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
.':'
:' ..
...::....~...; ,;. .:'..