HomeMy WebLinkAboutGoodale Place
Augusta Richmond GA
DOCUMENT NAME: ~ccx)C~le>\J\Ol~
DOCUMENT TYPE:
YEAR: q,
BOX NUMBER: 03
FILE NUMBER: \~\q~
NUMBER OF PAGES:
\D,
I
--
I
I
I
I
I
I
I
I
I
I
I
~;,u 1J:-/31'j'J (!M'1/(!~o-.O
SPECIFICATIONS
FOR
GOODALE PLACE
~
STREET AND UTILITY IMPROVEMENTS
PROJECT REFERENCE: 79-103{B)
:-
.
iii
PREPARED BY:
.
_ AUGUSTA-RICHMOND COUNTY
ENGINEERING DEPARTMENT
.
.
-
.
-
ROOM 701. MUNICIPAL BUILDING. 530 GREENE Sl'REET. AUGUSTA. GEORGIA 30911
PHONE: (706) 821-1706 FAX: (706) 821-1838
I
I
.1
MAY, 1997
PUBLIC WORKS AND ENGINEERING
ROOM 701
530 GREENE STREET
AUGUSTA. GEORGIA 30911
(706) 821-1706 FAX (706) 821-1838
August 5, 1997
Mr. Greg Beam
Beam Pavement Maintenance Company, Inc.
POBox 398
Beach Island SC 29841
RE: Goodale Landing
Project Reference: 79-130(B)
Dear Mr. Beam:
. 'I'his is your " Notice to Proceed" with the construction of the
above reference project in accordance with plans and
specifications as prepared by Engineering Department of Augusta
dated May, 1997. Your are to begin work on or before August 15,
1997 and fully complete the work by December 13, 1997 (120
calendar days).
We are enclosing herewith t~o(2) copies of the executed contract
documents. Please forward one (1) to your surety.
Sincerely,
~-~
P. Frank Purnell
Design Engineer
cc; Mr. Tom Wiedmeier, Assist. Director ARC Utilities,
With Documents
Mr. A.B. Mckie, Comptroller
Ms. Geri Sams, Purchasing Director, With Documents
Ms. Donna Williams, Accounting
Ms. Cheryl Nelson, Finance
Ms. Lena Bonner, Clerk of Commission, With Documents
PFP/psm
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
-.
ADVERTISEMENT FOR BIDS
SEALED BIDS
Utility Improvements for
including all materials,
appurtenances, hereinafter
for the construction of the Roadway 'and
Goodale Place at Augusta, Georgia,
tools, machinery, etc.together with
referred to by project name as
BID ITEM # - 97-066 Goodale Place
will be received by AUGUSTA-RICHMOND COMMISSION at the Purchasing
Department, Room 605 Municipal Bldg./530 Greene Street, Augusta, GA
30911 until then in referred to as the OWNER, at the office of the
Purchasing Director, Room 605, Municipal Building until 11:00 a.m.
on Monday the 9th day of June, 1997; at which time- all bids will
be publicly opened and read in the presence of those interested.
All work shall be in accordance with the contract
documents of the Augusta-Richmond County Engineer and Commissioner
of Public Works, hereinafter referred to as the Engineer.
Copies of the Contract Documents may be examined
during regular business hours at the Engineering Office, 7th Floor,
Municipal Building, Augusta, Georgia; at the following locations:
The F. W. Dodge Division Plan Room
Augusta, Georgia
The Augusta Builders Exchange
Augusta, Georgia
Copies of the Contact Documents for bidding purposes
may be obtained at the office of the Purchasinq Director upon
payment, of Twenty-Five Dollars ($25.00) for each set. (Non-
refundable)
Bids shall be addressed to Augusta-Richmond County
Commission, c/o Purchasing Director, Municipal Building,
Augusta,Georgia 30911, marking the envelope "Bid for Goodale Place.
Bid Item 97-066 shall be completed and submitted as
described in the Information for Bidders section of the Contract
Documents.
A Bid Guarantee, Performance Bond, and a Labor and
Material Payment Bond will be required.
No bid may be withdrawn for a period of Sixty (60)
days after the date and. time set for the receipt of bids.
The Owner reserves the right to waive any
informalities in bidding and to reject any or all bids.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Geri A. Sams, Purchasing Director
Augusta-Richmond County Consolidated Government
Date:
Advertised in Augusta Chronicle, May 21,24 & June 3, 1997
Augusta Focus, Mav 22; 1997
Metro Courier, May 21, 1997
.
.
I
I
.
.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INFORMATION FOR BIDDERS
Bids will be received by Augusta-Richmond County
Commission-Council, Georgia, (hereinafter called the "Owner"), at
the office of the Purchasing Director until 11:00 a.m.
June 9, 1997 , and then at said office publicly opened and read
aloud.
Each bid must be submitted' in a sealed envelope,
. addressed to Mayor and Augusta~Richmond County Commission-Council
at City-County Municipal Building, Augusta, Georgia 30911. Each
sealed envelope containing a bid must be plainly marked on the
outside as bid for Goodale Place and the envelope should bear on
the outside the name of the bidder, his address and his license
number, if applicable. If forwarded by mail, the sealed envelope
containing the bid must be enclosed in another envelope addressed
the Mayor and Augusta-Richmond County Commission, c/o Purchasing
Director, City-County Municipal Building, Augusta, Georgia 30911.
All bids must be made on the required bid form. All
blank spaces for bid prices must be filled in, in ink or
typewritten, and the bid form must be fully completed and executed
when submitted. Only on~ copy-of the bid form is required.
The Owner may waive any informalities or minor defects or
reject any and all bids. Any bid may be withdrawn prior to the
above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date
specified shall not be considered. No bidder may withdraw a bid
wi thin sixty (60) days after the actual date of. the opening
thereof. Should there be reasons why the Contract cannot be
awarded within the specified period, the time may be extended by
mutual agreement between the Owner and the bidder.
Bidders must satisfy themselves of the accuracy of the
estimated quantities in the Bid Schedule by examination of the site
and a review of the drawings and specifications including addenda.
After bids have been submitted, the bidder shall not assert that
there was a misunderstanding concerning the quantities of work or
of the nature of the work to be done.
The Contract Documents contain provisions required for
the construction of the project.. Information obtained from an
officer, agent, or employee of the Owner or any other person shall
not affect the risks or obligations assumed by the Contractor or
relieve him from fulfilling any of the conditions of the Contract.
Each bid must be accompanied by a bid bond payable to the
Owner for ten percent of the total amount of the bid. As soon as
the bid prices have been compared, the Owner will return the bonds
of all except the three lowest responsible bidders. When the
Agreement is executed the bonds of the remaining - unsuccessful
bidders will be returned. The bid bond of the successful bidder
will be retained until the payment and performance bond have been
executed and approved, after which it will be returned. A
certified check may be used in lieu of a bid bond.
IFB-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A performance bond and a payment bond, each in the amount
of 100 percent of the contract price, with a corporate surety
approved by the Owner, will be required for the faithful
performance of the Contract.
Attorneys-in-fact who sign bid bonds or payment bonds and
performance bonds must file with each bond a certified and
effective dated copy of their power of attorney.
The party to whom the contract is awarded will be
required to execute the Agreement and obtain the performance bond
and payment bond within ten calendar days from the date when notice
of award is delivered to the bidder. The notice of award shall be
accompanied by the necessary Agreement and bond forms. In case of
failure of the bidder to execute the Agreement, the Owner may at
his option, consider the bidder in default, in which case, the bid
bond accompanying the proposal shall become the property of the
Owner.
The Owner wi thin ten days of receipt of acceptable
performance bond, payment bond and Agreement signed by the party to
whom the Agreement was awarded, shall sign the Agreement and return
to such party an executed duplicate of the Agreement. Should the
Owner not execute the Agreement within such period, the bidder may,
by written notice, withdraw his signed Agreement. Such notice of
withdrawal shall be effective upon receipt of the notice by the
Owner.
The notice to proceed shall be issued within ten days of
the execution of the Agreement by the Owner. Should there be
reasons why the notice to proceed cannot be issued wi thin such
period, the time may be extended by mutual agreement between the
Owner and the Contractor. If the notice to proceed has not been
issued wi thin the ten day period or wi thin the period mutually
agreed upon, the Contractor ma~ terminate the Agreement without
further liability on the part of either party.
The Owner may make such investigations as he deems
necessary to determine the ability of the bidder to perform the
work and the bidder shall furnish to the Owner all such information
and data for this purpose as the Owner may request. The Owner
reserves the right to reject any bid if the evidence submitted by
or investigation of such bidder fails to satisfy- the Owner that
such bidder is properly qualified to carry out the obligations of
the Agreement and complete the work contemplated therein.
A conditional or qualified bid will not be accepted.
Award will be made-as -a whole to one bidder.
All applicable laws, ordinances and rules and regulations
of all authorities having jurisdiction over the construction of the
project shall apply to the contract throughout.
Each bidder is responsible for inspecting the site and
for reading and being thoroughly familia'r wi ththe Contract
Documents. The failure or omission of any bidder to do any of the
foregoing shall in no way relieve any bidder from any obligation in
respect to his bid. '
IFB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The low bidder must supply the names and addresses of
major material suppliers and subcontractors when requested to do so
by the Owner.
The engineer is the Augusta-Richmond Engineer.
IFB-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROPOSAL
FOR
GOODALE PLACE
Augusta-Richmond County Commission-Council
Municipal Building
Augusta, Georgia 30911
Gentlemen:
The undersigned as bidder, herein referred to as singular
and masculine, declares as follows:
1. The only parties interested in the proposal as principals are
named herein;
2. He has carefully examined and fully understands the Contract
Documents, including the drawings and technical
specifications;
3. He understands that information relative to existing
structures and underground utilities as furnished to him on
-the drawings, Contract Documents or by the Engineer, carries
no guarantee expressed or implied as to its completeness or
accuracy and he has made due allowances therefor;
4. He has made a personal examination of the site of the proposed
work and has satisfied himself as to the actual conditions and
requirements of the work;
and hereby proposes and agrees that, if the Proposal is accepted,
he will contract with Augusta-Richmond County Commission-Council,
Georgia, to furnish all machinery, tools, apparatus and other means
of construction and to do all work and furnish all materials called
for in accordance with requirements of the Engineer and the true
intent of the Contract Documents and that he will take in full
payment lump sum.
NOTE: Bidders must bid on the item.
P-1
ITEM# DESCRIPTION QUANTITY . UNIT PRICE TOTAL
I. Street
1. Grading 1 each Lump Sum S23.000.00
2. 24" Cencrete Curb &. Gutter 1155 L.F. @ $ 7 . 90 $ 9, 1 24 .50
3. 1 1/2" Type "E" Asphaltic 290 tons @$ 40.00 $11 . fiOO 00
Concrete
4. 8" Graded Aggregate Base 3200 sq. yd. @$ 6.50 $20,800.00
5. Saw Cut &. Patch Pavement 1 each @$ 500.00 $ 500.00
6. Grassing Lump Sum S 1 ,snn.oo
Sub Total $66.524.50
1. 8" Sanitarf Sewer (0-6') 219 L.F. @$ 11 .00 $ 2,409.00
2. 8" Sanitary. Sewer (6'-8') 436 L.F. @$ 1 2.80 $ 5,580.80
3. 8" Sanitary Sewer (8'-10') 155 L.F. @$ 13.20 $ 2,046.00
4. 8" Sanitary Sewer (10'-12') 144 L.F. @$ 14.50 $ 2,088.00
5. 8M Sanitary Sewer (12'-14') 206 L.F. @$ 1 S 00 $ 3.090.00
6. Sanitary Manhole (0'-6') 1 each @$ 950.00 $ 950.00
7. Sanitary Manhole (6'-8') 1 each @$1450.00 $ 1 ,450.00
8. Sanitary Manhole (12'-14') 1 each @$2000.00 $ 2.000.00
9. 6" Side Sewer 375 L.F. @$ R no $ 3,000.00
10. Tie to Existing Manhole 1 each @$ 200.00 $ 200.00
11. Cut, Remove &. Relay Sod Lump Sum S 2,800.00
12. Select Refill 975 cy. yd. @ $ 6.00 $ 5,850.00
Sub Total $31,463.80
,., ~f~"
f
I
I
I
I
1/. Storm Sewer
1. 15" Reinforced Concrete Pipe
2. 18" Reinforced Concrete Pipe
3. 18" Ductile Iron Pipe
4. Single Wing Trap
5. Double Wing Trap
6. Drop Inlet
7. Storm Manhole
8. Flap Valve
9. Rip Rap w/Filter Fabric
10. Select Refill
I
I
I
I
I
m. Sanitary Sewsr
I
I
I
. IV. Water Distribution
I
1. 6" Water Line
2. 1" Water Services (Complete)
3. Fire Hydrant (Complete)
4. 6" Gate Valve
5. . Fittings
6. Tie to Existing Line
I
I V. Miscellaneous
I
1. Mobilization
2. Soil Erosion Control
I
ii
-
.....;... .
32 L.F.
563 L.F.
54 LF.
2 each
1 each
1 each
1 each
1 each
22 sq. yd.
157 cy. yd.
@ $ 21.50
@ $ 22.75
@ $ 70.00
@$1100_00
@$1250.00
@ tlQ.QQ.J)0 ~A..
