING & HEATING CO.~ INC. (Contractor) (Seal) By 1~~, tt.iJ~.~~. - ( P. ~,.~. (Seal) U ~ (Title) THE CINCINNATI INSURANCE (Surety) COMPA (Seal) '1 (Seal) (Title) By R A. G AWAY ATTORNEY-TN-FACT PB-5 . . THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY 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 Fairfield, Ohio, does hereby constitute and appoint John P. Langsfeld; Richard A. Gazaway; Douglas R. Johnson; Sharon G. Dixon and/or Lawrence Bart Peppers of Atlanta, Georgia its true 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 . Twenty Five Million and No/100 Dollars ($25,000,000.00). 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: "RESOLVED, 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 modi:fY 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." 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, "RESOLVED, 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 or Assistant Secretary 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." 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 1st day of August, 2004. jtJ::;;:;:;:ao COMPANY SeoiD' Vi"" P=id~ STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 1st day of August, 2004, 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 corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation, ",un,."" \" A l '", ~:.".., ..v. \ .. e~, ~"o~~" is! f~ -~ <"\ =*i *= : , - \ \~Ol to'" ,.. "01! J'., O~, ~/",/' E Of ~..,,~ 1',.............- I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a tme 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. -, .7$L MARK J. H LLER, Attorney at Law NOTARY PUBLIC. STATE OF OHIO My commission has no expiration date. Section 147.03 O.R.C, this GIVEN under my hand and seal of said Company at Fairfield, Ohio, day of ~gA/-~P-~ Secretary n,..T' , "A~ /0 '''11\ D'ANTIGNAC STREET DRAINAGE IMPROVEMENTS PROJECT NUMBER: XXX-XX-XXXXXX Tables of Contents Section Pages Invitation to Bid Instruction to Bidders IBl- 3 Georgia Prompt Pay Act PP A-I Special Conditions SCl - SC12 Addendum(s} 1-21 Agreement A-I thru A-4 Contractor's Statements: ~ Conflict of Interest Statement ....................... ~ Contractor's Statement of Non-Discrimination ....................... ~ Contractor's Affidavit and Agreement Statement ....................... ~ Subcontractor's Affidavits ....................... ~ Non-collusion Affidavit of Bidder/Offeror ....................... ~ Non-collusion Affidavit of Subcontractor ....................... ~ Good Faith Efforts - Subcontractor & Supplier Contact Form ............... ~ LSB Subcontractor/Supplier Utilization Plans ....................... ~ Contractor's Bonds/Insurance/Equipment Master List ...................... General Conditions GCl thru GC15 Proposal PI-P, Technical Specification Index ~ TS-l Water Distribution System ~ TS-2 Sanitary Sewer System ~ TS-3 Dewatering ~ TS-A Appendix "A" - Geotechnical Report 1-16 1-13 1-4 1-21 Attachment A ~ Bidder's Qualifications I nvitation To Bid Sealed bids will be received at this office until 3:00 p.m., Tuesday, May 5,2009 for furnishing: Bid Item #09-105 D' Antignac Street Drainage Improvements for Engineering Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta, GA 30911. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $100.00 Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.auaustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, March 26 2009. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre-Bid Conference will be held on Friday, April 17, 2009 @ 11:00 a.m. in the Procurement Department - Room 605. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Tuesday, April 21, 2009 by 3:00 p.m. No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. Bidders will please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments that may be required by the bid are material conditions of the package. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta Commission. Please mark Bid number on the outside of the envelope. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle March 26, April 2, 9, 16, 2009 Metro Courier April 1 ,2009 cc: Tameka Allen Interim Deputy Administrator Abie Ladson Engineering Hameed Malik Engineering SECTION IB INSTRUCTION TO BIDDERS IB-Ol. GENERAL: All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02. EXAMINATION OF WORK: Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity ofthe facilities needed preliminary to and during the prosecution ofthe work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03. ADDENDA AND INTERPRETATIONS: No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to The Director of Augusta Engineering Department c/o Augusta Procurement Department, 530 Greene Street, Room 605, Augusta, Georgia 30901 and to be given consideration must be received at least five days prior to the date fixed for the opening of bids, Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, ifissued, will be sent by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04. PREPARATION OF BInS: Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. IB-I AED -D' Antignac Street Drainage Improvements Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic or telecopier bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph or facsimile prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the Proposal. NOTE: A 10% Bid Bond is required in all cases. IB-OS. BASIS OF AWARD: The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed and settlement will be made for such items upon the basis of the work as actually executed at the unit prices in the proposal as accepted. It is the responsibility of the Contractor to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB-06. BIDDER'S QUALIFICATIONS: No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The Owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested, The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list IB-2 AED -D'Antignac Street Drainage Improvements of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. IB-07. PERFORMANCE BOND: At the time of entering into the contract, the Contractor shall give bond to the Owner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the Owner harmless from all cost and charges that may accrue on account ofthe doing ofthe work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the Owner and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB-08. REJECTION OF BIDS: These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. IB-3 AED -D' Antignac Street Drainage Improvements GEORGIA PROMPT PAY ACT This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. 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. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. NOTICE All references in this document, which includes all papers, writings, drawings, plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta Richmond County Commission-Council and all references to "Chairman" shall be deemed to mean "Mayor". DISPOSALS Prior to any material from this project being wasted or otherwise disposed of outside the project limits the Contractor shall furnish the Engineer a copy of written permission, signed by the property owner (or his authorized agent) describing the estimated amount and type of material to be placed on said property. If any portland cement concrete, asphaltic concrete, wood or other such materials are to be wasted on the property, a copy ofthe owner's inert landfill permit, issued by the Environmental Protection Division shall be furnished to the Engineer prior to any such waste being removed from the project. In all cases, regardless of the material being wasted, a grading permit issued by Augusta Richmond County must be furnished to the Engineer. PP A-I AED -D'Antignac Street Drainage Improvements S""P"'E"'C""""'" ~ ",-c,'- ''-.' ' " '_ ',' , ,'- -'?- " ";,,-:; _','.v:, " ' "- -," "-,', -'-' -~. ".,- ',>( .,,:" - - -:': .- ,- ,,', -', '- - ,'. ;., -,': -.: " -," <> -', ,-' " ,,- .' , '. , . -. . - '- ',- ',',;{-':'" CO N 01'1'1" '-, - ' :', _:" ~~>:\ . '" " .e' .: ',' , : : _ '_ ,.:-,~ ~.-: ,i' C:.:'I ~_ -,' --'_>: ~:- .::. '-,-"', '. _:' ,c_ ',' ~,J :"c:-',_ " 'd'_'_, ~., . :,' c' ";:". _,,_,.. ::_~-"',~::_; ,:',:-:! :_::-,_,--_;_',~< . - ' - -' . "" -,,' , - -/-, :- ,. -_.~'-" -'-'; ,'.: , , "'.' ~ ',' " - ,"', ',.'PROJIer NUMBIR: SECTION SC-Ol. SC-02. SC-03. SC-04. SC-05. SC-06. SC-07. SC-08. SC-09. SC-lO. SC-ll. SC-12. SC-13. SC-14. SC-15. SC-16. SC-17. SC-18. SC-19, SC-20. SC-21. SC-22. SC-23. SC-24. SC-25. SC-26. SC-27. SC-28. SC-29. SC-30. SC-31. SC-32, SC-33. SC-34. SC-35, SC-36. SC-37. SC-38, SECTION SC-O INDEX TO SPECIAL CONDITIONS Scope of the Wark List of Drawings Bonds Protection of the Environment Temporary Toilets Plans and Specifications Fumished Record Drawings Shop Drawings Existing Structures Salvageable Material Referenced Specifications Traffic Control Surveys Construction Order and Schedule Site Access Georgia Prompt Pay Act Disputes Interest Not Earned on Retainage Equivalent Materials Project Sign Field Office Facilities Inspection and Testing of Work City Acceptance Specified Materials Masters GolfToumament Compliance with Laws, Codes, Regulations, etc. Georgia Power Coordination Atlanta Gas Light Coordination Augusta Utilities Department Coordination University Hospital Coordination Temporary Access Coordination Maintenance of Access for Parcels 046-2-053-00-0 and 046-2-055-00-0 Davidson Fine Arts Magnet School Access D' Antignac Street Project Staging Disposal of Hydrocarbon Contaminated Soils Railroad Right -of- W ay Coordination Design Alteration Incidental Construction Items SC.Ol. SCOPE OF THE WORK: SECTION SC SPECIAL CONDITIONS The project referred to in the Agreement shall consist of furnishing all materials, labor, machinery, etc. necessary to construct a drainage system that will alleviate flooding along D' Antignac Street at University Hospital, known as D'Antignac Street Drainage Improvements. SC.02. LIST OF DRAWINGS: The following drawings, prepared by Cranston Engineering Group, P.C. of Augusta, Georgia, comprise the plans for the project: SHEET NO. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15, 16. 17, 18, 19, 20, 21. 22, TITLE Cover Sheet Sheet Index Detailed Estimate & General Notes Plan/Profile Sheet Plan/Profile Sheet Plan/Profile Sheet Plan/Profile Sheet Plan/Profile Sheet Plan/Profile Sheet Plan/Profile Sheet Temporary Access Plan and Storm Profiles ("A" & "B") Street & Storm Details Water & Sewer Details Water & Sewer Details Initial Erosion Control Plan Initial Erosion Control Plan Intermediate Erosion Control Plan Intermediate Erosion Control Plan Final Erosion Control Plan Final Erosion Control Plan NPDES Plan Erosion Control Details SC2 of 12 DATE ORIGINAL REVISED 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 03/3/09 3/18/09 3/18/09 3/18/09 3/18/09 3/18/09 3/18/09 3/18/09 3/18/09 AED -0' Antignac Street Drainage Improvements SC-03. BONDS: The Contractor shall include the cost of all required bonds in the pay item for "Lump Sum Construction, " SC-04. 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-05. 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-06. PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner one (1) set of direct black line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. SC-07. RECORD DRAWINGS: The Contractor shall furnish a complete, legible set of "as-built" plans, prepared and certified by a qualified Georgia Licensed Professional Land Surveyor (PLS), to Augusta Engineering Department seven (7) days prior to the date of the Final Inspection. The Director of Engineering Department or his/her designee shall review the submitted as-built plans for accuracy, legibility, completeness, and conformity with approved construction plans. Upon approval of submitted as-built, three(3) hard copies and one electronic (CD- in GA State plane coordinate) copy shall be submitted to Engineering Department for record and Director of Engineering signature. Any and all costs incurred shall be included in the Lump Sum Construction pay item. There shall be no separate payment. SC3 of 12 AED -D' Antignac Street Drainage Improvements AED -D' Antignac Street Drainage Improvements SC-08. SHOP DRAWINGS: The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details and other descriptive data on every item, where shown on the drawings or specified herein, The Contractor shall check all submittals and so indicate on each copy thereof. Five copies of such shop drawings shall be submitted to the Engineer before ordering ofthe material. Submittals which have not been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of submittals will cover only general conformity with the project requirements, while responsibility for detailed conformity shall remain with the Contractor. The Cv~n'~~~'.o~ wl'l' h", n^tl'fiea' by rv>C>;l' ofth'" r"'''ult" ofth"" subrn;ttal rF''';F'HT'' nT;th;n tF'n (10) dav'I f\ftr.F' LIU\,..;ll lU\"".t v J.l...LUl. .l\,..lv.:l.1.L.~ L...... .J....L.1..L ......T.I........V'I..1V\'.L.......................~..L..L\.... .;......'-'...............- receipt by the Engineer thereof. SC-09. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, pipelines, 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-lO. SALVAGEABLE MATERIAL: All salvageable materials, such as drainage pipe, which require removing but not used on this project, are to be removed from the right-of-way, as directed by the Engineer, and recycled or properly disposed of per applicable local and state regulations. Augusta Engineering reserves the right to request a copy of disposal documents for these materials. SC-l1. REFERENCED SPECIFICATIONS: Where specifications or standards oftrade 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-12. TRAFFIC CONTROL: The Contractor shall provide construction signs in accordance with requirements of "Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways," current edition, with added supplements and provisions. The attention of the Contractor is specifically directed to Subsection 1 07.09 of the Supplemental Specification-"Barricades and Danger, Warning, and Detour Signs," "The Contractor shall furnish, install, and maintain all necessary and required barricades, signs, and other traffic control devices in accordance with these specifications, Project Plans, Special Provisions, and MUTCD, and take all necessary precautions for the protection of the work and safety of the public." SC4 of 12 All temporary signs, barricades, flashing lights, striping and any other traffic control devices required during construction of this project shall meet all requirements of the MUTCD current edition, as directed by the Engineer and be furnished by the Contractor with payment in accordance with Section 150. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travel way. This applies to initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way, traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with MUTCD, current edition and Georgia Standard 9102. The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. All temporary traffic control devices are to be placed in accordance with Georgia Department of Transportation Standards and Specifications. SC-13. SURVEYS: The Engineer has established a benchmark for locating the principal component parts of the work. From the information thus provided, the Contractor shall develop and make all detail surveys needed for construction lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. SC-14. CONSTRUCTION ORDER AND SCHEDULE: The Contractor shall prepare an overall Time-Logic Schedule that includes all major utility relocations, proposed utilities, and construction activities. A detail schedule for utility relocations from all utility companies shall be submitted to the contractor two weeks prior to the Preconstruction meeting. The Contractor shall submit this schedule to Augusta Engineering Department seven (7) days prior to preconstruction meeting. The contractor shall present a copy of this schedule at the Preconstruction meeting for discussion. The schedule shall consist of the following: 1. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility Company) 2. The ES-Early Start, EF-Early Finish, LS-Late Start, LF-Late Finish dates 3. The Project Critical Path 4, Activity Durations The contractor shall also submit following information with the schedule. SC5 of 12 AED -D' Antignac Street Drainage Improvements 1. List of active construction projects and their projected completion date 2. List of available resources assigned to this project * 3. Name of Project Team (Project Manager, Superintendent, Foreman) assigned to this proj ect* 4. Subcontractor information such as Company Name, Contact Name and Telephone, and type of assigned tasks * Personnel and resources assigned to this project shall not be re-assigned to other projects until after approval from Augusta Engineering Department. Augusta Engineering Department reserves the right to deny the submitted project team or parts thereof. Failure to provide aforementioned schedule and ilTIOrmation within specified time will result in cancellation of Notice to Proceed. If information is not received within thirty (30) days from the date of Notice to Proceed cancellation, contract will be terminated without further notice. Within seven (7) days after the Preconstruction meeting, the Contractor shall provide a revised schedule with all issues and concerns addressed to Augusta Engineering Department. The revised Time-Logic Schedule shall be color coded with respect to responsibility} and shall be presented on D size paper (24 "x36"). The schedule shall be updated on a monthly basis displaying percentage of completion of all activities. The project base line and current date line shall appear on all updates. The Schedule shall be using Microsoft Project or Primavera Scheduling software. SC-15. SITE ACCESS: In order to minimize damage to existing paving, and landscaping, access to the site for the Contractor's persoll.."1e1 and equipment will be restricted to the routes designated by the Owner. The Contractor will be required to use only these routes unless prior written approval is given by the Owner. SC-16. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. SC-17. DISPUTES: All claims, disputes and other matters in question between the O\vner 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. SC6 of 12 AED -0' Antignac Street Drainage Improvements AED -D' Antignac Street Drainage Improvements SC-18. INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. SC-19. EQUIVALENT MATERIALS: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without 3.<'1 arnendment to the contract. SC-20. PROJECT SIGN: The Contractor will provide and install two (2) project signs at prominent locations on the construction site as directed by the Engineer. The signs will carry in a prominent manner the name of the project, the Owner, and the names ofthe Contractor and the Engineer and a 24-hour phone number for the Contractor in 4-inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 8-feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project signs in his Lump Sum Construction bid item. SC-21. FIELD OFFICE FACILITIES: No field office facilities will be required, However, one will be allowed should the Contractor choose to provide it. SC-22. INSPECTION AND TESTING OF WORK: The Owner shall provide sufficient competent engineering personnel for the technical observation and testing ofthe work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf ofthe 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. SC7 of 12 AED -D' Antignac Street Drainage Improvements Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory, to monitor more fully on the Owner's behalf the quality of materials and work, and to perform such tests as may be required under the Contract Documents as conditions for acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through his duly authorized inspector. Prior to placing any base course, the sub grade shall be proof rolled to locate unstable areas and achieve additional compaction. Area to be proof rolled using a minimum 15 tons flat drum compactor or other equipment as recommended by the Geotechnical Engineer (such as a fully loaded tandem axle dumptruck). Geotechnical Engineer and/or a representative of Augusta Engineering Department will observe and approve proof-rolling. Areas failing compaction shall be reworked. Any areas judged by the Geotechnical Engineer to rut (should be improved in place or undercut and replaced with fill compacted to 100 % of soil maximum dry density as determined by the modified proctor compaction test (AS TM 01557, Method D or equivalent method approved by the Geotechnical Engineer)). The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. SC-23. CITY ACCEPTANCE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Engineering Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. SC8 of 12 AED -D' Antignac Street Drainage Improvements SC-24. SPECIFIED MATERIALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation from the product specified will be allowed. All pipe products shall be obtained from a GDOT certified facility. Notwithstanding any provision of the General Conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the Contract Documents without an Amendment to the Contract. SC-25. MASTERS GOLF TOURNAMENT: Any work planned to be accomplished during or directly before the Masters GolfT ournament must be submitted to and approved in writing by the Owner. Consideration will be given only for contract time extensions as a result of delays in accomplishing the work. No consideration will be given for claims for damages. SC-26. COMPLIANCE WITH LAWS, CODES. REGULATIONS. ETC.: Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: A. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware ofthe contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto," and the Contractor shall comply therewith. B. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith, The signing of Contract shall also confirm on behalf of the Contractor that he: 1. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and SC9 of 12 2. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. C. Occupational Safety & Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. SC-27. GEORGIA POWER COORDINATION: The Contractor must coordinate work in the vicinity of power facilities with Georgia Power. When working within 25 feet of trans mission lines contact Anita Kattegat at 706-667-5654, and when working within 10 feet of distribution lines contact Wendy Brown at 706-667-5651. Any and all costs incurred during any required holding and/or relocation process shall be included in the Lump Sum Construction pay item, SC-28. ATLANTA GAS LIGHT COORDINATION: The Contractor must coordinate work in the vicinity of gas lines with Atlanta Gas Light. Contact Carl Corley at 706-214-0858 for relocations. Any and all costs incurred during any required relocation process shall be included in the Utility Relocations pay item. SClO of 12 AED -D' Antignac Street Drainage Improvements SC-29. AUGUSTA UTILITIES DEPARTMENT COORDINATION: The Contractor must coordinate work in the vicinity of sanitary sewers or water mains with Augusta Utilities Department. When working near sanitary sewer or water lines contact J ody Crabtree at 706-826-4792. All costs incurred during any coordination or required relocation, shall be included in the Utility Relocations Pay Item of the Bid Schedule. SC-30. UNIVERSITY HOSPITAL COORDINATION: The Contractor must coordinate temporary striping and parking lot access for hospital properties (parcels 046-2-194-00-0, 046-1-057 -0 1-0, 046-2~ 197 -OO~O, 046-2-194-01-0, 046-1-036-02-0,046-2-195-00-0) with University Hospital Facilities Support Services. Contact Kyle Howell at 706-774-8828. Any and all costs incurred shall be included in the Lump Sum Construction pay item. SC-31. TEMPORARY ACCESS COORDINATION: The Contractor shall provide temporary access to the FedEx facility, located at 647 Twelfth Street (Parcel 046-2-114-01-0), and Industrial Metal Finishing via the Board of Education parcel, located at 602 Twelfth Street (Parcel 046-2-053-01-0) in accordance with the detail provided on sheet 11 ofthe construction plans. Any and all costs associated with this temporary access shall be included in the lump sum pay items for Temporary Access for Parcel 046-2-114-01-0 and Temporary Access for Parcel 046-2-053-01-0. Access shall be maintained at all times through either the normal entrances or the temporary entrance provided. SC-32. MAINTENANCE OF ACCESS FORP ARCELS 046-2-053-00-0 AND 046-2-055-00-0: The Contractor shall stage construction in Twelfth Street so as to maintain access to parcels 046-2-053-00-0 and 046-2-055-00-0 at all times. Any and all costs incurred during this access coordination process shall be included in the Lump Sum Construction pay item. SC-33. DA VIDSON FINE ARTS MAGNET SCHOOL ACCESS: The Contractor must maintain access to Davidson Fine Arts Magnet School at 617 Twelfth Street (parcel 046-2-092-01-0) by keeping the northernmost driveway on Twelfth Street open and accessible at all times. Any and all costs incurred during this access coordination process shall be included in the Lump Sum Construction pay item. SC-34. D' ANTIGNAC STREET PROJECT STAGING: The Contractor shall appropriately stage construction so as to maintain2-waytraffic utilizing 12 ofD'Antignac Street. Any and all costs incurred shall be included in the Lump Sum Construction pay item, SC110f12 AED -D' Antignac Street Drainage Improvements SC-35. DISPOSAL OF HYDROCARBON CONTAMINATED SOILS: Should any hydrocarbon contaminated soils be encountered, the Contractor shall be responsible for removal and legal disposal of such soils, All costs associated with the removal and disposal ofthese materials shall be included in the Pay Item for Removal and Disposal of Hydrocarbon Contaminated Soils. See Geotechnical Report in TS-A Appendix A for potential locations. SC-36. RAILROAD RIGHT-OF-WAY COORDINATION: The Contractor must coordinate work within CSX Railroad Right-of-Way with Railroad Administration. The Contractor will be expected to comply with any requirements set forth by the administration, which may include contracting a certified flagman and lor obtaining additional insurance for work within their right-of-way. Any and all costs incurred during this coordination and compliance shall be included in the Lump Sum Construction pay item. Contractor should reference the latest editions of the CSX Transportation Pipeline Application Package and Design and Construction Standard Specifications for these and any other requirements. SC-37. DESIGN ALTERATION: The commission-council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment shall be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in-writing, by the Engineer. All changes in engineering design of the project shall be approved by the Design Engineer of record after consultation with the Engineer. Revised design plan sheet(s) shall be signed and stamped by the Design Engineer of record and a copy shall be submitted to Augusta Engineering Department. SC-38. INCIDENTAL CONSTRUCTION ITEMS: All work and materials without a specific pay item shall be incidental to related pay items, this is to include (but not limited to), all removals and disposals, borrow, if needed, remove and reset fences, remove and reset ornamental shrubs, bushes and sod, and the obtaining, maintaining and restoration of any required borrow andlor waste pits. SC12 of 12 AED -D'Antignac Street Drainage Improvements .. AD'D'" ---.,- .' '< . \~_:;/<';'~ - ,'\';,: "':.;'_' ',- ,-::.-. ~~t~! , ,,}., c, "j " '~"._"'" .;;.:" -, -, - - - --,', ';',' , '-',:'--', - ~';' .' ,-., "-- ,\. 'C',' >' _ _; ~ ,~';' ." <?"~ .," .' - ". , , . - . -- " . ~. / \""-4--1/ G ~ ~;'~MH1{!i'R/~NH1{!i'n/ RG 1 A ~ ~d ~Nl<i ~VeW~ FROM: All Bidders Phyllis Mills, Quality Assurance Analyst Abie Ladson, Engineering Department Geri Sams ~'(m'<\ Procurement Director RECEIVED TO: APR 3 0 200'9 DATE: April 28, 2009 SUBJ: Clarifications to the Specifications Augusta, GA. EngIneering Department BID ITEM: 09.105 D'Antignac Street Drainage Improvements BID DATE: Tuesday, May 5, 2009 at 3:00 P.M. ADDENDUM NO.1 Attached are the Procurement Forms that are required to be completed and submitted with your bid package. I. The following items have been revised or added to the contract documents and specifications: A. Prooosal- Delete the Proposal Section (P-1 through P-7) in its entirety and replace with the enclosed revised Proposal Section P. B. Soecial Conditions - SC-24 - Revise the last sentence of the first paragraph to read as follows, "All material shall be obtained from a Georgia Department of Transportation certified facility with the exception of the water and sewer materials, which shall be in accordance with the Augusta Utilities Department Specifications." C. Soecial Conditions - SC-39 Add SC-39 - After Hours Inspection as follows: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia legal holidays, then the Contractor must follow all necessary procedures listed in "Section 15, Right-of-Way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Development Documents dated September, 1999. The cost of inspection by Augusta-Richmond County, before or after regular working hours, on Saturdays, Sundays, or legal holidays, shall be paid for by the contractor at a rate of 1 Y2 times the regular salary per hours of the inspector, plus 7.65% for the employer FICA/Medicare match. Payment is to be made to the Augusta-Richmond County Commission the next regular business day after the overtime is performed. Approval must be obtained from Augusta-Richmond County Engineering Department (706-821-1706) 48-hours in advance of the work. D. Technical Soecification - It is anticipated that the water and sewer specifications provided are the latest version of the Augusta Department Water and Sanitary Sewer Guidelines, However, the official version to be utilized for this project can be found at htto://www.auoustaoa.oov/DocumentView.aso?DID=1717.This document will have any recent revisions not represented in the contract version. Room 605 - 530 Greene Street, Augusta Georgia 30911 (706) 821-2422 _ Fax (706) 821-2811 Addendum 1 Bid Item #09-105 Page 1 of 12 www.aue:ustae:a.e:ov Register at www.demandstar.comlsupplier for automatic bid notification Add d en urn #1- page 1 of 21 The following items have been revised or added to the construction drawings: A. Sheet 3 - Add the following note to the General Notes as Number 15: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia legal holidays, then the Contractor must follow all necessary procedures listed in "Section 15, Right-of-Way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Development Documents dated September, 1999. The cost of inspection by Augusta-Richmond County, before or after regular working hours, on Saturdays, Sundays, or legal holidays, shall be paid for by the contractor at a rate of 1 % times the regular salary per hours of the inspector, plus 7.65% for the employer FICA/Medicare match. Payment is to be made to the Augusta-Richmond County Commission the next regular business day after the overtime is performed. Approval must be obtained from Augusta-Richmond County Engineering Department (706-821-1706) 48-hours in advance of the work. B. Sheet 3 - Revise all pay items and quantities in the Detailed Estimate to match the enclosed revised Proposal Section P. C. Sheet 12 - Add enclosed "Concrete Headwall Connection Detail" on Page 12 of 12. III. The following questions from the Pre-Bid Conference and subsequent submitted questions have been addressed: 1. How is the proposed 78" RCP storm drain to be tied in to the existing 3rd Level Canal concrete wall? Is there a detail for this tie-in? Will the canal be lowered for tie in? The headwall shall be in accordance with GA DOT Detail 1125 and should be tied to the existing canal wall. The existing canal wall should be saw-cut and removed after the connection is made. See enclosed "Concrete Headwall Connection Detail" on Page 12 of 12. The canal will not be lowered for the tie in. 2. Is temporary fence going to be required to keep the public out of the construction zone? If so what type temporary fencing will be required? It is recommended that temporary fencing be used for this project for the safety of the public and the contractor. Any and all costs associated with temporary fencing should be included in Lump Sum Construction, Item No. 203-1000. Temporary fencing shall be 6' chain link. 3. Will the contractor be allowed to detour traffic while pipe is being installed in 12th Street? Twelfth Street may be closed to through traffic as long as local access is maintained as detailed in Special Conditions 31, 32 and 33. All traffic control shall be in accordance with the Roadway Notes on Sheet 3 of the Construction Drawings. 