@$1175.00 fY
@ $2400.00
~; 4~.a8
Sub Total
756 LF.
8 each
1 each
1 each
155 Ibs.
1 each
@ $ 9.75
@ s 150.00
@S1600.00
@ $4?,) 00
@ $ ? no
@ $ gOO 00
Sub Total
Lump Sum
Lump S\Jm
$ 500.00
$ 1000.00
$ 688.00
$12,808.25
s 3, 780 .00
$ 2,200.00
s 1 .250.00
$ 1,000.00
$ 1,175.00
$ 2,400.00
s 935.00
s 942.00
$27.178.25
S 7.171 .00
$1.200.00
$ 1 . fiOO .00
$ 425.00
$ 310.00
$ 900.00
$11,806.00
$ 500.00
$ 1.000.00
Sub Total $ 1 ,500.00
TOTAL COST $ 138,472.55
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contract covering the construction of all work
described above will be completed within 90 calendar days from
the date specified in the "Notice to Proceed" of the Augusta-
Richmond County Engineer for:
Dollars ($ .___) subject to
reductions, additions and deletions provided herein on the basis of
measured quantities.of completed work and the prices bid. Bidder
further agrees to pay as liquidated damages the sum of $500.00 for
each consecutive calendar day thereafter as hereinafter provided in
Section 15 of the General Conditions.
It is understood that the Owner reserves the right to
reject any or all proposals or to accept any prtiposal as deemed to
be to the best interest of the Owner.
It is also understood that the following addenda as
issued during the bid period shall be included as part of the
Contract Documents:
Addendum
Date
The undersigned bidder understands and agrees that should
the Owner accept this proposal, the bidder will within ten (10)
days from the date of notification of acceptance of his proposal,
execute the contract and furnish the Owner with satisfactory
performance and payment bonds in the amount equal to one hundred
percent (100%) of the total base bid sum. Enclosed herewith is a
Bid Bond or a Certified Check in the amount of
Dollars ($ ) being not less than Ten (10%)
percentof the total base bid sum.
Should the bidder fail to execute the Contract and
furnish the Performance and Payment Bonds in case this proposal is
accepted, the Owner shall have the right to receive the amount of
the bid security as liquidated damages. If the security is a
Certified Check, it may be cashed by the Owner and the amount
received shall become the property of the Owner. If the security is
a Bid Bond, the value thereof shall be paid to the Owner by the
Surety.
The undersigned by submittal of this proposal, agrees
tnat the above stated amount is proper measure of liquidated
damages which the Owner will sustain by the failure of the
undersigned to execute the Contract and furnish the Performance and
Payment Bonds.
The successful bidder shall have a current Business
License.
The Owner is an Equal Opportunity Employer.
P-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Date:
Name of Bidder
Signature & Title of
Authorized Representative
Business Address
P-3
City and State
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION BB
BID BOND
Richmond
sum of
which, well and
bind ourselves,
and assigns.
Signed, this day of , 1997.
The condition. of the above obligation is such that
whereas the Principal has submitted to Augusta-Richmond County
Commission-Council, Georgia a certain Bid, attached hereto and
hereby made a part hereof to enter into a contract in writing for
the construction of Goodale Place.
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
as Principal, and
as Surety, are hereby held and firmly bound unto Augusta-
County Commission-Council, Georgia, as Owner in the penal
for the payment of
truly to be made, we hereby jointly and severally
our hei~s, executors, administrators, successors
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall
execute and deliver a contract in the Form of Contract
attached hereto (properly completed in accordance with
said Bid) and shall furnish a bond for his faithful
performance of said contract, and for the payment of all
persons performing labor or furnishing materials in
connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said
Bid,
then this obligation shall be void, otherwise the same
shall remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
The Surety, for value received, hereby stipulates and
agrees that the obligations of said Surety and its Bond shall be in
no way impaired or affected by any extension of the time within
.which the Owner may accept such Bid; and said Surety does hereby
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have
hereunto. set these hands and. seals, and such of them as are
corporations have caused their corporate seals to be hereto affixed
and these presents to be signed by their proper officers, .the day
and year first set forth above.
BB-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
L.S.
(Principal)
(Surety)
By
ATTORNEY IN FACT
SEAL
BB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4
THIS AGREEMENT, made thiS.s day of /h;t,v~ , 1997,
SECTION A
AGREEMENT
by and between the Augusta-Richmond County Commission-Council as
Successors by Consolidation to the City Council of Augusta,
;3'cl1lV1 Pfl1/€Me-.rr- "1.;'t"A-t~~c.z. c::...:>:J ''''''Co.
hereinafter called "Owner" and doing business as
a corporation hereinafter called "Contractor."
WITNESSETH:
That for and in consideration of the
payments and agreements as hereinafter mentioned:
The Contractor will commence and complete construction of
Goodale Place.
L
2.
The Contractor will furnish all material, supplies, tools,
equipment, labor and other services necessary for the
construction and completion of the project described herein.
3.
The Contractor will commence the work required by the Contract
Documents within Ten (lQ)calendar days after the date of the
Notice to Proce~d and will complete same within 120 calendar
days unless the.periodof completion is extended otherwise by
the Contract Documents.
4.
The Contractor agrees to perform all the work described in the
Contract Documents for the sum of $ /38. 4-1 t... 55 . .
. . /
5.
The term "Contract Documents" means
following:
Advertisement for Bids
Information forBidders
Proposal
Bid Bond
Notice of Award
Agreement
Performance/Payment Bond
Certificate of Owner's Attorney
Notice to Proceed
Change Order
General Conditions
Supplemental General Conditions
Special Conditions .
Technical Specifications
Drawings
Addenda:
and includes
the
No.
No.
No.
-,
dated.
dated
dated
, 19
, 19_
, 19
-,
-,
A-I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6. The Owner will pay to the Contractor in the manner and at such
times as set forth in the General Conditions such amounts as
required by the Contract Documents.
7. This Agreement shall be binding upon all parties hereto and
their respective heirs, executors, administrators, successors
and assigns.
IN WITNESS WHEREOF, the parties hereto have executed or
caused to be executed by their duly authorized officials, this
Agreement in 6 (number of copies) each of which shall be
deemed an original on the date first above written.
OWNER:
COUNTY COMMISSION-COUNCIL
NAME:
BY:
(SEAL)
.~
TITLE:
This document approved as to
. . d form.
, ~l
J\
.\
TITLE:
...
.''-
BY:
(SEAL)
(Type or Print)
5(L~ -r~W s
TITLE:
A-2
'"
section PB
PERFORMANCE BOND
NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON
PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PAYMENT OF LABOR AND MATERIAL.)
KNOW ALL MEN BY THESE PRESENTS:
That Beam's Pavement !-laintenance Company. Inc.. Beech Island. S. C.,
as Principal, hereinafter called Contractor, and Reliance Insurance Company
a corporationorganlzed and existing under the laws of the State of
Penns.ylvania , with its principal office in the City of Philad(i!lphia
State of Pennsylvania , as Surety i hereinafter
called Surety, are held and firmly bound unto Augusta-Richmond
County Commission-Council, Georgia, as obligee, hereinafter called
the Owner, in the penal amount of *See Below Dollars ($138.472.)5
for the payment whereof contractor and Surety bind themselves,
their heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents for the faithful
performance of a certain written agreement.
WHEREAS, Contractor has by said written agreement dated
entered into a contract with ().mer for the construction
of Goodale Place~ Augusta, Georgia, in accordance with the drawings
and specifications issued by
which contract is by reference made a part hereof, and is
hereinafter referred to as the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such-
that, if contractor shall promptly and faithfully. perform said
CONTRACT, then this obligation shall be null andvoidi 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 default,
or shall promptly
(1) Complete the CONTRACT in accordance with its terms and
conditions, or
(2) Obtain a bid or bids for completing the contract in
accordance with its terms and conditions, and upon
determination by Surety of the lowest responsible bidder,
or, if the Owner elects, upon determination by the Owner
and the Surety> jointly of the lowest responsible bidder,
arrange for a contract between such bidder and Owner, and
make available as Work progresse5 (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
* One Hundred Thirty Eight Thousand. Fo~llfndred Seventy Two and 55/100
,
less the balance of the contract price; but not
exceeding, including other costs and damages for which
the Surety may be liable hereunder, the amount set forth
in the first paragraph hereof. The term "balance of the
contract price," as used in this paragraph, shall mean
the total amount payable by Owner to Contractor'under the
Contract and any amendments thereto, less the amount
properly paid by Owner to Contractor.
Any suit,under this bond must be instituted before the
expiration of two (2) years from the date on which final payment
under the CONTRACT falls due.
No right of action shall accrue ,on this bond to' or for
the use of any person or corporation other than the Owner named
herein or the heirs, executors, administrators or successors of the
Owner.
Signed and sealed this
A.D. 1997.
day of
witness
L-Beam's Pavement Maintenance Corn any, Inc. (seal")
(Contractor)
-vI
(-Seal)
(Title)
.!(~
Witness
9'7J~ m~7
Reliance Insurance Company
(Seal)
(Surety)
.:. /~/:r::~ ."
Attest
By
CJ~ a~ ~. r tL15L
Della B. Case, Attorney-in-Fact .
(Seal)
(Title) .
~
~
Note:
D'ate of Bond must be prior to date of Contract .-If'
contractor is Partnership, all partners should execute
Bond'.
at Alpharetta, Ga.
Agent
PB-2
SP:CTION PB
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 CONTRACT.)
KNOW ALL MEN BY THESE PRESENTS:
That Beam's Pavement Maintenance Company, Inc., Beech Island, S. C.
,
as Principal, hereinafter ,called Contractor, and Reliance Insurance yompany
a corporation organized and. existing under the lawso! the state of
pennsylvania'
, with its' principal office in' the, City of
Philadelphia , State of Pennsylvania , as Surety,'
hereinafter called Surety, are held and firmly bound ,unto Augusta-
Richmond County Commission-Council Georgia, as Obligee, hereinafter
called the owner, for the use and benefit of claimants as
hereinbelow defined in the amount of One Hundred Thirty Eight Thousand
Four Hundred Seventy Two and 55/100--------Dollars ($138,472.55-----------)
for the, payment whereof Contractor and Surety bind themselves,
their heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated
entered into a contract with 'Owner for the construction of Gooodale
Place Augusta, Georgia in accordance with. dra\olings and
specifications issued by , which contract is by
reference made a part hereof" and is hereinafter referred to as 'the
CONTRACT.
NOW, THEREFORE, the condition of this obligation is such
that, ,if the Contractor shall. promptly make payment to: all
claimants as hereinafter defined, for all l~bor and material used
or reasonably required to use in the performance of the CONTRACT"
then this obligation shall be voidi otherwIse it shall remain' in
,full force and effect, subject, however, to the following
conditions:
(1) A claimant is defined as one having a direct contract with the
Contractor or with a subcontractor of the Contractor for
labor, material, or both, used or reasonably required for'use
in the ~erformance of the cdntract, labor and material being
construed as'to Include that part of wat~r, gas, power, light,
heat, oil, gasoline, telephone service or rental'of equipment.
directly applicable to the CONTRACT.
(:2) The above named contractor and surety hereby jointly and
severally agree with the Owner that every claimant as herein
defined, who has not been paid in full before the expiration
LMPB-l
I.
"
of a periop 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, ~ay sue on this
bond for the use of' such claimant, prosecute the suit to final
judgement for such sum or sums as may be justly due claimant,
and have execution thereon. The Owner shall not be liable for
the payment of any costs or expenses of any. such suit.
(3) No suit or action shall be commenced hereunder by any
claimant,
(a) Unless claimant, 'other than one having a direct contract
with the Contra~tor, shall have given written notice to
any two of the following: The Contractor, the owner, or
the Surety above named, within ninety (90). days a~ter
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 wi th substantial accuracy the
amount claimed and the name of the party to whom the
materials were furnished, or for whom the work or labor
was done or performed. Such notice shall be served by
mailing the same by registered mail .or certified mail,
postage prepaid, in an envelope addressed to the
Contractor, Owner or Surety, at anyplace 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 ~hich the aforesaid prdject is located,
save that such service need not be made by a public
officer. .
(b) After the expiration of one (I) ,year following the' date
on which Contractor ceased work' on said CONTRACT, it
being understood, however, that if any limitation
embodied .in this. bond is prohibited by any law
controlling' the construction hereof, such limitation
shall be deemed to be. amended so as to be equal to the'
minimum period'of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in
and for the county or other. political subdivision of the
. state in which the project, or any part thereof, is
situated, or in the United States District Court for the
district in which the project, or any part thereof, is
situated, and not elsewhere.
(4) The amount of this bond shall be reduced by and to the extent
of . any payment or payments made in good faith hereunder,
inclusive of the payment by Surety of mechanics' liens which
may be filed of record against said improvement, whether or
not claim for the amount of such lien be presented, under and
against this bond.
LMPB-2'
.. " . ,~."" ". ;
'.
. ." " '
~, ',. - ~ .,. ...' "
: '..-. : .. ,', '. ... ..:" : ~'..,
Signed and sealed this
A.D..1997.
Witness :ta.-,
Attest Pk
Witness
cr~7?1~ 7
Attest
By
Della B.
, ". .' . ~ '. "
':...._.....J-O..-....:..;.::..:..;:..._:..a.' ,'; '"
.:. . ". ..'
:.:.:'..... /:.
'-.! - .. ',.
day of.
Beam ~s Pavement Maintena~ce Company, -inc {Seal)
. .. ~.. .. . .\.~..~ J t (contr::::::
(Title),
'. . Reliance Insurance Company . (Seal)
. .' (Surety)
Dlli G.0~ (set{1
.Case, Attorney-in-Fact (Ti tle)'
..~.
"
"
Note:
Date of Bond must be' prior to date of Contract. -If
Contractor 1s partriership, .all partners should execute
Bond.
Coutnersigned at Alpharetta, Ga. .
Z ,6~'
, . '.'
By : . (lAu A' .' .'
Travis G. Huffines,' .sident. Agent
LMPB-)
,i>
RELIANCE SURETY . COMPANY
UNITED PACIFIC INSURANCE COMPANY
RELIANCE INSURANCE COl\fPA.LW
. -
RELIANCE NATIONAL INDEMJ\TIY COl\1PANY
ADMINISTRATIVE OFFICE. PHILADELPHIA, PENNSYLVANIA
POWER OF A TIORNEY
KNOW ALL MEN BY THESE PRESENTS. that RELIANCE SURETY COMPANY is a corporation duly organized undar the laws of the State of Del-
ewere, end that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY. ere corporetions duly orgenized under the laws
of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of
the State of Wisconsin (herein collectively called "the Companies") and thet the Compenies by virtue of signature and seals do hereby meke,
constitute and appoint Frenk W. Hefner, Jr.. Devid J. Wells. Jr.. Jena McCoy. Cerolyn D. Owans, A.T. Johnson. Derella E. Bigby, Robart J.
Levisky, Delle B. Cue, W. Scon Hull" of Columbie, South Ceroline their true and lawful Attorney(s)-in-Fact, to make: execute, seal and deliver
for and on their behalf, and as their act and daed eny end ell bonds and undertakings of suretyship and to bind the Comoanies thereby as fully and
to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof ware signed by an Executive Officer of
the Companies and saalad and attasted by one other of such officers. and hereby ratifies and confirms all that their said Attorney(s)-in-Fact mey
do in pursuance hereof.
This Power of Attorney is granted under and by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY,
RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which
provisions are now in full force and effect, reading as follows:
ARTICLE VII . EXECUT10N OF aONDS AND UNDERT MINGS
\. 1't-.. Bowd 01 OinctOt.. u.. PreaiGont. the Cn.,m." of tn. BOald. any s...r-IOf Vice Prea.cM:nt. an., Vice PTa.i.dent eN' Aai.tw'\t VII:" Pr-'dent or Otl''ler oltlce, d..-lgnated b., tr-.. 80...d of
Oirectof8 .n..ll have pow., W"'Iid authotiry to (II al)Ooint AnOtnovt...i,.,.Fact...-.:j to .utl'\onz..tnem to execute On ~f 01 the Comoanv..DoodI an:I u--w:;enwr-qs. tecOQI'Vzances. contracts at Il"Oc.mrvly
at'ld other WlltlnQ'l ~loalOfY in the Ntl.... lhel.ol. and lbl to r.mo.... any lucn AnOtnoy~~Foct at any ~Im. ...-..:I ra...oJr.o the power and M.ltho.'lty given to them.
2. AnOt.....y\.H,.,.F.ct ah.aIl h.eve power end auU'\OfltV. .ublect 10 11'\0 term. and hmltotlOf"le of tn. Power 01 AnOtney laved to t~m. 10 ....cU1a deliver on b<I,,~t of tl"wei Como"'Y. bonds
a.t"W3 l.Jf""ldonalrJno'. reCOQt"'Illence:a. contracu of U"'IdemntCy .nd Olhe, wlltll'Q. obhoatOl'Y In tne n.lture lnereo/. The COf"Otlle ..,al *. noc nocc:a:a.,y for thlll ...-.lId'Cy of any bonc3I .and Ur"'C).rt....J(lQ..
'ecOQruanc... contraC11 01 I,...,.mnty end acne, wflunga oolloatorv In cne lUlUI'e (I'\o~.o'.
3. Anornoy\.Hn-Foct anall h.e...e powaf It"'d Mltho4'tty to ax.cuto ..thdav," IOQUlred to r>cJ .noched 10 bond.. recoontzances, contraCt, of Ir"tI:3em....ly or Olner c:onchtlonal or oOhQatOty
lJl"1d.ertaJur-qs et"'Id tNY a.n..ll ....0 ".Ive power and authority to certify thO hnanc.la.l sUt~C 01 tho Com"....y and to coOta ot tho 8y*Law. ot tno Como.ny 01 any .rucle or aeCtlon tl"leteot.
Tho. Power of AnOlnty tt .;rgnod and ...,od b.,. hcaimil.e un:Iet Wld by autl'\otlty of thl foUowlno 'e:e~utlon adopcod by the Executive and Fln.ance Commltt&d at tr.o Board. at OI'.CtOtS 0' R.ll.nea
lnaurance COCTIoany. Unicod Pacific I,....,.nea Company and Relienc. Nall~ lndemntty Com"any by Un.,.,wmoUl CO(lMnI daced as ot FebtUMY 28. '994 6o'"'tQ by the E:ucutl...a ard Flna.nc,.1
CommlU", ott/'Je Bowd of Directors of ~ia.nce Surely Comp."y 0.,. Unanm~ COI"'IM'flt aated as 01 Milich 31,1994.
-Re:=aoived tNC the aaof'\4h..... of .uen dHOC1Ot'11 arid ottice,. and the ..III of the Comoany may boa affixed to any such Po....., at Attotney Of' any ellU'tihclte:a ralatino thereto by
facstmiMi.and eOv ~ Po"",,et of AnOfney Of c.ortjljcote boaann; .uch hCSUN14 IJQnah.... Of faCSImile M. &hall be valid an::t btndu''Q \.lOon the Company .at"'lI3 any lucn Power to
n:eCU'led 8t"ad certil*:1 by faa.imi14 8JQr'\ItU'eIi ..-.d fac:e.imile Mai anall be ....lIItd W'ld bt~lno uoon tn. Comoany, in the h.lh....a wltn ,eeoect 10 "'V bond Of .....-..:Hrt.k,.tnO to which It "
an-.ehed. ..
IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixad, this FebrulHY 21.
1995.
ST A TE OF Pennsylvania
COUNTY OF Philadelphia
)
) ss.
RELIANCE SURETY COMPANY
RELlANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
azZTI~:Y
On this. Februery 21, 1995, before me, Tammy Sue Keyati, personally appeared Cherles B. Schmalz, who acknowledged himself to be the
Executive Vice President of the Reliance Surety Compeny, and the Vice President of Reliance Insurance Company, United Pacific Insurence
Company, and Reliance National Indemnity Compeny end that as such, being authorized to do so. executad the foregoing instrument for the
purpose therein contained by signing the name of the corporation' by himself as its duly authorized officer.
In witness whereof, I hereunto set my hand and official seil!.
NOTARIAL SEAL
TAMMY SUE KAYATl. Notary Public
City ot P;1ilads!ph:a. Phil:J. County
M.... Cc'''''0';~.:-,::-.; ';,.:):,.~-. ..I~!'v ~. 1998
~y}untlt ~J..L K{)J.41t~.
Notary Public in ah~ for the State of Pekhsylvania
Residing at Philadiit'phia .
I, Anite Zip pert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and
RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney
executed by said Companies, which is still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this -flY;f 19
/ ., iAu~
Secretary
I
I
I
I
I
I
I
I
I
I
I
I
-
-SECTION NA
NOTICE OF AWARD
TO:
PROJECT DESCRIPTION: Goodale Place
.The Owner has considered the BID submitted by you for the
above described WORK in response to its Advertisement for Bids
dated , and Information for Bidders.
You are hereby notified that your BID has been accepted for
items in the amount of $
You have agreed in your Proposal to execute the Agreement and
furnish the required Contractor's Performance Bond and Payment Bond
within Ten (lQ) calendar days from the date of this Notice to you.
If you fail to execute said Agreement and to furnish said
Bonds within Ten (lQ) days from the date of this Notice, said OWNER
will be entitled to consider all your rights arising out of the
OWNER'S acceptance of your BID as abandoned and as ,a forfeiture of
your Bid Bond. The OWNER will be entitled to such other rights as
may be granted by law~.
You are required to return an acknowledged copy of this NOTICE
OF AWARD to the OWNER.
Dated this
day of
, 1997.
BY:
TITLE:
.
.
ACCEPTANCE OF NOTICE
I
I
-
Receipt of the above NOTICE OF AWARD is hereby acknowledged on
this day of , 1997.
BY:
TITLE:
I
I
I
I
NA-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section PB
PERFORMANCE BOND
NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON
PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PAYMENT OF LABOR AND MATERIAL.)
KNOW ALL MEN BY THESE PRESENTS:
That
as Principal, hereinafter called Contractor, and ,
a corporation organized and existing under the laws of the State of
, with its principal office in the City of ,
State of , as Surety, hereinafter
called Surety, are held and. firmly bound unto Augusta-Richmond
County Commission-Council, Georgia, as Obligee, hereinafter called
the Owner, in the penal amount. of Dollars ($ )
for the payment whereof Contractor and Surety bind themselves,
their heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents for the faithful
performance of a certain written agreement.
WHEREAS, Contractor has by said written agreement dated
entered into a contract with CMner for the construction
of Goodale Place, Augusta, Georgia, in accordance with the drawings
and specifications issued by
which contract is by reference made a part hereof, and is
hereinafter referred to as the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such
that, .if Contractor. shall promptly and faithfully perform said
CONTRACT, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
The Surety hereby waives notice of any alteration or
extension of time made-by the 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 default,
or shall promptly
(1) Complete the CONTRACT in accordance with its terms and
conditions, or_
(2) Obtain a bid or bids for completing the Contract in
accordance with its terms and conditions,. and upon
determination by Surety of the lowe~t responsible bidder,
or, if the Owner elects, upon determination by the Owner
and the Surety jointly-of-the lowest responsible bidder,
arrange for a contract between such bidder and Owner, and
make available as. Work progresses - (even though there
should be a default or a succession of defaults under the
contract or contracts of completion arranged under this
paragraph) sufficient funds to pay the cost of completion
PB-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
less the balance of the contract pr~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 Owner to Contractor.
Any suit under this bond must be instituted before the
expiration of two (2) years from the date on which final payment
under the CONTRACT falls due.
No right of action shall accrue on this bond to or for
the use of any person or corporation other. than the Owner named
herein or the heirs, executors, administrators or successors of the
Owner.
Signed and sealed this
A . D . 19.97.
day of
Witness
(Seal)
(Contractor)
Attest
By
(Seal)
(Title)
Witness
(Seal)
(Surety)
Attest
By
(Seal)
(Title)
Note:
Date of Bond must be prior to date of Contract. If
Contractor is Partnership, all partners should execute
Bond.
PB-2
I
I'
I
I
I
I
I
I
I
I
I
I
I
-
I
I
I
I
I
SECTION PB
LABOR AND MATERIAL PAYMENT BOND
(NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND
ON PAGE PB-1, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PERFORMANCE OF THE CONTRACT.)
KNOW ALL MEN BY THESE PRESENTS:
That
,
as Principal, hereinafter called Contractor, and
,
a corporation organized and existing under the laws of the State of
, with its principal office in the City of
, State of , as Surety,
hereinafter called Surety, are. held and firmly bound unto Augusta-
Richmond County Commission-Council Georgia, as Obligee, hereinafter
called the Owner, for the use and benefit. of claimants as
hereinbelow defined in the amount of
Dollars ($ )
for the payment whereof Contractor and Surety bind. themselves,
their heirs, executors, administrators, successors, ~nd assigns,
jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated
entered into a contract with Owner for the construction of Gooodale
Place Augusta, Georgia in accordance with drawings and
specifications issued by , which contract is by
reference made a.part hereof, and is hereinafter referred to as the
CONTRACT.
NOW, THEREFORE, the condition of this obligation is such
that, if the Contractor 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 defined as one having a direct contract with the
Contractor or with . a . subcontractor of the Contractor for
labor, material, or both, used or reasonably required for use
in the performance of the contract, labor and material being
construed as to include that part of water, gas, power, light,
heat, oil, gasoline, telephone service or rental of equipment
directly applicable to the CONTRACT.
(2) The above named Contractor and Surety hereby jointly and
severally agree with. the Owner that every claimant as herein
defined, who has not been paid in full before the expiration
LMPB-1
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
judgement for such sum or sums as may be justly due claimant,
and have execution thereon. The Owner shall not be liable for
the payment of any costs or expenses of any such suit.
(3) No suit or action shall be commenced hereunder by any
claimant,
(a) Unless claimant, other than one having a direct contract
with the Contractor, shall have given written notice to
any two of the following: The Contractor, the Owner, or
the Surety above named, within ninety (90) days after
such claimant did or performed the last of the work or
labor, or furnished the last of the materials for which
said claim is made, stating with substantial accuracy the
amount claimed and the name of the party to whom the
materials were furnished, or for whom the work or labor
was done or performed. Such notice shall be served by
mailing the same by registered mail or certified mail,
postage prepaid, in an envelope addressed to the
Contractor, Owner or Surety, at any place where an office
regularly maintained for the 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 elsewhere.
(4} The amount of this bbnd shall be reduced by and to the extent
of any payment or payments made in good faith hereunder,
inclusive of the payment by Surety of mechanics' liens which
may be filed of record against said improvement, whether or
not claim for the amount of such lien be presented under and
against this bond. .
LMPB-2
I
I
I
I
I
I
I
I
Signed and sealed this
A.D. 1997.
Witness
day of
(Seal)
(Contractor)
Attest
Witness
Bv
(Seal)
(Title)
(Seal)
(Surety)
Attest.
Note:
.
.
I
I
I
I
I
I
I
I
I
I
BV
(Seal)
(Title)
Date of Bond must be prior to date of Contract. If
Contractor is Partnership~ all partners should execute
Bond.
LMPB-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned
, the
authorized and acting legal representative of Augusta-Richmond
County Commission-Council do hereby certify as follows:
I have examined the attached Contract(s) and surety bonds
and the manner of execution thereof, and I am of the opinion that
each of the aforesaid agreements has been duly executed by the
proper parties thereto acting through their duly authorized
representati ves; that said representatives have full power and
authority to execute said agreements on behalf of the respective
parties named thereon; and that the foregoing agreements constitute
valid and legally binding obligations upon the parties executing
the same in accordance with the terms, conditions and provisions
thereof. .