4. Will this project include the asphalt indexing for possible changes in liquid asphalt? No Addendum 1 Bid Item #09-105 Page 2 of 12 Addendum #1- page 2 of 21 5. The note on page 10 of the plans indicates that a power service and gas service are to be relocated. Will the service providers (GA Power/Atlanta Gas) relocate these services or poles? If not, is there a contact for each that may know possible costs? The cost for any utility relocations (other than water and sanitary sewer) that are in the City of Augusta right-of-way will be paid by the utility company responsible. However, these relocations must be coordinated by the contractor. Contacts for utility companies have been provided in the Special Conditions. Any and all costs associated with relocation and/or coordination shall be included in the Item No. 230-1003. 6. Specs state rail insurance requirements. Does the Railroad R/W extend into the Jack/Bore across Walton Way? No. 7. Is wet soil considered unsuitable? Wet soil is not necessarily unsuitable. Unsuitable soils will be determined by the Owner's Representative on a case by case basis. However, all backfill shall be placed and compacted in accordance with the plans and specifications. 8. In the direct jack and bore sections, Class III pipe is called out. Class III cannot be jack and bored; to jack and bore RCP it needs to be at least Class V. Can the bid items be changed to reflect that? CSX guidelines state that Class V pipe must be used unless calculations are provided showing otherwise. Calculations have been performed for this situation that indicates Class III pipe is adequate for the jack and bore sections. These calculations have been submitted with the Railroad Permit Application. However, Class III is a minimum, and if the contractor wishes to use Class V that will be acceptable. 9. Have the railroad and DOT permits been obtained yet? No Georgia Department of Transportation permits are required for this project. The railroad permit is currently being reviewed and approval is expected within the next two weeks. 10. Can the Contractor access the site before the bid to dig test holes? Yes, access must be coordinated through the Owner's Representative, and any damages to the surface must be restored. IV. The following clarifications are provided for the contract documents and construction drawings: A. The cost for utilities that are removed and replaced to facilitate construction shall be included in Bid Item No. 230-1000. However, utility relocation costs shall be included in Bid Item No. 230-1003. B. All jack and bore installations, regardless of location, shall be constructed in accordance with the applicable sections of the CSX Transportation Design and Construction Standard Specifications, including grouting requirements. C. Cleaned sand may be used in place of sand/clay (GOaT Type III) for select trench backfill. Material shall be approved by Owner's Representative prior to placement. Addendum 1 Bid Item #09-105 Page 3 of 12 Addendum #1- page 3 of 21 D. The Contractor must verify the location and elevation of the Georgia Power conduit in 13th Street and the 30" ductile iron force main in Fenwick Street prior to beginning any significant construction. E. All pipes shall be gasketed in accordance with ASTM C443. F. Contractor shall submit jack and bore plans including shoring design, dewatering, and jacking force requirements for review by the Owner's Representative prior to construction Required Bid Submission Forms All Bids must be submitted on the forms provided by the Owner. Bidders shall furnish all the information required by the solicitation. Bids must be signed and the bidder's name typed or printed on the bid sheet and each continuation sheet which requires the entry of information by the bidder, The person signing the Bid must initial erasures or other changes. Bids signed by an agent shall be accompanied by evidence of that agent's authority. (Bidders should retain a copy of their Bid for their records.) To be responsive, the bidder must submit the following documents with his/her Bid: (1) Bid Form and any other forms deemed mandatory by the specifications (2) Bid Bond and Certificates (3) Bidder's Qualifications, including a Financial Statement (4) Statement of Non-Discrimination (5) Conflict of Interest (6) Contractor's Affidavit and Agreement (7) Sub-Contractor's Affidavit (8) Non-Collusion Affidavit of Bidder/Offeror (9) Non-Collusion Affidavit of Subcontractor (10) Augusta-Richmond County Local Small Business Opportunity Program Forms, Le., Good Faith Effort and LSB Subcontractor/Supplier Utilization Plan The City shall reject any Bid as non-responsive that does not include each of the above documents, fully completed and properly executed. Please acknowledge addendum in your submittal END ADDENDUM Addendum 1 Bid Item #09-105 Page 4 of 12 Addendum #1- page 4 of 21 SECTION P PROPOSAL DATE: Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and to perform all work for the project referred to herein as: D' ANTIGNAC STREET DRAINAGE IMPROVEMENTS in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: , and /l 00 dollars ( ) The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (10) calendar days after the date of written notice to proceed, and that he will complete the work within One Hundred Eighty (180) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: Enclosed is a bid guarantee, consisting of In the amount of Respectfully submitted, FIRM NAME BUSINESS ADDRESS BY: TITLE: P-l Addendum #1- page 5 of 21 BID SCHEDULE D' ANTIGNAC STREET DRAINAGE IMPROVEMENT 2007-0170 TO ACCOMPANY THE PROPOSAL OF BIDDER: ADDRESS: ITEM NO. DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT 161-9999 Control of Erosion and Sedimentation Silt Fence, Type "C" Temporary Grassing Matting Blankets Permanent Grassing Construction Exits Inlet Sediment Traps Miscellaneous Erosion Control Structures Maintenance of Soil Erosion and Sedimentation W~S~ $ 205-0001 Unclassified Excavation, Including Disposal (Unsuitable Foundation) 250 CY @ $ ICY $ 207-0203 Foundation Backfill Material, Type II (#57 Stone), for Additional Unclassified Excavation 250 CY @ $ ICY $ 207-2003 Imperfect Trench Backfill Material, Type III, Including Disposal of Unsuitable Material 24,000 CY @ $ ICY $ 217 -1500 Excavation and Disposal of Contaminated Soils, if Required 1,000 CY @ $ ICY $ 230-1000 Lump S~ Construction Remove and Reset or Replace Fences, all Types Remove and Reset or Replace Gates, all Types Remove and Reset or Replace Existing Storm Sewer, Sanitary Sewer and Water Lines, Lengths & Sizes Vary Remove and Reconnect or Replace Water Services Remove and Reconnect or Replace Sanitary Sewer Services Remove and Reset or Replace Water Sprinkler Systems, Complete Remove and Reset or Replace Water Valve and/or Meters, Size Varies Remove and Reset or Replace Yard Lamps, Type Varies Remove and Reset or Replace Mailboxes, Type Varies Remove and Reset or Replace Signs, Type Varies P-2 Addendum #1- page 6 of 21 P-3 Addendum #1- page 7 of 21 ITEM NO. DESCRIPTION. OUANTITY. UNIT & UNIT PRICE AMOUNT Remove and Replace a Bollards, Type Varies Remove and Reset or Replace Existing Fire Hydrants and Valves Remove and Replace Existing Storm Structures, as Necessary Remove and Dispose of Wall Section at Canal Disposal of Existing Pipes and Structures Property Restoration Traffic Control Raise to Grade Manholes and Valve Boxes Miscellaneous Grading Mobilization, Demobilization Bonds and Insurance Bypass Pumping, if Required Shoring, if Required Dewatering, if Required lli~S~ $ 230-1001 Temporary Access for Parcel 046-2-114-01-0 Remove and Reset or Replace Fences as Shown, to Match Existing Temporary Access Gate as Shown, to Match Existing Any other Work Required to Provide Temporary Access as Shown on Plans lli~S~ $ 230-1002 Temporary Access for Parcel 046-2-053-01-0 Remove and Reset or Replace Fences as Shown, to Match Existing Temporary Access Gates as Shown, to Match Existing Any other Work Required to Provide Temporary Access as Shown on Plans L~pS~ $ 230-1003 Utilities Relocations, as Shown and as Required for Installation of Storm Sewer Coordination of Relocations, as Required Relocation of Water, as Required, in Accordance with Specifications Provided Relocation of Sanitary Sewer, as Required, in Accordance with Specifications provided Bypass Pumping of Sanitary Sewer, if Required lli~S~ $ 230-1004 Sanitary Sewer Replacement in 1ih Street, if Required, as shown (at Owner's Discretion) Remove and Replace Two Sanitary Manholes with 48" Diameter Precast Manholes, in Accordance with Specifications Provided Remove and Replace Existing 8" Sanitary Sewer with 8" PVC SDR35, Approximately, 291 Linear Feet, in Accordance with Specifications Provided Disposal of Existing Pipes and Structures Bypass Pumping of Sanitary Sewer, if Required lli~S~ $ 310-5060 Graded Aggregate Base, 6", Including Material (Parking Lot Repair) ITEM NO. DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT 3,500 SY@ $ /SY $ 310-5110 Graded Aggregate Base, lOS', Including Material (Roadway Repair - Top 2W' to be Removed Prior to Paving - See Detail.) 2,100 SY @ $ /SY $ 318-2000 In-Place Selected Material Surface Course, 4" Thick (Gravel Lots) 1,810 SY @ $ /SY $ 402-3901 1 W' Recycled Asphaltic Concrete 9.5 mm Superpave, Group 1 or 2, Including Bituminous Materials and Hydrated Lime 4,900 SY @ $ /SY $ 402-4011 2" Recycled Asphaltic Concrete 12.5 mm Superpave, Group I or 2, Including Bituminous Materials and Hydrated Lime 3,500 SY @ $ /SY $ 402-4013 2~" Recycled Asphaltic Concrete 19 mm Superpave, Group 1 or 2, Including Bituminous Materials and Hydrated Lime 1,900 SY @ $ /SY $ 432-0206 Mill Asphaltic Concrete Pavement, up to 1 Yz" Depth, if Required 3,200 SY @ $ /SY $ 441-0104 Concrete Sidewalk, 4" (Removal and Replacement), Installed Complete 250 SY @ $ /SY $ 441-0748 Concrete Median 6" Between Curbs (Removal and Replacement), Installed Complete 120 SY@ $ /SY $ 441-6012 Concrete Curb & Gutter, 6" x 24", Type 2 (Removal and Replacement), Installed Complete 1,275 LF@ $ /LF $ 550-1180 Reinforced Concrete Storm Drain Pipe, 18" - Class III, H 1-10 54 LF@ $ /LF $ 550-1360 Reinforced Concrete Storm Drain Pipe, 36" - Class III, H 1-10 195 LF@ $ /LF $ 550-1421 Reinforced Concrete Storm Drain Pipe, 42" - Class III, H 10-15 175 LF@ $ /LF $ 550-1422 Reinforced Concrete Storm Drain Pipe, 42" - Class III, H 15-20 15 LF@ $ /LF $ 550-1480 Reinforced Concrete Storm Drain Pipe, 48" - Class III, H 1-10 P-4 Addendum #1- page 8 of 21 Addendum #1- page 9 of 21 ITEM NO. DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT 32 LF@ $ /LF $ 550-1780 Reinforced Concrete Storm Drain Pipe, 78" - Class N , H 1-10, Including Type II (#57 Stone) Bedding Material 60 LF@ $ /LF $ 550-1781 Reinforced Concrete Storm Drain Pipe, 78" - Class N, H 10-15, Including Type II (#57 Stone) Bedding Material 405 LF@ $ /LF $ 550-1782 Reinforced Concrete Storm Drain Pipe, 78" - Class N, H 15-20, Including Type II (#57 Stone) Bedding Material 820 LF@ $ /LF $ 550-1783 Reinforced Concrete Storm Drain Pipe, 78" - Class N, H 20-25, Including Type II (#57 Stone) Bedding Material 1,055 LF@ $ /LF $ 615-1000 Direct Bore and Jack of 42" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Additional length (if Required) 15 LF@ $ /LF $ 615-1001 Direct Bore and Jack of78" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Additional length (if Required) 50 LF@ $ /LF $ 615-1010 13th Street - 100' Direct Bore and Jack of 42" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Grove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lump Sum $ 615-1011 Railroad - 91' Direct Bore and Jack of78" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lump Sum $ 615-1012 Fenwick Street - 50' Direct Bore and Jack of78" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lump Sum $ 615-1013 Walton Way - 175' Direct Bore and Jack of78" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lump Sum $ P-5 P-6 Addendum #1- page 10 of 21 ITEM NO. DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT 615-1014 13th Street - 150' Direct Bore and Jack of78" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lump Sum $ 668-1100 Catch Basin, Group 1 (DWT #19) 1 EA@ $ lEA $ 668-4300 Storm Sewer Manhole, Type 1 4 EA@ $ lEA $ 668-4311 Storm Sewer Manhole, Type 1, Additional Depth, Class 1 6 LF@ $ ILF $ 668-4312 Storm Sewer Manhole, Type 1, Additional Depth, Class 2 16 LF@ $ ILF $ 668-4400 Storm Sewer Manhole, Type 2 13 EA@ $ lEA $ 668-4411 Storm Sewer Manhole, Type 2, Additional Depth, Class 1 5 LF@ $ ILF $ 668-4412 Storm Sewer Manhole, Type 2, Additional Depth, Class 2 66 LF@ $ ILF $ 668-4413 Storm Sewer Manhole, Type 2, Additional Depth, Class 3 80 LF@ $ ILF $ 668-9000 Tie New Storm Sewer to Existing Structure, Diameter Varies 5 EA@ $ lEA $ 668-9001 78" Reinforced Concrete Outlet Headwall, as Shown 1 EA@ $ lEA $ 668-9002 Cut and Plug Existing Storm Sewer, Diameter Varies 5 EA@ $ lEA $ BASE BID GRAND TOTAL $ * All items which must be removed by the contractor during construction and which are not specifically shown to be paid for otherwise are to be removed or removed and reset without additional payment. All costs for this removal or removal and resetting (if necessary) shall be included in the pay item "Lump Sum Construction." Also, any other item required without a specific pay item shall be included in "Lump Sum Construction." DEDUCTIVE ALTERNATES Alternate unit price shall be equal to the amount to be deducted from the original unit price for the bid item which is referenced. Dl. Deductive Alternate for Item 615-1012, Jack and Bore of Fenwick Street, to install 78" RCP, Class IV, using open cut method instead of Jack and Bore, including all required roadway, traffic control, and property restoration. Roadway (Fenwick Street) can be closed temporarily. Lump Sum $ D2. Deductive Alternate for Item 615-1014, Jack and Bore of 13th Street, to install 78" RCP, Class IV, using open cut method instead of Jack and Bore, including all required roadway, traffic control, and property restoration. Two-way traffic must be maintained at all times. Lump Sum $ D3. Deductive Alternate for Item 615-1010, Jack and Bore of 13th Street, to install 42" RCP, Class III, using open cut method instead of Jack and Bore, including all required roadway, traffic control, and property restoration. Two-way traffic must be maintained at all times. Lump Sum $ D4. Deductive Alternate for Item 615-1013, Jack and Bore of Walton Way, to install 78" RCP, Class IV, using open cut method instead of Jack and Bore, including all required roadway, traffic control, and property restoration. Two way traffic must be maintained at all times. Lump Sum $ DEDUCTIVE ALTERNATES TOTAL $ P-7 Addendum #1- page 11 of 21 I [I I! I; It l i i , ! Ii Ii I i. ,I II Ii Ii 11 II ! ! ; ! l.._. EXISTING CONCRETE RETAINING WALL #4 BAR x 2'-0" LONG 4" MIN.-S" MAX. :;'i. EPOXY EMBED #4 0 18" (O.C.) IN WALLS AND SLAB CONCRETE HEADWALL CONNECTION DETAIL N.T.S. NOTES: 1. FOR WALLS, BARS SHALL BE PRE-BENT PRIOR TO INSTALLATION. 2. AT A MINIMUM, BARS SHALL BE PLACED AT TOP AND BOTTOM OF WALLS AND AT 18" ON CENTER BETWEEN. 3. ROUGHEN ALL CONNECTING SURFACES. 4. SAW CUT AND REMOVE EXISTING WALL WITHIN FLOW PATH ONCE HEADWALL IS COMPLETED. D'ANTIGNAC STREET DRAINAGE IMPROVEMENTS Cranston Engineering Group, P.C. ENGINEER.'1 - PLANNERS - SlJRVEYOR.'l .I(l'.l t=a.I,I~ ~uwr, ,.UG\Ji'ii'i'A. ('.F,ORGEA ::IOllOl J'Om' OFFICi! BOX '.!M6. At1GUl1>1'^. OF'.oROrA aow.~ 't'~:I.F.P'KlNlt TtJlJ.l'l'.MiillK PJ.C~U~II1;; 700:n::Z.Rm 11111'iMkr'uslm\mlsi.ol!Al'b:llt.'lDIn ADDENDUM NO.1 Addend nJ.fW1 SHEET 12 OF 12 ......'"....,} /" c/,f~:~/~ ~o R G I A STATEMENT OF NON-DISCRIMINATION The undersigned understands that it is the policy of Augusta-Richmond County to promote full and equal business opportunity for all persons doing business with Augusta-Richmond County. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard tq prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta-Richmond County. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization, The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta-Richmond County's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the' bidding/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Com pany to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling the City of Augusta to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Signature of Attesting Party Title of Attesting Party Subscribed and sworn to before me this day of ,20_. Notary Signature Notary Public SEAL My commission expires: This form MUST be submitted with bid package. NO Exception(s) will be granted Addendum #1- page 13 of 21 Addendum #1- page 14 of 21 G "EO R G I A CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per O.C.GA 36-1-14, or the procurement contract is awarded pursuant to O.C.G.A. 45-10-22 and 45-10-24, or the transaction is excepted from said restrictions by O.C,G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or Official's immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest. I, (vendor) contained in the bid specifications. have read and understand the information Vendor Name: Address: City & State: Phone #: ( Fax # ( Signature: Date: Bid Item Number and Name: This form MUST be submitted with bid package. NO Exception(s) will be granted Bid/RFP/RFQ # CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (I RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor( s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor( s) is retained to perform such service. E-Verify * User Identification Number Please Check One 500 or More 100 or more _ 100 or less Number of Employees Company Name Date: BY: Authorized Officer or Agent (Contractor Signature) Title of Authorized Officer or Agent of Contractor -/ Vendor with 100 employees or more - must have an E-Verify * User Identification Number SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF -/ Vendor with less than 100 employees - check 100 or less box, fill out the form and return with your submittal. (Georgia Law requires you to have an E-Verify*User Identification Number on or after July 1,2009.) Printed Name of Authorized Officer or Agent ,200_ SEAL Notary Public My Commission Expires: MUST BE RETURNED WITH YOUR SUBMITTAL Addendum #1- page 15 of 21 BidJRFP/RFQ # SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. E-Verify * User Identification Number Please Check One 500 or More 100 or more 100 or less Number of Employees Company Name Date: BY: Authorized Officer or Agent (Contractor Signature) if Vendor with 100 employees or more - must have an E-Verify * User Identification Number Title of Authorized Officer or Agent of Contractor SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF if Vendor with less than 100 employees - check 100 or less box, fill out the form and return with your submittal. (Georgia Law requires you to have an E-Verify*User Identification Number on or after July 1, 2009.) Printed Name of Authorized Officer or Agent ,200_ SEAL Notary Public My Commission Expires: MUST BE RETURNED WITH YOUR SUBMITTAL If there are no subcontracting opportunities, please fill out the fonn (write N/A; sign, date and notarize), Addendum #1- page 16 of 21 ~ In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF BIDDER/OFFEROR I, certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.GA Section 36-91-21 (d) and (e), has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. Signature of Attesting Party Title of Attesting Party Sworn to and subscribed before me this day of ,200 . Notary Signature (Affix corporate seal here, if a corporation) Notary Public: County: Commission Expires: SEAL Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittal Addendum #1- page 17 of 21 Addendum #1- page 18 of 21 In accordance with the Laws of Georgia, the following affidavit is required by all vendors ~ A NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e), has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s )he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. Signature of Attesting Party Title of Attesting Party Sworn to and subscribed before me this day of ,200_. Notary Signature (Affix corporate seal here, if a corporation) Notary Public: County: Commission Expires: SEAL Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittals If there are no subcontracting opportunities, please fill out the form (write N/A, sign, date and notarize). ! (!) o a:: Q. ~ Z :) ~ o :liE Q. 0::: Q. 0 o u.. (/) l- (/) ~ ~ I- -U)z (/)1-0 :)0:::(,) 1000::: ....IU.W ....Iu.::i <cWo. ~:l:Q. .-=1-::1 (/)<eCl) ....Iu.~ <cco::: 000 001- ....IC)~ ~ I- L- Z Z 0 :) 0 Ie O (,) 0 o ~ ~ c CI) 1: Z 8 o .0 :IE ~ :1: o C2 .,,( t- rJ) ::;) (!) ::;) <( ~ ro III III Q) U Q) c: III ro ~ .c III 16 c: o :;:; :c 1:' ro Q) III ::> tl S c 0 U '0 J!l "S III ;}. ci ~z OC 1Xl0 0:;::l ..JI!! ~i ceCIl ;}. = ('0. III III E III 0! iii 'ijj " :l ,,91Xl ~ ~"i 'O:ij !.~ 00 " 0 ci __ ,UIIlC--O J!h'lB Gl Z lIlCCl!" :l 0._ Gl 0 CIlElIl"lIl :l.c :l._~ CC,gIXl..J 0:: af.. E Gl 1ll.Q zE .. :l GlZ =Gl Q.C Q.O :l.c se~ ~" 1> C III III oblll C III o l!! c.>" 0 .g~ g. 0 I;" .. ~ .91 C. Q. :l ... 0 1: c:: ~ 0 ~ I!! l:: C !! 8 .Q q; :l 0 '0 Gl E III Z t5 Q) '0' L- a. III :2 - 0> c: ~ ro 0> Q) L- 1:' ~ $ c: 8 e ~ - ro .c - Ie .92 c.. a. :J III 16 - III :J ,j., c:: Q) l:: ~ ~ IXl :it "Cl iD ...:. c ~ = ! "Cl C ftJ CD co 1;C\l "O~ ., I c..... g~ ~<O ~~ z>< s~ Q)'C.... O)~o --<0 ~io ~4!!!'t" Q.~~ ~ 2~ .Q )( co J::CD~ ...... CD <0 '~.Q ~ "t;l"'- Q) ~ '. ~ ~~ -g EO CI),e1 Q) .s .Q CD c:: .....cQ) Q) ... ft, 1li Vol ~ v c~.!~ c:t::c:: ES~ 6~:>- ~o. ~ 8:~ .-0.... G)O cJg -c:: 1$0 eU ciI) o c:: .8~ =CI) ~ ~ go ! ftJ ! CD .c ... !: Gi E ftJ Z 1$ CD ..... e 0. CI) E ftJ Z >. c ftJ Q. E o (,) e = 1li c ts) U) Addendum #1- page 19 of 21 tS iii Q) '0 'e- ...""' '05 Q.. CII 0 Q) Cl~ .r::. ~'tJ - .5 3iii "C .. Q) :. rJ) ....:. ::l C Q) =it ... :E .0 :I 0 "0 ! ~ - ~o~ in ~ "0 CO C) .. CII .. CC'\I Q) .!!.i!~ ftlC'\l 0 :;:l - III CD~ .... ~> ~ ~ t6~ Q. "OC'\I ~ .2 ~CO Ol Ceo c .90 Z :0 'tJ 1/),,"- ::l C <l. '. ::;) 13 l:l.~i -~ I- .5 O~Q Zu:. ~Z If) mcc Q).!l.... 0< .... !) 0 .2 0> "C 0 Q...J .~ - ""' u'lil! ctl~eo Q.D. 0.. ~..- ';jl:l. ~-o O~ 0- mdj oi~ ::l ctl C'\I t/)- ~ ~ Q.=~ t/)~ rJ) .... :tJKC'\I 0 - CO W_ 1:5 III ..Q>( Z..J ro = r- 0 SCDCO' -I- .... CCIIZ - .~ .!~ t/)::;) c !~~ ::;)0::: 8 m21111 "C~- lOw .0 U::J~ Q) I/) '. ::I ~=Q) ..J- rJ) ~ . E 0 ..J..J II) Gi E it: <(8: II) E -geC( CD :E::;) c III C/) oS .s t/)~ 'iij z Q) II ..JO::: :I 15 ..Q.cc: <(0 al t: CD Gi "'~Q) - '[ '1a (I). = C!> (.)1- 'ii ~ -g g~ E 'Oll~ IL 0 ;:);::Q) :':-c: r/) c c: 'ii &..2'C EE~ ~!Z o :. u u .e &>- ZO 0 IIJ ..J C/)Q.' ::;)0 "0 '- o~ O~ ! ~Q (.)r/) S c.... _0 Qal IIJ 15~ zr/) '51 III I! c: O..J ~ III c8 l!! .. 0 :E 0 'tJ1l .8fJS :z:: ~ ~E . = :I c: (.) CIIZ 1Il.2 t2 ro E CD o1i.l III c 1;) zo C Q) < :>,.,c CD :::s ::i cl:l. ;;0 to- &,'tJ t/) .;.; E ~ l! ::;) i 0 II C) c: u .c ::;) 0 ~ ~ ~ <( .. .!! ~ C. l:I. CD = ~ Ie '.. ~ CD In E c: ~ III 0 c Z :;: 0 >- f u c: J:l C ~ ::::I III :I IIJ Q. '1a <c '0 E c CD 0 en E 0 U) III Z Addendum #1- page 20 of 21 ~ o ~ w 0 ~ 1'O ~ ~ 0 ~ Q C ~ in z ::E w 0 I- ~ ~ ~ .g 1i CD e> m 'E G) :i w E 0 ..... ~ e j: ~ CL Q. ::>> Q .! ~~ fIj m 0 '0 :E 0 I- :s .. -0 ... Q ~ Zo.. c Q ~ << ::>>w 0 Ii;~ 'i w w 0 -' ~ Oz fIj. 0 Q. CLO = CL :it ~ 0..- G) 0 0 O~ Z .D ~ 0 0 S 0.. I- 0_ ~ :IE 0... f I w- Zl- :>. -::>> G) 0 l- e 0~ ;: z 0 ::>>w ~ Z 0 ~ m_ 1 I- 0 0 ...'" W '0 (,) et -' c ...0. W ::> t! ~ <co.. en ~ ~ :lE::>> c 0 0 i 0~ :s ~ z I- = 0.. C) U. III "'0 1:5 J Ci) 0 8 ~I- .5 Q w 9~ w C) :s f t! III N CD .S! N D2 z s: 'I- 0 w .. ~z C. :z:: 0 : zO Q. I- et ::>>(,) = ::> w '0 om .!! <C Q. CD (,)~ 2! E :s 0 ! c)- 1) z... f! .! 0:1: .. :lEI- c .s ::t:Z 8 uO .D 0 .! Q2:lE = l- E ~ fIj .e ii III 0 -; :E ::>> l- e> :::; ::>> <C :lE 0 ~ u.. fn 0 W Q ~ z 0 " I- :! et Q2 0 e tn <C .... w z w ~ ::> I- 0.. a (,) ~ w W I- et .., 0 z ~ 0 0. 0 ~ W 0 Q. CL ~ Addendum #1- page 21 of 21 PltOJECf NUMBIIt: SECTION A AGREEMENT THIS AGREEMENT, made on the of ,~, by and between AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the O\VNER, AND , party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all ofthe materials and all ofthe equipment and labor necessary, and to perform all of the work shown on the plans described in the specifications for the project entitled: D' ANTIGNAC STREET DRAINAGE IMPROVEMENTS and in accordance with the requirements and provisions ofthe Contract Documents as defined in the General and Special Conditions hereto attached which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION -- LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within Ten (lQ) calendar days after the date of written notice by the Owner to the Contractor to proceed, The work shall be completed within One Hundred Ei?htv (180) calendar days after the date of such notice and with such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAILOR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part ofthe consideration for the awarding ofthis contract, to pay to the Owner the sum of Two Thousand Dollars ($2,000.00), not as a penalty, but as liquidated damages for such breach of contract as A-I AED -D' Antignac Street Drainage Improvements hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract and the specifications wherein a definite portion and certain length of time is fixed for the performance of any act whatsoever; and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of the Contract. ARTICLE III - PAYMENT A. THE CONTRACT SUM The Owner shall pay to the Contractor for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. B. PROGRESS PAYMENTS On not later than the fifth day of every month, the Contractor shall submit to the Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start ofthe job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. The estimate shall include only quantities in place and at the unit prices set forth in the bid schedule. Within ten (10) days of receiving each Application for Payment, the Engineer shall either indicate in writing a recommendation of payment and present the application to the Owner, or return the Application to the Contractor indicating in writing necessary corrections, In the latter case, the Contractor shall make the corrections and resubmit the application. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previous payments made, pay to the Contractor 90 percent of the amount of the estimate on units accepted in place. The 10 percent retained percentage may be held by the Owner until the final completion and acceptance of all work under the contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT A. Upon receipt of written notice that the work is ready for fmal inspection and acceptance, the Engineer shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his ovm signature, stating that the work required by the Contract has been completed and A-2 AED -D'Antignac Street Drainage Improvements A-3 AED -D' Antignac Street Drainage Improvements is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate. B. Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the Owner guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. C. The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. D. If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certificate ofthe Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. AUGUSTA, GEORGIA By: C14?tf As its Ma r IN W1TNESS WHEREOF, the parties hereto have executed this Agreement, the day and year first written above. (SEAL) ATTEST: ~4n Secretary ~Jt8 {!.;yfJ" Wltn ss v/ J et~\)q Address: 1 ~. .)1~~A CO~TOR I ~r By 'i~S, ~ Title: President :311.3 ~~~ . ~_.ka.3Id,ot / , A-4 AED -D' Antignac Street Drainage Improvements IY AN'RGNAC'sntBETDIWNAGI. PROJECT NUMBER:. APR-28-2009 18:51 ARC PURCHAS I NG P.16 I~ pONFUCT OF INTERIiST: It shall be unethical for any City of Augusta busine8s or participant directly or inc:tlrectty In a proc:urement contract when the employee or 0fflclai knowa that: <a) the employee or offlcIaI or any member of the employee's or offIcI8I's immecll8t8 family has a substantial interest or financial int8re8t pertaining to the prOCUrement contract. except that the purchase of goods and urvioes from busine8HI whICh a member of the Comml$alon or other CIty of Augusta employee has . financial interest is authotIZed '" per O.C.GA 36-1..14, or the procurement contract i$ ~ purtuant to O.C.G.A. 45-10-22 and 4'5-1 ()..24, CK the traneactIon is excepted from said restrIotIons by O.C,GA 45-10-25; (b) Any other pet'IOt'\. buaineaa. or organiZation with whom the employee or official et.ny member etan employee's or OffIcIal's immedlete family II negotiating or hU an arrangement oonceming prospective emptoyment Is involved in the procurement contract. My employee or official or any member of an em~s or offIcieIlmmed.te family who holds 8 subltantiallnt8rest or financl81 intereat In a d18c:1oHd blind trust shall not be deemed to have a c::onIIict of Intenet with regard to matter. pertaining to that sobltantiallnlere$t or financilll intereSt I, (..-) Q ~~. /)~~.' ~. '?'.'.. ';/J. have read and understand the information contained in the bid s~, (! (/ / I- I !