Jim Wall, Attorney
DATE:
COA-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION NP
NOTICE TO PROCEED
TO: . DATE:
PROJECT: Goodale Place
You are hereby,notified to commence work in accordance
with the Agreement dated
, 1997, within Ten
(lQ.) calendar days fo11owing this date, the date first written
above, and you are to complete the work within
(___) consecutive calendar days after the date of this notice. The
date set for completion of all work is therefore
19
BY:
TITLE:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO
PROCEED is hereby acknowledged
and the same is hereby accepted
on this
day
of
, 1997.
BY:
TITLE:
NP-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section
GC - 01-
GC-02.
GC-03. .
GC-04.
GC-OS.
GC-06.
GC-07.
GC-08.
GC-09.
GC-10.
GC-11.
GC-12.
GC-13.
GC-14.
GC-1S.
GC-16.
GC-17.
GC-18.
GC-19.
GC-20.
GC - 21 .
GC-22.
GC-23.
GC-24.
GC-2S.
GC-26.
GC-27.
GC-28.
GC-29.
GC-30.
GC-31.
GC-32.
GC-33.
GC-34.
GC-3S.
GC-36.
SECTION GC
GENERAL CONDITIONS
INDEX TO ARTICLES OF GENERAL CONDITIONS
Definitions 2
Additional Instructions and Detail Drawings 4
Schedules, Reports and Records 4
Drawings and Specifications 4
Shop Drawings 5
Materials, Services and Facilities 6
Inspection and Testing 6
Substitutions 7
Patents 8
Surveys, Permits and Regulations 8
Protection of Work, Property and Persons 9
Supervision by Contractor
Changes in the Work 9
Changes in Contract Price 9
Time for Completion and Liquidated Damages 10
Correction of Work 10
Subsurface Conditions 11
Suspension of Work, Termination and Delay 11
Payments to Contractor 13
Acceptance of Final Payment as Release 14
Insurance 14
Contract Security 16
Assignments 16
Indemnification 17
Separate Contracts 17
Subcontracting 18
Engineer's Authority 18
Land and Rights-of-Way 18
Guarantee 19
Taxes 19
Work Adjacent to Railway or Other Property 19
Order and Discipline 19
Warning Devices and Signs 19
Special Restrictions 20
As-Built Drawings 20
Contractor Not to Hire Employees of the Owner 20
GC-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-Ol.
DEFINITIONS:
Wherever used in the Contract Documents, the following
terms shall have the meanings indicated which shall be applicable
to both the singular and plural thereof.
1. ADDENDA: Written or graphic instruments issued prior to the
execution of the Agreement which modify or interpret the
Contract Documents, Drawings and Specifications, by addition,
deletion, clarifications or corrections.
2. BID: The offer or proposal of the Bidder submitted on the
prescribed form ~etting forth the prices for the work to be
performed.
3. BIDDER: Any person, firm or corporation submitting a bid for
the work.
4. BONDS: Bid, Performance and Payment Bonds and other
instruments of security furnished by the Contractor and his
Surety in accordance with the Contract Documents.
5. CHANGE ORDER: A written order to the. Contractor authorizing
an addition, deletion or revision in the. work within the
general scope of the Contract Documents or authorizing an
adjustment in the contract price or contract time.
6. CONTRACT DOCUMENTS: The-contract including Advertisement for
Bids, Information for Bidders, Proposal, Bid Bond, Notice of
award, Agreement, Performance Bond, Payment Bond, Notice to
Proceed, Change Order, -General Conditions, Supplemental
General Conditions, Special Conditions, Technical
Specifications, Drawings and Addenda.
7. CONTRACT PRICE: The_ total monies payable to the Contractor
under the terms and conditions of the Contract Documents.
8. CONTRACT TIME: The number of calendar days stated in the
Contract Documents for the completion of the work.
9. LIFE OF THE CONTRACT: The total duration of the contract from
Notice to Proceed to completion of all the work.
10. CONTRACTOR: The person,. firm or corporation with whom the
Owner has executed the Agreement.
11. DRAWINGS: The part of the Contract Documents which. show the
characteristics and scope of the work to be performed and
which have been prepared or approved by the Engineer.
12. ENGINEER: The person, firm or corporation named as such in
the Contract Documents.
GC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
13. FIELD ORDER: A written order effecting a change in the work
not involving an adjustment in the contract price or an
extension of the contract-time issued by the Engineer to the
Contractor during cons~ruction.
14. NOTICE OF AWARD: The written notice of the acceptance of the
Bid from the Owner to the successful Bidder.
15. NOTICE TO PROCEED: Written communication issued by the Owner
to the Contractor authorizing him to proceed with the work and
establishing the date of -commencement of the work.
16. OWNER: A public or quasi-public body or authority,
corporation, association, partnership or individual for whom
the work is to be performed.
17. PROJECT: The undertaking to be performed as provided in the
Contract Documents.
18. RESIDENT PROJECT REPRESENTATIVE: The authorized
representative of the Owner who is assigned to the project
site or any part thereof.
19. SHOP DRAWINGS: All-drawings, diagrams, illustrations,
brochures, schedules, and other data which are prepared by the
Contractor, a Subcontractor, Manufacturer, Supplier or
Distributor, which illustrate how specific portions of the
work shall be fabricated or installed.
20. SPECIFICATIONS: A part of the Contract Documents consisting
of written descriptions of a technical nature or materials,
equipment, construction systems, standards and workmanship.
21. SUBCONTRACTOR: An individual, firm or corporation having a
- direct contract with the Contractor or any other Subcontractor
for the performance of a part of the work at the site.
22. SUBSTANTIAL COMPLETION: _That date as certified by the
Engineer when the construction of the project or a specified
part can be utilized for the purposes for which it is
intended.
23. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or
addi tions to the General Conditions of a specific nature
generally aimed at the specific- contract of which it is a
part.
24. SUPPLIERS: Any person, supplier or organization who supplies
materials or equipment for the work, including that fabricated
to a special design, but who does not perform labor at the
site.
25. WORK: All labor necessary to produce the construction
required by the Contract Documents and all materials and
equipment incorporated or to be incorporated in the project.
.
.
GC-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
26. WRITTEN NOTICE: Any notice to any party of the Agreement
relative to any part of this Agreement in writing and
considered delivered and the service thereof completed, when
posted by certified or registered ,mail to the said party at
his last given address or delivered in person to said party or
his authorized representative on the work.
GC-02.
ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS:
1. The Contractor may be furnished additional instructions and
detail drawings, by the Engineer, as necessary to carry out
the work required by the Contract Documents.
2. The additional drawings and instructions thus supplied will
become a part of the Contract Documents. The Contractor shall
carry out the work in accordance with the additional detail
drawings and instructions.
GC-03.
SCHEDULES, REPORTS AND RECORDS:
1. The Contractor shall submit to the Owner such schedule of
quantities and costs, progress schedules, payrolls, reports,
estimates, records and other data as the Owner may request
concerning the work performed or to be performed.
2. Prior to the first partial payment estimate, the Contractor
shall submit schedules showing the order in which he proposes
to carryon the work, including dates at which he will start
the various parts ,of the work, estimated date of completion of
each part and as applicable:
2.1 the dates at which special detail drawings will be
required; and
respective dates for submission of shop drawings,
beginning of manufacture, the testing and
installation of'materials, supplies and equipment.
3. The Contractor shall also submit a schedule of payments that
he anticipates he will earn during the course of the work.
2.2
the
the
GC-04.
DRAWINGS AND SPECIFICATIONS;
1. The intent of the drawings and specifications is that the
Contractor shall furnish all labor, materials, tools,
equipment and transportation necessary for the proper
execution of the work in accordance with the Contract
Documents and all incidental work necessary to complete the
project in an acceptable manrier, ready for use, occupancy or
operation by the Owner.
2. In case of conflict between the drawings and
the specifications shall govern. Figure
drawings shall govern over general drawings.
specifications,
dimensions on
GC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
3. Any discrepancies found between the drawings and
specifications and site conditions or any inconsistencies or
ambiguities in the drawings or specifications. shall be
immediately reported to the Engineer, in writing, who shall
promptly correct such inconsistencies or ambiguities in
writing. Work done by the Contractor after his discovery of
such discrepancies, inconsistencies or ambiguities shall be
done at the Contractor's risk.
4. All work that may be called for in the specifications and not
shown on the drawings, or shown and not called for in the
specifications, shall be executed and furnished by the
Contractor as if described in both these ways and should any
work or material be required which is not detailed in the
specifications or drawings, either directly or indirectly, but
which is nevertheless necessary for the proper carrying out of
the intent thereof, the Contractor is to understand the same
to be implied and required and shall perform all such work and
furnish any such material as fully as if they were
particularly delineated or described.
5. It is understood and agreed that the Contractor, by careful
examination, has satisfied himself as to the nature and
location of the. wo.rk, the conformation of the ground, the
character, quality and quantity of the materials to be
encountered, the character of equipment and facilities needed
preliminary to and during the prosecution of the work, the
general and local conditions and all other matters which can
in any way affect the work under this contract. No verbal
agreement or conversation with any officer, agent or employee
of the Owner, either before or after the execution of this
contract, shall affect or modify any of the terms or
obligations herein contained.
GC-05.
SHOP DRAWINGS:
I
I
I
I
I
1. The Contractor shall provide shop drawings as may be necessary
for the prosecution of the work as required by the Contract
Documents. The Engineer shall promptly review all shop
drawings. The Engineer's approval of any shop drawings shall
not release the Contractor from responsibility for deviations
from the Contract Documents. The approval of any shop drawing
which substantially deviates from the. requirement of the
Contract Documents shall be evidenced by a Change Order.
2. When submitted for the Engineer's review, shop drawings shall
bear the Contractor's certification that he has reviewed,
checked and approved the shop drawings and that they are in
conformance with the requirements ~f the Contract Documents.
3. Portions of the work that require shop drawing or sample
submission shall not begin until the shop drawing or
submission has been approved by the Engineer. A copy of each
approved shop drawing and each approved sample shall be kept
GC-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
in good order by the- Contractor at the site and shall be
available to the Engineer.
GC-06.
MATERIALS, SERVICES AND FACILITIES:
1. It is understood that, except as otherwise specifically stated
in the Contract Documents, the Contractor shall provide and
pay for all materials, labor, tools, equipment, water, light,
power, transportation, supervision, temporary construction of
any nature and all other services and facilities of any nature
whatsoever necessary to execute, complete and deliver the work
within the specified time.
2. Materials and equipment shall be so stored as to insure the
preservation of their quality and fitness tor the work.
-Stored materials and equipment to be incorporated in the work
shall be located so as to facilitate prompt inspection.
3. Manufactured articles, materials and equipment shall be
applied, installed, connected, erected, used, cleaned and
conditioned as directed by the manufacturer.
4. Materials, supplies or equipment shall be in accordance with
samples submitted by the Contractor and approved by the
Engineer.
5. Materials, supplies or equipment to be incorporated into the
work and purchased by the Contractor or the Subcontractor will
be subject to a chattel mortgage or under a conditional sale
contract or other agreement by which an interest is retained
by the seller.
GC-07.
INSPECTION AND TESTING:
1. All materials and equipment used in the construction of the
project shall be subject to adequate inspection and testing in
accordance with generally accepted standards.
2. The Contractor shall provide, at his expense, the necessary
testing and inspection services required by the Contract
Documents, unless otherwise provided.
3. The Owner shall provide all other inspection and testing
services required by the Contract Documents.
4. I f the - Contract Documents, laws, ordinances, rules,
regulations or orders of any public authority having
jurisdiction require any work to specifically be inspected,
tested or approved by:someone other that the Contractor, the
Contractor will give the Engineer timely notice of readiness.
The Contractor will then furnish the Engineer the required
certificates of inspection, testing or approval.
5. Neither observation by the Engineer nor inspections, tests or
approvals by persons other than the Contractor shall relieve
GC-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the Contractor from his obligations to perform the work in
accordance with the requirements of the Contract Documents.
6. The Engineer and his representatives' will at all times have
access to the work. In addition, authorized representatives
and agents of any participating Federal or State Agency shall
be permitted to inspect all work, materials, payrolls, records
of personnel, invoices of materials and other relevant data
and records. The Contractor will provide proper facilities
for such access and observation of the work and also for any
inspection or testing thereof.
7. If any work is covered contrary to the written request of the
Engineer, it must, if requested by the Engineer, be uncovered
for his observation and replaced at the Contractor's expense.
8. If any work has been covered which the Engineer has not
specifically requested to observe prior to its being covered
or if the Engineer considers' it necessary or advisable that
covered work be inspected or tested by others, the Contractor
at the Engineer's request, will uncover, expose or otherwise
make available for observation, inspection or testing as the
Engineer may require, that portion of the work in question,
furnishing all necessary labor, materials, tools and
equipment. If it is found that such work is defective, the
Contractor will bear all the expenses of such uncovering,
exposure, observation, inspection and testing and of
satisfactory reconstruction. If, however, such work is not
found to be defective, the Contractor will be allowed an
increase in the contract price or an extension of the contract
time, or both,' directly attributable to such uncovering,
exposure, observation, inspection, testing and reconstruction
and an appropriate change order shall be issued.
9. The Contractor shall give the Engineer 24 hours notice of
starting any new work. No work shall be done or materials
used without suitable supervision and inspection by the
Engineer. The Contractor .shall furnish the Engineer with
'necessary samples of material for testing purposes.
GC-08.
SUBSTITUTIONS:
1. When a material, article or piece of equipment is identified
on the drawings or specifications by reference to brand name
or catalogue number, th~ performance or other salient
requirements and that other products of equal capacities,
quality and function shall be considered. The Contractor may
recommend the substitution of a material, article or piece of
equipment of equal substance and function for those referred
to in the Contract Documents by' reference to brand name or
catalogue number and if, in the opinion of the Engineer, such
material, article or piece of equipment is of equal substance
and function to that specified, the Engineer may approve its
substitution and use by the Contractor. Any cost differential
shall be deducted from the contract price and the Contract
GC-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Documents. shall be appropriately modified by change order.