/ -1 . '. y;~. fPl" <d/ I' /? Vendor Name: cJOnvnu.y' _~.. /';{ ,: . J;ttl/' 'f- ;!2,/l. / VI' Address: 3743 dj:v/v~~'-/ ~. . ,. f City & state: 1Yl (<<~Q/VL J ,):)q . -.3 /~ O',? Phone #: (t1i 177 ~:..51'1t Fax # "fIP if 1 / - 8 I q S- SIgnature: Date: .,.f - .J - D9 This form MUST be submitted WIth bid~. NO lbtoeptlon($) willI)" granted APR-28-2009 18: 513 ARC PlJRCHAS I NG P.13 cL:~~ ~O R 0 I A STATEMENT OF NON-DISCRIMlNATI9N The undersigned underStands that it Is the policy of Augusta--Rlchmond COUnty to promote full and equal bueinees opportunityfor' all persona doing busineu with Augusta-Riohmond County. The undnigned oovenante that \Y8 have not di8crlmineted, on the basis of race. reUgion, gender, national origin or ethnicity, with regard to prime contracting, subcocltraoting or partnering opponunitie8. The undersigned covenants and agrees to make good faith efforts to ensure maximum praotioable participation of Ioc8I $mall bualneSBe6 on the bid or contract 8W8I'ded by August8-Richmond County. The undersJgnecI further covenants that we have completed truthfully and fully the required forma regarding good faith efforts ancllooal small busfneS8 subcontractor/supplier utilization. The underllgned further covenants and agrees not to engage In disorimlnatory oonduot of any type against local smell businesses, in conformity with Augusta.Rtchmond County's Local 8m'" 8uaInes$ Opportunity Program. Set forth below Is the signature of an offlcer of the' bldcIlngIoontracting entJly with the authority to bind the entity. . The underllgned acknowledge and warrant that thiS Company has been made awant of undem8nds and agr... to take aftiTnative action to provide such companies with the maximum praoticable opportunltlee to do businea with this company; That this promise of non-disorimination .. made and Nt forth herein .haII be continuing In nature and shall remein in fuU foroe and effect without interruption; That the promises of non-cllacrimination 88 made end _forth herein 8NIlI be and are hereby deemed to be made .. r-rt of and lnoorporated by referenoe into any contract or portton thereof \\t\1ch ttQ Company may hereafter Obtain and; That thefalllR of this COmpany to sBtisfaotorilydilclwge any of the promlee8 of nondiIorlminalon as made and set forth herein shall constltute a materiel brnoh of contr8ct entitling the City of Augu8ta to dedare the contract in def8u1t end to exerctH any and all applicable rightl remedies including but not limited to cancellation of the contract, terminatiof'l of the contract, suepension and debarment from future contnactIng opportunities, and withholding and or forfeiture of oompensatlon due and owing on a oontrac::t. ~~~r TItle of Attesting Party ~\\\\\\'"I1"'IIIi.J6~ ~4.\~ G. JO.~~ ~ O~ ........ \t Subs~ and sworn to ~ ..o.1A1f;....'t.J. thls.5 _ day of .d .... 'j.o \ I : EORGIAi .2: l: If Notary Public ~ ",~,,"1aL , \v./~ 1 :z. 'L .::-UB... .' o:V ~ -~ ;q'~ ~ , . 'll :s:o My commisSion expires: I } - ~ ;D' '" ~' _ I~,. iJ~ ' Notary Signature ' (; I \ \j This form MUST be submltt&d with bid psok8f18. NO IExc8pt/on(s) will be gr.nt<<l APR-28-2009 18:51 ARC PURCHASING P.15 r- - _.- I ..", , . ," '" "'" '.. ......._~-...._-- .. .. ......... ," ...... ,,, ~'", ...,-........ .~.. ..,~._.___...._.H.... ... 14 BAR It 2'-0. L.OHG ... " '-"-'-" ,,,..... ..., ...... _. -- ..._, I I I I I I I I I ! i I I I ! I I ! i I I I I I 1 r I I ; j j i ! i t I I ! I i I I I EXl$1lNG CONCRETE RETAINING WALL ~ '" 4- WlN. -5. WAX. " 'I, CONCRETE HEADWALL CONNECTION DETAIL N.T .s.. NOQ 1. FOR WAlLS. BARS SHAlL BE PRE-'8EHT "..OR TO lNSTAU.ATlON. 2. AT A MINIWW, eARS SHALL I!l! PLA.CED AT TOP AND B01l'Ol4 OF WALLS AND liT 18" ~ COllER BETWEEN. 3. ROUGHEN ALL CCNNEC'TIHC SURFACES. 4. SAW CUT AND REWO\'E EXlSllNG WALL 'M'11-lIN FlOW PATH ONCE HEADWALL IS cowPI.E1ED. u i ! ! I I 1 \ I ! ! I t , I I ! i I I I ! I \ l 1 ! I ..._._ .J j i ! t _"_ ", ,_ '. "" " -,'", ",..,-.,-. '" ,.", , ".,.", '. " ,,,,,,,, .1 D'.ANTIGNAC STREET DR 4 J'N.....GE Il\SPR.OVEMENTS ~ Cranstcm 'Po nl1'~' Group. PC. INGniBBlIlI . PLA10INIM . ~ .. ~ ....... AOCIUIIIL GIIOIIIDIl .... ------- - ....... -- ~ '- ----'" APR-28-2009 18:51 ARC PURCHAS I NG P.1? BkllRFPJRFQ. /jCj.. / tl c:; CONTRACTOR AFFIDAVIT AND AGREEMENT Byexeouting this affidavit. the undet'8tgned oontractor verifies Ita compliance with O.C.GA 13-10-91, stating affinnatively that the individual. firm, or corporation which is contracting with Augusta RIchmond County Board of Commissiontn has registered with and is participating in a federal work authorization program- [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorizlltion program operated by the United States Department of Homeland Security to verify information of newly hintd .mplo~1 pursuant to the Immigration Reform and Control Act of 1986 (lRCA), P.L. 99-603]. in accordance with the applicability provisions and deadUnes established in O.C.G.A 13-1 ()..91. The undersigned further agrees that. should it employ or contract with any subcontraotor(a) in connection with the physical performance of services pursuant to this contract with Augusta RIchmond County Boerd of Commissioners, contractorwUI eecure from such aubcontraotor(s) similar verification of compliance wfth O.C.G.A 13..10-91 on the Subcontractor Afftdavit provided in Rule aoo.-1 0..01-.08 or a substantially similar form. Contractor further agrees to maintain re(D'ds of such compliance and provide a copy of each such verification to the Augusta Richmond County I30ard of Commlslloners at the time the subcontraclor(s) is retained to perform such service. MUST 8': RfffiJRNED WITH YOUR au_ITTAL jo*~c)~ E-Verify U Identification Number ~'~1H'RA'17f~4 i~, . ,- BY: Authorized eel" or . (Contractor ignature) ~ 11tte d Authorized otrlQ8l' or Agent of Contractor -+- < /1 ') <. '1 f\ ,.-/ , 'I t) In f1'1 ~J Iv < l3--1'~ i +-4-', (\) () (( . Printed Name Authorized Officer or Agent SUBSCRIBED AND SWORN BE~ ME ON THIS THE J5'~~ DAY OF /) b,~ r<rotary Public l My,Comf')tssion Expjres: 11-1 't-~O [2-", . ~\\\\\\""U""IIIII~ ~~ ~... G. .10 ~ ~. o~ ......... ,,~~ ~~1~~;~)l .L\~18;2Ot2.:~ E ~ .. ". . ~ ~ .,.\P.... ,o(J8\..\~...~ I · ... 'Y,;;......... c,o ~ -,,~ ryGro14 1\*'" '''''I''ltIm\\\\\~ , 200+- Pleese Cheok One 500 or More 100 or more 100 or Ie8s V Number of Employees - Date: 5- -5- DCj ." VendorwMh 1.~ or monl- must haVe an E..v~. User IdentifIcIltion Number 'II' Vendor with .... than 100 ~. - check 100 or IM8 box, 111I out the fonn end return with yOur submittal. (GeoIgIa Law requinK you to have an E-VerlVU.....1dfJntiIo8tIon Number on or after July 1, 2009.) SEAL APR-28-2009 18:52 ARC PURCHAS I NG P.18 BWRFP/RFQ I (f] -I fJ C; SUBCONTRACTOR AFFIDAVIT By executing this affidaVit. the undersigned subcontractor verifiee its compliance with O.C.GA 13-10..;1, stating affirmatively that the indMdual, finn, Of ration which is engaged in the physfoal performance of services under a contract with on behalf of Augusta Richmond County Board of Commissioners has regl8f8 with a ie partiCli ting In a fedenal work authorization prognilm* [any of the ofectronic verification of work authorization programs opel'llted by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employeee. pursuant to the Immigration Reform and Control Act of 1986 ((RCA). P.L. 9N03]. in accordance with the appllcabirlty provisions and deadlines estabUshed in O. C. G. A 13..10-91. Nd IJ( 0..+ t~i, 4: "'e. tc.,"';" p"~/J. I ct.J.f't' Ci6 IJ"'t':eJ,J.. Pleue Check One 600 Of More _ 100 or more _ 100 or less _ Number of Employeee E-Verify * User IdentlftcatiOn Number "J I ~ C_pAnyName "/ " .~. BY: a:.) p,.e{,'Jut- TItle of Authorlzed 0flic8r or Agent of contractor rJ.!r"~ }.,. (J"JWl. Prt Na e of AuthorIad Offlcer or Agent Notaiy Public MYCornm.~n~: /1- -,y;l~ . 200L ~\\"UIUII'". ~ :\ ......... ~ ~ ~ ...;.."01AA".....J.. ~ ;::;;to' ~~ o. '!. :::: '"'- . ... !! : \~ ~ :: ! :G~E.O ...10\1: ~ S ~ \ lVt.. ~ ;:: "!:. L 0 ~. O;j~;;:: ~ ...- .. v . so ~ - 0 PUIO.\ \ .00 ~ ;;il!, ".n o. g".. oS ~ "'It. ......... C;. ~ ~.I1. 'NGTO~ ~~ '1111'11I11I "'''\\\\~ Date; rr~.. ~d, ou 1 ~/ ./ Vendor with 100 ~ or men - must have an E-Verify * User IcIentIftcaaon Number ,/ Vendor with .... than 100 ~ - check 100 or... box. till out the fonn and return wittl yow subrnttla (GeorgIa Law requinta you to have an e-v~ IdentIftcatIon Number 0I"l or d8r July 1. 2009.) SEAL MUST BE RETURNED WITH YOUR 8U8MmAL If there are no subcontracting opportu....ttes. please fill out the fonn (~~A;~_~__@KI ~). . APR-28-2009 18:52 ARC PURCHAS I NG P.19 In accordance with the laws of Georgia, the foIowing affidavit is required by at! vendors NON-COLLUSION AFFIDAVIT OF BIDDER/OFFEROR certify that this bid or proposal is made without prior understanding, y tion, firm or person submitting a bid for the same work, labor or service to be clone or the pplies, m "als or equipment to be furnished litlld is in ajl respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and fed4W8llaw and can reeult in fllWS, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal andcertifythet I am authorized to sign this bid or propo9al for the bidder. Aff!~ further states that pursuant to a.C.G.A. Section 36-91-21 (d) and (e), ~ has not, by itself or with others, direotlyor indirectly, prevented or attempted to prevent competition In such bidding or proposals by any means whetsoever. Atftantfurltler states that (s )he has not prevented or endellvorecl to prevent anyone from making a bkl or offer on the project by any means whatever, nor has Affl8nt caused or induced another to withdraw a bid or offer for the work. ::~~=:::="~ID"':~~~~~~~=::;.~ furnished to any other bidder, th . t material Shaitt'. It a higher price. J. Signeture of A "ng Party 71 - ~ ~,j~j Title of Attesting Party ph Sworn to and subscribed before me this ~~ay of ~~/~.~~ Notary Signature (/ (\ "-..J r~ \.) . 2001.. Commission Expires: Failure to properly e>>cecute the above affidavit must be _1AIfII:-.... here, if a corporation) ~~ po. G. "0 ~ ~ ~, ........ ,,~ ~ o ...0. :t AA ,:... 'J.. ~ '!!'tI..~ .. ~ 0.. T' RES .. ~ \ !~t)(P\RG\Ai >- ~ \ j 18;10\2; ,.., ii f,\ ..~~ .... J> \"... ~ ~ lP~ng vendor submittal ~~ GTO'"' ':..\~ 11/1111I"1\\'\\\\'0 APR-28-2009 18: 53 ARC PURCHAS I NG P.20 In accordance With the Lawe of Georgia, the following effidavit Ie required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, IV / A certify that this bid or proposal is made without prior understanding, agreement or connectior)Witii any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies. materials or equipment to be furnished and 18 In all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result In fines, prison sentenc::es and civil damages awards. J agree to abide by all condltlon8 of this bid or proposal and certify that lam authorized to sign this bid Of" proposal for the bidder. Affiant further states t t ant to O.C.GA Section 36-91-21 (d) and (e), has not, by Itself or WIth others. directly or iOOireedy, prevented or attempted pr ent competition in such bidding Of" proposals by any means what8oever. Afflant1urther states that (s)he has not Prevented or endeavored to prevent anyone from making a bid or offer on the projeCt by any means whatever, nor has Affiant oeused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materlals to the bidder only, or if ;~i:~~ir:-'~~.~~ Tide of Attesting Party Sworn to and subscribed, before me this A42AAA1..~ 4 .~ N"'Otary Signature J G ....~ ~ ..,L;-f!" day of M~ ,200~, ~\\\\\\"III'~ corporate seal hera, if a corporation) #~ ~ G. JO ~ ~O~\...".."" ~..~- :so .' 1" A b .. ,., ~ ....s.O ,,..,,. r .. ,.. ~ f) ~ 0..- ~ -.. ~ ~....:, '"I ~ :~ \:: :GEORG\A: s Commission Expires: c.I)t1h/.! ~/ ..~;)07 \ ~ .....~\e::~!t j ~ "'15' .....cUB\..\.... ~ ~ ~ JYI ......... CO ~ ~~i~ ~GTO~ ~ Failure to property execute the above affidavit must 1W~~~Und. for rejecting vendor submittals If there are no 8utx.ontraating opportunities, please flll oufifie form (~ N1A, sign. date and notariz.!t. Notary Public: County: . APR-28-2009 18: 53 I I c: t :I · I .. I ~ ~ i L~ ~ ~ ~t ~ I ill ~ I! '0- a ; J U z ~ Ii. ~II~ I ~I ~w i I en ~ ~ ....III,; II ~ 81 i ,s ~ Ii" il ! '; J ~ ~ 1 ~ .. J ~ I ~ I f I I " I lIE ARC PURCHASI NG i II 11 'I I~ IJ~ '~ I~ IIi I ~ \~ ' iJf J \~ Hi J Ji'l ~ ~ J ~ -I' --J_ ~ t . r) I. ii I '-- 1 I: J I P.21 " RPR-28-2009 18:53 J ~ .. i g ! ~ ~ i r= J - i ~ E I~ i dl ~~ I im = ..It ~ ii I 1- ! 5~ , ~~ I ! I -J 8i i i!~ J i ~ s.l .. a:: .... ~ :i ~ I t( e- J I ~ ARC PlIRCHAS I NG ! ~J II Iii 1 I~J ~l J)~ ~ I iJI IS JI II II ~~ j .... .. ; i .., ~ "" ~ c:..; ) ~ <: ..t_ . ...... -;: ""-;to ....... ~ -J ....:0 ..'::I ) ....... ~ ~ ""'" ......s: ~ ~ !to \Ij 1'='..." "0 ~ S \"f -......-. Z -::. '1 "- ~ ()f-. .. - ! .~ "3 i ~~ i! ~ ~ ~ t~ ih iJ~ ,:: tH J'~ ii' } JI! ~ J ... i I j J Uj Ii Ed i \..-!: P.22 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Tommy L. Griffin Plumbinq & Heatinq Co., Inc. P. O. Box 2346 Macon, GA 31298-5199 as Principal, hereinafter called the Principal, and the The Cincinnati Insurance Company of P. O. Box 145496, Cincinnati, OH 45250-5496 , 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 Augusta, GA as Obligee, hereinafter called the Obligee, in the sum of 10% of Bid Amount _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Dollars ($ 10% of Bid Amount ) , 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 D'Antignac St. Drainage Improvements 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 5th day of May Tommy L. Griffin Plumbing & Heating Co., Inc. { 1~J- -4f~~', 2009 41" / \//.. /-"-<~)~-f{~':;'~f<i ') f< n co . / -). >lb~:le1/ (/ ("\) ~",,==--/ Witness (Seal) Principal Pr("~~ Title Witness { The Cineinn / pany /'lll 1:'/ ~i~;? "j) i l[(tyL.[///( './ / Carolyn F. Smith ,.,/ ,.llJ/,;/'5/; / :.0.:__1 ;1"./ f.-.L. ".~- ,/ Attorney-in-Fact S-0054/GEEF 12/00 FRP THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMJ>ANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint John P. Langsfeld; Richard A. Gazaway; Douglas R. Johnson; Sharon G. Dixon and/or Lawrence Bart Peppers of Atlanta, Georgia its true 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 . Twenty Five Million and No/lOa Dollars ($25,000,000.00). 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: "RESOLVED, 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." 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. "RESOLVED, 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 SecretaJY or Assistant Secretary 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 celiificate so executed and sealed shall, with respect to any bond or lU1dertaking to which it is attached, continue to be valid and binding on the Company." 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 1st day of August, 2004. p~:;:CECOMPANY Sonio, Vi" P'''id~ STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 1st day of August, 2004, before me came the above-named Senior Vice President of THE CINCINNATI INSURANCE COMJ>ANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument JY the authority and direction of said corporation, ",flUfI'", "", \ A l ,~ ..,'I: ",v. f'I.... e~" ~..,,~, ~O ..,~ f;':I#~ ..<" \ =*i i*s :: ~~. ~ '\ \ 01 o;.,r.U\1' $~ ...",~.... o~ ;f,,,,, ' E of~.....~ I'..,......p",.....- I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above ; 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 lttorney is still in full force and effect. -,' ./U MARK J. H LLER, Attorney at Law NOTARY PUBLIC. STATE OF OHIO My commission has no expiration date, Section 147.03 O.R,C, lIS GIVEN under my hand and seal of said Company at Fairfield, Ohio, 5TH day of MAY, 2009 /~2J!/~~-4~~ Secretary l>.T 1 {If'" (0 /nil \ 'Ii::'""'t.,.:" 8/5/2009 4:41 PM FROM: Fax TO: +1 (478) 471-8195 PAGE: 001 OF 001 AUG 5 2009 A CORD,. CERTIFICA TE OF LIABILITY INSURANCE DATE (MM.oODNYYY) 8/5/2009 PRODUCER (478) 474-6468, Fax(478) 474-0116 THIS CERl1FICATE IS ISSUED AS A MATTER OF INFORMA110N Allen & Lambert, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERl1FICATE HOLDER. THIS CERl1FICATE DOES NOT AMEND, EXTEND OR (1760 Bass Rd., Ste.101, Macon) AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 410 " Bolinabroke GA 31004 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: National Trust Ins. Co. TOIllIllY L. Griffin Plumbing & Heating CO. , Inc. INSURER B FCCI Ins. Co. P. O. Box 2346 ., INSURER c: INSURER D' Macon GA 31203 INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POL'~Y '''='RIOD !!'lDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO IM-IICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICiES DESCRIBED HEREIN is SUBJECT TO ALL THE TERMS, EXCLUSIONS AND 'CONDITIONS OF SUCH POLICIES. ._"n~_ T'" ' Y p' INSR ~DD'L PJlk+Wr:~)68;wr Pg~!WI~1fxt~N LIMITS TYPE OF INSURANCE POLICY NUMBER ~NERAL LIABILITY cpp 0003309 4 01/01/2009 01/01/2010 EAr.H OCCURRFNCE $ 1,000,000 ~ 3MERCV\l. GENERAL LIABILITY B~~~H?la~~~nce\ $ 100,000 A CLAIMS MADE ~ OCCUR MED EXP IAnv one oersonl $ 5,000 r-- ~ Und/Exp/Co~~ Inc~ PERSONAl'& ADV INJJRY $ 1,000,000 ~ Contract Liabi~ity GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER '"'''''' In", _ $ 2,000,000 h POLICY !Xl ~2T n LOC " ~OMOBILE LIABILITY CA0004092 4 01/01/2009 01/01/2010 COMBINED SINGLE LIMIT 1,000,000 $ ~ ANY AUTO (Ea accident) B ALL O'M>JED AUTOS BODILY INJJRY f-- $ SCHEDULED AUTOS (Per person) f-- ~ HIRED AUTOS BODILY INJJRY $ ~ NON-OVlNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) , ~RAGE LIABILITY AUTO ONLY - EAACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY UMB0002042 4 01/01/2009 01/01/2010 ,,,,,.&.< $ 5,000,000 ~ OCCUR D CLAIMS MADE AGGREGATE $ 5,000,000 $ A ~ DEDUCTIBLE $ X RETENTION $ 10,000 $ B WORKERS COMPENSATION AND 001-WCOBA-58929 01/01/2009 01/01/2010 Y w::; STATU- OJ~- EMPLOYERS' LIABILITY I ANY PROPRIETORIPARTNERIEXECUTIVE E LEACH ACC DENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $ . 1,000,000 If yes, describe under 1,000,000 SPECIAL PROVISIONS below E,L DISEASE - POLICY LIMIT $ A OTHER Materials & CPP 0003309 4 01/01/2009 01/01/2010 $750,000 Limit Equipment deductible $1,000 RENTED/LEASED EQUIPMENT $150,000 limit, $250 Ded DESCRIPTION OF OPERATlONSILOCATIONSNEHICLESJEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Certificate ho~der is ~isted as additional insured, ATIMA '. Project: D' Antignac Drainage Improvements for engineering Department. CERl1FICATE HOLDER CANCELLA 110N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL' ENDEAVOR TO MAIL., ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BliT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE Augusta GA Commission Procurement Department Attn: Geri A. Sams 530 Greene st Room 605 Augusta, ~ 30901 INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Jim Lambert/DEBRA ~. Q...-~~ @ACORDCORPORA110N 1988 ACORD 25 (2001/08) INS025 (0108)08a , 'I, Page1of2 i AUG 5 2009 8/5/2009 4:38 PM FROM: Fax TO: +1 (478) 471-8195 PAGE: 001 OF 001 ACORO,. CERTIFICATE OF LIABILITY INSURANCE PRODUCER (478) 474-6468, Fax (478) 474-0116 Allen & Lambert, Inc. (1760 Bass Rd, Ste.101, Macon) P.O. Box 410 Bolingbroke INSURED DATE (MMIDDNYYY) 8/5/2009 THIS CERllFICATE IS ISSUED AS A MATTER OF INFORMAllON ONL Y AND CONFERS NO RIGHTS UPON THE CERllFICATE HOLDER. THIS CERllFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. GA 31004 INSURERS AFFORDING COVERAGE INSURER A National !l!rus tIns. INSURER B FCCI Ins. Co. NAIC# Co. !l!ClIIIIIlIY L. Griffin Plumbing & Heating CO., Inc. P. O. Box 2346 INSURER c. Macon COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO IM-IICH THIS CE::RTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES. 1M ITS SHOWN MAY HAVI' RI'EN RI'n1Ir.I'D BY PAl n r.1 AIMS IN': ~~~~ TYPE OF INSURANCE POLICY NUMBER PJ>1-t'f;:~8~ Pg~'flI~'lrk~~N ~NERAL LIABILITY cpp 0003309 4 01/01/2009 01/01/2010 1f. ~MERCtA,L GENERAL LIABILITY _ --.J CLAIMS MADE [!] OCCUR ~ Und/Exp/Coll Incl 1f. Contract Liability ~'L AGGRE~E LIMIT ~ES PER I POLICY I X I P,f8i I I LOC ~OMOBILE LIABILITY ~ ANY AUTO I-- ALL OVvNED AUTOS SCHEDULED AUTOS GA 31203 INSURER D. INSURER E: LIMITS , EACH OCCURRENCE $ ~~~~~~?E~~~~ence\ $ MED EXP rAnv one Dersonl $ $ $ $ 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 A PERSONAL & ADV IN.lJRY GENERAL AGGREGATE nn"""""T~_ CA0004092 4 01/01/2009 01/01/2010 COMBINED SINGLE LIMIT (Ea accuJent) 1,000,000 B BODILY IN.lJRY (Per person) I-- ~ HIRED AUTOS ~ NON-OVvNED AUTOS BODILY IN.lJRY (Per accident) . PROPERTY DAMAGE (Per aCCldent) GARAGE LIABILITY R ANY AUTO EXCESSlUMBRELLA LIABILITY 11MB0002042 4 ~ OCCUR 0 CLAIMS MADE AUTO ONLY - EAACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY AGG $ 01/01/2009 01/01/2010 FArH AGGREGATE 5,000,000 5,000,000 h DEDUCTIBLE IX1 RETENTION $10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPR IETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? If yes. describe under SPECIAL PROVISIONS below A OTHER Materials & Equipment A CPP 0003309 4 01/01/2009 01/01/2010 E L EACH ACCIDENT EL DISEASE - EA EMPLOYEE $ E.L DISEASE - POLICY LIMIT $ $750,000 Limit deductible $1,000 $150,000 limit, $250 $ $ IO~~- $ 1,000,000 1,000,000 1,000,000 001-WC08A-58929 01/01/2009 01/01/2010 Y 1r~~T'I};lHs I RENTED/LEASED EQUIPMENT DESCRIPTION OF OPERATlONSILOCATIONSNEHICLESJEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Certificate holder is listed as additional insured, ATIMA Ded CERllFICATE HOLDER CANCELLA llON Augusta GA COmmission Procurement Department Attn: Geri A. Sams 530 Greene st Room 605 Augusta, GA 30901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER V\/ILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY K1ND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE ~ ----~ Q...-~~ @ACORDCORPORAllON 1988 Page 1 of2 Jim Lambert/DEBRA ACORD 25 (2001108) INS025 (0108)08a -.:-;::;-' G""EN"E"""" . - 'C._>> ",.-" '_ ',:_ .":: . - . .', " '- " .' '" - - ,.' "'- ,:v-,_", " ':",'- ,,' '---::\'r~~~ }i> ," ~~,>:: -,-',': ,:'>','. < ' .. , , ca' "tN" g"'IT'I"O' ',' ,- -' _ ' ,-^ )~/t~{.- '_':"" ->> )~~_ "t.::', ,,'_. :::;:~ '_' ',:_ :. "::r --~~ ',' '~._-: (~.:" ~, -)'::-: - :--_~ , __ :.i~~~'--~' _ ,:> ~_ ._~ '4.'i'. '. '...-' ~_,. : . _, _." ~ ),,', .-/"i: , r."\" ~', '; ",,",,' ., ,i );' ,~ , - .- -.- ',- " .-' " ..' - -. . '- - .- -'-' -. - .- -- - - , -' ' , DjA.NTIGNAC~1HWNAGI SECTION GC-O 1 GC-02 GC-03 GC-04 GC-05 GC-06 GC-07 GC-08 GC-09 GC-lO GC-l1 GC-l2 GC-l3 GC-14 GC-l5 GC-l6 GC-l7 GC-l8 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 GC-37 GC-38 SECTION GC-O INDEX TO GENERAL CONDITIONS Definition of Terms Execution, Correlation and Intent of Documents Authority of the Engineer Contractor's Obligation Insurance Requirements Contractor's Breakdown of Lump Sum Payment Subcontracting Applicable Requirements Permits and Licenses Plans and Specifications Surveys Materials and Appliances Schedule of Work Field Office Facilities Lands for Work Contractor's Personnel Protection of the Public and of Work and Property Existing Structures and Utilities Changed Conditions Inspection of Work Correction of Work Before Final Payment Deductions for Uncorrected Work Changes in the Work Extension of Time Clean-Up Guarantee: Correction of the Work Claims for Extra Cost Separate Contracts Rights of Various Interests The Owner's Right to Terminate Contract Contractor's Right to Stop Work or Terminate Contract Removal of Equipment Royalties and Patents Liens Assignment Payments Withheld Prior to Final Acceptance of Work Appeal Taxes and Fees SECTION GC GENERAL CONDITIONS GC-Ol. DEFINITION OF TERMS: (a) The Contract Documents shall consist of Advertisement for Bids or Notice to Contractors, Instruction to Bidders, Form of Bid or Proposal, the signed Agreement, the General and Special Conditions of Contract, the Plans, and the Specifications, including all modifications thereof incorporated in any of the documents before the execution of the Agreement. (b) The OWNER and CONTRACTOR shall mean the parties to the Agreement for the performance of the work covered by these Documents and mentioned as such in the Agreement. They are treated throughout the Contract Documents as if each were of the singular number and masculine gender. (c) The word ENGINEER shall mean the firm, CRANSTON ENGINEERING GROUP, P . c., acting through the principals thereof in the capacity of Chief Engineers ofthe Owner, or through any properly authorized agents of the principals acting within the scope of the particular duties entrusted to them. (d) The phrase "or equal" shall mean an item of material or equipment similar to that named and which is suited to the same use and capable of performing the same function as that named. The item proposed to be used shall be submitted to the Engineer for approval before it is employed in the work. ( e ) The Notice to Proceed shall be a special written work order from the Engineer giving the Contractor notice of the date on which he is to begin prosecution of the work which he has contracted, GC-02. EXECUTION. CORRELATION AND INTENT OF DOCUMENTS: The Contract Documents shall be signed in duplicate by the Owner and the Contractor. The Contract Documents are complementary and what is called for by anyone shall be as binding as if called for by all. In case of conflict between plans and specifications, the specifications shall govern. The intention of the documents is to include all labor and materials, equipment and transportation necessary for the proper execution of the work, Materials or work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards, GC-03. AUTHORITY OF THE ENGINEER: The Contractor shall perform all of the work herein specified under the general direction and to the entire satisfaction, approval and acceptance of the Engineer. The Engineer shall decide all questions relating to measurement of quantities, the character of the work performed and on all other GC2 of 15 AED -D' Antignac Street Drainage Improvements matters relating to the execution and progress of the work or the interpretation of the Contract Documents. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. He shall also have authority to reject all work and materials which do not conform to the contract. GC-04. CONTRACTOR'S OBLIGATIONS: Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this contract, \vithin the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the drawings of the work covered by this contract and in accordance with the directions of the Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain, and remove such construction plant and such temporary works as may be required. He alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances and methods, and for any damage which may result from their failure or their improper construction, maintenance, or operation. The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements and limitations ofthe Contract and specifications, local Ordinances and State and Federal laws; and shall do, carry on and complete the entire work to the satisfaction of the Engineer. The Contractor assumes full responsibility for materials and equipment used in the construction of the work and agrees to make no claims against the Owner for damages to such materials and equipment from any cause except negligence or willful act of the Owner. Until its final acceptance, the Contractor shall be responsible for damage to or destruction ofthe project. He shall make good all work damaged or destroyed before acceptance. The Contractor shall defend, indemnify and save harmless the Owner, its officers, agents, servants and employees against and from all suits, losses, demands, payments, actions, recoveries, judgments and costs of every kind and description and from all damages to which the Owner or any of its officers, agents, servants and employees may be subjected by reason of injury to the person or property of others resulting from the performance of the project or through any act or omission on the part ofthe Contractor or his agents, employees or servants; and he shall further defend, indemnify and save harmless the Owner, its officers, agents, servants and employees from all suits and actions of any kind or character whatsoever which may be brought or instituted by any subcontractor, material man or laborer who has performed work or furnished materials in or about the Project or by, or on account of, any claims or amount recovered for an infringement of patent, trademark or copyright. GC-05. INSURANCE REQUIREMENTS: The Contractor shall secure and maintain such insurance from an insurance company authorized to write casualty insurance in the State where the work is located as will protect himself, his subcontractors and the Owner from claims for bodily injury, death or property damage which may arise from operations under this contract. The Contractor shall not commence work under this contract until he has obtained all insurance required under this paragraph and shall have filed the certificate of insurance or the certified copy of the insurance policy with the Ovmer. Satisfactory GC3 of 15 AED -D'Antignac Street Drainage Improvements proof of the carriage of the insurance required shall be furnished with the executed contract documents. Each insurance policy shall contain a clause providing that it shall not be canceled by the insurance company without ten (10) days written notice to the Owner of intention to cancel. The amounts of such insurance shall not be less than the following: (a) Workman's Compensation and Employer's Liability Insurance shall be secured and maintained as required by the State where the work is located. (b) Public Liability. Bodily Iniury and Property Damatle: 1. Injury or death of one person . . . . . . . . . . . . . . . . . . . . . . . , . ., $1,000,000 2. Injury to more than one person in a single accident ................................... 2,000,000 3. Property Damage - Each accident ..,..................... 1,000,000 Aggregate ...........,.....,........................ 2,000,000 (c) Automobile and Truck Public Liability. Bodily Iniury and Property Damage: 1. . Injury or death of one person .......................... $1,000,000 2. Injury to more than one person in a single accident ............,..................,... 2,000,000 3. Property Damage - Each Accident ....,.................. 2,000,000 GC-06. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT: The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any ofthe lump sum items shown in the proposal. These estimates, approved, will serve as a basis for estimating payments due on all partial estimates. GC-07. SUBCONTRACTING: (a) Contractor may utilize the services of specialty subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty subcontractors, Prior to beginning any work or prior to award of contract, if requested, Contractor shall submit for approval the name of each specialty subcontractor whose bids were used in the preparation of his proposal and whose services are intended to be employed for the contract work. (b) Contractor shall not award any work to any subcontractor without prior written approval of the Engineer, which approval will not be given until the Contractor submits to the Engineer a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the Engineer may require. GC4 of 15 AED -D' Antignac Street Drainage Improvements ( c) Contractor shall be as 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, (d) Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of the General Conditions and other Contract Documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents, (e) Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. GC-08. APPLICABLE REQUIREMENTS: The work shall comply with the Contract Documents and with all applicable codes, laws and regulations of local, state or federal agencies which may have cognizance of any part of the work. The most stringent requirement of the foregoing documents and codes shall govern, Except where the prevention of accidents is regulated by local code or ordinance, compliance is required with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America. If Contractor observes that the drawings and specifications are at a variance therewith, he shall promptly notify the Engineer in writing. If Contractor performs any work knowing it to be contrary to such laws, ordinances, rules or regulations and without such notice to the Engineer, he shall bear all costs arising therefrom. GC-09. PERMITS AND LICENSES: The Contractor shall obtain and pay for all permits and licenses of a temporary nature which are required for the execution of the work. 