The Contractor warrants that if substitutes are approved, no
major changes in the function or genera~ design of the project
will result. Incidental changes or extra component parts
required to accommoda,te .the substitute will be made by the
Contractor without a change in the contract price or contract
time.
GC-09.
PATENTS:
1. The Contractor shall pay all applicable royalties and license
fees. He shall defend all suits or claims for infringement of
any patent rights and save the Owner harmless from loss on
account thereof except that the Owner shall be responsible for
any such loss when a particular process, design or the product
of a manufacturer or manufacturers is specified, but if the
Contractor has reason to believe that the design, process or
product specified is an infringement of a patent, he shall be
responsible for such loss unless he promptly gives such
information to the Engineer.
GC-lO.
SURVEYS, PERMITS AND REGULATIONS:
1. The Owner shall furnish all land surveys and establish all
base lines for locating the principal component parts of the
work together with a suitable number of benchmarks adjacent to
the work as shown in the Contract Documents. From the
information provided by the Owner, unless otherwise specified
in the Contract Documents, the Contractor shall develop and
make all detail surveys needed for construction such as slope
stakes, batter boards, stakes for pile locations and other
.working points, lines, elevations and cut sheets.
2. The Contractor shall carefully preserve benchmarks, reference
points and stakes and in case of w~llful 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.
3.' Permits and licenses of a te~porary nature necessary for the
prosecution of the work shall be secured and paid for by the
Contractor. Permits, licenses and easements for permanent
structures or permanent changes in existing facilities shall
be secured and paid. .for by the Owner, unless otherwise
specified. The Contractor shall give all notices and comply
with all laws, ordinancea, rules and regulations bearing on
the conduct. of the work. as drawn and specified.. If the
Contractor observes that the Contract Documents are at
variance therewith, he shall promptly notify the Engineer in
writing and any. necessary changes shall be adjusted as
provided in Section 13, Changes in the Work.
GC-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-ll.
PROTECTION OF WORK, PROPERTY AND PERSONS:
1. The Contractor will be responsible for initiating ,maintaining
and supervising all safety precautions and programs in
connection wi ththe work. He will take all necessary
precautions for the safety of and will provide the necessary
protection to prevent damage, injury or loss to all employees
on the work and other persons who may be affected thereby, all
the work and all materials or equipment to be incorporated
therein, whether in storage on or off the site or other
property at the site or adjacent thereto, including trees,
shrubs, lawns, walks, pavements, roadways, structures and
utili ties not designated for removal, relocation or
replacement in the course of construction.
2. The Contractor will comply with all applicable laws,
ordinances, rules, regulations and orders of any public body
having jurisdiction. He will erect and maintain, as required
by the conditions and progress of the work, all necessary
safeguards for safety and protection. He will notify the
owners of adjacent utilities when prosecution of the work may
affect them. The Contractor will remedy all damage, injury or
loss to any property caused, directly or indirectly, in whole
or in part, by the Contractor, and subcontractor or anyone
directly or indirectly employed by any of them or anyone for
whose acts any of them are liable, except damage or loss
attributable to the fault of the Contract Documents or to the
acts or omissions of the Owner or the Engineer or anyone
employed by either of them or anyone for whose acts either of
them may be liable and not attributable, directly or
indirectly, in whole or in part, to the fault or negligence of
the Contractor. .
3. In emergencies affecting the safety of persons or the work or
property at the s1 te or adj acent thereto, the Contractor,
without special instructions or authorization from the
Engineer or Owner, shall act to prevent threatened damage,
injury or loss. He will give the Engineer prompt written
notice of any significant changes in the work or deviations
from the Contract Documents caused thereby and a Change Order
shall be issued covering the changes and deviations involved.
4. The work under this Contract in every respect shall be at the
risk of the Contractor until finished and accepted, except to
damage or injury caused directly by the Owner's agents or
employees.
GC-12.
SUPERVISION BY CONTRACTOR:
1. The Contractor will supervise and direct the work. He will
be solely responsible for the means, methods, techniques,
seqtiences and procedures of construction. The Contractor will
employ and mainta1n on the work a qualified supervisor or
superintendent who shall have been designated in writing by
the Contractor as the Contractor's representative at the site.
GC-g
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The supervisor shall have full authority to act on the behalf
of the Contractor and all communications. given to the
supervisor shall be as binding as if given t9 the Contractor.
The supervisor shall be present on the site at all times as
required to perform adequate supervision and coordination of
the work.
GC-13.
CHANGES' IN THE WORK:
1. The Owner may at any time as the need arises, order changes
within the scope of the work without invalidating the
Agreement. If such changes increase or decrease the amount
due under the Contract Documents or in the time required for
performance of the work, an equitable adjustment shall be
authorized by Change Order.
2. The Engineer, also, may at any time, by issuing a field order,
make changes in the details of the work. The Contractor shall
proceed with the performance of any changes in the work so
ordered by the Engineer unless the Contractor believes that
such field order entitles him to a change in the contract
price or time or both, in which event he shall give the
Engineer written notice thereof within ten (10) days after the
receipt of the ordered change pending the receipt of an
executed change order or further instruction from the Owner.
GC-14.
CHANGES IN CONTRACT PRICE:
1. The contract price may be changed only by a change order. The
value of any work covered by a change order or of any claim
for increase or decrease in the contract price shall be
de.termined by one or more of the following methods in the
order of precedence listed below:
1.1 Unit prices previously approved.
1.2 An agreed lump sum.
1.3 The actual cost for labor, direct overhead, materials,
supplies, equipment and other services . .necessary to
complete the work. In addition there shall be added an
amount to be agreed upon but not to exceed fifteen (15)
percent of the actual cost of the work to cover the cost
of general ov~rhead.and profit.
GC-15. TIME FOR COMPLETION AND LIQUIDATED DAMAGES:
1. The date of beginning and the time for completion of the work
are essential conditi6nsof the Contract Documents and the
work embraced shall be commenced on the date specified in the
Notice to Proceed.
2. The Contractor will proceed with the work at such rate of
progress to insure full completion within the contract time.
GC-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
It is expressly understood and agreed, by and between the
Contractor and the Owner, that the cori.-tract time for the
completion of the work described herein is a reasonable time,
taking into consideration the average climatic and economic
conditions and other factors prevailing in the locality of the
work.
3. If the Contractor shall fail to complete the work within the
contract time or extension of time granted by the Owner, then
the Contractor will pay to the Owner the amount for liquidated
damages as specified in the bid for each calendar day that the
Contractor shall be in default after the time stipulated in
the Contract Documents.
4. The Contractor shall not be charged with liquidated damages or
any excess cost wh~n the delay in completion of the work is
due to the following and the Contractor has promptly given
written notice of such delay to the Owner or Engineer.
4.1 To any preference, priority or allocation order duly
issued by the Owner.
4.2 To unforeseeable causes beyond the control and without
the fault of negligence of the Contractor, including but
not restricted to, acts of God or of the public enemy,
acts of the Owner, acts of another Contractor in the
performance of a contract with the Owner, fires, floods,
epidemics, quarantine restrictions, strikes, freight
embargoes and abnormal and unforeseeable weather; and
4.3 To any delays of subcontractors occasioned by any of the
causes specified_ in Paragraphs 4.1 and 4.2 of this
Article.
GC-16. CORRECTION OF WORK:
1. The Contractor shall promptly remove from the premises all
work rejected by the Engineer for failure to comply with the
Contract Documents, whether incorporated in the construction
or not and the Contractor shall promptly replace and re-
execute the work in accordance with the Contract Documents and
without expense to the Owner and-shall bear the expense of
making good all work of other Contractors destroyed or damaged
by such removal or replacement.
2. All removal and replacement work shall ba done at the
Contractor's expense. If the Contractor does not take action
to remove such rejected work wi thin ten (10) days after
receipt of written notice, the Owner may remove such work and
store the materials at the expense of the Contractor.
3. Any omissions or failure on the part-of the Engineer to
disapprove or reject any work or material shall not be
construed to be an -acceptance of any defective work or
material. The Contractor shall remove, at-his own expense and
GC-11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
shall rebuild and replace same without extra charge and in
defaul t thereof the same may be done by the Owner at the
Contractor's expense or in case the Engineer shall not
consider the defect of sufficient importance to require the
Contractor to rebuild or replace any imperfect work or
material, he shall have the power and is hereby authorized to
make an equitable deduction from the stipulated price.
GC-17.
SUBSURFACE CONDITIONS:
1. The Contractor shall promptly and before such conditions are
disturbed, except in the event of an emergency, notify the
Owner by written notice of:
1.1. Subsurface or latent physical conditions at the site
differing materially from those indicated in the Contract
Documents.
1.2 Unknown physical conditions at the site, of an unusual
nature, differing. materially from those ordinarily
. encountered and generally recognized as inherent in work
of the character provided for in the Contract Documents.
2. The Owner shall promptly investigate the conditions and if he
finds that such conditions do so materially differ and cause
an increase or decrease in the cost of, or in the time
required, for performance of the work, an equitable adjustment
shall be made and the Contract Documents shall be modified by
a Change Order. Any claim of the Contractor for adjustment
hereunder shall not be allowed unless he has given the
required written notice; provided that the Owner may, if he
determines the facts so justify, consider and adjust any such
claims asserted before the date of final payment.
GC-18.
SUSPENSION OF THE WORK, TERMINATION AND DELAY:
1. The Owner may, at anytime and without cause, suspend the work
or any portion thereof for a period o~ not more than ninety
days or such further time as agreed upon by the Contractor, by
written notice to the Contractor. The Engineer shall fix the
date on which work shall be resumed. The Contractor will
. resume that work on the date so fixed. The Contractor will be
allowed an increase in the contract price, an extension of the
contract time, or both, directly attributable to any
suspension.
2. If the Contractor is adjudged bankrupt or insolvent, or if he
makes a general assignment for the benefit of his creditors or
if a trustee or receiver is appointed for the Contractor or
for any of his property or if he files a petition to take
advantage of any debtor's act to reorganize under the
bankruptcy or applicable laws or if he repeatedly fails to
supply sufficient skilled workmen or suitable materials or
equipment, or if he repeatedly fails to make prompt payments
to subcontractors or for labor, materials or equipment or if
GC-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
he disregards laws, ordinances, rules, regulations or orders
of any public body having jurisdiction of the work or if he
disregards the authority of the Engineer, or if, in the
opinion of the Engineer, the Contractor fails to make
satisfactory progress in prosecuting the work, or if he
otherwise violates any provision of the Contract Documents,
then the Owner may, without prejudice to any other right or
remedy and after giving the Contractor and his Surety a
~inimum of ten (10) days from delivery of a written notice,
terminate the services of the Contractor and take possession
of the Project and of all materials, equipment, tools,
construction equipment and machinery thereon owned by the
Contractor and finish the work by whatever method he may deem
expedient. In such case, the Contractor shall not be entitled
to receive any further payment until the work is finished. If
the unpaid balance o~ the Contract Price exceeds the direct
and indirect costs of completing the Project, including
compensation for additional professional services, such excess
shall be paid to the Contractor. If such costs exceed such
unpaid balance, the Contractor will pay the 'difference to the
Owner. Such costs incurred by the Owner will be determined by
the Engineer and incorporated in a Change Order.
3. The Contractor must obtain permission from the Engineer before
any equipment can be removed from the job site. In the event
such equipment is removed without the Engineer's approval, the
job will be terminated until such time as the eq~ipment is
returned to the project and any time and money lost by the
Contractor as a 'result of moving the equipment shall be
absorbed by the Contractor.
4. Where the Contractor's services have been so terminate by the
Owner, said termination shall not affect any right of the
Owner against the Contractor then existing or which may
thereafter accrue. Any retention or payment of monies by the
Owner due the Contractor will not release the Contractor from
compliance with the Contract. Documents.
5. After ten (10) days from delivery of a written notice to the
Contractor and the Engineer, the Owner, may, without Cause and
wi thout prejudice to any other right or remedy, elect to
abandon the Project and terminate the Contract. In such case,
the Contractor shall be paid for all work executed and any
expense sustained plus reasonable profit.
6. If, through no act or fault of the Contractor, the work is
suspended for a period of more than ninety (90) days by the
Owner or under an order of court or other public authority of
the Engineer fails to act on any request for payment within
thirty (30) days after it is submitted or the Owner fails to
pay the Contractor substantially the sum approved by the
Engineer within thirty (30) days of its approval and
presentation, then the Contractor may after ten (10) days from
delivery of a written notice 'to the Owner and the Engineer,
terminate the Contract' and recover from the Owner payment for
GC-13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
all work executed and all expenses sustained. In addition,
and in lieu of terminating the Contract, if the Engineer has
failed to act on a request for payment or if the Owner has
failed to make any payment as aforesaid, the Contractor may,
upon ten (10) days notice to the Owner and the Engineer, stop
the work until he has been paid all amounts then due, in which
event and upon resumption of the work, Change Orders shall be
issued for adjusting the contract price or extending the
contract time or both. to compensate for the costs and delays
attributable to the stoppage of the work.
7. If the performance of all or any portion of. the work is
suspended, delayed, or interrupted as a result of a failure of
the Owner or the Engineer to act within the time specified in
the Contract Documents, or if no time is specified, within
reasonable time, an adjustment in the contract price or an
extension of the contract time or both, . shall be made by.
Change Order to compensate the Contractor for the costs and
delays necessarily caused by the failure of the Owner or the
Engineer.
GC-19.
PAYMENTS TO THE CONTRACTOR:
1. Between the first (1st) and the fifth (5th) of each month, the
Contractor will submit to the Engineer a partial payment
estimate filled out and signed by the Contractor on an
approved form covering the work performed during the period
covered by the partial payment estimate and supported by such
data as the Engineer may reasonably require. If payment is
requested on the basis of materials and equipment not
incorporated in the work but delivered and suitably stored at
or near the site, the partial payment estimate shall also be
accompanied by such supporting data, satisfactory to the
Owner, as will establish the Owner's title to the material and
equipment and protect his interest therein, including
applicable insurance. The Engineer will, wi thin. ten days
after receipt of each partial payment estimate, either
indicate in writing his approval of payment and present the
partial payment estimate to the Owner, or return the partial
payment estimate to the Contractor indicating in writing his
reasons for refusing to approve payment. In the latter case,
the Contractor may make the necessary corrections and resubmit
the partial payment estimate ~ The Owner will, wi thin ten days
of presentation to him. of an approved partial payment
estimate, pay the Contractor a progress payment on the basis
of the approved parti~l payment estimate. The Owner shall
retain ten (10%) percent of the amount of each payment until
final completion and acceptance of all work covered by the
Contract Documents. The Owner at any time, however, after
fifty (50%) percent of the work has been completed, if he
finds that satisfactory progress is being made; shall reduce
retainage to five (5%) percent on the current and remaining
estimates. On completion and acceptance of a part of the work
on which the price. is stated separately in the Contract
GC-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Documents, payment may be made in full, including retained
percentages, less authorized deductions.
2. The request for payment may also include an allowance for the
cost of such major materials and equipment which are suitably
stored either at or near the site. -
3. All work covered by partial payment shall thereupon become the
sole property of the Owner, but this provision shall not be
construed as relieving the Contractor of the sole
responsibility for the care and protection of the work upon
which payments have been made or the restoration of any
damaged work, or asa waiver of the right of the Owner to
req~ire the fulfillment of all terms of the Contract
Documents.
4. Upon completion and acceptance of the work, the Engineer shall
issue a certificate attached to the final payment request that
the work has been accepted by him under the conditions of the
Contract Documents. The entire balance found to be due the
Contractor, including the retained percentages shall be paid
to the Contractor, except such sums as may be lawfully
retained by the Owner for saving the Owner or the Owner's
agents harmless frqm all claims growing out of the lawful
demands of Subcontractors, laborers, workmen, mechanics,
materialmen and furnishers of machinery and parts thereof,
equipment, tools and supplies, incurred in the furtherance of
the performance of the work. The Contractor shall, at the
Owner's request, furnish satisfactory evidence that all
obligations of the nature designated above have been paid,
discharged, or waived. If the Contractor fails to do so, the
Owner may, after having notified the Contractor, either pay
unpaid bills or withhold from the Contractor's unpaid
compensation a sum of money deemed reasonably sufficient to
pay any and all such lawful claims until satisfactory evidence
is furnished that all liabilities have been fully discharged
whereupon payment to the Contractor shall be resumed, in
accordance with the terms of the Contract Documents, but in no
event shall the provisions of this sentence be construed to
impose any obligations upon the Owner to either the
Contractor, his Surety, or any third party. In paying any
unpaid bills of the Contractor, any payment so made by the
Owner shall be considered~s a payment made under the Contract
Documents by the Owner to the Contractor and the Owner shall
not be liable to the Contractor for any such payments made in
good faith.
5. If the Owner fails to make payment 30 days after approval by
the Engineer, in addition to other remedies available to the
Contractor, there shall be added to each such payment,
interest at the maximum legal rate commencing on-the first day
after said payment is due and continuing until the payment is
received by the Contractor.
GC-15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-20.
ACCEPTANCE OF FINAL PAYMENT AS RELEASE:
1. The acceptance by the Contractor of final payment shall be and
shall operate as a release to the Owner of all claims and all
liabili ty to the Contractor other than claims in stated
amounts as may be specificaliy excepted by the Contractor for
all things done or furnished in connection with this work and
for every act and neglect of the Owner and other relating to
or arising out of this work. Any payment, however, final or
otherwise, shall not release the Contractor or his Sureties
from any obligations under the Contract Documents or the
Performance Bond and Payment Bonds.
GC-21.
INSURANCE:
1. The Contractor shall purchase and maintain during the life of
this Contract such insurance as will protect him from claims
set forth below which may arise out of or result from the
Contractor's execution of the work, whether such execution by
himself or by any Subcontractor' or by anyone directly or
indirectly employed by any of them or by anyone for whose acts
any of them may be liable.
1.1 Claims under Workman's Compensation, disability benefit
and other similar employee benefit acts,
1.2 Claims for damages because of bodily injury, occupational
sickness or disease or death of his employees,
1.3 Claims for damages because of bodily injury~ sickness or
dIsease or death of any person other than his employees,
-1.4 Claims for damages insured by usual personal injury
liability coverage which are sustained (1) by any person
as a result of an offense directly or indirectly related
to the employment of such person by the Contractor or (2)
by any other person; and .
1.5 Claims for damages because of injury to or destruction of
tangible property, including los~ of use resulting
therefrom.
2. Certificates of Insurance acceptable to the Owner shall be
filed with the Owner prior to commencement of the work. These
Certi~icates shall contain a provision that coverage afforded
under the policies will not be cancelled unless at least
fifteen (15) days prior written notice has been given to the
Owner. -
3. The Contractor shall procure and maintain, at his own expense,
during the life of the Contract, liability insurance as
hereinafter specified.
3.1 Contractor's General Public liability and Property Damage
insurance including vehicle coverage issued to the
GC - 1.6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Contractor and protecting him from all claims for
personal injury, including death, and all" claims for
destruction of or damage to property, arising out of or
in connection with any operations under the Contract
Documents, whether such operations be by himself or by
any Subcontractor under him or anyone directly or
indirectly employed by the Contractor or by a
Subcontractor under him. Insurance shall be written with
a limit of liabiLity of not less than $200,000 for all
damages arising out of bodily injury, including death, at
any time resulting therefrom, sustained by anyone person
in anyone accident; and a limit of liability of not less
than $500,000 for any such damages sustained by two or
more persons in anyone accident. Insurance shall be
wri tten with .a limit of liability. of . not less than
$100,000 .for all property damage sustained by anyone
person in anyone accident; and a limit of liability of
not less than $200,000 for any such damage sustained by
two or more persons in anyone accident. .
3.2 The Contractor shall acquire and maintain, if applicable,
Fire and Extended Coverage insurance upon the Project to
the full insurable value thereof for the benefit of the
Owner, the Contractor and Subcontractor as their interest
may appear. This pr9vision shall in no way release the
Contractor or Contractor's Surety from obligations under
the Contract Documents to fully complete the Project.
4. The Contractor shall procure and maintain, at his own expense,
during the life of the Contract, in accordance with the
provisions of the laws' of the state in which the work is
performed, Workman's Compensation Insurance, including
occupational disease provisions, for all of his employees at
the site of the project and in case any work is sublet, the
Contractor shall require such Subcontractor similarly to
provide Workman's Compensation Insurance, including
occupational disease provision for all of the latter's
employees unless such employees are covered by the protection
afforded by the Contractor. In case any class of employees
engaged in hazardous work under this Contract at the site of
the Project is not protected under Workman's Compensation
statute, the Contractor shall provide and shall cause each
Subcontractor to provide adequate and suitable insurance for
the protection of his employees not otherwise protected.
5. The Contractor shall secure, if.applicable, "All Risk" type
Builder's Risk Insurance for work to be performed. Unless
specifically authorized by the Owner, the amount of such
~nsurance shall not be le~s than the contract price totaled in
the bid. The policy shall cover not less than the losses due
to fire, explosion, hail, lightening, vandalism, malicious
mischief, wind, cOllapse,-riot, aircraft and smoke during the
contract time and until the work is accepted by the Owner.
The policy shall name as the insured the Contractor, the
Engineer and the Owner.
GC-17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GC-22.
CONTRACT SECURITY:
1. The Contractor shall, wi thin ten (10) days a-fter the receipt
of the Notice of Award, furnish the Owner with a Performance
Bond and a Payment Bond in penal sums equal to the amount of
the contract price, conditioned upon the performance by the
Contractor of all undertakings, covenants, terms, conditions
and agreements of the Contract Documents and upon the prompt
payment by the Contractor _to all persons supplying labor and
materials in the prosecut-ion of the work provided by the
Contract Documents. Such bonds shall be executed by the
Contractor and a corporate bonding company licensed to
transact business in the state in which the work is to be
performed and named on-the current list of "Surety Companies
Acceptable on Federal Bonds" as published in - the Treasury
Department Circular Number 570. The expense of these bonds
shall be borne by the Contractor. If at any time a Surety on
any such bond is declared a bankrupt or loses its right to do
business in the state in which -the work is to be performed or
is removed from the list of Surety Companies accepted on
Federal Bonds, Contractor shall within ten (10) days after
notice from the Owner to do so, substitute an acceptable bond
(or bonds) in such form and sum and signed by such other
Surety or Sureties as may be satisfactory to the Owner. The
premiums on such bonds shall be paid by the Contractor. No
further payments shall be deemed due nor shall be made until
the new Surety or Sureties shall have furnished an acceptable
bond to the Owner.
GC-23.
ASSIGNMENTS:
1. Neither the Contractor nor the Owner shall sell, transfer,
assign or otherwise dispose of the Contract or any portion
thereof, or his right, title or interest- therein, or his
obligations thereunder, without written consent of the other
party.
GC-24.
INDEMNIFICATION:
1. The Contractor will indemnify and hold harmless the Owner and
the Engineer and their agents and employees from and against
all claims, damages, losses and expenses including attorney's
fees arising out of or resul t-ing from the performance of the
work, provided that any such claim, damage, loss or expense is
attributable to bodily injury, sickness, disease or death, or
to injury to or destruction of tangible property, including
the loss of use resulting therefrom; and is caused in whole or
- in part by any negligent or willful act or omission of the
Contractor and Subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them
may be liable.
GC-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. In any and all claims against the Owner or the Engineer or any
of their agents or employees, by an employee of the
Contractor, Subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them
may be liable, the indemnification obligation shall not be
limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the
Contractor or any Subcontractor under Workman's Compensation
acts, disability benefit acts or other employ~e benefits acts.
3. The obligation of the Contractor under this paragraph shall
not extend to the liability of the Engineer, his agents or
employees arising out of the preparation or approval of maps,
drawings, opinions ,- reports, surveys, change orders, design or
specifications.
GC-25.
SEPARATE CONTRACTS:
1. The Owner reserves the right to let other contracts in
connection with this Project. The Contractor shall afford
other contractors reasonable opportunity for the introduction
and storage of their materials and the execution of their work
and shall properly connect and coordinate his work with
theirs. If the proper execution or results of any part of the
Contractor's work depends upon the work of any other
Contractor, the Contractor shall inspect and promptly report
to the Engineer any defects in such work that render it
unsuitable for such proper ~xecution and results.
2. The Owner may perform additional work related to the Project
by himself or he may let other contracts containing provisions
. similar to these. The Contractor will afford the other
Contractors who are parties to such contracts (or the Owner,
if he is performing the additional work himself), reasonable
opportunity for the introduction and storage of materials and
equipment and the execution of the work and shall properly
connect and coordinate his work with theirs.
3. If the performance of additional work by other Contractors or
the Owner is not noted in the Contract Documents prior to the
execution of the Contract, written notice thereof shall be
given to the Contractor prior to starting any such additional
work. If the Contractor believes that the performance of such
addi tional work by the Owner or others involves him in
additional expense orenti tIes him to an extension of the
contract time, he may make a claim therefor as provided in
Sections GC-13 and GC-14~
GC"""26.
SUBCONTRACTING:
1. The Contractor may utilize the services of specialty
Subcontractors on those parts of the work which, under normal
contracting practices, are performed by specialty
Subcontractors.
GC-19
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. The Contractor shall not award work to Subcontractor(s), in
excess of fifty (50%) percent of the Contract Price, without
prior written approval' of the Owner.
3. The Contractor shall be fully responsible to the Owner for the
acts and omissions of his Subcontractors, and of persons
either directly or indirectly employed by them, as he is for
the acts and omissions of person directly employed by him.
4. The Contractor shall' cause appropriate provisions to be
inserted in all subcontracts relative to the work t6 bind the
Subcontractors to the Contractor by the terms of the Contract
Documents insofar ,as applicable to the work of Subcontractors
and to give the Contractor the same power as regards
terminating any subcontract that the Owner may exercise over
the Contractor under any provision of the Contract Documents.
5. Nothing contained ,in this Contract shall create any
contractual relation between any Subcontractor'and the Owner.
GC-27.
ENGINEER'S AUTHORITY:
1. The Engineer shall act as the Owner's representative during
the construction period. He shall decide questions which may
arise as to quality and acceptability of materials furnished
and work performed. He shall interpret the intent of the
Contract Documents in a fair' and unbiased manner. The
Engineer will make visits to the site and determine if the
work is proceeding in accordance with the Contract Documents.
2. The Contractor will be held strictly to the intent of the
Contract Documents in, regard to the quality of materials,
workmanship and execution of the work. Inspections may be
made at the factory or fabrication plant or the source of
material supply. '
3. The Engineer will not, be responsible for the construction
means, controls, techniques, sequences, procedures, or
construction safety.
4. The Engineer shall promptly make decisions relative to
interpretation of the Contract Documents.
GC-28.
LAND AND RIGHTS~OF-WAY:
1. The Owner shall provide the Contractor information which
delineates and decribes the land owned and right-of-way
acquired.
2. The Contractor shall provide at his own expense and without
liability to the Owner any additional land and access thereto
that the Contractor may desire for temporary construction
facilities, or for storage of materials.
GC-20
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
GC-29.