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. GC-IO. PLANS AND SPECIFICATIONS: Drawings that comprise the original plans for the Contract are listed in the Special Conditions, Unless otherwise provided in the Contract Docwnents, the Engineer will furnish to the Contractor, free of charge, a reasonable number of drawings and specifications for the execution of the work. All drawings, specifications and copies thereof so furnished shall not be reused on other work, and, with the exception of the signed Contract, all sets are to be returned to him on request at the completion of the work. GC-l1. SURVEYS: Unless otherwise specified, the Owner shall furnish all land surveys, The Engineer shall establish all base lines for locating the principal component parts ofthe work together with a suitable GC5 of 15 AED -D'Antignac Street Drainage Improvements number of bench marks adjacent to the work. From the information thus provided, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineers to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. GC-12. lVIA TEPJALS AND APPLIANCES: Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work. Unless otherwise specified, all materials incorporated in the permanent work shall be new and both workmanship and materials shall be of good quality. Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with Specifications and suitability for uses, intended. Satisfactory evidence as to the kind and quality of materials shall be furnished by the Contractor in the form of certificates from the manufacturer or reports from the testing laboratories. Such inspections and testing, as well as the obligations for payment thereof, shall be as specified in the respective sections of the Specifications. Approval of the Engineer of any materials, plant, equipment, drawings, or of any other items executed, or proposed by Contractor, shall be construed only to constitute as approval of general design. Such approval shall not relieve Contractor from the performance of the work. GC-13. SCHEDULE OF WORK: (a) Contractor shall, within five (5) days after receipt ofthe notice to proceed with the work, prepare and submit to the Engineer for approval, a practicable and feasible schedule, showing the order in which he proposes to carry on the work, the date which he will start salient features and the contemplated dates for completing the same. The schedule shall be in the form of a progress chart of suitable scale to indicate approximately the percentage of work scheduled for completion at any time. Contractor shall enter on the chart the actual progress at the end of each week or at such intervals as directed by the Engineer and shall deliver three (3) copies thereof with each periodic request for payment. (b) Contractor shall furnish sufficient forces, construction plant and equipment, as may be necessary to insure the progress of the work in accordance with the approved progress schedule. If, in the opinion of the Engineer, the Contractor falls behind the progress schedule, the Contractor shall do whatever is necessary to improve his progress, and the Engineer may require him to increase the number of shifts, days of work week, length of the daily working period or the amount of the construction plant, all without additional cost to the Owner. GC6 of 15 AED -0' Antignac Street Drainage Improvements AED -D'Antignac Street Drainage Improvements (c) Failure of Contractor to comply with the requirements of the Engineer under this provision will be grounds for determination by the Engineer that the Contractor is not prosecuting the work with such diligence as will insure completion within the specified time limits, Upon such determination by the Engineer, the Owner may terminate the Contractor's right to proceed with the work, in accordance with the requirements of paragraph entitled "Owner's Right to Terminate Contract" of the General Conditions. The attention of the Contractor is particularly directed to this provision of the Contract because of the absolute necessity for completion of the work covered by these specifications within the time agreed upon. GC-14. 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. GC-15. LANDS FOR WORK: The Owner shall provide as indicated on the drawings and not later than the date when needed by the Contractor lands or rights-of-way upon which the work under the Contract is to be done, rights-of-way for access to same, and such other lands which are designated on the drawing for the use of the Contractor. Any delay in the furnishing of these lands by the Owner shall be deemed proper cause for equitable adjustment in both contract price and time of completion, The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that may be required for temporary construction facilities or for storage of materials. GC-16. CONTRACTOR'S PERSONNEL: (a) Supervision: An experienced superintendent and necessary assistants competent to supervise the particular types of work involved shall be assigned to the project by the Contractor and shall be available at all times when work is in progress. Communications given to the superintendent shall be as binding as if given directly to the Contractor. (b) Workmen: Only persons skilled in the type of work which they are to perform shall be employed. The Contractor shall at all times, maintain discipline and good order among his employees, and shall not employ on the work any unfit person or persons or anyone unskilled in the work assigned him. Adequate sanitary facilities shall be provided by the Contractor. GC-17. PROTECTION OF THE PUBLIC AND OF WORK A.ND PROPERTY: The Contractor shall provide and maintain all necessary watchmen, barricades, red lights and warning signs and take all necessary precautions for the protection and safety of the public. He shall continuously maintain adequate protection of all work from damage, and shall take all GC7 of 15 AED -D' Antignac Street Drainage Improvements reasonable precautions to protect the Owner's property from injury or loss arising in connection with this contract. He shall make good any damage, injury or loss to his work and to the property of the Owner resulting from lack of reasonable protective precautions, except such as may be due to errors in the Contract Documents, or caused by agents or employees of the Owner. He shall adequately protect adjacent private or public property, as provided by law and the contract documents. In an emergency affecting the safety of life, of the work, or of adjoining property, the Contractor is, without special instructions or authorization from the Engineer, hereby permitted to act at his discretion to prevent such threatened loss or injury. He shall also so act, without appeal, if so authorized or instructed by the Engineer, Any compensation claimed by the Contractor on account of emergency work, shall be determined by agreement or by arbitration. GC-18. 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. All existing utilities, both public and private; including sewer, gas, water, electrical and telephone services, etc., shall be protected and their operation shall be maintained throughout the course of the work. Any temporary shutdown of an existing service shall be arranged between the Contractor and the responsible agency. The Contractor shall assume full responsibility and hold the Owner harmless from the result of any damage that may occur as a result of the Contractor's activities. GC-19. CHANGED CONDITIONS: The Contractor shall promptly, and before conditions are disturbed, notify the Engineer in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicated in the Contract; (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 Contractor provided for in the Contract; or (3) unknown physical conditions at the site which, for any reason, require a variation in the plans and specifications, or an increase or decrease in the work necessary to satisfy the Contractors' obligations under the Contract. The Engineer shall promptly investigate the conditions, and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or the time required for, performance ofthe Contract, an equitable adjustment shall be made and the Contract modified in writing accordingly. Any claim of the Contractor for adjustment hereunder shall not be allowed unless he has given notice as above required; provided that the Engineer may, ifhe determines the facts so justify, consider and adjust any such claims asserted before the date of fmal settlement to be made, the dispute shall be determined as provided in Section GC-37 hereof. If the Contractor, in the course of the work, finds any discrepancy between the plans and the physical conditions of the locality, or any error or omissions in plans or in the layout as given by survey points and instructions, he shall immediately inform the Engineer, and the Engineer shall GC8 of 15 AED -D' Antignac Street Drainage Improvements promptly verify the same. Any work done after such discovery, until authorized, will be done at the Contractor's risk. GC-20. INSPECTION OF WORK: The Owner shall provide sufficient competent engineering personnel for the inspection 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 inspection. Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements ofthe 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 the thorough examination into any of the work performed 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 might be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances used by the Contractor, or 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 the supply. If any work should be covered up without approval 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 reexamination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. GC-21. CORRECTION OF WORK BEFORE FINAL PAYMENT: The Contractor shall promptly remove from the premises all materials condemned by the Engineer as failing to meet contract requirements, whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute his own work in accordance with the contract and GC9 of 15 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. If the Contractor does not remove such condemned work and materials within ten (10) days after written notice, the Owner may remove them and may store the materials at the expense of the Contractor. Ifthe Contractor does not pay the expense of such removal within ten (l0) day's time thereafter, the Owner may, upon ten (10) days written notice, sell such materials at auction or at private sale, and shall pay to the Contractor the net proceeds thereof, after deducting all the costs and expenses that should have been borne by the Contractor. GC-22. DEDUCTIONS FOR UNCORRECTED WORI(: Ifthe Engineer deems it inexpedient to correct work that has been damaged or that was not done in accordance with the contract, an equitable deduction from the contract price shall be made therefor, GC-23. CHANGES IN THE WORK: The Owner may make changes in the plans and specifications of the contract within the general scope at any time by written order and without notice to the sureties. If such changes add to or deduct from the extent ofthe work, the contract shall be adjusted accordingly. All such work shall be executed under the conditions of the original contract except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. In giving instructions, the Engineer shall have authority to make minor changes in the work not involving extra cost, and not inconsistent with the purposes of the work, but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order by the Engineer, and no claim for an addition to the contract sum shall be valid unless the additional work was so ordered. The Contractor shall proceed with the work as changed and the value of any change which cannot be adjusted by an increase or a decrease in contract unit items shall be determined in one of the following ways: (a) By estimate and acceptance in a lump sum. (b) The actual cost, by keeping a correct account, including all vouchers for: (1) The actual payroll costs of all workmen, including foreman. (2) The Contractor's net cost for materials entering permanently into the work. (3) The ownership or rental cost of construction plant and equipment during period of actual use on the extra work. (4) The charges for extra power and consumable supplies. To the cost of items enumerated under (b) above shall be added a fixed fee for combined overhead and profit, not to exceed nventy percent (20%) of the enumerated items. The allowance for GCIOof15 AED -D' Antignac Street Drainage Improvements combined overhead and profit so calculated shall be the only allowance included in the total cost to the Owner. Among the items considered overhead are cost for insurance, social security taxes, bond, superintendence, time keeping, clerical work, watchman, use of small tools, general office expense and miscellaneous. If none of the above methods are agreed upon, the Contractor, providing he receives an order in writing, shall proceed with the work. In such cases and also under case 2 he shall keep a record of and present in such form as the Engineer may require, a correct amount of net cost of labor and materials, together with vouchers. In any case, the Engineer shall certify to the amount, including a reasonable allowance for overhead and profit to the Contractor. Pending final determination of value, no payment on account of changes shall be made on any estimate. GC-24. EXTENSION OF TIME: Extension of time stipulated in the contract for completion ofthe work will be made if and as the Engineer may deem proper, when work under change order as herein before provided is added to the work under this contract; and when the work of the Contractor is delayed on account of conditions which could not have been foreseen, or which were beyond the control ofthe Contractor, and which were not the result of his fault or negligence. Extension of time for completion shall also be allowed for any delays in the progress of the work caused by any act or neglect of the Owner or of his employees or by other Contractors employed by the Owner, or delay due to an act of Government, or by any delay in the furnishing of plans and necessary information by the Engineer, or by any other cause which in the opinion ofthe Engineer entitles the Contractor to an extension of time. Strikes and other labor disputes shall be cause for an extension of time. The Contractor shall notify the Engineer promptly of any occurrence or conditions which in the Contractor's opinion entitle him to an extension of time. Such notice shall be in writing and shall be submitted in ample time to permit full investigation and evaluation of the Contractor's claim. The Engineer shall acknowledge receipt of the Contractor's notice within five (5) days of its receipt. Failure to provide such notice shall constitute a waiver by the Contractor of any claim. GC-25. CLEAN-UP: 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. GC-26. GUARANTEE: CORRECTION OF THE WORK: Contractor shall guarantee all items of work to be free from defects in workmanship and material for a period of one year after final acceptance by the Owner. Contractor shall re-execute at his own expense, any work that fails to conform to the requirements of the Contract Documents, including any defects which appear up to one year after the date of final acceptance of the completed project. Provisions of this article apply to all work executed by subcontractors, vendors and direct employees of Contractor. GCllof15 AED -D' Antignac Street Drainage Improvements GC-27. CLAIMS FOR EXTRA COST: If the Contractor claims that any instructions by drawings or other media issued after the date ofthe Contract involved extra cost under this Contract, he shall give the Engineer written notice thereof witmn seven (7) days after the receipt of such instructions, and in any event before proceeding to execute the work, except in emergencies endangering life or property, and the procedure shall then be as provided for changes in the work. No such claims shall be valid unless so made, GC-28. SEPARATE CONTRACTS: The Owner reser/es the right to let other contracts in connection with this work. 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 any part of the Contractor's work depends for proper execution or results 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. His failure so to inspect and report shall constitute an acceptance of the other Contractor's work as fit and proper for the reception ofms work, except as to defects which may develop in the other Contractor's work after the execution ofms work. To insure the proper execution ofms subsequent work the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between the executed work and the drawings. GC-29. RIGHTS OF VARIOUS INTERESTS: \Vhenever work being done by the Owner's forces or by other Contractors is contiguous to work covered by the Contract, the respective rights of the various interests involved shall be established by the Engineer, to secure the completion ofthe various portions of the work in general harmony. If, through acts of neglect on the part of the Contractor, any other Contractor or any subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration if such other Contractor or Subcontractor will so settle. If such other Contractor or Subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall notify the Contractor, who shall indemnify and save harmless, the Owner against any such claim. GC-30. THE O'VNER'S RIGHT TO TERMINATE CONTRACT: If the Contractor should be adjudged bankrupt, or ifhe should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or ifhe should fail GC120f15 AED -D' Antignac Street Drainage Improvements to make prompt payments to Subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner, upon the certificate of the Engineer that sufficient cause exists to justify such action may, without prejudice to any other right or remedy and after giving the Contractor seven (7) days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon 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 shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balfulce, the Contractor shall pay the difference to the O\^mer. The expense incurred by the Owner as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. GC-31. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT: If the work should be stopped under an order of any court, or other public authority, for a period of three months, through no act or fault of the Contractor or of anyone employed by him, or if the Engineer should fail to issue any estimate within ten (10) days after it is due, or if the Owner should fail to pay the Contractor within fifteen (15) days of its maturity and presentation any sum certified by the Engineer or awarded by arbitrators, then the Contractor may, upon seven (7) days' written notice to the Owner and the Engineer, stop work or terminate this contract and recover from the Owner payment for all work executed, plus any loss sustained upon any plant or materials plus reasonable profit and damages. GC-32. REMOVAL OF EQUIPMENT: In the case of termination of this Contract before completion from any cause whatever, the Contractor, if notified to do so by the Owner, shall promptly remove any part or all of his equipment and supplies from the property of the Owner, failing which the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor. GC-33. ROYAL TIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof except that the Owner shall be responsible for all such loss when a particular process or the product of a particular manufacturer or manufacturers is specified unless the Owner has notified the Contractor prior to the signing of the Contract that the particular process or product is patented or is believed to be patented. GC-34. LIENS: N either the final payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the OVY'1ler a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit which certifies GC13 of 15 AED -D'Antignac Street Drainage Improvements so far as he has knowledge or information that the releases and receipts include all the labor and materials for which a lien could be filed; but the Contractor may, if any Subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the Engineer, to indemnify the Owner against any such lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee. GC-35. ASSIGNMENT: Neither party to the Contract shall assign the Contract or sublet it as a whole without the VvTitten consent of the other, nor shall the Contractor assign any monies due him hereunder, except to a bank or financial institution acceptable to the Owner. In case the Contractor assigns all or any part of any monies due or to become due under this contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to prior liens of all persons, firms and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. GC-36. PAYMENTS WITHHELD PRIOR TO FINAL ACCEPTANCE OF WORK: The Owner may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating probable filing of claims by other parties against the Contractor. . (c) Failure of the Contractor to make payments properly to Subcontractors or for material or labor. (d) Damage to another Contractor. When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner which will protect the Owner in the amount withheld, payment shall be made for amounts withheld, because of them, GC-37. APPEAL: (a) General: Both parties of the Contract agree that as conditions precedent to the filing of an action in any court involving the amount or rate of payment of settlement for work performed by the Contractor under these contract documents, and as a condition precedent to the liability of the Owner for any amount other than contained in the estimates approved by the Engineer, any questions at issue involving: the amount or rate of settlement ofliabilitv of the Owner for an amount other than ~ . as shown by the estimates approved by the Engineer, shall be referred to arbitration for decision and GC14 of 15 AED -D' Antignac Street Drainage Improvements AED -D'Antignac Street Drainage Improvements award. The arbitrator or board of arbitration shall have authority only to pass upon questions involving compensation to the Contractor for work actually performed but not allowed by the Engineer, and its authority shall not extend to the interpretation of the plans and specifications or the determination of the qualities of materials or workmanship furnished, nor shall it have authority to set aside or modify the terms or requirements of the contract. Notwithstanding any provision ofthis contract, the Owner shall have the right at any time to file suit for breach of contract, should any of the terms and conditions of this contract be breached by the Contractor, and that no provision of this contract shall be so construed as to prevent the Owner from filing suit for breach of contract at any time the terms and conditions of this contract are breached by the Contractor. (b) Selection of Arbitrators: The parties may agree on one arbitrator; otherwise a board of arbitration shall consist of three persons, one to be named in writing by each party to this contract within five (5) days after notice of arbitration is served by either party upon the other, and the third member chosen by the first two so named within five (5) days after notice of selection. In determining the award, the majority of the board shall govern. Certified copies of the findings and award shall be filed with the Owner and the Contractor. (c) Compensation: The arbitrator or board of arbitration shall make such rules as it shall determine equitable to govern itself in the conduct of the investigation and determination of the award. Said member or members shall fix the amount ofthe cost of the proceedings including a fair and reasonable compensation to the arbitrators, and shall determine how the total cost shall be borne. GC-38. TAXES AND FEES: The Contractor shall pay all sales taxes and other applicable taxes and fees. GC150f15 P~ DjO~' 'P'O' " , ia: ":,' 'i; ~;{' · ,;', " D' ANTIGNAC SDlET.DIbUNAGE' APR-28-2009 18: 47 ARC PURCHAS I NG P.07 SECTION P PROPOSAL DATE: 11~ ~ J.!) Q '1 Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish alllabort equipment and materials, and to perform all work for the project referred to herein as: D' ANTIGNAC STREET DRAINAGE IMPROVEMENTS in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: 11~\U:.\I ~.\\.o,.,} ()..J.:; k0Nt'1~tl ~,\,,<--1'1+V''' n~0'}{'\-NJTW,) ~..J4JCLe.J t:: . ~ \,-hA o.J 2<, , \ , and S I /100 dollars ( 3 I ~ 2. .J.. 'QU :s- f I The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt ofsucb notice execute a fonnal contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents, The undersigned hereby agrees that, if awarded the contract, he will commence the work within Im UQ) calendar days after the date ofwrittcn notice to proceed, and that he will complete the work within One JoUlnd~ Ei~~ QJQ) calendar days after the date of such nonce. ~. ~&ne,4 ac, knQwl,~ges recet, ~ofthe following addenda: (JJ,~ - " I ur~. ~ J:1[) ,', " Enclosed is a ~i'J ~ ~ns" ~Jof <<~( In the amount of ""dJ!/lL ~ . 0':) Zl~ I' r. ),' I if 0 RespectfulI y submitted, 01&>1A~:< J;J1:t-,:'~'Y#IJ&,,'" FIRMN " C j: ( /1 ~11L13 /lDuJi;:) a~,tl{tt/J11..;.~ BI.ISINE,S s. AD DRE,' S, S." " f' ,j 1.2, of BY:~' TITLE: ) :T'.;; ~ ' P-l APR-28-2009 18:47 ARC PlJRCHAS 1 NG BID SCHEDULE P.08 D' ANTIGNAC STREET DRAINAGE IMPROVEMENT 2007-0170 TO ACCOMPANY THE PROPOSAL OF , .' . If 0 C BIDDER: =-1~ X: Jpfi/ff;.< fi.J.'~1 _9': 1'l~:iJ 0 ;V -'0 . ( /' .' l'" V {j o n::i ~ f ~:vvC/!;[' . .~. ADDRESS: .-J / -:;: 1./ . (' Lt'1C..fZ::: 42J r; A r A .~ i:l,IJ 4- U .UA~ <,' q,.... I I ITEM NO. DESCRIP'J'{O~. QlJANTITY. UNIT & UNIT PRIC~ 161-9999 Control of Erosion and Sedimentation Silt Feoce, Type "e" Temporaty Orassins Matting Bhmkets Permanent Orasaing Construction Exits Inlet Sediment Traps Miscell~ Erosion Control Structures Maintenance of SoU Erosion and Sedimentation Lump Sum 205-0001 Unclassified Excavation, Including Disposal (Unsuitable Foundation) 250 CY@ $ 10.00 ICY -- Foundation Backfill Material, Type II (#57 Stone), for Additional Unclassified Excavation 250 CY @ $ 30 00 ICY Imperfect Trench Backfill Material, Type III, Including Disposal ofUnsuitahle Material 24,000 CY @ $ Soo ICY 217-1500 Excavation and Disposal ofContaminate(l Soils, if Required 1,000 CY @ $ ;)0.00 ICY 207 -0203 207-2003 230-1000 Lump Sum Construction Remove and R.eset or R.eplaoe Fences, aU Types Remove and Reset or Replace Oates, all Types Remove and Reset or Replace Existina Storm Sewer, Sanitary Sewer and Water Lines, I.en&tbs &. Sizes Vary Remove and RecOlJIlCOt or Replace Water Services Remove and Recor:mect or Replace Sanitary Sewer Services Remove and Reset Or Replace Water Sprinkler Systcme. Complete Remove and Reset or Replace Watet Valve and/Qr Meters, Size Varies Remove and R.eset or Replace Yard Lamps, Type Varies Remove and Reset or Replace Mailboxes, TyPe Varies Remove and Reset or Rep*e Signs, 'type Varies P-2 AMOUNT S .JiJ t::nf\ Clu , $ :J'S'OO,i}{) $7, 500. GO $ let;;J. on.o,llOu , -e $ ~D o~.1:)O , . APR-28-2009 18:48 ARC PLlRCHAS I NG ITEM NO. DESCRIPTION. OVANTITY. UNIT & UNIT PRICE 230-1001 230-1002 230-1003 230-1004 310-5060 Remove aod Replace a BoIlIll'd$, Type Varies .Remove and Reset or Replace Bxistinl Fire Hydtattts and Valvcs Remove and Replace Existing Storm Structures. as Necessary .R.cmove and Disposc ofWa11 Section at Canal Disposal of Existing Pipes and Structures Property .Restoration Traffic Control Raise to Grade Manholes and Valve Boxes Miscellaneous Grading Mobilization, Demobilization Bonds and IDsunmce Bypull Pumping, if Required Shorirl&. ifReqWred Dewatering, ifRequifed Lump Sum Temporary Access for Parcel 046-2-114-01-0 Remove and Reset or Replace Fences as Shown, to Match Existina Temporary Access Gate as Shown. to Match Existing Any other Worlc Required to Provide Temporary Access as Shown on Plans Lump Sum Temporary Access for Parcel 046-2-053-01-0 Remove and Reset or Replace Fences as Shown, to Match. Bxiatina Tempol'at'y AcCC$S Gates as Shown, to Match Exis1:iq Any other Work Required to Provide Tempomy A.ccoss as Shown on Plans Lump Sum Utilities Relocations, as Shown and as Required for Installation of Storm Sewer C~of~~u~.asR~~ Relocation of Water. as Required. in Accordance with Specifications Provided Relocation ofSawtary Sewer, as Required, in Accordace with Specifications provided Bypass Pumping of Sanitary Sewer, if Required Lump Sum Sanitary Sewer Replacement in 12tb Street, if Required, as shown (at Ownerts Discretion) R.eIIlove and Replace Two Sanitary Manhole$ with 48" Diameter Precut Manholes. in Accordance with Specifications Provided Remove and RepJace Existing 8" Sanitary Sewer with 8" PVC SDR3S, Approximately, 291 Linear Feet. in Accordance with Speomcat:ioOll Provided Dispo8aI of Existing Pipes and SIIuctures Bypass Pumping of Sanitary Sewer, ifRequircd Lump Sum Graded Aggregate Base, 6", Including Material (Parking Lot Repair) P-3 AMOUNT S :J i. 0 ceo, oc I l 51000. 00 s SOot), ()v $ .:2 ~j ~()C. ~ C S 3 $\or\Q.., l\v P.09 APR-28-2009 18:48 ARC PURCHAS I NG ITEM NO.. DESCRIPI'ION. OUANTITY. UNIT &; UNtl' PRICJ 3,500 SY@ $ IO,cl3, /Sy 310-5110 Graded Aggregate Base, 10.5", Including Material (Roadway Repair - Top 2W' to be Removed Prior to Paving - See Detail.) 2,]00 SY @ $ t..~ "I ~ /Sy 318-2000 In-Place Selected Material Surface Course, 4" Thick (Gravel Lots) 1,810 SY @ $ S.I)() /SY 402-3901 1~" Recycled Asphaltic Concrete 9.5 rom Superpave, Group 1 or 2, Including Bituminous Materials and Hydrated Lime 4,900 SY @ t__ .ie. "l.~.., .. ... )SY S 2" Recycled Asphaltic Concrete 12.5 mm Superpave, Group 1 or 2, Including Bitutninous Materials and Hydrated Lime 3,500 SY@ $ to. S;{ /SY $ 402-40 II P.10 Al\JQUN'{ $ 36 d:;'5 . ...Q~L $ \'4 n -~.()O , L. c\Q~'p.,}~iL ~;;( "'1'1.0 {) . ~lo I 8 .::2C,oQ 402-4013 2W' Recycled Asphaltic Concrete 19 mm Superpave, Group 1 or 2, Including Bituminous Materials and Hydrated Lime 1,900 SY @ $.. -1:1. ~l.e /SY $ .;zlj ~ S.'1..Qo 432-0206 Mill Asphaltic Concrete Pavement, up to 1 ~" Depth, if Required 3.200 SY @ $ ~t'~q /SY L_ 1'4 .~J?'6. ou 441-0104 Concrete Sidewalk, 4" (Removal and Replacement), Installed Complete 250 SY @ $ "+0 DD /SY 441-0748 Concrete Median 6" Between Curbs (Removal and Replacement), Installed Complete 120 SY @ ~.. "10,00 /SY 441-6012 Concrete Curb & Outter, 6" x 24", Type 2 (Removal and Replacement), Installed Complete 1,275 LF @ $ ISOD ILF 550-1180 Reinforced Concrete Stann Drain Pipe, 18K - Class ill. H 1-10 54 LF @ !...... . I.,; ~L 1;;; ILF 550-1360 Reinforced Concrete Storm Drain Pipe, 36ft - Class III, HI-I 0 195 LF @ $ d~3. IF\ /LF Reinforced Concrete Storm Drain Pipe. 42" - Class ill, H 10-15 175 LF@ L_,._ \01 ILF 550-1421 550-1422 Reinforced Concrete Stonn Dnlin Pipe, 42" - Class Ill, H 15-20 15 LF @ 5; 50\. lo-l ILF $ 550-1480 Reinforced Concrete Stonn Drain Pipet 48" - Class In. H 1-10 P-4 $ 10, (loa, aD. $ '1 Boa, QU , .'''.- $ 1'1 1.1 S". CO , """ S '8 'll...(,,; 10 ~ _. "-- $ SS;: 31"L;;r- , $ S,J ,1<1.J l ::L c;: 'i '<i_~~. uS , APR-28-2009 18:49 ARC PURCHASING ITEM NO. DESCRIPTION. OUANTITY. UNIT & UNIT PRI~ 550-1780 55()"1781 550-1782 550-1783 615-1000 615-1001 615-1010 615-1011 615-1012 615-1013 $ ;~.~ I <.>'D.r,O - ~...._--~ Reinforced Concrete Storm Drain Pipe, 78". Class IV, H 10-15, Including Type II (f#57 Stone) Bedding Material 405 LF @ $ ~~1Q~~_-"LF 32 LF @ L..,,~.Y??~.