GUARANTEE:
1. The Contractor shall guarantee all materials and equipment
furnished and work performed for a period of one (1) year from
the date of substantial completion. The Contractor warrants
and guarantees .for a period of one (1) year from the date of
substantial completion of the system that the completed system
is free from all defects due to faulty materials or
workmanship and the Contractor shall promptly make such
corrections as may be necessary by reason of' such defects
including the repairs of any damage to other parts of the
system resulting from. such defects. The Owner will give
notice of observed defects with reasonable promptness. In the
event that the Contractor should fail to make such repairs,
adjustments' or other work that may be necessary by such
defects, the Owner may do so and charge the Contractor the
cost thereby incurred. The Performance Bond shall remain in
full force and effect though the guarantee period.
GC-30.
TAXES:
1. The Contractor will pay all sales, consumer, use and other
similar taxes required by the law of the place where the work
is performed.
GC-31.
WORK ADJACENT TO.RAILWAY OR OTHER PROPERTY:
1. Whenever the work embraced in this Contract. is near the
tracks, structures or buildings of the Owner or of other
railways, persons, or property, the work shall be so conducted
as not to interfere with the movement of trains or other
operations of the. railway, or, if in any case such
interference be necessary, the Contractor shall not proceed
until he has first obtained specific authority and directions
therefor from the proper designated officer of the Owner and
has the approval of the Engineer.
GC-32.
ORDER AND DISCIPLINE:
1. The Contractor shall at all times enforce strict discipline
. and good order among his employees and any employee of the
Contractor who shall appear to be incompetent, disorderly or
intemperate or in any other way disqualified for or unfaithful
to the work entrusted. to him, shall be discharged immediately
on the request of the Engineer and he shall not again be
employed on the workout with the Engineer's written consent.
GC:"'21
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
GC-33.
WARNING DEVICES AND SIGNS:
1. The Contractor shall furnish, erect, paint and maintain
warning devices when construction is on or near public streets
for the protection of vehicular and pedestrian traffic. Such
devices will be in accordance with the Georgia Manual on
Uniform Traffic Control Devices for Street and Highways, July,
1962, "Traffic Control for Highway Construction and
Maintenance Operations," Section III-1 through III-75.
2. On a 20" x 30" sign, mounted on a solid post, 8 feet above the
ground, indicating the name and night phone -number of the
Contractor in 4" letters, shall be erected at each end of the
project throughout the construction and maintenance periods.
The Contractor may remove the sign following the maintenance
period.
GC-34.
SPECIAL RESTRICTIONS:
1. No work shall be allowed after the hours of darkness or on
Sunday without written permission of the Owner.
GC-35. AS-BUILT DRAWINGS: The contractor shall maintain a set of
as-built Drawings-' in the construction trailer or office,as
applicable. All deviations or important measurements shall be
recorded on the as-builts daily. Measurements should be made
form visible surface objects such as manholes, fire hydrants,
valves, property corne~s, fence corners, etc.. Measurements
shall locate underground and surface objects by two
measurements as stated above. These measurements should
be to the nearest tenth of a foot. Three sets will be-
provided at the contractors expense, one set must be the
originals drawn in red ,ink while the remainder may be
copies. Each shall be clearly marked on the f~rst sheet
in on inch letters "As-Built Drawings".
GC-36.
CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER:
1. The Contractor shall not employ or hire any of the employees
of the Owner.
GC-22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION SGC-O
INDEX TO SUPPLEMENTAL GENERAL CONDITIONS
SECTION
TITLE
SGC-O 1.
Drawings
SGC-02.
SGC-03.
Field Office Facilities
Rights-of-Way
SGC-04.
Estimate of Quantities
SGC-05.
Existing Structures and Utilities
SGC-06.
Contractor's Breakdown of Lump Sum .payment Items
SGC-07.
Prior Use by Owner
SGC-08.
Cleaning Up
SGC-09.
Maintenance of Traffic
SGC-IO.
Maintenance of Access
SGC-l1.
SGC-12.
SGC-13.
Erosion Control and Restoration of Property
Bypassing Sewage
Safety and Health Regulations
SGC-14.
Pre-Construction Conference
SGC-15.
General and supplemental Conditions Not Applicable
To This Contract
SGC-O
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION SGC-O
SUPPLEMENTAL GENERAL CONDITIONS
SGC-Ol.
DRAWINGS:
The Owner will furnish to the Contractor, free of charge,
all copies of drawings and specifications reasonably necessary for
the execution of the work. Location of all features of the work
included in the Contract are_ indicated on the Contract Drawings.
_The following drawings comprise the plans for the Contract:
Note:
The Contract Drawings are listed under Special
Condition SC-02., LIST OF DRAWINGS:.
SGC-02.
FIELD OFFICE FACILITIES:
The Contractor shall provide, at a point convenient to
the work, suitable office facilities for housing records, plans and
contract documents. A telephone shall be provided at the
Contractor's office for expediting the work and be made available
for the use of the Engineer~ A complete and up-to-date set of the
plans and specifications shall be available at the field office at
all _times that the work is in progress.
SGC-03.
RIGHTS-OF-WAY:
The Owner will furnish all land and rights-of-way
necessary for the carrying out of this contract and the completion
of the work herein contemplated and will use due diligence in
acquiring said land and-rights-of-way as speedily as possible. But
it is possible that all land and rights-of-way may not be obtained
as herein contemplated before construction begins, in whic~ event
the Contractor shall begin his work upon such land-and rights-of-
way as the Owner may have previously acquired and no claim for
damages whatsoever will be allowed by reason - of the delay in
obtaining the remaining l~nds ~nd rights-of-way. Should the Owner
be prevented or enjoined from proceeding with the work or from
authorizing its prosecution, either before the commencement, by
reason of any litigation or by reason of its inability to procure
any lands or rights-of-way for the said work, the Contractor shall
not be entitled to make or assert any claim for damage by reason of
said delay or to withdraw from the contract except by consent of
the Owner; but time for completion of the work will be extended to
compensate for the time lost by such delay; such determination to
be set forth in writing and approved by the Owner.
SGC-04.
ESTIMATE OF QUANTITIES:
The estimated quantities of work to be done and materials
to be furnished under this contract if shown in any of the
documents including the bid are given only for use in comparing
bids and to indicate approximately the total amount of the contract
SGC-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
and the right is especially reserved except as herein otherwise
specifically limited to increase or diminish them as may be deemed
reasonably necessary or desirable by the Owner 'to complete the work
contemplated by this contract and such iricrease or diminution shall
in no way vitiate this contract nor shall any such increase or
diminution give cause for claims or liability for damages.
SGC-05.
EXISTING STRUCTURES AND UTILITIES:
The existence and location of, structures and underground
utilities indicated on the plans are not guaranteed and shall be
investigated and verified in the field by the Contractor before
starting work. The Contractor shall be held responsible for any
damage to and for maintenance and protection of existing utilities
and structures.
SGC-06.
CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS:
The Contractor shall, immediately after the contract has
been awarded, submit to the Engineer for his approval, a breakdown
showing estimates of all costs apportioned to the major elements of
equipment, material and labor comprising the total work included
under any of the lump sum items shown in the proposal. These
estimates as approved will serve as the basis for estimating of
payments due on all progress estimates.
SGC-07.
PRIOR USE BY OWNER:
Prior to completion of the work, the Owner may take over
the operation and/or use of the incompleted project or portions
thereof. Such prior use of the facilities by the Owner shall not
be deemed as acceptance of any work or relieve the Contractor from
any of the requirements of the Contract Documents.
SGC-08.
CLEANING UP:
The Contractor shall keep the premises free from the
accumulation of waste material and rubbish and upon completion of
the work, prior to final acceptance of the completed project by the
Owner, he shall remove from the premises' all rubbish, surplus
materials, implements, toois, etc., and leave his work in a clean
condition, satisfactory to the Engineer.
SGC-09.
MAINTENANCE OF TRAFFIC:
In any work' within the public right-Of-way, the
Contractor shall provide' .adequate warning and protection for
ped~strian and vehicular traffic from any hazard arising out of the
Contractor's operations and will be held responsible for any damage
caused by negligence on his part or by the improper placing of or
failure to display danger signs and road lanterns~ All traffic
lanes, sidewalks and driveways will be kept open and clear at all
times except as provided below. The Contractor shall not block
SGC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
traffic on any street more than 30 minutes or without written
permission from such agency. Before leaving the work each night,
it shall be placed in such condition as to cause the least possible
hazard therefrom. Should the Contractor fail to comply with the
provisions of this paragraph, the Owner may, wit~ his own forces,
provide signs, flagmen, barricades and/or passageways or clear the
pavement and deduct the cost thereof from sums due to the
Contractor.
SGC-IO.
MAINTENANCE OF ACCESS:
The Contractor will be required to maintain access to
business establishments during all time they are open for business,
to churches, schools and other institutions during the time they
are open and to all residential and other occupied buildings or
facili ties at all times.. Bridges across open trenches and work
areas will be required to provide vehicular and pedestrian access.
Bridges withhandraif protection will be required for crosswalks at
street intersections. It is recognized that it will be necessary
to remove bridges and to block cross traffic while equipment is in
operation. The Contractor shall, however, plan and pursue his
operations so as to minimize the time that direct entrance is
blocked.
SGC-l1.
EROSION CONTROL AND RESTORATION OF PROPERTY:
The Contractor will be required to schedule his work and
perform operations in such a manner that siltation and bank erosion
will be minimized during all phases of construction. Any areas
disturbed during the course of construction shall be restored to a
condition equal or better than the original condition.
SGC-12.
BYPASSING SEWAGE:
The Contractor will be required to schedule and
coordinate construction sequences and to use temporary construction
and other approved methods which will minimize the bypassing of
sewage during construction of the sewer facilities. The diversion
of sewerage to open ditches or streams will not be permitted.
SGC-13.
SAFETY AND HEALTH REGULATIONS:
The Contractor shall comply with the Department of Labor
Safety and Health Regulations for construction promulgated under
the Occupational and Health Act of 1970 (PL31-S96) and under
Section 107 of the Contract Work Hours and Safety Standards Act
(PL91-S4).
SGC-14.
PRE-CONSTRUCTION CONFERENCE:
A pre-construction conference shall be held at an
acceptable time to the Owner and the Contractor prior to the
"Notice to Proceed" to coordinate the work and satisfy all
requirements of the Contra~t Documents.
SGC-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SGC-15.
GENERAL AND SUPPLEMENTAL CONDITIONS NOT
APPLICABLE TO THIS CONTRACT:
SGC-4
..
:.1...
~~;1:.'
~
~
QJ
~
j
.f'
~
')
..
'r.
-
~
~~
1
z
o
I--
n...
n:::
u
(f)
w
O.
r-
r;;/"
'V
.--
r-
t.
:c CD .f) :X .Cr: ,~ .X) C('
~ I ~ I
~ -L L.L ~- _. ~
, -.. 0 -. r--. -. C~'. .~ ,-
"V) ~ _.' ; .~ ---'
--
,-- (' -.r- "7J- ...... ':, .... ')J
. . , - , -
. .
.
o
Z
l-
W
l..U
I
(f)
.....-
----. -- ~
:"~ "_ ~
O r'-'. -
, -.... ::-.
I .
...,..... -..
I _.....J
i~' :'. 2"::::.
~ ,..:::
~- ? .~ :':=),'=.
,-' 0-: ,.-
i' __ ..........
~- '.-.:=J '_ . I
-,- ")......, --
..l:-- ~~ --... -L j .-
~ . -. ....,
~/. -- - ~--
,,"", r--.r- ~ '~.'
:-V ~', ) '.j I .....:...
'---
L--
~.. .. .
-.- ....1 <' ,. .....-
............. . -....- .... ...
:=' L- ~___ ,~_ ~.:::
,." 1'-" ,.- .~ .......:...
:___: ,..j J 1.,.1" '--./ ..
... I:~
.~ '
I " .
! ,..... .~. _._l
'v J I --
.=:-, ~.- .<
CL ...J ~ ---
<t: ~:;; =.: ...L
"--', . -., / r. ....--...
~ :-.- '-......' --
~
L-. i
<f .:=.= ~ =
--.: -
~,r) - -- J:::: :;::
~:~ ~.::
--~.. ~ '
I ---- ~
.-- -- ,.....
_~ 7 ,;-~ ....
.:=:.. -~ ',.- <::
=- .......
-1 ..~ ~ '--
--.:; .L t'"\
/' ....".. ~
::r"<(~
. -~ (). -~
:2 :,-~ ;= .~~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION SC-O
SPECIAL CONDITIONS
SC-Ol.
SCOPE:
The project referred to in the Agreement sha~l consist of
the construction of Street and Utility Improvements
hereinafter referred to'by project name as Goodale Place.
SC-02.
LIST OF'DRAWINGS:
The following drawings, prepared by Department of Public
Works comprise the plans for the project:
SHEET
NO.
DATE
TITLE
ORIGINAL
May; 1997
REVISED
sc-o
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-03.
BONDS:
The Contractor will include in the lump sum payment for
mobilization the cost of his performance and payment bond.
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 EPA or USDA. Use of all such chemicals and
disposal of residues shall be in conformance with printed
instructions.
SC-os.
TEMPORARY TOILETS:
Contractor shall provide temporary toilet facilities on
the site for workmen employed in the construction work. Toilets
shall be adequate f6rthe 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 up to five (5) sets of direct blue line prints together with
a like number of complete bound specifications for construction
purposes. Additional sets of plans and/or specifications will be
furnished to the Contractor at the cost of reproduction upon his
written request.
SC-07.
RECORD DRAWINGS:.
The Contractor will maintain in his office one complete
set of drawings (including any supplemental sketches) pertaining to
the project upon which,. at the end of each day's work any
deviations from the' construction lines shown. thereon and all
changes ordered by the Engineer will be shown accurately in red
pencil. If necessary, supplemental drawings will be made to show
details of deviations or changes', and these will be k~pt with the
marked set. The drawings will be available to the.Engineer for
inspection during construction. Satisfactory progress toward the
preparation of the record dr~wings shall be a condition of approval
of monthly payment estimates. At the completion of construction,
prior to submi ttinq his estimate for final payment, and as a
condition for payment thereof, three copies of the record drawings,
satisfactorily completed, will be transmitted to the Engineer.