=JJ.._ /LF Reinforced Concrete Storm Drain Pipe, 78" - Class IV ,H 1-10, Including Type II (#57 Stone) Bedding Material 60 LF @ $ ~ ,10. 5u /LF Reinforced Concrete Storm Drain Pipe, 78" - Class IV, H 15-20, Including Type 11 (#57 Stone) Bedding Material 820 LF @ L-~_~~ ~',q.____1LF Reinforced Concrete Storm Drain Pipe, 78" - Class IV, H 20-25, Including Type n (#57 Stone) Bedding Material 1,055 LF @ $ s ~O. so ILF Direct Bore and Jack of 42" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with ExtemaI Steel Ben Band (ASTM C443), Additional length (if Required) 15 LF @ S G:,"13,'j5 /LF Direct Bore and Jack of7S" - Class In, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Ben Band (ASTM C443), Additional length (if Required) 50 LF @ $ t~~o. d.S' /LF 13th Street - 100' Direct Bore and Jack of 42" - Class III, R.C.P. (ASTM C76), Oasketed Tongue and Grove Joints with Extema1 Steel Bell Band (ASTM C443), Installed Complete Lump Sum Railroad - 91 t Direct Bore and Jack of 78" - Class III, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lump Sum Fenwiclc Street - 50' Direct Bore and Jack of 78" - Class m, R.C.P. (ASTM C76). Gaslceted Tonp and Groove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lmnp Sum Walton Way - 175' Direct Bore and Jack of 78" - Class ill, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lump Sum P~5 P.ll ~MO~ $ 10 10.=2.1 L . $ d \\<:J P-'C;l, Sb , $ Lt::UO B \'D, 00 , $ 5'*<1 1).'1.50 1.'.......--- $ 10 I 0(0 ,.lS' $ wt:, 01.:/.,50 , S 1 S CX1:'l. '011.._ , $ 130 Q:.lO. no , $ '1 S-oco. () '0 , ~ d<40 000. bO . APR-28-212109 18: 49 ARC PURCHAS I NG ITEM NO. DESCl\lPTION. QUANTITY. UNIT " UNIT PRICE 13th Street ~ ISO' Direct Bore and Jack of 78l' - Class UI, R.C.P. (ASTM C76), Gasketed Tongue and Groove Joints with External Steel Bell Band (ASTM C443), Installed Complete Lump Sum Catch Basin, Group 1 (OWT #19) 1 EA @ L_.4_?~,I.f,...~_ lEA Storm Sewer Manhole, Type 1 4 EA @ L.~'-'i::t~:..C::.Q._ lEA Storm Sewer Manhole, Type 1, Additional Depth, Class 1 6 LF@ $ 3,40,00 ILF 668-4312 Storm Sewer Manhole, Type t, Additional Depth. Class 2 16 LF @ $ :>'iO.Q\:i /LF 615-1014 668-1100 668-4300 668-4311 668-4400 Stonn Sewer Manhole, Type 2 13 EA @ ~ t'3 ':;\3;)00 lEA 668-4411 Storm Sewer Manhole, Type 2, Additional Depth, Class 1 5 LF @ ~.,,~40,OO /LF 668-4412 Storm Sewer Manhole, Type 2, Additional Depth, Class 2 66 LF @ $ $-4o,M "JLF 668-4413 Storm Sewer Manhole, Type 2, Additional Depth, Class.3 80 LF @ $ ~'40,OO /LF P.12 AMOUNT $ 1\0 i"ld), oD . S (., '5 ( R,. 3$' S 3'1 '1<:llJ, Q 0 . $ ;1,01...\0,00 S S '-! 40. CJO $ Ill,:, 5"(.,,10 0 <> --.. I . ...-- L .... '7CD. 00 $ :1;) '4i.fO, 00 . $ ~'1 4ro, o~ ,....,_._~ 668-9000 Tie New Storm Sewer to Existing Structure, Diameter Varies 5 EA @ $ 50 5 00. 00 lEA $ t't , S'oo, u 1:) 668~900l 78" Reinforced Concrete Outlet Headwall, as Shown 1 EA @ $ ';;;0. ClOo.. iliL-IBA 668-9002 Cut and Plui Existing Storm Sewer, Diameter Varies 5 EA@ $ ~ooo, 00,. ,..lEA !. ;;)0 000. C'iQ , L.. t%ct>. 00 BASE BID CRANDTOTAL S .3 t~J.. ;L81.5'1 ... All items which must be removed by the contractor during construction and which are not specifically shown to be paid for otherwise are to be removed or removed and reset without additional payment. All costs for this removal or removal and resetting (if necessary) shall be included in the pay item "Lump Sum Construction. n Also, any other item required without a specific pay item shall be included in "Lump SUlIl Construction." P-6 HPR-28-200g 18:50 ARC PURCHAS I NG P.14 DEDUCTIVE ALTERNATES Alternate unit price shall be equal to the amount to be deducted from the original unit price for the bid item which is referenced. D1. Deductive Alternate for Item 615-1012, Jack and Bore of Fenwick StreetJ to install 78" RCP, cius IV, using open cut method instead of Jack and BoreJ including all required roadwaYJ traffic control, and property restoration. Roadway (Fenwick Street) can be closed temporarily. Lump Sum $ l.~__ Deductive Alternate for Item 615.1014, Jack and Bore of 13lh Street, to install 78" Rep, Class lV, using open cut method instead of Jack and Bore, including all required roadway, traffic control, and property restoration. Two-way traffic must be maintained at all times. Lump Sum $ ( .00 D2. 03. Deductive Alternate for Item 615-1010, Jack and Bore of131h Street, to install 42" Rep, Class ill, using open cut method instead of Jack and Bore, including all required roadway, traffic control, and property restoration. Two-way traffic must be maintained at all times. Lump Sum $ 1,00____ 04, Deductive Alternate for Item 615-1013, Jack and Bore of Walton Way, to install 78" RCP, Class IV, using open cut method instead of Jack and Bore, including all required roadway, traffic control, and property restoration. Two way traffic must be maintained at all times. Lump Swn $ <;':'0 QO{) (Jt::I - I -,.." 1 DEDUCTIVE ALTERNATES TOTAL $ SD OO'J., {)O J P-7 D'APII1GNAC 5fttaT DRAINAGE: TE' "'C"H'N'I> ,', ..~' i ",' - <,' --, ",_j, - .- :,' -:-' _ -",' ',.;. :\,;::~ :':. ", ',.- \"'.; '-- :;~. ,,': -,~ ?:) , ,'< ,C " :'::,' '.>,', ". "~. S'P""E:' ";;;{:';'"IF' ,,'"'1''' "'CA:."""'"'' :',.::,TI"', ",.'" ,"..' " . .;'; "....' , ,,~. ' . " ,,' " ,". . . - . . . . , - p'" ',.C," _.' _:; .~ - - ' - - . " " '" -", - , ;, SECTION TS TECHNICAL SPECIFICATION INDEX The "Standard Specifications for Road and Bridge Construction, State of Georgia Department of Transportation," latest edition, is to be used on this project with the exception ofthe water and sewer, and is hereby incorporated by this reference. SECTION TITLE NO. OF PAGES 16 13 4 21 TS-1 Water Distribution System TS-2 Sanitary Sewer System TS- 3 Dewatering TS-A Appendix "A" - Geotechnical Report TS-O TS-l-l AED -D' Antignac Street Drainage Improvements SECTION TS-l WATER DISTRIBUTION SYSTEM -01. SCOPE: This section covers all work associated with the water distribution system. -02. GENERAL: The Contractor/Developer is responsible for verifying the exact location, size and material of any existing facility proposed for connection or use by the project. All work that occurs in the public right-of-way shall comply with the Augusta-Richmond County Planning Commission "Development Documents" (latest version) and Public Works Department's Right -of- Way Encroachment Guidelines (latest version). Any field changes that occur in the public right-of-way and are not specifically related to water or sewer shall be coordinated with the Public Works Department. -03. STANDARDS FOR WATER MAINS: A. COVER 1. Standard depth of cover is 4 feet below existing and proposed road surface (and areas designed for normal traffic loading) unless otherwise approved by AUD, 2. Minimum cover to finished grade over water mains shall be 36 inches. Minimum cover under ditch bottoms shall be 24 inches. Any variance in minimum cover must be approved by AUD on a case-by-case basis. 3. In the event the shoulder of the road should rise above the roadway level, the water main shall be placed at a depth to maintain 4 feet below the road surface in order to keep a four foot depth for future driveway cuts. B. HORIZONTAL SEPARATION - Unless otherwise specified, horizontal spacing should conform to the following rules, where all separation distances listed are edge to edge: 1. Ten (1 0) feet to any existing or proposed wastewater lines or force main, storm sewer or sewer manhole, Horizontal separation of less than 10 feet requires pipe material to be DIP for water mains, wastewater lines or force mains. 2. Fifteen (15) feet to buildings, top of bank oflakes, streams, creeks or other structures. Ten (10) feet is considered the absolute minimum, and will only be considered by AUD when unavoidable. If separation distance is less than ten (10) feet, the pipe material is required to be DIP. 3. Where horizontal separations between water and sewer cannot be met, water and sewer lines shall be DIP, and joints staggered such that maximum separation exists between joints AS APPROVED BY AUD. 4, Ten (l0) feet minimum separation to gas mains. 5, Ten (10) feet minimum to underground electric cable. 6. Current Georgia EPD separation requirements. c. \lERTICi\.~L SEP .APJJo-TION - Unless other\vise specified, vertical spacing should cOllform to the following rules, where all separation distances listed are edge to edge: 1. Water mains shall cross over and not under other pipes. 2, Eighteen (18) inch minimum separation between all pipes and cables shall be maintained, with six (6) inch absolute minimum separation with DIP, when conforming to Georgia EPD separation requirements. 3. When water mains cross under sewers, additional measures shaH be taken. At least 18 inches of separation between the bottom of the sewer and the top of the water main shall be provided. Adequate structural support for the sewer shall be provided to prevent deflection or settling on the water main. No joint shall be encased under the crossing. Encasement of the water pipe in concrete or flowable fill will also be considered. 4. Where vertical separations between water and sewer cannot be met, water and sewer lines shall be DIP, and joints staggered such that maximum separation exists between joints AS APPROVED BY AN AUD ENGINEER. D. LAYOUT - Spatial layout shall observe the following guidelines: 1. Normal location of proposed water lines is on the north side of east-west streets, and the east side of north-south streets. 2. For existing County roads, the proposed water line will generally be located five (5) feet inside the right-of-way, For existing State roads, the proposed water line must be located five (5) feet inside the right-of-way. Unusual circumstances may warrant deviation, The location of the water line will also be determined by the location of the existing lines to be tied into at the beginning and end of the project. 3. F or subdivisions, the proposed water line shall be located four (4) feet from the back of the curb. Where ditches are present beside the curb, refer to the Rights-of-Way Encroachment Guidelines (latest version), 4. Wherever possible, avoid laying water lines on the same side of the road as gas lines. TS-1-2 AED -D' Antignac Street Drainage Improvements 5. Water service lines for residential development shall be located at the center of the lot. 6. Water line dead ends shall be minimized by making appropriate tie-ins whenever practical. Permanent dead ends will not be accepted unless unavoidable. Dead ends shall be equipped with a fire hydrant. Under special circumstances, where water lines smaller than six (6) inches in diameter are accepted, an approved blow-off shall be required for flushing purposes. 7. All water mains shall be placed in right-of-way areas or dedicated easements. All easements shall allow adequate area to construct and maintain the water line and appurtenances involved. Permanent easements shall be a minimum of 15 feet wide with line installed in center of easement. Permanent easements shall be provided as needed to serve adjacent property, even ifthe water line is not installed at that time. If the line has not been installed to future serve adjacent property, a larger easement than the minimum may be required to construct future line. Easement agreements shall be specific to state that no permanent structures may be constructed within the limits of permanent easements. -04. PRODUCTS: A. WATER MAIN MATERIAL 1. Water mains shall be either ductile iron pipe (DIP), polyvinyl chloride (PVC), or galvanized pipe as outlined below. The minimum size ofwater main shall be 6 inches unless otherwise approved by the Utilities Director. 2. DIP shall be centrifugally cast and shall conform to AWWA C150/ANSI A21.50 (latest version) for design and A WW A C 151/ ANSI A21.51 (latest version) for manufacture. PVC pipe 6 inch to 12 inch diameter shall conform to A WW A C900 (latest version). PVC pipe 14 inch to 36 inch diameter shall conform to A WW A C905 (latest version). 3, For water mains 6" through 16", DIP Pressure Class 350 shall be allowed. Forwater mains 18" through 24", DIP Pressure Class 300 shall be allowed. PVC C900 (most current date), Class 200, SDR-14 with cast iron equivalent D.D.s, gasket bell end with elastomeric gaskets shall be allowed for water mains 6" through 10" (solvent weldjoints are not permitted). Flanged DIP shall have threaded ductile iron flanges and shall conform to the requirements of A WW A Cl15/ANSI 21.15 (latest version). All flanges shall be ductile iron class 150 with a minimum working pressure 0[350 psi for diameters 3"-12", and 250 psi for 14"-48" diameter pipe" and conform to ANSI B 16.5 (latest version). Flanges shall be flat faced and all joints shall use 1/8 inch black neoprene full-faced gaskets. 4. Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement lined in accordance with A VlW A C 1 04/ ANSI A21A (latest version). DIP TS-1-3 AED -D'Antignac Street Drainage Improvements shall have 1116" cement mortar lining with rubber gasket push-on joints, restrained joint, or mechanical joints. Mechanical joint glands shall be ductile iron. Tee bolts and nuts shall be Cor-Ten steel. Rubber gasket joints shall conform to A WW A Cllll ANSI A2l.ll (latest version), and shall be furnished by the pipe manufacturer with the pipe. A non-toxic vegetable soap lubricant shall be supplied with the pipe in sufficient quantities for installing the pipe. The lubricant shall be approved by NSF for use with potable water mains. 5. Pipe classes designated previously in this standard are minimum allowed. Actual pipe class shall be determined based upon the installation and the use intended. Pipe shall be appropriately labeled on the drawings. All PVC pipe for potable water service shall bear the approved stamp ofthe National Sanitation Foundation. Copper wire (12 gauge) shall be attached along the top of all buried PVC water lines, wrapped around service corporations and stubbed up into all valves boxes for locating purposes. This wire shall be mechanically spliced so as to be electrically conductive, then insulated to protect against corrosion of the bare wire. 6, Any pipe, solder and flux used during installation of the water lines and services must be "lead-free" with not more than 8% lead in pipe and fittings, and not more than 0.2% lead in solders and flux. 7, DIP shall be required as carrier pipe in the following circumstances: a. Within 10 feet of sanitary and storm pipes. b. Within 15 feet of structures (near side of concrete footing), or top of bank of lakes! streams! creeks. c. Crossings over or under sewers and storm pipes with less than 18 inches separation, with no joint allowed within 10 feet of crossing. d. Within project boundaries of subdivisions with private roads where the Utilities Department will take over the line for operations and maintenance while the roads will not be deeded to Augusta. e, Along all state rights-of-way. f. The Utilities Director may mandate DIP in any instances of off-site or on-site construction where future abuse to the line is possible due to location or circumstances. 8, Boring and Jacking Installations: a. Where required by the drawings, the water line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways or city!county roads, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation TS-1-4 AED -D' Antignac Street Drainage Improvements 'rC' 1 t: .i u=l"'"J AED -D' Antignac Street Drainage Improvements or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved, The following guidelines apply to jack and bore installations: (1) The casing pipe shall conform to the materials standard of ASTM DesignationA252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of35,000 psi. Casingpipe shall be joined together with welded joints, and work shall be performed by a certified welder. b. The canier pipe shall be ductile iron as specified herein. c. The steel casing shall be installed by the "Dry Bore and Jack" method, If voids develop or if the bored hole diameter is greater than the outside diameter of the pipe by more than approximately 1 inch, remedial measures will be taken as approved by an AUD Engineer. d, When installing water line through casing, Contractor shall use mechanical joint pipe with retainer glands through length of casing or field-lok gaskets. The water main shall be equipped with locking gaskets placed throughout length of casing to adequately restrain the pipe, The ends of the casing shall be sealed with brick and mortar, or a manufactured collar. The pipe shall be supported by with a minimum of two casing spacers per twenty (20) feet of pipe, with one spacer approximately 1 foot from the bell of the pipe. 9. Restrained Joints: a. The method used to restrainjoints shall be suitable for the pipe size thickness and test pressure as required for the specified design case. Retainer Glands/Mega-Lug shall be considered a restrained fitting. b, Restrained Joints shall be DIP as follows: (1) For l2-inch and Smaller - Restrained joint shall be U.S. Pipe Field Lok, American Ductile Iron Pipe Lok -Fast, EBAA Iron Mega-Lug, or an equivalent product. (2) For 14- inch Diameter and Larger - Restrained joint shall be U. S. Pipe TR Flex, American Ductile Iron Pipe Lok- Ring, or equivalent product, or EBAA Iron Mega-Lug. (3) If inserting in older cast iron pipe, the restrained joint shall be as approved by AUD, TS~1~6 AED -0' Antignac Street Drainage Improvements 10. Reaction Blocking: a. In lieu of restrained joints, all plugs, caps, tees, bends and other fittings shall be provided with adequate reaction blocking as shown on AUD-Details 11 & 12.Fittings shall be poly wrapped (6 mil) before pouring reaction blocking. Thrust blocks shall be poured-in-place concrete having a minimum compressive strength of 3,000 psi after 28 days of cure time. Soil bearing value shall be 2,000 psf maximum, and reaction blocking shall be made to bear directly against the undisturbed trench wall. Lower soil bearing values shall be used when soil is poor quality, Where trench conditions are, in the O-:-u' ~n OJ'+l_~~ E-~:-ee- n-~n:+at..le +:o--ea~+;on t..lo~1rm' g tho. Cont-a~t~_"t..n 11 IJ11 UI 1l11I;;;' 11~11I I, U11::>Ull U 1 1 1 VU 1 U vI\. 1 , lv iLL vLVl "11'1.1 provide tied joints to adequately anchor the piping as shown on the drawings. All the rods and clamps shall be given a bituminous protective coating. All materials, fittings and appurtenances intended for use in pressure pipe systems shall be designed and constructed for a minimum working pressure of200 psi unless the specific application dictates a higher working pressure requirement. 11. Material Transitions: a. When transitioning water lines, materials shall be indicated and specified and must be approved by AUD. Asbestos-cement transitions shall follow the AUD asbestos-cement water line crossing detail (AUD- Detail 20). Unspecified transitions from DIP to PVC are not allowed, When transitioning, all construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused. B. TAPS 1. Main Taps: a. Mains may be tapped as long as the tapping line is smaller than the tapped line unless otherwise approved by AUD. Equal size line connections approved by AUD shall require that a tee be cut into the main where possible. Tees are also required at locations dictated by the Utilities Director. Tapped connections in pipe and fittings shall be made in such a manner as to provide a watertight joint and adequate strength against pull-out. In addition, the following guidelines shall be met: (1) Tapping Sleeves and tapping crosses shall be of a heavy body ductile iron, mechanical joint suitable for a working pressure of 200 psi for sleeves and crosses larger than 14-inch, or a working pressure of250 psi for sleeves and crosses equal to or less than 14-inch, or as approved by AUD. Tapping sleeves and valves are required for all taps 4 inches and greater, Taps less than 4 inches shall be provided with a service saddle meeting the requirements of Section TS-6-04- B.2 Valves shall be provided on all taps. Tapping sleeves shall be a minimum of 6 feet from pipe joints. b, Schedule 40 PVC shall only be used as a sleeve for the installation of service line tubing under pavement areas, Use in the water distribution system or other areas is not acceptable. 2. Water Service Lines and Taps: a. For 2" service lines: Galvanized pipe shall be seamless, American made, Schedule 80 and shall conform to the ASTM Specifications. b, Where water service lines connect to DIP or any pressure-rated pipe, service saddles must be used. No direct service taps shall be allowed. Brass double strap tapping saddles shall be used. U-bolt type straps are not acceptable. All water service taps on the main shall be spaced at a minimum distance of 18 inches apart and a minimum of 18 inches from a bell or fitting. If two or more taps are required at a minimum spacing, they shall be offset 450 alternatively. Services greater than one (1) inch shall be seamless galvanized, Two-inch (2") services shall have three 2", 90-degree galvanized, non- malleable elbows per Augusta Utilities' two-inch Water Service detail. c, All service line taps shall be supplied with corporation stops (AUD- Detail16). General requirements for corporation stops are as follows: for 1" services, a Ford FB-600-4 or equivalent with a taper thread inlet and flared copper outlet. For 1" water service lines, eighth bend shall be the Ford LA02-44 or equivalent or the Ford LA04-44 or equivalent for compression fittings. d, Service line tubing shall be rolled of soft continuous and seamless copper Type K conforming to A WW A C800 and ASTM B-88 (latest version). The minimum diameter for residential use shall be one (1) inch. The service line shall be laid in a straight line and be of a continuous piece of pipe from corporation to curb cock (AUD-Detail16), and shall not exceed 100 feet in length from the main to the meter. No service line fittings shall be placed under the roadway. For wide roadways, it may be considered placing fittings in the median. The curb cock shall be located 6 inches behind and 8 inches below the top of new curb or edge of asphalt. C. METER INSTALLATION 1. The Contractor/Developer shall furnish and install an approved meter box at the termination point of all water services, and maintain the box until such time as a meter is installed. Meter boxes for one and one-half inch (1 ;/2") and smaller meters TS-1-7 AED -D'Antignac Street Drainage Improvements are standard, while two-inch (2") can be installed in a Rome oversized 2" cast-iron box. Meters three-inches (3") and larger shall be installed in a meter vault. Meter boxes shall be Rome type, I 0" x 19" x 10" cast iron box and lid. The top shall have cast ribs on the bottom side with four (4) legs to prevent sliding movement. The box shall have a minimum weight of 37 lbs., for meters one and one-half inch (1 Yz") or smaller. Meter and curb stop shall be fully encased by the meter box. Meter vaults for meters two-inch (2") and larger shall be pre-cast reinforced concrete using 3,000 psi concrete and #4 rebar (ADD-Detail 15). No site built vaults are permitted. The access hatch shall be made of heavy-duty aluminum, and shall be hinged and lockable. The hatch shall be large enough for removal of the meter but no smaller than 1h" x 36" Fr.r f'r.mlll1prc,.,l anpll'f'.,t;rn,,,, thp mptpr 1;r1 shall 1,,,.,,, " .,.,n+ch t^ L -' V 10.. . '-'.1. "-"V.I. 1. V.1. .Lu.... 1-' .L VL4 .LV..L.LI..J, L.l.L"'" \0.1"'''-'.1. .1..1.U J. L .1..1.u, 'Y \"I U. J.J.v.....1. V accommodate automated meter reading technology. Wall dimensions shall allow 2 feet of working clearance. Vault floors shall be no less than four inches (4") thick with 3,000 psi concrete and #4 rebar, with the meter located no less than 18 inches off the floor. In addition, all commercial meters shall have a bypass piping arrangement approximately one size smaller than the meter to facilitate meter removal. This bypass valving shall bypass the meter, but not the backflow prevention device. If a bypass device is installed on the backflow prevention device, then a separate backflow prevention device should be installed on that bypass. 2. Meter boxes should generally be placed eighteen inches (18") inside the adjacent utility easement that parallels the right-of-way. Where sidewalk is installed, two feet (2') of clearance is required between the customer's side of the sidewalk edge and the meter box. In developments where the property line is not clearly defined (e.g., condominiums) the meter box should be placed for ready access as approved by ADD. Meter boxes and control valves shall be accessible and unobstructed for four feet (4') in all directions. This shall include but not be limited to transformers, telephone junction boxes, walls, trees, etc. Meters boxes shall not be placed in areas that can be fenced, such as a backyard, and shall not be placed in any asphalt or concrete surfaced areas unless approved in writing by ADD. For shopping centers, the developer's engineer should give special consideration to meter layout so as to satisfy these requirements. When no alternative is available but to locate in asphalt, the top of box shall be flush with the asphalt surface. Meter boxes shall not be located in low areas that normally receive storm water. The box shall also be located outside of parking stalls. The box and lid should be traffic bearing, but located outside of a commonly trafficked area. Valves shall have concrete donuts when not in asphalt or sidewalk. 3. Meters will be installed by ADD at the time service is required at the stub-out, and will remain the property of ADD. Areas that are privately owned where AUD does not own water or sewer utilities may be master metered. Each unit within a residential building (i.e., duplex, triplex, etc.) shall have a separate meter, unless prior approval is received from the Utilities Director. The proper sizing of service lines is the responsibility ofthe design engineer, and AUD takes no responsibility for improperly sized meters or the problems associated with them. Meters will be available in the following sizes: 51 8X3 14, 1, 1 Yl, 2, 3, 4 -inch, and larger standard sizes as necessary. ADD reserves the right to request historical data for meter sizing. TS-1-8 AED -D' Antignac Street Drainage Improvements D. VALVES, FITTINGS, AND APPURTENANCES 1. Gate valves, 4 inches to 18 inches, shall be U.S. Pipe Metro-Seal 250 resilient seated gate valve, or equivalent, and must conform to A WW A C509 (latest version). Valves larger than 18 inches shall be gear operated butterfly valves, conforming to AWWA C504 (latest version). Wafer valves will not be accepted. Valves shall generally be installed at intervals of not more than 3,000 LF on transmission mains and on all primary branches connected to these mains. Placing an in-line valve in close proximity to every third fire hydrant is recommended for locating purposes. 2. The Utilities Director shall deterrnine whether mains are distribution ortransl11ission. 3. Valves shall OPEN LEFT if installed south of Gordon Highway(SR 10), or OPEN RIGHT if installed north of Gordon Highway. Valves shall be provided with valve stem extensions to within 6 inches of ground surface, where centerline of pipe to grade is greater than 4 feet. 4. Valve boxes shall be M&HE,.2702, Mueller HI0364 or approved equal. Each valve box shall be adjustable for a minimum cover of3 feet. The flanged base ofthe valve box shall be at least six (6) inches above the pipe so not to stress water lines 4" and smaller. Extension pieces will be required for additional depth over valves. Extensions shall be M&H E-3120 or Mueller H-I0375. Covers shall have "WATER" cast on top. 5. All valves, bends, tees, crosses and dead ends shall be restrained by retainer glands, restrained gaskets, or by use of a concrete thrust block in those instances that warrant such an installation. 6. Standard pressure pipe fittings of size four (4) inch ill and larger shall be ductile iron conforming to A WW A C153 (latest version), with mechanical j oints unless flanged or restrained joints are required. Gray cast-iron fittings are not allowed. Ductile iron fittings shall be epoxy coated in accordance with A WW A C116 (latest version). Mechanical joint fittings, 24 inches and smaller shall be rated for 350 psi minimum working pressure, while all fittings between 30 and 48 inches shall be rated for 250 psi minimum working pressure. Mechanical joint fittings 54 through 64 inch shall be rated 150 psi minimum working pressure. Glands for mechanical joint fittings shall be ductile iron. Only bolt systems furnished by the manufacturer for mechanical joints are acceptable; nuts and bolts shall be new, not reused. Pipe gaskets shall be new as supplied by the pipe manufacturer. For sizes less than four (4) inch ill, fittings shall be suitable to the pipe material and application. 7. For flanged pipe, flanges shall be ductile iron Class 150, ANSI B 16.5. Flangedjoint fittings 14 inches and smaller shall be rated for 350 psi minimum working pressure, and flanged j oint fittings between 14 and 48 inches shall be rated for 250 psi working pressure. All flanges shall be flat faced. Full face, 1/8 inch black neoprene gaskets shall be used on all flanged joints. All joints shall conform to A WW A C 115 (latest "T' C' 1 () iiJ-i-.7 AED -D'Antignac Street Drainage Improvements version). Bolts, nuts and washers for flanges shall be hot dip galvanized, except tee- bolts shall be Cor-Ten steel. E. FIRE HYDRANTS 1. Fire hydrants shall be provided in all water mains, transmission and distribution systems. Accepted models are Mueller #A-240l8, M&H Figure 129T, A WW A Compression- Type Dry-Top Traffic Model, of 150 psi working pressure, and 300 psi testing pressure. Kennedy K-81D will also be accepted. All fire hydrants shall be ordered all yellow. Fire hydrants shall be spaced such that the radius of protection will not be more thful 500 feet. In certain areas, closer spacing may be required by the Fire Marshal. 2. Each hydrant shall be left turn opening and capable of delivering a flow of at least 500 gallons per minute with a residual design pressure of not less than 20 psi during maximum day demand, or a higher flow as required by the Fire Marshal. Multiple fire hydrants with looped mains and/or larger main sizes may be required to provide water for higher flow demand. Flow tests shall be performed to verify the specified fire flow demand. 3. Fire hydrants shall be ofthe dry barrel break-away type conforming to A WW A C502 (latest version), with two 2 Yl inches threaded hose nozzles and one 4 12 inch threaded pumper nozzle. Hose and pumper nozzle threading shall be national standard. Shoe connection shall be 6-inch mechanical joint. The center line of the nozzles shall be 18 inches above the finish grade. Hydrants shall have a 5'i'4 inch interior valve opening. Hydrants shall be restrained from hydrant to tee at the main and have a concrete thrust block poured behind them. At the discretion of the Utilities Director, additional protection for fire hydrants shall be provided including but not limited to concrete filled ductile iron traffic posts surrounding each hydrant. 4. Fire hydrant branches (from main to hydrant) shall be a minimum of 6 inches ID. Each branch shall be provided with a resilient seat gate valve located as close as possible to the main. Hydrants shall be located at or near road right-of-way lines with pumper nozzle pointing toward the road. A clear zone around all fire hydrants shall be adhered to, consisting of a 5 foot radius around the hydrant and 7 feet above the top of the hydrant. Maintain 15 feet minimum from hydrant to all structures. Placement oflandscaping, fencing, etc. shall be considered in order to meet this clear zone requirement. F. BACKFLOW PREVENTION DEVICES 1. Backflow prevention devices shall be provided, as required by the Utilities Director and as set forth in these Standards. All irrigation systems, water services and fire lines for industrial, office, commercial, schools, mobile home parks, multi-family residences and any other locations as determined by the Utilities Director shall require a minimum of a double-check backflow prevention assembly. In addition, TS-I-IO AED -D' Antignac Street Drainage Improvements based on the degree of hazard present, ADD may require a reduced pressure (RPZ) backflow prevention assembly on the customer side of service lines (domestic, irrigation, and fire). A certified person shall test backflow devices and the results furnished to ADD prior to any water use. Residential development shall install a "Dual-Check" backflow device on the customer's side of service line at the point of tie-in to the water meter. Lawn irrigation systems shall have a minimum of a double- check valve backflow prevention device per the 2002 Georgia Plumbing Code (DCA, 2000). The plumber or builder tying service into the set meter will submit the test results for the backflow prevention device to ADD's Backflow Prevention Section prior to acceptance and any water use. 2. Backflow prevention device assemblies shall be the latest approved product of a manufacturer regularly engaged in the production of this type equipment. All assemblies shall be as approved by the America Society of Sanitary Engineering (ASSE), The American National Standards Institute (ANSI), The American Water Works Association (A WW A), Foundation for Cross Connection Control and Hydraulic Research ofthe University of Southern California, and the Georgia State Plumbing Code. 3. Type and size of all assemblies shall be indicated on the drawings. 4. Backflow prevention device ownership and maintenance responsibilities shall be as set forth in the appropriate ordinances. The Owner shall document yearly that a qualified technician has tested and inspected the backflow prevention device and that the device has passed inspection. A copy of the technician's certification must be attached to the test results and submitted to the ADD's Backflow Prevention Section. The Engineer must comply with ADD Policies and Procedures for Backflow Prevention by Containment (latest version). A copy ofthis manual is available upon request from ADD. G. FIRE LINES 1. All fire lines shall have a minimum double-detector check valve assembly (detector check valve with a 5/8 inch by-pass meter to detect low flows) within the right-of- way or dedicated easement. No exceptions to the by-pass meter requirement shall be made regardless of sprinkler system type, configuration, etc. Certain types of fire lines will require RPZ check-valve. Please contact ADD's backflow prevention section to determine actual requirements. -05. EXECUTION: A. CONSTRUCTION 1. Durin~ construction when deviations from approved plans are desired. the AUD's Inspector shall be notified. Revised plans shall be submitted from the design engineer as soon as possible to the ADD for approval. Minor changes not IS-I-II AED -D' Antignac Street Drainage Improvements TS-1-12 AED -D' Antignac Street Drainage Improvements affecting capacItIes, flows or operation may be allowed in the field during construction by ADD's Inspector. The Inspector shall have authority as to what constitutes a minor or major change. An approved set ofred-line drawings clearly showing any changes shall be submitted to the ADD Inspector at the completion of the work and prior to sign-off of the final plat. 2. The ContractorlDeveloper is responsible for verifying the exact location, size and material of any existing water facility proposed for connection or use by the proj ect. No publicly owned water line shall be uncovered without prior coordination with AUD. 3. All phases of construction shall be completed in accordance with the Erosion and Sedimentation Act 12-7-1 et seq. 4. Where a traffic control plan is required, it shall be in accordance with Augusta Public Works Rights of Way Encroachment Guidelines. 5. Water Distribution System Installation: a. Authorization must be obtained from AUD to construct, alter or modify a water line. Construction of water infrastructure will be authorized by the Utilities Department upon approval of submitted plans and notification of AUD at least 48 hours prior to starting construction (706-312-4132). b. Installation of water mains and associated appurtenances shall be in accordance with current A WW A specifications and manufacturer's requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done in such manner as to avoid damage. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed only upon approval of AUD. c. Restrained joints shall be required at each fitting involving a change of direction and on surrounding pipe, as specified in the approved plans. Concrete thrust blocks can be allowed in lieu of mechanical restraint systems, as approved by ADD. d. Backfill shall be free of boulders and debris, and shall conform to Georgia Department of Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the ADD's Inspector. Water mains over 24" in diameter shall be bedded in selected material from the pipe centerline down to a point 4 to 6 inches below the pipe invert. Selected material for this purpose shall be No. 57 stone. e. Fire hydrants shall be installed true and plumb with the center of the pumper nozzle facing toward the road according to Section TS-6-04.E. Hydrants shall not be placed in the sidewalk. f. All valves shall be placed according to plans. Valve stems shall be installed plumb. Valve stem extensions are required as described in Section TS-6- 04.D. Air relief valves shall be installed at all high points in the water main where air can collect, as shown on the plans or as directed by Augllsta Utilities. g. The following guidelines shall be followed during the construction of water maIllS: 1. Handling and Storing of Materials: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe within pipe of a larger size. Store pipe and fittings on sills above storm drainage level and deliver for laying after the trench is excavated. Valves shall be drained and stored to protect them from freezing. 11. Pipe Laying (General): The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be not less than 3 feet, or as shown on the drawings. Give all pipes a uniform bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. Water pipe shall be bedded when required by poor soil conditions (ADD-Detail 8). B. PRESSURIZATION AND LEAKAGE TESTING 1. After installation, all water mains shall be leak tested, in accordance with A WW A C-600, Section 4.1 (latest version) for DIP, and C605, Section 7 for PVc. The ContractorlDeveloper shall provide all equipment, materials and labor necessary for pressure and leak testing. This test must be observed by an Augusta Utilities Department representative. A pumping pressure of200 psi, or 1.5 times the working pressure at the point oftesting depending on the discretion of an ADD representative, must be supplied at the expense of the ContractorlDeveloper. The main tested shall either be isolated from active potable lines or protected from leakage by a double valve arrangement. All water used for pressure testing must be potable water with adequate chlorine residual. Water lines shall be tested by valve sections. Maximum allowable leakage shall be as determined in accordance with current A WW A "T'~ _ 1 _ 1 ~ .l-U-l.-l.-' AED -D' Antignac Street Drainage Improvements specifications. The standard duration oftest is four (4) hours. Testing procedures shall meet or exceed A WW A C600 (latest version) requirements. Any portions of the main which fail the test shall be replaced or adjusted until the entire new main passes the test criteria. Concurrent with the pressure test, and before any work will be accepted for payment, the Contractor shall perform a leakage test. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof necessary to maintain the water pressure at the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by equation 1 from A WW A C600 for DIP: Where L = allowable leakage in gallons per hour, S = the length of pipe in the section tested, D = the nominal diameter of the pipe in inches, P = the average test pressure during the leakage test in pounds per square inch gauge. For PVC pipe, the following equation shall be used: L = SDJP 133200 where N = Number of joints in the pipeline being tested. L = NDJP 7400 C. CONNECTING TO EXISTING SYSTEMS 1. All connections to existing mains shall be made under the direct supervision of the ADD's Inspector. Valves on existing mains shall be operated by or under direct supervision of ADD personnel. Tapping sleeves and valves shall be pressure tested prior to tapping. If service to existing customers must be interrupted, AUD shall be notified at least three (3) days (72 hours) in advance. The contractor shall make the necessary notifications to the customers. The new line shall be chlorinated for up to three (3) days and then drained and bacteria tested. Only after maintaining the appropriate chlorine residual and passing the bacteriological test shall the line be put into service, at the direction of ADD. 2. Ifcut-offofservice is required, the Contractor shall be ready to proceed with as much material pre-assembled as possible at the site to minimize the length of service interruption. Augusta Utilities reserves the right to postpone service cut-off if, in the opinion of the Utilities Director, the Contractor is not ready to proceed on schedule. Scheduled interruptions should not exceed four (4) hours. The ContractorlDeveloper shall arrange for temporary services to Customer(s) if water will be shut off for more than four hours. 3. Local chlorination will be required for all pipe and fittings used to complete connections with the potable water system. Tapping sleeves and valves shall be TS-l-l4 AED -D'Antignac Street Drainage Improvements TS-1-15 AED -D'Antignac Street Drainage Improvements chlorinated in accordance with A WW A requirements. All wet taps shall be witnessed by the AUD's Inspector. D. CLEANING AND FLUSHING I. Upon completion of installation, the mains shall be flushed and the water disposed of without creating a nuisance. Flushing must achieve a minimum water velocity of 2.5 fps in all portions ofthe pipe. The duration of the flushing will be determined by the AUD's Inspector. No flushing or cleaning shall take place without an Augusta Utilities representative present. The existing mains where the new mains connect may require flusping under the direction of AUD when service is restored. The Contractor shall be responsible for the treatment of discharge and disinfection water. All flushing activities shall be in accordance with A WW A C651. E. DISINFECTION I. Augusta Utilities shall be notified at least 24 hours in advance to schedule bacteriological testing of water mains. The Contractor shall replace or adjust components of the pipeline which fail the test. Clearance is required from the Utilities Department before ADD will allow the main to be put into service. 2. all piping complete with fittings and appurtenances shall be sterilized as specified in the applicable sections of A WW A Specification C651 (latest version) "Disinfecting Water Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not less than fifty parts per million (50 ppm). Calcium hypochlorite can be used. Water from the existing distribution system or other source of supply should be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The solution should be retained in the pipeline for not less than 24 hours and the system shall maintain the chlorination level originally introduced into the line, which should not be less than 50 ppm. The system shall then be flushed with potable water and the sampling program started. A minimum chlorine residual of 1.0 ppm should be available in the line after flushing. 3. Sampling taps and chlorinated water used for disinfection shall be flushed to a location that will not damage property, persons, etc., and shall be provided by the Contractor/Developer at the expense of the Contractor/Developer. The provisions ofthis paragraph apply equally to new pipe and fittings and to existing pipelines into which connections have been made or which may have been otherwise disturbed to the extent that contamination may have occurred. All requirements of the health authorities shall be observed in executing this work. The disposal of heavily chlorinated water (following disinfection) must be accomplished in accordance with the latest editions of the A WW A Standard C651 and the EPD's Minimum Standards for Public \Vater Systems. No dry chlorine shall be placed in the pipes while installing. 4. A minimum of two samples tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results shall be submitted to the Inspector. -{)6. MEASUREMENT AND PAYMENT: Payment will be made at the lump sum contract prices as shown in the bid schedule. TS-1-16 AED -D' Antignac Street Drainage Improvements TS~2~1 AED -D' Antignac Street Drainage Improvements SECTION TS-2 SANITARY SEWER SYSTEM -01. SCOPE: This section covers all work associated with the sanitary sewer system. -02. GENERAL: The ContractorlDeveloper is responsible for verifying the exact location, size and material of any existing facility proposed for connection or use by the project. All work that occurs in the public right-of-way shall comply with the Augusta-Richmond County Planning Commission "Development Documents" (latest version) and Public Works Department's Right -of- Way Encroachment Guidelines (latest version). Any field changes that occur in the public right-of-way and are not specifically related to water or sewer shall be coordinated with the Public Works Department. -03. ST ANDARDS FOR SANITARY SEWER LINES: A. COVER 1. Minimum cover to finished grade over sanitary sewer shall be four (4) feet. 2. Maximum cover shall be 20 feet unless otherwise approved by the Augusta Utilities Department. B. HORIZONTAL SEPARATION 1. Ten (10) feet to water lines and storm sewer lines. 2. Fifteen (15) feet to buildings, top of bank oflakes/streams/creeks, other structures (10 feet absolute minimum - only when unavoidable, and pipe material is required to be DIP). 3. Ten (10) feet minimum separation to gas mains. 4. Ten (10) feet minimunl to underground electric cable. 5. All separation distances above are edge to edge. C. VERTICAL SEPARATION I. Eighteen (18) inch minimum separation (edge to edge) between all pipes and cables shall be maintained (6 inch absolute minimum separation with DIP). D. LAYOUT 1. Sanitary sewer easements shall be a minimum of twenty (20) feet wide with the sewer line centered in the easement. 2. Individual sewer services shall be a minimum of six (6) inches in diameter and shall extend from the main and terminate with a clean-out constructed at the edge of right- of-way. If the main is installed outside ofthe right-of-way, the services with clean- out~ ~ha'11 ter. min>ltp >It tl erl p .C'fr; n ,pnt p"""p pnt A 11 lines e;rrht (8) ;nrohPc ........ >..J.L .L .&........ .............. _... ....le ~g..... 01 Ie penrlall.......1..L\, "'''''"u.......m_.1..1...... .f.. ..L-.L..L ..LJ...... ....f:,L.I."- \ .1. .J.\,.ILl-V"'" in diameter and larger shall terminate in a manhole. Sewer lines installed parallel to lakesl streamsl creeks shall be designed to leave a 25 - foot undisturbed buffer along the edge of the bank. The required service lateral with clean-out shall be inspected by the Augusta Utilities Inspector prior to physical tie- in of private service line. The use of donuts or tying into the stack pipe of the clean-out is strictly prohibited. 3. Under no circumstances shall house sewer services and water services be laid in the same trench. 4. All sewers shall be designed and constructed to give a mean velocity of2.0 feet per second, when flowing full, based on Manning's formula using an "n' of 0.013. The following are the minimum slopes that should be provided; however, slopes greater than these are desirable. Size (inches) 8 10 12 14 15 16 18 21 24 27 30 33 36 39 42 Minimum Slope in Feet Per 100 Feet 0.40 0.28 0.22 0.17 0.15 0.14 0.12 0.10 0.08 0.067 0.058 0.052 0.046 0.041 0.037 Where velocities greater than 1 0 feet per second are attained, special provision shall be made to protect against displacement by erosion and impact. TS-2-2 AED -D'Antignac Street Drainage Improvements 5. The maximum slope for a sanitary sewer line shall be 20%. All 20% sewers shall be DIP with concrete collar walls at every joint or alternate restraining system provided by design engineer. Slopes less than 20% are preferred. If steep slope is necessary, the Augusta Utilities Department Engineer must approve the design. 6. Buoyancy of sewers shall be considered and flotation of the pipe shall be prevented with appropriate construction where high groundwater conditions are anticipated. 7. Manhole spacing shall not exceed 400 LF for sewers 15 inches in diameter or smaller, and 500 feet for sewers 18 inches to 30 inches. 8. Manholes shall be located at the junction of sewers and at changes in grade, pipe size, or alignment. They shall also be installed at all intersections. Sanitary sewer manholes should not be located where surface water drain into them. When this is not possible, a watertight cover shall be specified. F or this purpose, and also for assisting in locating manholes across country, the rims shall be set above grade. 9. A drop manhole shall be provided for a sewer entering a manhole at an elevation of 24 inches or more above the manhole invert. Where the difference in elevation between the incoming sewer and the manhole invert is less than 24 inches the invert shall be filleted to prevent solids deposition. 10. Minimum angle between influent and effluent sanitary sewerlines at a manhole shall be ninety (90) degrees. II. Both vertical and horizontal alignments shall be reviewed with the Augusta Utilities Department prior to finalization. 12. All pipes crossing proposed sanitary sewer lines shall be shown as conflicts in plan and profile views on the sanitary sewer plan sheets (not on detail sheets). Crossings shall be designated by a letter (A, B, C, etc...) and include information regarding top of pipe and bottom of pipe elevations. Contact the Augusta Utilities Department for an example. The design engineer is responsible for identifying all conflicts. 13. Where indicated on the plans, pipe stub-outs for the cOlmection of future sewers shall be provided during the construction of new manholes. Each stub-out shall be plugged in the bell end of the stub-out with plug approved by Augusta Utilities. 14. All manholes constructed outside the right of way shall be elevated two feet above the ground surface. 15. All manholes constructed within the 100 year flood plain shall be elevated a minimum of 4 feet above the ground surface and include a water-tight ring and cover. 16. Sewer lines installed parallel to lakeslstreamslcreeks shall be designed to leave a 25- foot minimum undisturbed buffer along the edge of the bank. TS-=2=3 -()4. PRODUCTS: A. SANITARY SEWER MA TERlAL 1. Pipe for sanitary sewers shall be polyvinyl chloride (PVC) or ductile iron pipe (DIP) as outlined below. However, DIP is considered a remedial measure for special applications only. Standard pipe lengths not greater than 20 feet shall be used. Force main pipe shall be of approved C900-CL200 water pipe. 'I .:.. P\'C p;~a nhn 11 he l~n~u~antUI~erl +"~m 'v;rg;~ ~an;l' nonE'o~';~" +^ ^ S"T'\ AT\ '1 nv'1 il "V;+l-. l1-'\,.t~lallu ilal! 1.-...... U.u.Vll1 1 lU.l\,.t~ll\...J 11 l1U..U1i6l.V.L'l.. llv.1..lJ-J J"'T" lU.l minimum classification ofSDR-35 for pipes less than 15" diameter and SDR-26 for pipes greater than 15" diameter. . DIP shall be epoxy-lined and conform to A WW A C151/ANSI A21.51 (latest revision). Design methods shall conform to AWWA C150/ANSI A21.50. DIP shall be Class 350 for 16 inch and smaller. 3. All fittings shall be of the same quality and material as the pipe to be used. Pipe classes shall be determined based upon the installation and the use intended. Pipe shall be appropriately labeled on the drawings. WYE fittings shall be utilized. TEE fittings and saddles shall not be allowed. All DIP fittings shall be ductile iron or cast lIon. 4. Aerial pipe shall be mechanical joint DIP or continuous weld, wrapped and coated steel pipe. Piers shall be placed at every joint directly behind the bell. Site conditions may dictate construction utilizing more stringent requirements than indicated in the standard detail. Anchor collars shall be constructed on the pipe whenever pipe grade is 20% or greater. Restrainers may be used in lieu of collars when a particular brand and method are determined equivalent. 5. DIP shall be required in the following circumstances: a. When sanitary sewer line has less than four (4) feet of cover. Minimum depth of DIP is two (2) feet. b. When a sanitary sewer line cross over storm pipe (Must be one joint of DIP centered on the crossing) c. When a sanitary sewer line passes laterally within one (1) foot of a storm sewer line (Must be one joint of DIP centered on the crossing). d. \Vhen a sanitary sewer line is to have in excess of eighteen (18) feet of fill. e. .When a sanitary sewer line is at the maximum slope of 20%. f. F or last j oint of pipe at all drop manholes greater than three (3) feet. TS=2=4 AED -D'Antignac Street Drainage Improvements g. When a sanitary sewer is less than six (6) feet under a street. 6. The Utilities Director may mandate DIP in any instances of off-site or on-site construction where future abuse to the line is possible due to location or circumstances, extensive length under pavement, or in private property away from right-of-way areas. 7. PVC shall be jointed with a rubber gasket and shall conform to ASTM F477 and manufacturer's recommendations. Solvent weld is prohibited. DIP shall be of the bell and spigot type with push-on joints conforming to ANSI A21.11 or mechanical joints. 8. Sewer Pipe Bedding: a. Bedding requirements shall apply to sanitary sewer lines only. They are not 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 ofthe pipe barrel. Bell holes shall be provided so as to relieve pipe bells of all load, but small enough to ensure that support is provided throughout the length of pipe. Crushed stone embedment material shall conform to ASTM C33, Graduation #67 (3/4inch to #4). Bedding material shall be placed underneath and be carried up the sides of the pipe as specified below. b. Class B Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-half the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the spring line of pipe to 18 inches above the pipe. A minimum Class B Bedding shall be used for all plastic pipes. c. Class C Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-fourth the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the bedding material "T'C' ') .:; .l0-~-...J AED -D' Antignac Street Drainage Improvements to 18 inches above the pipe. A minimum Class C Bedding shall be used for all ductile iron pipes. 9. Jack and Bore Installations: a. Casing pipe used withjack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) or railway specifications. 10. New sewers shall be tied-in to the existing sewers at locations indicated on the plans. No lines smaller than six (6) inches shall be tied to a sevv'er line or maPti~ole. i~Jl tie- ins to existing manholes shall be cored. The Contractor shall be responsible for maintaining uninterrupted service ofthe sanitary sewer during tie-in operations. No connection to existing sanitary sewer shall be allowed until the proposed sewer line is inspected and approved by the Augusta Utilities Department's Inspector. 11. Side sewers shall be installed where shown on the plans. A side sewer consists of a sewer extending from a connection to the street or main sewer to its connection to the house sewer or other point. For new 8 inch through 12 inch diameter sewers, the side sewer connection shall be constructed with a wye fitting in the street sewer with a 45- degree elbow. For new 15 inch and larger pipes, or existing sewers, the connection shall be made by machine made tap and suitable saddle, unless otherwise approved by the Augusta Utilities Department. 12. Belled pipe shall be laid with the bell end up grade and in general, all pipe laying shall start and proceed up grade from the point of connection at the street sewer or other starting point. Pipe shall be laid in a straight line at a uniform grade between fittings or on a uniform horizontal or vertical curvature achieved by deflecting the pipe joints within the manufacturer's recommended limits. The maximum deflection permissible at anyone fitting shall not exceed 45 degrees. The maximum deflection of any combination of two adjacent fittings shall not exceed 45 degrees unless straight pipe not less than 2 \12 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. 13. Material for transition (e.g., PVC to DIP) shall be indicated and specified. Where offset of DIP is required, mechanical joint DIP shall be installed with mechanical joint heavy body DIP sleeves at the reconnections. 14. Sanitary Sewer Manholes: a. Precast manholes shall conform to ASTM C-478 (five inch wall thickness). Use six (6) inch wall thickness if manhole exceeds 20 feet in depth. All holes for incoming and outgoing pipe will, whenever possible, be precast, with pipe tie-in made using PS 1 0 flexible gasket, manufactured by PressSeal Gasket Corporation, or approved equal. In the event of the necessity of cutting new "T' C' ') c: J. ,J-",--v AED -D' Antignac Street Drainage Improvements holes, the holes shall be machined cored neatly and carefully so as not to damage the structural integrity of the manhole and large enough to allow the insertion of a flexible rubber boot. Precast holes shall be flexible boot fitted. b. Barreljoints shall be tongue and groove with preformed plastic meeting the requirements of Federal Specifications SS-S-00210, "Sealing Compound, Preformed Plastic Pipe Joints" Type I, rope form, also known as "Ram Neck." Eccentric manholes cones are required. Inverts shall be constructed of 3,000 psi plant mix. Manhole steps shall be installed in all sections of each manhole as indicated on the drawings. Frame and covers shall be cast or ductile iron and set in a bed of mortar on the top of the manhole and completely grouted outside and wiped smooth. Ring and cover shall be USF- 170 or approved equal. Cover shall read "Sanitary Sewer." Watertight manhole covers are to be used wherever street runoff or high water may flood the manhole tops. Locked manhole covers may be may be desirable in isolated easement locations or where vandalism may be a problem. c. Where corrosive conditions due to septicity or other causes is anticipated, consideration shall be given to providing corrosion protection on the interior of the manholes. d. The minimum diameter of manholes shall be 48 inches; larger diameters are required for large diameter sewers. A minimum access diameter of 22- Y4 inches shall be provided. e. Outside drop manholes shall be precast and constructed for incoming lines having invert 24 inches or more above the invert of the manhole outlet, with DIP and tie rods per Detail No. 13.08. Shallow manholes shall be precast or Type B slab top precast and shall be constructed in accordance with ASTM C-478. f. Drop manholes should be constructed with an outside drop connection. Inside drop connection (when necessary) shall be secure to the interior wall of the manhole and provide access for cleaning. Inside drop connections shall be used only when approved by the Utilities Department Engineering Division. g. Due to the unequal earth pressure that may result from the backfilling operation in the vicinity of the manhole, the entire outside drop connection shall be encased in concrete. h. A bench shall be provided on each side of any manhole channel when the pipe diameter(s) are less than the manhole diameter. The bench should be sloped no less than 1:2 inch per foot (4 percent). No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. "T' C' ') '7 .1 0-""'-' AED -D' Antignac Street Drainage Improvements 15. All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused. 16. The Engineer shall provide a complete set of shop drawings, which shall indicate the Augusta Utilities Department's specific material requirements. In general, material requirements will be guided by the latest revisions of the specifications of A WW A and ASTM. -05. EXECUTION: A. GENERAL: 1. Authorization must be obtained from the Au~usta Utilities Department to construct. alter or modify a sanitary sewer line. Construction ofsewerinfrastruc- ture will be authorized by the Utilities Department upon approval of submitted plans and notification of the Augusta Utilities Department at least 48 hours (two working days) prior to starting construction (706-772-5503). 2. Installation of sanitary sewer pipe and associated appurtenances shall be in accordance with current ASTM specifications and manufacturer's requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to avoid damage. All pipe shall be carefully examined before it is installed in the trench. Damaged pipe or pipe which does not meet specification requirements shall be rejected and removed from the work site. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed only upon written approval of the Utilities Director. 3. Backfill shall be free of boulders and debris. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department's Inspector. 4. All concrete cradles, saddles, or encasements shall be installed as shown on the plans. These structures shall be constructed in strict accordance to the details shown on the plans. Concrete shall have a 28 day compressive strength of 3,000 psi when tested in accordance with ASTM Specification C-39. 5. All manholes indicated on the plans shall be furnished and installed by the Contractor in strict accordance with the plans. The invert channels shall be smooth and accurately shaped to the semicircular bottom conforming to the inside ofthe adjacent sewer sections as shown on the plans. Changes in direction of the sewer and entering branches shall have as long a radius of the true curvature as the size of the manhole TS-2-8 AED -D' Antignac Street Drainage Improvements will permit. 6. The top of manholes shall be topped out with brick as indicated on the plans. The number of courses will depend on the required elevation of the top of the manhole. The maximum number of brick courses allowed shall be three (3). 7. New sewer lines shall be inspected through use of camera inspection equipment with an Augusta Utilities Department Inspector at the time of installation and again before the one-year warranty expires. The Developer is to provide the Augusta Utilities Department with a color VHS system videotape of the inside of every reach of nan' :+",....-, n~Tw~r :~ntalled Th'" to,",,,, sball ,.",,...,,...rl m"'nholp. n1umber to manhnlp: l111ffihP:r ~ lllULY ~"'-' '-' l.l.l~.l ..L.1\...1 L-u.}I'-' .1..lJ.. J..'V",""V.L-..L \-4..1...1..&. _.L .L.L. ......... .L4-..L~ -' ...---~.... ......-....; date of recording, and distance from start of run. The tape shall include a distance and location description of every service line connection installed. The manhole numbering system shall be the same as shown on the approved development plans. B. SEWER PIPE LAYING: The pipe shall be laid with bell or groove end upgrade. Pipe shall be tested for soundness, clear interior and satisfactory j oint surfaces before lowering the pipe into the trench. Pipe shall be laid in straight lines and on uniform grades between points where changes in alignment or grade are shown. The pipe barrel shall be uniformly bedded. The line and invert grade of each pipe shall be checked from a top line carried on batter boards not over 25 feet apart or by use of a laser beam target inserted in each joint. Pipes shall be laid to form a smooth, uniform invert. A stopper shall be installed in the pipe mouth when pipe laying is not in progress. PVC gravity sewer pipe and force main shall be installed in accordance to ASTM D2321, latest revision. Ductile iron force main shall be installed in accordance with A WW A C600, latest revision. C. BACKFILLING AROUND PIPE: As soon as the joint material has set, fine earth shall be carefully tamped around each joint, and around and over the pipe to a depth of at least 2 feet above the top of gravity pipelines. Selected materials for this purpose shall be Class I or II soils as specified in ASTM D2321. Reconstruction of any roadway section or right-of-way shall be in accordance with the Georgia Department of Transportation and Augusta, Georgia Specifications (AUD- DetaiI18). D. SEWER STRUCTURES: Appurtenant sewer structures shall be constructed according to one or more of the following methods: 1. Masonrv: Brick for manholes and other sewer structures shall be laid with shove joints completely filled with mortar. Horizontal joints shall not exceed Y2 inch, vertical joints 1/3 inch on their interior face. In circular structures, all brick shall be laid as header with joints broken between courses. Interior joints shall be struck or wiped smooth with the face of the wall. The exterior of sanitary sewer manholes shall be plastered to a thickness of at least 2 inches. 2. Laving Brick and Concrete Block Work: Only clean brick or block shall be used. TS-2-9 AED -D'Antignac Street Drainage Improvements The brick or block shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar, nor so wet as to be slippery when laid. Each brick or block shall be laid in a full bed and joint of mortar without repairing subsequent grouting, flushing, or filling, and shall be thoroughly bonded as directed. 3. Plastering and Curing Brick or Block Masonry: Outside faces of masonry shall be plastered with mortar from 3 inches to 6 inches thick. If required, the masonry shall be properly moistened prior to application of the mortar. The plaster shall be carefully spread and troweled so that all cracks are thoroughly worked out. After hardening, the plaster shall be carefully checked by being tapped for bond and soundness. Unbonded or unsound plaster shall be removed and replaced. Masonry and plaster shall be protected from too rapid drying by the use of burlap kept moist, or by other approved means, and shall be protected from the weather and frost, all as required. 4. Manhole Inverts: Manhole flow channels shall be constructed of concrete, sewer pipe, brick or precast, and shall be of semicircular section. Each manhole shall be provided with such channels for all connecting sewers. The inverts shall conform accurately to the size ofthe adjoining pipes. Side inverts shall be curved and main inverts (where direction changes) shall be laid out in smooth curves of the longest possible radius which is tangent to the centerlines of adjoining sewers. 5. Drop Manholes: Drop inlets shall be provided into manholes on sanitary sewers for incoming lines having inverts 2 feet or more above the inverts of the manhole outlet lines. Drop pipe and fittings shall be encased in masonry integral with the manhole and extending from the manhole base to the top of the incoming sewer. Diameter of drop manholes to be four feet at a minimum. 6. Setting Manhole Frames and Covers: Manhole frames shall be set with the tops conforming accurately to the grade of the pavement or [mished concentric with the top of the masonry and in a full bed of mortar so that the space between the top of the manhole masonry and the bottom flange of the frame shall be completely filled and made watertight. A thick ring of mortar extending to the outer edge of the masonry shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush with the top of the flange and have a slight slope to shed water away from the frame. Manhole covers shall be left in place in the frames on completion of other work at the manholes. 7. Setting Precast Manholes Sections: Precast-reinforced concrete manhole sections shall be set so as to be vertical and with sections and steps in true alignment. TC' ') 1 (\ .Lu-~-lV AED -D' Antignac Street Drainage Improvements All holes in sections, used for their handling, shall be thoroughly plugged with mortar. The mortar shall be I part cement to 1 Y2 parts sand; mixed slightly damp to the touch until it is dense and an excess of paste appears on the surface; and then finished smooth and flush with adjoining surfaces. E. BULKHEADS AND FLUSHING: The contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until its removal is authorized by the Engineer. All sanitary sewer, except building connections shall be flushed with water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects corrected. As soon as possible after the pipe and manholes are completed on any line, the Contractor shall flush out the pipeline using a rubber ball ahead of the water. None of the flushing water or debris shall be permitted to enter any existing sewer. F . TEMPORARY PLUGS: Care shall be taken to prevent earth, water and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings for manholes. At all times when pipe laying is not actually in progress, the open ends of pipe and branches shall be closed with premolded gasket joint stoppers which conform with the same requirements as pipe being used. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. G. JOINTS AND STRUCTURE RIGHTNESS: All pipe joints shall be made as nearly watertight as practicable. There shall be no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipelines at the joints. Leaks in the pipelines which cause infiltration or exfiltration to exceed limits herein specified shall be repaired by replacing defective pipe. Grouting andlor caulking to repair pipelines where excessive infiltration or exfiltration is evident will not be permitted. H. FITTINGS AND STOPPERS: Branches and fittings shall be laid by the Contractor as indicated on the drawings and/or as directed by the Engineer. Open ends of pipe and branches shall be closed with premolded gasket joint stoppers which conform with the same requirements as pipe being used. 1. SEWER LINE RELATION TO WATER LINES: Sewer lines and sewer force mains in relation to water lines shall conform to "Ten States Standard" Section 29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe-to-pipe horizontal separation from known or proposed water mains. When a sewer crosses under a water main, there shall be at least 18 inches from the crown of the sewer line to the bottom of the water main. In all cases where adequate vertical separation as stated above cannot be achieved (or whenever sewer lines must be installed to cross above a water main), both the water and sewer lines shall be constructed of ductile iron pipe a distance of 1 0 feet on each side of their intersection with one full length of water main centered on the sewer line. TC 'I 1 1 .l. 0-"':"-1..1 AED -D' Antignac Street Drainage Improvements J. MINIMUM COVER FOR SEWER LINES: Gravity sewer lines shall have a minimum of 3 feet of cover at the crown of the pipe. In cases where this minimum cover cannot be achieved, ductile iron pipe shall be used. K.. DETECTABLE TAPE: Detectable tape as manufactured by Reef Industries of Houston, Texas, or equal shall be installed during the backfill operation at a point 1 foot below the final [mished grade. The detectable tape shall be a 5.5 mil composition film containing one layer of metalized foil laminate between two layers of inert plastic film specifically formulated for prolonged use underground. The tape shall be highly resistant to alkalis, acids and other destructive agents found in the soils. The detectable tape shall bear a continuous printed message "Caution Sanitary Sewer Line Buried Below." The message shall be printed in permanent ink formulated for prolonged use underground. Letters shall be clearly legible and have a minimum height of 1.2 inches. L. BORING AND JACKING: Where required by the drawings, the sanitary sewer line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the State Highway Department or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. 1. Casing Pipe: The casing pipe shall conform to the materials standards of ASTM Designation A252, with minimum wall thickness of 0 .219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. 2. Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. 3. Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of pipe by more than approximately I inch, remedial measures will be taken as approved by the Engineer. When installing water lines through casing, the Contractor shall mechanical joint pipe with retainer glands throughout the length of the casing. The sanitary sewer line shall be strapped to treated wooden skids with metal straps throughout the length of the casing. The empty space shall then be filled with sand and the ends of the casing shall be sealed with brick and mortar. M. FORCE MAIN INSTALLATION: In general, sewer force main must be installed in r-r'O '""' 1""\ 10-';:'-1.L AED -D' Antignac Street Drainage Improvements accordance with the water distribution system specifications. Polyvinyl chloride (PVC) force main must conform to ASTM D-2241, latest revision. Ductile iron force main must conform to ASTM A-377, latest revision. N. REMOVAL AND REPLACEMENT OF EXISTING PIPE AND EQUIPMENT: Where indicated on the drawings or required to properly place the work under this contract, as approved by the Engineer, the Contractor shall remove and replace such pipe lines and equipment in a manner as approved by the Engineer. O. INSPECTION INFILTRATIONIEXFILTRATION LEAKAGE TESTS: 1. Upon completion of a section of the sewer, the Contractor shall dewater it and cond~ct a satisfactory test to measure infiltration or exfiltration. The testing shall be conducted prior to any connections to buildings or active sewers. The Contractor shall be responsible for the satisfactory water-tightness of the entire section of sewer. All pipe joints shall be made watertight. There shall be no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipelines at the joints. Leaks in the pipelines which cause infiltration or exfiltration to exceed limits specified in section 14.3.2.2 shall be repaired by replacing defective pipe. Grouting andlor caulking to repair pipelines where excessive infiltration or exfiltration is evident will not be permitted. 2. The Contractor shall construct such weirs and bulkheads as may be required, shall furnish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. 3. The Contractor shall use a low pressure air test whereby the line is plugged and pressurized to 4 psi, and then held at that pressure for five (5) minutes. The low pressure air test shall be performed in accordance with the applicable sections of the Uni-Bell UNI-B-6-90, latest version. 4. In addition to line testing, manholes shall also be tested using low-pressure vacuum methods according to Uni-Bell UNI-B-6-90. -06. MEASUREMENT AND PAYMENT: Payment will be made at the lump sum contract prices as shown in the bid schedule. TS-2-13 AED -D' Antignac Street Drainage Improvements SECTION TS-3 DEWATERING -01. SCOPE: A. RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Special Conditions apply to this Section. B. SUMW~Y I. This Section includes construction dewatering. C. PERFORMANCE REQUIREMENTS 1. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground- water flow into excavations and permit construction to proceed on dry, stable subgrades. a. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. b. Prevent surface water from entering excavations by grading, dikes, or other means. c. Accomplish dewatering without damaging existing buildings adjacent to excavation. d. Remove dewatering system when no longer needed. D. QUALITY ASSURANCE 1. Regulatory Requirements: Comply with Augusta, Georgia requirements for erosion control with regard to water disposal. E. PROJECT CONDITIONS 1. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. TS-3-1 AED -D' Antignac Street Drainage Improvements F _ Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. -02. PRODUCTS: (Not Used) -03. EXECUTION: A. PREPARATION I. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. a. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared sub grades, and from flooding site and surrounding area. b. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. c. Protect all soil stock piles from damage due to rain or water accumulation. 2. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. a. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner. Provide alternate routes around closed or obstructed traffic ways. B. INSTALLATION I. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls where such system is needed to control water. 2. Before excavating below ground-water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. TS-3-2 AED -D' Antignac Street Drainage Improvements 3. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations. a. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. 4. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. a. Maintain piezometric water level a minimum of 24 inches below surface of excavation. 5. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control devices as needed. 6. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. a. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches below overlying construction. 7. Damages: Promptly report and repair damages to adjacent facilities caused by dewatering operations. c. OBSERVATION WELLS I. Provide, take measurements, and maintain observation wells or piezometers as may be required to provide reliable inforn1ation as to the effectiveness of the dewatering system. 2. Observe and record daily elevation of ground water and piezometric water levels in observation wells. 3. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation-well risers to demonstrate that observation wells are functioning properly. 'T'0 ..., ""'t 1 u""..J"".J AED -D' Antignac Street Drainage Improvements 4. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. -04. MEASUREMENT AND PAYMENT: Any and all costs associated with dewatering shall be included III the Lump Sum Construction pay item of the bid schedule. TS-3-4 AED -D'Antignac Street Drainage Improvements TS-A APPENDIX" A" Report of Geotechnical Exploration D' Antignac Street Drainage Improvements Richmond County, Georgia prepared for Augusta-Richmond County prepared by GRA YES ENGINEERING SERVICES, INC. 1220 West Wheeler Parkway, Suite F Augusta, Georgia 30909 706-651-9922 Fax 706-651-0810 AED -D' Antignac Street Drainage Improvements GRAVES ENGINEERING SERVICES, INC. 1220 W. Wheeler Parkway Suite F Augusta, GA 30909 (706) 651-9922 September 6, 2008 Augusta-Richmond County clo The Cranston Engineering Group, P.c. 452 Ellis Street P.O. Drawer 2546 Augusta, Georgia 30903 ATTENTION: Mr. Scott Williams SUBJECT: Report of Geotechnical Exploration D' Antignac Street Drainage Improvements Richmond County, Georgia Graves Engineering Project No. P-081683 Gentlemen: Graves Engineering Services, Inc. is pleased to submit this report of our exploration services for the proposed project. Our services were provided in accordance with your verbal authorization. This report presents a review of the information provided to us, a discussion of the site and subsurface conditions, and our earthwork recommendations. The appendix contains the results of our field and laboratory testing. Project Information The project consists of the 0' Antignac Street Drainage Improvements in Richmond County, Georgia. The project includes the installation of a new storm drain line that starts from D' Antignac Street and extends approximately 2000 linear feet to the nOlih and east to just south of the third level of the Augusta Canal near 12th Street. The route crosses D' Antignac Street, 13th Street, Walton Way, a CSX Railroad on 12th Street and possibly a CSX Railroad that runs from the corner of 13th and D'Antignac Street t~ Walton Way and 12th Street(a1temate number 3). There are currently three alternate routes for the 13l Street and railroad crossings. The routes are shown on preliminary plan drawings prepared by and provided to us by the Cranston Engineering Group. We understand that the road and railroad crossings are planned to be bored and jacked such that the pavement/rail sections will remain intact. We understand that the storm sewer line is to be constructed of 84-inch precast concrete and will be installed to depths of 15 to 20 feet below existing grades. Purpose Of Exploration The purpose of this exploration was to obtain specific subsurface data at the site and to provide earthwork recommendations for the proposed project AED -D'Antignac Street Drainage Improvements \ugusta-Richmond County ;/0 The Cranston Engineering Group, P.c. ;eptember 6, 2008 -Page 2- ~ite Conditions Ne conducted a site reconnaissance to observe and document surface conditions at the site. Information ~athered was used to help us interpret the subsurface data and to detect conditions which could affect our 'ecommendations. ['he main easement alternates generally run through paved or gravel parking/drive areas or adjacent to or n I 2lh Street. The topography of the route is generally level to gently sloping towards the Augusta Canal. ~o detailed topographic data was provided. The alternate number 3 route runs though an area utilized as i construction/ maintenance area located just east of one of the CSX railroad easements. This area is ~enerally cleared of vegetation and were covered with gravel, grass or had surface soils exposed. Surface ;oils exposed consist of a sandy organic topsoil or coastal plain sands and silts. Some rubble fill was ilso noted. Surface water was noted only in the Augusta Canal. We Geologic Conditions ['he site is located near the fallUne which is the contact area of the Upper Coastal Plain Province and the )iedmont Province. The Georgia Piedmont Province is a broad plateau gently sloping from the Blue ~idge Mountains to the Coastal Plain, covering a distance of approximately one hundred miles in this lrea. The project site is located in the Coastal Plain Physiographic Province. The Coastal Plain consists nainly of marine sediments which were deposited during successive periods of fluctuating sea level and noving shoreline. The formations dip slightly seaward and several are exposed at the surface in bands Jaralleling the coast. Many beds exist only as fragmental erosional remnants sandwiched between more ;ontinuous strata above and below. The soils in this province are typical of those laid down in a shallow ;loping sea bottom; interbedded sands, silts, and clays. The near surface soils at the site are fluvial ieposits from the ancient Savannah River floodplain. These soils overlay residual soils and crystalline 'ocks of the Piedmont. ~ubsurface Conditions rhe subsurface conditions were explored with widely spaced soil test borings drilled according to the Jrocedures presented in the appendix. The boring locations and depths were selected by The Cranston ~ngineering Group, P.c. and are indicated by general location on the attached boring records (linear Jroject - no boring map provided). The actual field boring locations were determined by our engineer Nhich used a lOO foot tape and turned estimated right angles relative to landmarks along the route. The JoJing locations shown in the appendix should be considered accurate only to the degree implied by the nethod used. Boring elevations were not provided or obtained. [he subsurface conditions encountered at the boring locations are shown on the Test Boring Records in :he Appendix. These Boring Records represent our interpretation of the subsurface conditions based on :he field logs, visual examination of field samples by an engineer and tests of the field samples. The lines jesignating the interface between various strata on the Boring Records represent the approximate mterface location. In addition, the transition between strata may be gradual. Water levels shown on the 80ring Records represent the conditions only at the time of our explorat\.~ -D' Antignac Street Drainage Improvements Aug usta-Richmond County c/o The Cranston Engineering Group, P.c. September 6, 2008 -Page 3- A to tal of 12 soil test borings were drilled along the route to depths ranging from 20 to 30 feet below the grollnd surface. The soil test borings revealed a subsurface profile generally consisting of typical fluvial coastal plain deposits over residual soils of the piedmont. The surficial layer consisted of sandy topsoil with organics and rubble, gravel or asphalt paving. The topsoil, rubble and gravel was encountered to a depth of 2 to 48 inches below the ground surface. The asphalt surface course in the various paved areas ranged from 1.5 to 3 inches in thickness. The GABC layer ranged from 1.5 to 4.5 inches in thickness. It should be noted that a boring attempted in 12th Street encountered asphalt to a depth of 7 inches. This boring then encountered old concrete paving and the boring was terminated. The fluvial, coastal plain soils encountered typically consisted of sands with varying fine grained particle content(SW to SC) interbedded with fine grained clayey silt(ML). These soils were generally encountered to depths of 18 to over 25 feet below the surface. The sandy soils were generally very loose to firm in consistency with standard penetration resistance's ranging from 3 to 17 blows per foot. The fluvial clayey silt(ML) were recorded to be generally soft to very stiff in consistency with standard penetration resistance's of 3 to 18 blows per foot recorded. The piedmont clayey silts(ML) were recorded to be very stiff to hard in consistency. Standard penetration resistance's ranged from 16 to 50 blows per foot. Groundwater Conditions Groundwater was encountered in the borings at depths of 13.0 to 22.0 feet at the time of boring. Groundwater was encountered in intermittent borings at depths ranging from 8.0 to 17.0 feet at one to several days after drilling. The groundwater was generally encountered in or near layers of fairly clean to slightly silty fine to coarse sands(high permeability). In fine grained soils and clayey sands, it may take several days for water levels to stabilize. Fluctuations in the groundwater level can occur due to variations in rainfall, evaporation, construction activity, surface runoff, and other site specific factors. The highest groundwater levels are generally encountered in early spring and the lowest in late summer. Utility Construction Considerations As stated previously, we understand that the storm sewer line is to be constructed of 84-inch precast concrete and will be installed to depths of 15 to 20 feet below existing grades. Some deep cuts are to be extended below the groundwater level and are located in areas with relatively clean to slightly silty fine to coarse sands. This may require wellpoint dewatering as the excavation proceeds(please see the construction water control section of this report). The soils encountered in all areas of the route that were explored should be amiable to excavation with normal excavation equipment. Deep cuts are anticipated below levels where hard residual soils were encountered. Our previous experience indicates that even partially weathered rock(with penetration resistances above 50 blows to 1 inch of penetration) can be excavated with normal excavation and cutting equipment augmented with ripping tools. We expect that excavation and cutting operations in these soils can be expedited by the use of larger, more powerful equipment. AED -D' Antignac Street Drainage Improvements Augusta-Richmond County c/o The Cranston Engineering Group, P.c. September 6, 2008 -Page 4- We recommend that the excavations be shored, sloped or benched as required to provide stability and a safe work environment. For the soils encountered, we recommend that cut slopes of 2H: I V be utilized. This may require a wide temporary easement at some locations. Heavy construction equipment and materials removed from the excavations should not be placed within 5 to 10 feet of the top of the excavation. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. It is our understanding that these regulations are strictly enforced and if they are not closely followed, the owner and contractor could be liable for substantial penalties. Since preliminary plans call for the pipe at several locations to be installed below the groundwater table, we recommend that 12 to 18 inches of clean stone be utilized for pipe bedding in wet areas. Compaction of pipe backfill at several locations may be extremely difficult due to the anticipated wet conditions. In addition, wet silty and clayey soils removed from the excavations will require significant drying time prior to reutilization as fill. Therefore, construction planning should assume that significant volumes of select stone bedding and initial pipe backfill will be required. Compacted Fill Recommendations We recommend that soils to be used as trench backfills be free of debris and have less than 2% by weight fibrous organic material. They should have a liquid limit less than 60 and a plasticity index less than 25. Before filling operations begin, representative samples of each proposed fill material should be collected. The samples should be tested to determine the maximum dry density, optimum moisture content, natural moisture content, gradation and plasticity of the soil. These tests are needed for quality control during compaction and also to determine if the fill material is acceptable. We have conducted laboratory testing and visually inspected soil samples obtained from the site. We expect that most of the sands and silts encountered in the borings are acceptable for use as compacted backfill. Some of the soils near borings B-2A, B-3, B-3B, BAA, B-5 and B-6 may not be acceptable for use as compacted fill due to organic content. In addition, as stated previously, wet soils(especially clayey soils) removed from the excavations may require significant drying time prior to reutilization as fill. We recommend that all compacted fill be constructed by spreading acceptable soil in loose layers not more than 10 inches thick. The fill should be compacted in thin lifts to at least 95 percent of the Standard Proctor maximum dry density (ASTM D-698). The upper 12 inches of fill beneath pavements should be compacted to at least 100 percent of the Standard Proctor maximum dry density . The moisture content of the fill soils should be maintained within +3 and -3 percentage points of the optimum moisture content as determined from the Proctor compaction test. This provision may require the contractor to dry the soils during periods of wet weather or wet the soils during the hot summer months. AED -D' Antignac Street Drainage Improvements Augusta-Richmond County c/o The Cranston Engineering Group, P.c. September 6,2008 -Page 5- We recommend that the backfill placement and compaction be observed and documented by the geotechnical engineer. Significant deviations, either from specifications or good practice, should be brought to the attention of the owner's representative, along with appropriate recommendations. At least one field density test should be performed for every 100 to 200 linear feet.of trench for each lift. Retaining Structures We understand that sheetpiling may be utilized as shoring for the excavations for the bore and jack pits. The sheetpiling will act as a below grade walls when the pits are excavated. These sheetpile walls must be designed to resist soil pressures imposed on them. Walls which are permitted to rotate at the top, such as sheetpiling walls, should be designed to resist "active" lateral earth pressure. Typically, a top rotation of about 1 inch per lO feet height of wall is sufficient to develop active pressure conditions in soils similar to those encountered at the site. To account for the active" lateral pressures of retained earth, we recommend that the temporary retaining system design assume that the soils behind the bracing system will apply a triangular stress distribution based on the exca vation depth and the following strength parameters for the natural soils at this site: ANGLE of INTERNAL MA TERIAL UNIT WEIGHT(PCF) FRI CTI 0 N (De grees) COHESION(PSF) Firm SW -SM 115 33 0 Very Loose SW-SM 95 27 0 Loose SW-SM 100 29 0 Very Loose SM 95 25 0 Loose SM 100 27 0 Firm SM 110 29 0 Very Finn SM 115 30 0 Dense SM 120 32 0 Loose SC 105 28 150 Firm SC 115 30 300 Very Finn SC 120 32 700 V.Soft Clayey ML 85 10 100 Soft Clayey ML 90 11 300 Firm Clayey ML 95 12 800 Stiff Clayey ML 100 13 1500 Very Stiff Clayey ML 105 14 3000 Hard Clayey ML 108 15 6000 . . . *EB B *"tl~""" St. "d B. 'U'I<'!;" lillI" vvements Augusta-Richmond County c/o The Cranston Engineering Group, P.c. Se ptember 6, 2008 -Page 6- The compacted mass unit weight of the soil should be used with the above soil parameters to calculate the corresponding earth pressure coefficients and lateral earth pressures. The above values are actual anticipated values and do not contain any safety factors. If dewatering systems are not provided, then the walls should be designed to resist the full hydrostatic head in addition to the lateral earth pressures in areas below the water table. The lateral pressures developed by surcharge loads from slopes, heavy construction equipment, stored material, stockpiled soils, etc. near the top of the excavation must be added to the lateral soil stresses to determine the horizontal loads which must be resisted. In addition, transient loads imposed on the walls by construction equipment during construction should be considered. Excessively heavy equipment (that could impose temporary excessive pressures or long term excessive residual pressures against the constructed walls) should not be allowed within about 5 feet (horizontally) of the walls. Construction Water Control We expect that groundwater control will be required for most of the alignment due to the presence of groundwater well above the proposed excavation depths. Since some of the excavations will extend several feet below the groundwater level in sandy soils, we anticipate that a wellpoint dewatering system may be required at these locations. Well points are small diameter wells that are jetted or driven into the soil(at 3 to 10 foot spacings depending upon soil type) and are placed in straight lines along the area to be drained. They are connected at the top to a horizontal suction pipe called a header and then connected to pump specifically designed for dewatering work. The wellpoints may require staging at various levels as the excavation proceeds to provide the required drawdown of the water table. We recommend that the design of the dewatering system be performed by a specialty contractor that is experienced with similar conditions. We also recommend that pumping continue until the trench is completely backfilled such that backfilling can be completed in as dry a condition possible. Basis For Recommendations The recommendations provided are based in part on project information provided to us and they only apply to the specific project and site discussed in this report. If the project information section in this report contains incorrect information or if additional information is available, you should convey the correct or additional information to us and retain us to review our recommendations. We can then modify our recommendations if they are inappropriate for the proposed project. Regardless of the thoroughness of a geotechnical exploration, there is always a possibility that conditions between borings will be different from those at specific boring locations and that conditions will not be as anticipated by the designers or contractors. In addition, the construction process may itself alter soil conditions. Therefore, experienced geotechnical personnel should observe and document the construction procedures used and the conditions encountered. Unanticipated conditions and inadequate procedures should be reported to the design team along with timely recommendations to solve the problems created. We recommend that the owner retain Graves Engineering to provide this service based upon our familiarity with the project, the subsurface conditions and the intent of the recommendations. i\ugusta-Richmond County :10 The Cranston Engineering Group, P.c. ;eptember 6, 2008 -Page 7- We recommend that this complete report be provided to the various design team members, the contractors and the project owner. Potential contractors should be informed of this report in the "instructions to bidders" section of the bid documents. We wish to remind you that our exploration services include ~toring the samples collected and making them available for inspection for 60 days. The samples are then ::liscarded unless you request otherwise. We will be happy to discuss our recommendations with you and would welcome the opportunity to provide the additional studies or services necessary to complete this project. We appreciate the opportunity to provide our professional services and look forward to working with you on the remainder of this project and on future projects. If you have any questions concerning this report or wish to have further discussions, please contact us at (706) 651-9922. Attachments: Test Boring Records Field and Laboratory Testing Procedures AED -D' Antignac Street Drainage Improvements SOIL TEST BORING RECORD GRA YES ENGINEERING SEAVICES IRING NO. B.l PROJECT: D' Antignac Street Drainage Improvements LOCATION: NE of D' Antignac St. - Richmond Co., Georgia GRA YES PROJECT NO.: G-081683 I GROUND SURFACE ELEVATION: N/A I DRILLING METHOD: 3.25" I.D. ADGER Page 1 of I 'E COMPLETED: 07/31/08 ~~ t!J U.S.C.S. Soil Classification a:..; W~ 5:..; ~~ Standard Penetration Resistahces :::::.-::-::::.::: 0-2" Asphalt, 2-3.5" GABC ::.:.:::.:.::::<.:. Firm, Grey-Brown, Clayey, Silty Fine :::::::::::;::: Sand(SC) ~U~ Firm to Stiff, Gray-Tan-Brown, Fine Sandy, " Clayey Silt(ML) ~ ~ ,~~ ~~ ~~~ II I~ 10 20 30 40 50 60 70 6090 w - :J Z:;;! > 88 , 14 88 ill 08 SS 4 09 88 . 1 1 ::::::::::/::::?: Firm,Tan-Orange-Gray, Slightly Silty Fine to ::.:<.:.;::.:.:::; Coarse Sand(SW -SM) with gravel and ML ::>:::::::/;} Seams at 18 to 20' ..... ,',.. . .,............. . " . " 58 I. . 12 ...,.:......,' '"..... ", ....,.',.....,' .,...... ", .........:..,' '"..... ", .....:......: . .' . " .;,....'.'.... .', . . ',',','.'''.',' ........ ,', .:......,'.... ',,', ,', ", ':. .... ':. .,' Boring Terminated At 20.0 Feet. Groundwater encountered at 13.0 feet at the time of boring. ss .. 15 SS - Split Spoon Sample I____J I . I I , AED 1D' Ant gnac trey Dr intge\Ilpro emeni SOIL TEST BORING RECORD GRA YES ENGINEERING SERVICES RING NO. B-2 PROJECT: D' Antignac Street Drainage Improvements LOCATION: West 13th St. Bore Pit(Alt. #1)- Richmond Co., Georgia GRA VES PROJECT NO.: G-081683 Page 1 of 1 'E COMPLETED: 08/06/08 GROUND SURFACE ELEV ATION: N/A DRll..LING METHOD: 3.25" I.D. AUGER ~ ~ (!) U,S.C.S. Soil Classification tr..; i~ w ~~ Standard Penetration Resistances - :0 Z...J <( > 10 20 30 40 50 60 70 8090 58 10 58 09 0_210 Asphalt, 2-4.5" GABC Stiff, Dark Grey-Tan-Brown, Fine Sandy, Clayey Silt(ML) 58 08 S8 58 08 :.::.::.::' Very Loose to Loose,Gray-Tan, Slightly Silty T .::-::-\ Fine to Coarse Sand(SW-SM) with gravel -= :::<> Note: 5.3% Passing 200 Sieve on Sample #6. 03 58 09 Very Stiff, Grey-Green, Fine Sandy, Clayey Silt(ML) S8 26 Boring Terminated At 25.0 Feet. Groundwater encountered at 12.5 feet at the time of boring. SS - Split Spoon Sample I AED - ' AntigraC S eet rraira,e I prov1ments SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES RING NO. B-2A Page 1 of I PROJECT: D' Antignac Street Drainage Improvements LOCATION: West 13th 51. Bore Pit(Alt. #2) - Hole Offset 40' N(Concrete) GRA YES PROJECT NO.: 0-081683 1 GROUND SURFACE ELEVATION: N/A I DRILLING METHOD: 3.25" I.D. ADGER E COMPLETED: 08/06/08 i~ <!l U.S.C.S. Soil Classification ffied ~ i ~ ~ ~ Standard Penetration Resistances llJ . ::> 2<1 > o 10 20 30 40 5060 708090 I~~~ 0-2.5" Asphalt, 2.5-7.0" GABC >~':;~ Possible Fill - Very Soft to Soft, Dark Brown- r.>...."...:::., Red, Fine Sandy, Clayey Silt(ML) " ...... "- .... .'~"'\:'~ "..... '"....... <>:;<"- ..:'.....:: ------- ::.::.::./:.:>:.::. Finn, Red-Brown, Clayey, Silty Fine to )\.:..!{}i Medium Sand(SC) : ::.. ~::.. ~ :4'.. ; ::.. SS SS ~ ~ '\~ ~ / I .. 01 SS 03 11 ......,'........ ", ", ,', ,', ':.':.,".',' . . . . '. , .....':,-....,' ,', ...... ,', . .,.. ':. .:..,' ", ...... ", .....,........,' ", ...... ", ,',',' " SS 17 Loose to Firm,Tan-Brown, Fine to Coarse Sand(SW) with gravel ..... Note: 3.7% Passing 200 Sieve on Sample #6. 55 08 \ 55 ~ 11 Very Stiff, Yellow-Brown, Fine Sandy, Clayey Silt(ML) 5S l. 16 Boring Terminated At 25.0 Feet. Groundwater encountered at 12.5 feet at the time of boring. SS - Split Spoon Sample , AED D' Ant\gnac ftre1t Dtn ge 1I1protemenl RING NO. B.3 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES Page 1 of 1 E COMPLETED: 08/06/08 PROJECT: D' Antignac Street Drainage Improvements LOCATION: East 13th St. Bore Pit(Alt. #1)- Richmond Co., Georgia GRA YES PROJECT NO.: G-08l683 GROUND SURFACE ELEVATION: N/A DRILLING METHOD: 3.25" rD. AUGER ig <.') U.S.C.S. Soil Classification t~ :.:.-::.<.:.::::.: 0-3" Gravel/Stone .:.::::/:-:-:.:::.:. Possible Fill-Firm, Dark Brown-Grey, Clayey, ::::::::::::::::::::::: Silty Fine to Medium Sand(SC) with debris ::: :... ,-~'. .,' 88 :i::::(::::::::::: Note: 38.9% Passing 200 Sieve on Sample #2. .:..;...:.... ':,.:':..:';.-:':.. . " '. ,', ':. ,:,':", . " " " 58 58 ..... 85 .:.:::./:.:.::::/ Firm,Gray- Tan, Slightly Silty Fine to Coarse :::::?::?:::.:::: Sand(SW-SM) with gravel ',...... ", ':. .....:..,' ..... ,', ". .:..,......... ,.:..:..'..:.....:.:.. ':..:','::':::':.. :.:..;:.::;:.:..;:,:: .:.....,....,' .....,.. ,', ;.':::.::::. .:..:......,' ".', ,', ,', .:.....'...': ',.', ,', ,', ::':::';::':.':' ..'.'.'.'....,. ..",....... .', 55 Hard, Grey-Green, Fine Sandy, Clayey Silt(ML) 55 85 Boring Terminated At 25.0 Feet. Groundwater encountered at 12.5 feet at the time of boring and at 8.0 feet at I-day after boring. SS - Split Spoon Sample _\ i~ Standard Penetration Resistances UJ - ::0 Z...J <t: :> 10 20 30 40 5060706090 f 14 12 05 07 13 49 36 AED t' AntgnaC trer Drrnjge\Iiproremen,s SOIL TEST BORING RECORD RIN G NO. B-3A GRAVES ENGINEERING SERVICES Page 1 of 1 E COMPLETED: 08/06/08 PROJECT: D' Antignac Street Drainage Improvements LOCATION: East 13th S1. Bore Pit(Al1. #2) - Richmond Co., Georgia ORA VES PROJECT NO.: G-081683 GROUND SURFACE ELEVATION: N/A DRILLING METHOD: 3.25" I.D. AUGER I i~ I (!) U.S.C.S. Soil Classification cr:-l ~~ j~ ::::;:::/.<:: -. sp a t, . - . :./:.::.::::.>::: Firm, Brown, Slightly Clayey, Silty Fine ::.::<::.:::=:.::::. Sand(SM) '~:~~< Firm, Red-Brown, Very Sandy, Clayey ~,,~~> Silt(ML) " , ~ , ......... .. .. .::-::-::-: Loose, Red-Tan, Clayey, Silty Fine Sand(SC) 55 55 55 Stiff to Finn, Gray- Tan-Brown, Fine Sandy, Clayey Silt(ML) S5 Note: 77.2% Passing 200 Sieve on Sample #5, LL=48, PI=18 on Sample #5. ..... S5 .:.:::'/:':.:::-:.:: Firm,Orange- Tan-Brown, Slightly Silty Fine to :::{::::[}:}:: Coarse Sand(SW-SM) with gravel .:. .... .....,. ',...... .', .:.:::'/:'/:':.:: .... .... ':.',' " ...... ", ':. .;, .:..," ',...... .t, ':. ':. .....,. /.;:.:..;:.::;:.:: 55 Very Stiff, Brown-Grey-Green, Fine Sandy, Clayey Silt(MH>> 55 Boring Tenninated At 25.0 Feet. Groundwater encountered at 13.5 feet at the time of boring, SS - Split Spoon Sample LL - Liquid Limit PI - Plasticity Index Standard Penetration Resistances w . => Z;i > 10 20 30 40 5060708090 11 07 06 12 08 15 23 AED rD' An ignac\Strit D ai ag I pr emen s SOIL TEST BORING RECORD RING NO. B-3B GRA YES BVGINEERING SERVICES Page 1 of 1 PROJECT: D' Antignac Street Drainage Improvements LOCATION: East 13th St. Bore Pit(Alt. #3) - East of CSX Railroad GRAVES PROJECT NO.: G-081683 'E COMPLETED: 09/02/08 GROUND SURFACE ELEVATION: N/A DRILLING METHOD: 3.25" J.D. AUGER ~~ C!J U.S.C.S. Soil Classification ~~ ~~ '. .'. .'. ,'. 0 12" T 'I :,:::,:::,::,,: - OpSOl ::.:::::.:::::.:::::.:: Possible Fill-Firm, Black, Silty Fine to ,::,::./:.:::::.:::: Medium Sand(SM) with organics/coal/asphalt I,::. :';:: ~:.. :':: ::..:::::::::::: 58 S8 58 :.:-<.:<-:.<-:: Firm,Gray-Tan, Slightly Silty Fine to Coarse ::::/::/::/::: Sand(SW-SM) with gravel ::::!}:}:{\ Note: 7.6% Passing 200 Sieve on Sample #4. :::::::::::::::::i::::: .... 58 58 .:..:..:.... ..... ,', ,', ....'.'..:..: .:-:::::::-:.:::.:.:: Firm, Tan-Brown Fine to Coarse Sand(SW) :.::::.:.<-:<.:: with gravel ::.:::::.,'.' .:..:..:.... " ....'..'. .:..,'..:.',' ........... ','.':.':.': " ......... .:,.:......, .,........, .:.:::':.:::'/:':.:: 58 Hard, Grey-Green, Fine Sandy, Clayey Silt(ML) 55 Boring Terminated At 25.0 Feet. Groundwater encountered at 13.5 feet at the time of boring and at 10.0 feet at I-day after bori ng. SS - Split Spoon Sample Standard Penetration Resistances w . ;) 2...1 <l: > o 10 20 30 40 50 60 70 80 90 , 09 07 06 18 11 12 38 AED f' Ant nac tre Dr in ge m ro emen SOIL TEST BORING RECORD RING NO. B-4 GRAVES ENGINEERING SERVICES Page 1 of 1 'E COMPLETED: 08/06/08 PROJECT: D' Antignac Street Drainage Improvements LOCATION: South Walton Way Bore Pit - Richmond Co., Georgia GRAVES PROJECT NO.: G-081683 GROUND SURFACE ELEVATION: N/A DRILLING METHOD: 3.25" I.D, AUGER u I~ l? U,S,C,S, Soil Classification ~~ $:--' i~ ,:<:::::::::" -, sp a t, .J- . ::.::::>::,::./ Firm to Loose, Red-Brawn-Tan, Clayey, Silty ::':<':'::::'~:::' Fine Sand(SC) ::':::':~":';::' ':':::'/:':':::':':: " ",.', ,', :: ,~: ~ ::.:: ~ :: .:: ~ :/ 55 55 ,.,' ------ '::-::- ::-: Loose, Yellow-Brown-Red, Silty Fine :::::< :::: Sand(SM) :::> :::: Note: 18.8% Passing 200 Sieve on Sample #4, 55 58 ------ ". ::.>::<: Loose, Tan-Brown-Gray, Slightly Silty Fine to :.:<:.::. Coarse Sand(SW-SM) with gravel 55 55 Very Stiff, Tan-Red-Grey-Green, Fine Sandy, Clayey Silt(ML) 55 Boring Terminated At 25.0 Feet. Groundwater encountered at 13,5 feet at the time of boring. 5S - Split Spoon Sample Standard Penetration Resistances w . ::J Z <i > 10 20 30 40 5060706090 13 10 07 05 10 08 30 I AED -f' Anti nac tree1 Dr na e m rov ment SOIL TEST BORING RECORD RING NO. B.4A GRA YES ENGINEERING SERVICES Page 1 of 1 E COMPLETED: 09/02/08 PROJECT: D' Antignac Street Drainage Improvements LOCATION: South Walton Way Bore Pit - East of CSX Railroad GRAVES PROJECT NO.: G-081683 GROUND SURFACE ELEV ATrON: N/A DRILLING METHOD: 3.25" I.D. ADGER ~~ <!J U.S.C.S. Soil Classification ~~ ~~ . . . " . Asp a t, - . ::.::::.:<-::-::.: Loose to Firm, Dark Brown-Red, Clayey, Silty ::':.:::-:.:::.:.::::. Fine Sand(SC) with some :... :... :,'.:: 1...""; _1_1_..!... LIe I~--an: ~~ ':..:':.,:':.,:":" UIIl....JVIUUU IUI1:6 11l.,1> ':..:','::':..:':.. ':::':::':_.:':.. " ,',,', ,', .,..':.'...... . " .' " 55 55 :::::::: ::: Loose, Yellow-Tan-Red, Slightly Clayey, Silty :::::::::: Fine Sand(SM) 55 88 :'>>> Firm, Gray-Tan, Fine Sandy, Clayey Silt(ML) .. .. ... '" ..... 88 , .::.::-::.: Firm, Tan-Brown, Slightly Silty Fine to Coarse :::>:::: Sand(SW-SM) with gravel 58 Very Stiff, Brown-Tan-Red-Grey, Fine Sandy, Clayey Silt(ML) 88 Boring Terminated At 25.0 Feet. Groundwater encountered at 14.5 feet at the time of boring. SS - Split Spoon Sample Standard Penetration Resistances w " ::> Z;i '" , 0 20 30 40 50 60 70 B 0 90 09 17 08 06 07 15 27 AED rD'An ignac treit DTinrge\I1pr,emen s SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES UNG N"O. 8.5 Page lof 1 PROJECT: D' Antignac Street Drainage Improvements LOCATION: North Walton Way Bore Pit (offset to Railroad R.O.W.) GRAVES PROJECT NO.: 0-081683 I GROUND SURFACE ELEV ATrON: N/A I DRILLING METHOD: 3.25" I.D. AUGER :: COMPLETED: 08/07/08 i~ ~ U.S.C.S. Soil Classification ~~ $: -' i~ Standard Penetration Resistances W ::J Z-I ~ '0 20 30 40 50 60 70 80 90 ::~>~>/. 0-24"lopsoil, Gravel & Asphalt Fragments .:.::::.::::.>::. Loose, Dark Brown, Clayey, Silty Fine :::-:::::<::<::. Sand(SC) with gravel :.::::/:::.:::::.:: Note: Hydrocarbon odor noted. ~ Stiff to Very Stiff, Gray-Tan-Brown-Red, Fine ~ Sandy, Clayey Silt(ML) ~~ ~~~ Note: Hydrocarbon odor noted. ."",,~ ~ ~.~'~ ~~~ ~,~~ .~",'S::--:: . , ' Firm to Loose,Gray-Tan, Fine to Coarse Sand(SW) with gravel 55 , 09 55 ~ \ 11 55 18 ..... 55 I 11 55 It 13 I 55 . 09 ..' . . 55 ~ 08 Boring Terminated At 25.0 Feet. Groundwater encountered at 13.5 feet at the time of boring and at 10.0 feet at 24-hours after boring. SS - Split Spoon Sample AED -p'Ant1gnac trei Drrn1ge mfroymentr GRAVES ENGINEERING SERVICES UNC NO. B-6 SOIL TEST BORING RECORD Page 1 of 1 : coMPLETED: 08/07/08 PROJECT: D' Antignac Street Drainage Improvements LOCATION: South 12th St. R.R. Bore Pit - Offset 30' East (Power Lines) GRAVES PROJECT NO,: G-081683 GROUND SURFACE ELEVATION: N/A DRILLING METHOD: 3.25" I.D. AUGER i~ !!l U.S,C,S, Soil Classification a:-, ~~ :;:-' OpSOl, rIe ragments Loose, Brown, Silty Fine Sand(SM) with brick fragments Soft, Grey-Brown, Fine Sandy, Clayey Silt(ML) Note: Slight hydrocarbon odor noted. Stiff, Gray-Tan, Fine Sandy, Clayey Silt(ML) Note: Slight hydrocarbon odor noted. ... ::-\:-: Loose,Tan-Gray, Fine to Coarse Sancf(SW) :::::::::: with gravel Very Stiff to Hard, Yellow-Brown-Red-Grey, Fine Sandy, Clayey SiltCML) Boring Terminated At 25.0 Feet. Groundwater encountered at 13.0 feet at the time of boring and at 10.0 feet at 24-hours after boring. SS - Split Spoon Sample i~ Standard Penetration Resistances tU - ::l 2<;1 > 10 20 30 40 50 60 70 8090 58 07 55 03 55 11 58 15 58 07 58 28 43 58 AED 1D'An 'gnac tre t Dr in ge\I pro emen s SOIL TEST BORING RECORD GRAVES BVGINEERING SERVICES UN G NO. B.7 Page 1 of 1 PROJECT: D' Antignac Street Drainage Improvements LOCATION: North 12th St. R.R. Bore Pit - Offset 20' East (Power Lines) GRAVES PROJECT NO.: G-081683 ~ COMPLETED: 08/07/08 GROUND SURFACE ELEVATION: N/A DRILLING METHOD: 3.25" LD. AUGER <:.::.::. Loose, Grey-Tan-Brown, Slightly Silty Fine ,::.::-::.: Sand(SP-SM) ... 58 08 Hard, Y ellow-Brown-Red-Grey, Fine Sandy, Clayey Silt(ML) 58 47 88 50 Boring Tenninated At 25.0 Feet. Groundwater encountered at 14.0 feet at the time of boring. SS - Split Spoon Sample AED , Ant nac treef Dr1in e fmrroiementt GRAVES ENGINEERING SERVICES RIN G NO. B-8 SOIL TEST BORING RECORD Page 1 of 1 PROJECT: D' Antignac Street Drainage Improvements LOCATION: Just South of 3rd Level Canal - Richmond Co., Georgia ORA VES PROJECT NO.: 0-081683 E COMPLETED: 08/07/08 GROUND SURFACE ELEV ATION: N/A DRILLING METHOD: 3.25" I.D. AUGER ~t3 <D U.S.C.S. Soil Classification C!:..,J ~~ 3:~ . . . . . OpSOl Possible Fill - Loose to Very Loose, Dark Brown, Silty Fine Sand(SM) with gravel .... ::::<?::::<::. Finn, Gray-Tan-Brown, Clayey, Silty Fine .....:.':.... S d(SC) ':,.:':..:':.-:':: an ',...... ", .... ','. .:..,' ...., ,', ,', .:..:......,. ..... ,', ,'. .:,.:......,. ..... ", ", .,'..,',.:.... .....,.. ,'. .,'.t.'........ ..... .', .', .;. ':. .:..,. , " ", ,', .:..:.':.... ',,', ,', ,', ':. .,'. ':.': Firm, Gray-Tan-Brown, Fine Sandy, Clayey Silt(ML) Hard, Yellow-Brown-Red-Grey, Fine Sandy, Clayey Silt(ML) Boring Terminated At 30.0 Feet. Groundwater encountered at 22.0 feet at the time of boring and at 17.0 feet at 24-hours after boring. SS - Split Spoon Sample i~ Standard Penetration Resistances LU .~ Z-J <{ > 10 20 30 40 5060706090 58 06 55 05 58 03 58 06 58 10 58 14 55 08 58 48 AED lD' Ant\gnac treer Driinige fmroymentt AED -D'Antignac Street Drainage Improvements FIELD AND LABORATORY TESTING PROCEDURES SO[L TEST BORINGS Soil sampling and penetration testing were performed in general accordance with ASTM D 1586. The borings were made by mechanically twisting a continuous steel flight hollow stem auger into L'1e soil. At regular intervals, soil samples obtained with a standard 1.4 inch J.D., two inch 0.0., split-barrel sampler. The sampler was first seated six inches to penetrate any loose cuttings, then driven an additional foot with blows of a 140-pound hammer falling 30 inches. The number of hammer blows required to drive the sampler the final foot was recorded as the "penetration resistance". The penetration resistance, when properly evaluated, is an index to the soil strength and foundation supporting capability. Representative portions of the soil samples, obtained from the sampler, were placed in glass jars and transported to our laboratory. In the laboratory, the samples were examined by an engineer to verify the driller's field classifications. Test Boring Records are attached, graphically showing the soil descriptions and penetration resistances. PERCENT FINES For this test, each sample was dried and then washed over a No. 200 sieve. The percentage of soil by weight passing the No. 200 sieve is the "Percent Fines" (the portion of the sample in the silt and clay size range). This test was conducted in general accordance with ASTM D 1140. The test results are summarized on the enclosed Soil Test Boring Records and on the attached Soil Classification Test Reports. LIQUID AND PLASTIC LIMITS Liquid Limit and Plastic Limit tests aid in the classification of the soils and provide an indication of the soil behavior with moisture change. The Plasticity Index is bracketed by the Liquid Limit (LL) and the Plastic Limit (PL). The Liquid Limit is the moisture content at which the soil will flow as a heavy viscous fluid, as determined in accordance with ASTM D 423. The Plastic Limit is the moisture content at which the soil begins to lose its plasticity, as determined in accordance with ASTM D 424. The data obtained are summarized on the enclosed Soil Test Boring Records. - ^ ~ , ,'.., , , ' -. ~ - , --." A.....,. ," AC:, :'H" I,' "'M" .., ,.I.'I.^.""'~' "~..' ":1:1, :. '- ,,' - .. A......:GA ., ~ TO:MMl~ L. GRIFFIN PLillv1BING & HEATlNGCOl\1PANY P.O. Box 2346 .. 3743 ATLANTlc AVENUE · MACON, GEORGIA 31204 TELEPHONE: (478)4n-5171 . FAX:(478)471-8195 PLUMBING, MECHANICAl & UTILITY CONTRACTOR BIDDER'S QUALIFICATION AN AFFIRMA T1VEACT10N/EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER AN AFFl RMA T1VEACT10NlEQUAL EMPLOYMENT OPPORTUNITY EMPLOYER a) ~ ToM1v1Y L. GRIFFIN PLUl\1BING & HEATING CO:MPANY P.O. Box 2346 .. 3743 A1l.ANllc AVENUE . MACON, GEORGIA 31204 TELEPHONE: (478) 477-5171 . FAX: (478) 471-8195 PLUMBING, MECHANICAl & lJTlUTY CONTRACTOR T ornmy L. Griffin Plumbing & Heating Co. has performed contract work with the following engineers and others: Wiedeman & Singleton, Inc. Contact Person: (404) 876-5862 Thomas & Hutton Engineering Contact Person: (912) 234-5300 Carter & Sloope, Inc. Contact Person: Mr. Tom Sloope or Mr. Don Carter (478) 477-3923 o 'Brien & Gere Engineers, Inc. Contact Person: Mr. Gerald Oberholtzer (706) 548-4881 Hofstadter & Associates Contact Person: Mr. Carl Hofstadter (478) 757-1169 G. Ben Turnipseed Engineers Contact Person: Mr. Ben Turnipseed (770) 333-0700 R. 1. Wood & Associates Contact Person: Mr. R. 1. Wood (478) 741-7044 Jordan, Jones & Goulding Contact Person: Mr. Ben Adams (706) 324-3213 Macon Water & Sewerage Authority Contact Person: (478) 741-9155 ZEL,Inc Contact Person: Mr. George Jimenez (706) 724-5627 City of Valdosta, GA Contact Person: Marty Carter (229) 259-3530 Lowndes County, GA County Engineering (229) 333-5119 Stantec Engineering Contact Person: Mr. Steve Belcher (478) 477-6100 Arcadis G & M (770) 431-8655 Page 1 TONllvfY L. GR.IFF:Il'T PLUlvIBING & HEATmG CONIP~L\J.'\fY P.O.8cx2345 · 3743 ATLANilc AVENUE . MACON, Ge-:RGiA 31204 TE-.:.=HCNE (478)477-5171 . FAX: (478) 471--8195 PLUME lNG, MEC:-1ANICAL & lJT1UTi CONTRACTOR Project: Contractor: Date of Contract: Contract Amount: Engineer: Owner: Project: Contrac~or: Date of Contract: Contract Amount: Engineer: Owner: ~ WORK IN PROGRESS PROJECT INFORMATION FORM "N" Street Drainage, Brunswick, Ga. Tommy L. Griffin Plumbing and Heating Co. September 17, 2007 $2,750,000.00 Stantec Engineers 4875 Riverside Dr. Macon, Ga. 31210 Attn: Steve Belcher 478-474-6100 City of Brunswick, Ga. Replace Underground Sewer System, Augusta, Ga. Tommy L. Griffin Plumbing and Heating Co. March 7, 2008 $1,895,213.91 O'Brien & Gere Engineers, Inc. 2500 Atlanta Hwy, Suite 510 Athens, Ga. 30606. 706-548-4881 East Central Regional Hospital, Gracewood Campus Attn: Chris Pittman, Maintenance Engineer 100 Myrtle Blvd. Gracewood, Ga. 30812 ~) Page 2 ToNIMY L. GRIFFIN" PLUMBING & HEATWG C011PANY P.O. Box 2346 .. 3743 ATlANTlc AVENUE . MACON, GEORGIA 31204 TELEPHONE: (478)477-5171 . FAX:(478)471-8195 PlUMBING, MECHANICAL & lITlUTY CONTRACTOR Project: Contractor: Date Of Contract: Contract Amount: Engineer: Owner: Project: Contractor: Date Of Contract: Contract Amount: Engineer: Owner: North Upatoi Trunk Sewer Upgrades Tommy L. Griffin Plumbing and Heating Co. July 1, 2008 $3,356,559.50 Jordan, Jones and Goulding, Inc. 6801 Governors Lake Pkwy, Bldg. 200 Norcross, Ga. 30071 770-455-8555 Columbus Water Works Board of Commissioners 1421 Veterans Pkwy Columbus, Ga. 31901 Artn: Steve Davis 706-649-3400 Wolf Creek WWTP Tommy L. Griffin Plumbing and Heating Co. October 17, 2008 $929,796.67 Rindt-McDuff Associates, Inc. City of Gray, Ga. ANAFFIRMATIVEACTlONlEQUAL EMPLOYMENT OPPORTUNITY EMPLOYER a) ~ Statement of Bidder's Qualifications Project Information Form projectTille: n" 51. 9;1~~.. Project Description: ~ [Jfi~ Project Owner: Owner Name: Contact Person: Phone Number: ~r?!it~JJa. Engineer/Construction Manager: :5~-/1~~~~~ ~~~_ 1 if? Q - Lf7~ -/(J/tJIJ Company Name: Contact Person: Phone Number: Contract Amount: Initial: j '/ ~/!, tJ 0 O. d~ Final: v Contract Time Initial: 31r~Z:; d~. Final: () Completion Date: END OF SECT10N Statement of Bidder's Qualifications Project Information Form Project Title: !A )~'rl~ ~ Project Description: U~ ~ Project Owner: g~~:~N;::~n: ~.. ~_ ,?!!~ Phone Number: Engineer/Construction Manager: Company Name: ~ ~ ~~:~c::U~~~~:, L;1*4s~~ ~rl;j~/l&- Contract Amount: Initial:# .L-/5~ ~ 10.3./ In Final: Contract Time ~~:t /dtJdr Completion Date: END OF SECTION Statement of Bidder's Qualifications Project Information Form projectTitle:5&~~ U~~ Project Description: !,)~, ~.h~'t Project Owner: Owner Name: Contact Person: Phone Number: ~ tH fj~L- ,. 4t. , i.j/T 'X tJ. 10 ~ '5lJYo Engineer/Construction Manager: ~~4. r;::d:~~0;,D4f- .if '7 - - ~;),~ - Company Name: - Contact Person: Phone Number: Contract Amount: Initial: &tJt!" t,t~. X~ Final: Contract Time ~~~ii .I 2 () dUvr - Completion Date: END OF SECT10N Project Information Form Projectl1tle: 1Iuu '-fif! ~uf~ Project Description: ~ ~aA Project Owner: Owner Name: Contact Person: Phone Number: q~~~,ik ~ - -30 Engineer/Construction Manager: cOmpanYName~~~~~ ~. Contact Person: '" v: ~ Phone Number: if/!)' -~ -:; Cf -'l36D Contract Amount: Initial: Final: /1fr/".{jJsm j ~ ; , 3 tJO Contract Time Initial: Final: Completion Date: END OF SECTION Stat~ment of Bidder's Qualifications Stat~ment of Bidder's Qualifications Project Information Form Project Title: ~.5::ite....e. at7r7~~ --"- Project Description: 5~ ~ Project Owner: - Owner Name: - Contact Person: - Phone Number: 11~.~~~,1k q / ~ - :#. 7C} - .~ to 4- ( Engineer/Construction Manager: - Company Name: - Contact Person: - Phone Number: ?{~~~~~i~~.~. J.Jr; !? - LL7d - G (iJ [J (l J 'J Contract Amount: Initial: . J.:t J.1~~~) fJ37 75 Final: ..5 J (J? 'l~ Lf--5';{ .~ / Contract Time Initial: j, tJtJ ~n/-J / Final: ~ Completion Date: END OF SECTION ~ ,., TOlvllvfY L. G~ PLTJ11BING & liEATrNG COMPAl'\f:{ P .0. Box 2346 · 3743 A iUNT1C AVENUE . MACCN, GE:RGiA 31204 TE-E?;-;CNE (478) 417-5171 . FAX: (478) 471-8195 FLUMEING, ME::-!ANIC~ & lJT1UTY CCNiMC7CF, KEY PERSONNEL Tommy 1. Griffin, Jr. - Age 55 - President High Schoo~ Education Associate Degree in Business Administration Active in business 3 1 years Supervises in all areas of company operations and job estimating for past 17 years Gloria G. Josey - Age 75 - Corporate Secretary/Treasurer High School Education Been with company 34 years Started as Payroll Clerk, has served as Office Manager for past 30 years Supervising all accounting and general office duties Richard J. WlITlberly - Age 65 High School Education and 2 years college Experienced in Production Nfanagement and Quality Control Served as Field Representative for large engineering firm Present position - assisting management in estimating, quality control and production Been with company 14 years Tommy 1. Griffin, ill - Age 3 1 - Vice-President Bachelor of Science in Civil Engineering Technology from Georgia Southern University Has 6 years experience ill construction and estimating Now performing work as Project 'Manager and Estimator ~ ~ ToNnvrY" L. GRIFFIN PLuM:sJNG & HEATING..COlYIP.ANi P.O. Box 2346 0 3743 An..AN1lC AVENUE . MACCN, GEORGIA 31204 TELEPHONE: (478)477-5171 . FAX: (478) 471-8195 FL.U/vISING, MECHANICAl & lfl1UTY CONTPACTCR FINAL'TQAL INF 0 RL"IA nON BONDING COMP Ai'N First Horizon Insurance Agency, Inc. Bond Departmem 200 Galleria Parkvray, SE, Ste. 600 Atlanta, Ga. 30339 (404) 266-7160 Contact: Doug Johnson BAL~"X Security National Bank Macon, Ga. (478) 722-6300 Contact: Shirley JacKson INSl:_TR.AJ.~CE CO. Al'ID AGENT Allen & Lambert, Inc.. P. O. Box 28410 Macon, Ga. 31208 (478) 474-<5468 FCCI P. O. Box 100057 ~u~ Ga.. 30096-9357 (800) 805-9357 National Trust Insurance 2849 Paces Ferry Rd. S lite 3 10 Atlanta, Ga. 303 3 9 (800) 722-1997 I Tommy L. Griffin Plumbing & Heating Co. Balance Sheets April 30, Assets Current Cash Accounts receivable Inventory Costs and estimated earnings in excess of billings on uncompleted contracts Income tax refund Prepaid expenses Property and equipment Other assets Liabilities and Stockholders' Equity Current Current portion of notes payable Accounts payable, including retainage payable on subcontracts of$307,585 (2008) and $191,266 (2007) Accrued expenses and withheld taxes Billings in excess of costs and estimated earnings on uncompleted contracts Income tax payable " Long term liabilities Notes payable, less current portion Deferred income taxes Due to stockholders Stockholders I eq!lity Common stock, 10,000 shares with par value of$50.00 authorized; 1,000 shares issued and outstanding Capital in excess of par value Retained earnings 2008 $ 106,368 1,988,638 163,284 100,747 14,730 2,373,767 2,212,843 124,000 $ 4,710,610 2007 $ 239,053 1,272,367 92,461 228,735 17,279 1,849,895 2,174,870 512,520 $ 4,537,285 $ 376,910 $ 333,981 755,667 843,495 95,796 127,451 191,422 24,394 7,313 1,419,795 1,336,634 589,402 838,182 168,206 70,889 447,659 618,410 1,205,267 1,527,481 50,000 403,666 1,631,882 2,085,548 $ 4,710,610 50,000 403,666 1,219,504 1,673,170 $ 4,537,285 For: Tommy L. Griffin Plumbing & Heating Co., Inc. P. O. Box 2346 Macon, GA 31203 (478)477-5171 ~1i~l~i~~~rz~~~~~2'''+'~C~~'~$~~~~~~~~~~4 ,',- ,." . '.. .~...:~. :.~.~ :;-'-~:':"i:'~:.'.:;~_:'.'."_~"::_;~_ ~"~;.<"'.'_:.. .... . ~;;.:: ;. . ~:;:- ..:. . .~.- .. ../ .. -. .... ;. -";..;" -":-; ~: ~~~ ,~.:' '. ~'~:-'.=.. .", ...-: - -. "., ;.. item'# cUsl"# ;Year' "":~:;:~:~,:,, ..... 0001 0002 0003 0004 0005 0006 0007 0008 0009 0010 0011 0012 0013 0014 0015 0016 0017 0018 0019 0020 0021 0022 0023 0024 0025 0026 0027 0028 0029 0030 0031 0032 0033 0034 0035 0036 2000 2000 1996 2001 1999 1987 1992 1987 1995 1995 1988 1995 1996 1988 1998 "",. ..... .---.....--...."...,-... '''''', .. ;,!-'Eqi.Jipl11erlt Description Sand pride Overseeder PS1572 Drain Cleaner K1500 B 13 Actel Radios wit'l'1 accessories Caterpillar Rubber Tire Backhoe Loader Model #416C Ditch Witch Trencher . Custom Made Trlr Pipe Laser1285-7 Button 3inch dry-prime pump Coleman Generator engine Dial-A-Grade Laser Dial-A-Grade Laser AGL Laser Dial-Grade-Laser John Deere Hydraulic Backhoe John Deere Rubber Tire Loader Kawaski W-70 Loader John Deere Motor Grader John Deere Rubber Tire Backhoe 41 OB John Deere Rubber Tire Backhoe John Deere Backhoe Komatsu Hydraulic Excavator Kobelco Loader Lincoln Welder Komatsu Excavator Komatsu Excavator Komatsu Wheel Loader Komatsu Crawler Loader Vemeer Bush Chipper Komatsu Excavator Gould 3 inch Vacuum Pump Smith Air Compressor W.O. Marshall 6 inch pump Ditchwitch Boring Machine John Deere Excavator Gas Monitor 120 M3610 37SE 1285S-2 C1447GP3RGT 792 544B 70Z1V-2 410B 410B 310 300 PC400LC PC200LC-6 WA250-1 0583-1 1250 PC200~-5 '=~;~ ~2rL~i:b':;t~~:~~~"'~~'t;i "',: '.. '" ',-: ':'~;.-""~. ::t '::.:;:,:i:~:=:_:=':~~_ ~.; . - ~-' .- . . :-. :. ':" . .;:::..~ '- ._=- '-0 :.. ". "':.:<'. ~ .. . . ...:.. ':. . .. ..... ..- -.., . . .; . ~ . :::'-.:.' ~- ~ ~ :, ~ For: Tommy L. Griffin Plumbing & Heating Co., Inc" P. O. Box 2346 Macon, GA 31203 (478)477-5171 . ,,- . - .' ~:X~~~C2~T"!';"~~;:i}k",~~"'"",,~~~~,*c;';i"';;;''''''''-~'-''.0:"'S~~~~t ... ,'. ..... .....-...... - . , "'-. ~":.~::.~~~~;~:;'~~'~~:. ~-;~j' .~,;:.~;'.::\:":. ':-_.. ...- ...... " "".. ..-. ~ ./ . .... ...... ~ : .... ,,,t:t,::::~:,::~:::;I":;:' If~i"m"#cusr'#, Y-eI~r' ,.0001 0002 0003 0004 0005 0006 0007 0008 0009 0010 0011 0012 0013 0014 0015 0016 0017 0018 0019 0020 0021 0022 0023 0024 0025 0026 0027 0028 0029 0030 0031 0032 0033 0034 0035 0036 2000 2000 1996 2001 ID# "",' ~"" "'",-,--:.: "::.-'q;,;~' _. ....- -: t..~... " ,:~::,(1~:f [J.Hf~;;1.:~L'~1~~-:;'~~f~J..\: . ., .....- -"" . ',-,' -~','~-','-"'":.--- ----. :',' "..,.. .. ....., . "_ .-:.... _-~... -'-':"~.-_::-_--::'_':-' _ .......:_;......_..;l .L.:~;;;.:.....:.=.:.~~... .' 1999 1987 1992 Sand pride Overseeder PS 1572 Drain Cleaner K1500 B 13 Actel Radios with accessories Caterpillar Rubber Tire Backhoe Loader Model #416C Ditch Witch Trencher Custom Made Trlr Pipe Laser1285-7 Button 3inch dry-prime pump Coleman Generator engine Dial-A-Grade Laser Dial-A-Grade Laser AGL Laser Dial-Grade-Laser John Deere Hydraulic Backhoe John Deere Rubber Tire Loader Kawaski W-70 Loader John Deere Motor Grader John Deere Rubber Tire Backhoe 4108 John Deere Rubber Tire Backhoe John Deere Backhoe Komatsu Hydraulic Excavator Kobelco Loader Lincoln Welder Komatsu Excavator Komatsu Excavator Komatsu Wheel Loader Komatsu Crawler Loader Vemeer Bush Chipper Komatsu Excavator Gould 3 inch Vacuum Pump Smith Air Compressor W.O. Marshall 6 inch pump Ditchwitch Boring Machine John Deere Excavator Gas Monitor 120 M3610 37SE 1285S-2 C1447GP3RGT 792 544B 70Z1V-2 410B 410B 310 300 1987 1995 1995 1988 1995 1996 PC400LC PC200LC-6 W A250-1 0583-1 1250 PC200LC-5 1988 1998 .':' :' .. ...::....~...; ,;. .:'..