SC-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-8. SHOP DRAWINGS:
The Contractor shall submit to the Engineer for this
review shop drawings, cuts, diagrams, bar lists, steel details, and
other descriptive data on every item, where required on the
drawings on 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 of the material. Submittals which
have not been checked by the Contractor will not be reviewed by the
Engineer. Reviews by the Engineer of submittals will cover only
general conformity with the project requirements, while
responsibility for detailed conformity shall remain with the
Contractor. The Contractor will be notified by mail of the results
of the submittal reviews with in ten (10) days of the receipt by
the Engineer thereof.
SC-09.
EXISTING STRUCTURES:
j
Where sidewalks, street signs, private signs, walls,
sidewalks, fences, etc, are removed in accomplishing the work, each
and every item will be replaced ~n 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-IO.
SALVAGE MATERIAL:
All grates, railroad ties, cobblestones, granite curbing,
manhole frames and covers, will remain the property of the Owner
and will be stockpiled at the Public Works Department, 1568 Broad
Street, in the manner directed by the Engineer.
SC-ll.
REFERENCED SPECIFICATIONS:
Where specifications or standards of trade organizations
and other groups are referenced in these specifications, they are
made as much a part of these specifications as if the entire
standard or specification were reprinted herein. . The inclusion of
the latest edition or revision of the referenced specification or
standard is intended.
SC-12.
TRAFFIC CONTROL:
Traffic control shall conform to the Manual on Uniform
Traffic Control Devices (MUTCD) of the Federal . Highway
Administration, Edition of 1978. The Contractor shall give prior
wri tten notification to and shall obtain the approval of the
Augusta-Richmond County Fire and Police Department of any street
closures.
SC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"
SC-13.
SURVEYS:
The Engineer has established base lines for locating the
base lines for locating the principal component parts for the work,
together with a suitable number of bench marks adjacent to the
work. From the information thus provided, the Contractor shall
develop and make all detail surveys needed for construction such as
slope stakes, batter boards, stakes for pile locations and other
working points, lines and elevations; The Contractor shall employ
only Reqistered Land Surveyors or Reqistered Professional Enqineer
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 maybe caused by their unnecessary loss or
disturbance.
SC-14.
CONSTRUCTION ORDER AND SCHEDULE:
1. The Contractor shall be responsible for the detailed order,
schedule, and methods of construction activities within the
general guidelines specified for maintenance and protection of
highway and pedestrian, traffic; utility lines; drainage ways;
adjacent properties; and as otherwise specified.
2. After notice to proceed and prior to the first payment on the
contract the Contractor shall submit the following for review:
A. Breakdown of contract price into units of cost for each
item required to complete the total work; this breakdown
will be the basis for judging the percentage complete at
any time.
B. A statement of the order of procedure to be followed that
will result in the required protection and completion of
the work within the contract time.
C. A bar chart showing the percentage of each item schedules
against time and so scheduled that Contractor's order of
construction is clearly shown.
3. With each request for payment the Contractor shall submit two
copies of the bar chart clearly marked to show the work
completed at the date,of the payment requested.
SC-15.
INSPECTION AND TESTING OF WORK:
The Owner shall provide sufficient competent engineering
personnel for the technical observation and testing of the work.
The Engineer and his representatives shall at all times
have access to the work whenever it is in preparation or progress,
and the Contractor shall provide proper facilities for such access,
and for inspections.
SC-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Inspectors shall have the power-to stop work on account
of a workman's incompetency, drunkenness, or willful negligence or
disregard of orders. An inspector may stop the work entirely if
there is not a sufficient quantity of suitable and approved
materials or equipment on the ground to carry it out properly or
for any good and sufficient cause. Inspectors may. not accept on
behalf of the Owner any material or workmanship which does not
conform fully to the requirements of the contract and they shall
give no orders or directions under any possible circumstances not
in accordance with the Specifications. The Contractor shall
furnish the inspector with all required assistance to facilitate
thorough inspection or the culling over or removal of defective
materials or for any other purpose requiring discharge of their
duties for which service no additional allowance shall be made.
The inspector shall, at all times, have full permission to take
samples of the materials that mayor may not be used in the work.
Any inspection provided by the Engineers is for the
purpose of determining compliance with provisions of the contract
specifications and is in no way a guarantee of the methods or
appliances use by the Contractor, nor for the safety of the job.
If the specificaiions, 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. I f such work is not in accordance with the
Contract Documents, the Contractor shall pay such cost.
SC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TECHNICAL SPECIFICATIONS
INDEX
Section
TSOl
TS02
TS03
TS04
TSOS
TS06
TS07
Description
CLEARING AND GRUBBING
EXCAVATION, TRENCHING AND BACKFILLING
STORM SEWERS AND APPURTENANCES
SANITARY SEWERS AND APPURTENANCES
WATER DISTRIBUTION
FINISHED GRADING AND GRASSING
LOOSE ROCK RIP-RAP
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLEARING & GRUBBING
TS - 01 .
SCOPE:
The work covered by this section of the specifications
consists of furnishing ali plant, labor, equipment, materials and
appliances and in performing all operations in connection with
the clearing and grubbing. in strict accordance with this section
of the specifications and the applicable drawings and subject to
the terms and conditions of this Contract.
TS-02.
CLEARING:
Clearing shall consist of the felling and cutting up or the
trimming of trees and the satisfactory disposal of the trees and
other vegetation from the site as indicated on the drawings or as
directed by the Engineer, together with the down timber, snags,
brush and other rubbish occurring within the areas to be cleared.
Trees and other vegetation as may be indicated on the drawings or
designated by the Engineer, to be left standing and all stumps
roots and brush in areas .to be cleared shall be cut off flush
with or slightly below the ori~inal ground surface: Individual
trees and groups of trees designated to be left standing within
the cleared areas shall be trimmed of all branches to such
heights and in such manner as may be necessary to prevent
interference with the construction operations or as directed by
the Engineer. All limbs and branches required to be trimmed
shall be neatly cut close to the bole of the tree or to main
branches and the cuts thus made shall be painted with an approved
tree-wound paint. Individual trees, groups of trees and other
vegetation, incident to construction operations, by the erection
of barriers or by such other means as the circumstances require.
Clearing operations shall be conducted so as to prevent damage by
falling trees to trees left standing, to existing structures and
installations and to those under construction so as to provide
for the safety of employees and others.
TS-03.
GRUBB I NG :.
Grubbing shall consist of the removal and disposal of all
stumps, roots and matter. roots from the site as indicated on the
drawings or as directed by the Engineer. In foundation areas,
stumps, roots, logs or other timber, matted roots.and other
debris not suitable f6r foundation purposes shall be excavated
and removed to a depth of not less than 18 inches below the
original ground surface for or by the removal of stumps and
roots, shall be refilled with suitable material and compacted to
make the surface conform to the surrounding ground surface.
TS01-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-04.
DISPOSAL OF CLEARING AND GRUBBED MATERIAL:
All timber, logs, stumps, roots, brush, rotten wood and
other refuse from the clearing and grubbing operations shall be
removed from the site and placed in an approved offsite disposal
area provided by the Contractor or otherwise disposed of as
approved by the Engineer. When approved by the Engineer, burning
shall be done at such location and in such manner that will avoid
all public nuisance and all hazards such as damage to existing
structures, construction in progress, trees and vegetation. The
Contractor will be responsible for compliance with all Federal,
State and Local Laws and regulations relative to the building of
fires. Disposal by furnish shall be kept under constant
attendance until the fires have burned out or have been
extinguished.
TS-05.
PAYMENT:
Separate payment will be made for the work covered under
this section.
rSOl-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
EXCAVATION, TRENCHING AND BACKFILLING
TS-O 1.
SCOPE:
The work covered by this section of the specifications
consists of furnishing all plant, labor, equipment, materials and
appliances and in performing all operations in connection with
the excavation, trenching and backfilling for water mains, sewers
and appurtenant structures, complete in strict accordance with
this section of the specifications and the applicable drawings
and subject to the terms and conditions of the Contract.
TS-02.
EXCAVATION:
a. GENERAL: Excavation shall be in accordance with OSHA
Safety Requirements.
b.
CLASSIFICATION:
Excavation shall comprise the
satisfactory removal and
disposition of all excavated
material regardless of
classification.
The Contractor shall perform all excavation of every
description and whatever substances encountered to grade
indicated. Water mains shall have a minimum cover of 36".
c. EXCAVATION FOR WALLS AND FOOTINGS: Excavation for
walls and footings shall extend a sufficient distance to allow.
for the placing and removal of forms, installations of services
and for inspection, except where the concrete wall or footings
may be authorized to be deposited directly against excavated
surfaces.
Backfill with earth under structures will not be permitted
and any unauthorized excess excavation below the levels indicated
for the foundation of such structures shall be filled with
crushed rock as specified below under Trench Excavation.
d. TRENCH EXCAVATION: The banks of trenches shal~ be kept
as nearly vertical as practicable, where required, shall be
properly sheeted and braced. The width of trenches at and below
the level of the pipe shall provide a minimum of 8 inches and a
maximum of 12 inches clearance on each side of the bell of the
pipe. The width of the trench above this level may be made wider
as necessary for sheeting and. bracing and the proper installation
of the work. ..
The bottom of trenches shall be accurately graded to provide
uniform bearing and support for each section of the pipe on
undisturbed soil at every point along its entire length, except
for portions of the pipe section where it is necessary to
TS02-1
I
I
I
I
I
I
I
I
I
I-
I
I
I
I
I
I
I
I-
I
excavate for bell holes and for the proper sealing of pipe
joints. Bell holes shall be dug after the trench bottom has been
graded. Bell holes shall be excavat-ed only to an extent
sufficient to permit accurate work in the making of the joints
and to insure that the pipe, for a maximum of its length will
rest upon the prepared bottom of the trench. Depressions for
joints other than mechanical shall be made in accordance with the
recommendations of the joint manufacturers for the particular
joint used.
- Except at locations where excavation of rock from the
bottoms of trenches is required, care shall be taken not to
excavate below the depths indicated. Where rock excavation is
required, the rock shall be excavated to a minimum overdepth of 4
inches and maximum of 12 inches below the normal required trench
depth. The overdepth rock excavation and all excess trench
excavation shall be backfilled with well-graded stone or crushed
gravel meeting the requirements of ASTM C-33, Gradation 67 (3/4"
or #4). Whenever wet or otherwise unstable soil that is
incapable of properly supporting the pipe, as determined by the
Engineer or indicated on the drawings, is encountered in the
trench bottom, such soil shall be removed to a depth required for
the lengths designated by the City Engineer and the trench
backfilled to trench bottom grade with crushed stone or gravel as
specified above.
e. DEWATERING AND DRAINAGE: All excavations shall be
protected from flooding by surface waters (rain runoff, etc.)
Dewatering by pumping or well pointing from excavated areas
shall be performed by the Contractor to provide a stable
excavation and a firm pit or trench bottom. Dewatering shall
incur no extra cost to the Owner.
Water removed from the excavated areas shall be conveyed in
a proper manner to a suitable point of discharge where it will
neither cause injury to public health, public or private
property, the surface or use of the streets by the public or work
completed or in progress.
To guard against the danger of flotation of empty or
partially empty pipe due to high water table, all dewatering
operations shall be continued without interruption until such
time as sufficient backfill has been placed over the top of the
pipe to overcome the buoyancy of a completely empty pipe which is
entirely submerged.
f. SHORING AND PROTECTION OF EXCAVATIONS: Shoring shall
be provided by the Contractor as necessary to protect life or
property. Excavations shall not be made until shoring has been
completed. All existing structures, streets, pipes and
foundations which are not to be removed or relocated shall be
TS02-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
adequately protected or. replaced by the Contractor without cost
to the City. The Contractor shall adequately protect the work
under construction and the safety of his workmen in excavations
by the use of suitable sheeting, shoring and bracing or by
sloping the banks with the angle of repose of the soil.
g. EXCESS MATERIAL: Excess excavated material not
suitable or required for backfill or filling shall be wasted as
directed by the City Engineer.
h. STOCKPILE: Excavated material to be used for backfill
shall be stockpiled as directed by the City Engineer. Excavated
material shall be deposited a sufficient distance from the side
of the excavation wall to prevent surcharge on the wall.
i. BLASTING: Where blasting is necessary, it shall be
done in accordance with local ordinances by skilled operators,
and precautions shall be taken to avoid damage. Suitable mats
shall be provided to confine, within the limits of the
excavations, all material lifted by blasting.
TS-03.
BACKFILLING:
Trenches and other excavations shall not be backfilled until
all required tests are performed and the work has been approved
by the City Engineer. The trenches shall be carefully backfill
d, with earth, loam, sandy clay, sand and grave, soft shall or
other approved materials. _ ~o material shall be used for
backfilling that contains mulch, other unstable materials,
stones, blasted rock, broken concrete or pavement or other hard
materials having any dimension greater,than 2 inches; or.large
clods of earth, debris, frozen earth or earth with an
exceptionally high void content.
For backfilling, to a level of one foot over the top of
pressure pipelines and two feet above the top of gravity
pipelines, only selected material shall be used. Select
materials shall be approved by the City Engineer and consist of
finely divided material free from debris, organic material and
stone may be suitable job excavated material or shall be provided
by the Contractor from other sources. The backfill shall be
placed in uniform-layers riot exceeding six inches in depth. Each
layer shall be moistened and carefully and uniformly tamped with
mechanical tampers or other suitable tools. Each layer shall be
placed and tamped under the' pipe haunches with care and
thoroughness so as to eliminate the possibility of voids or
lateral displacement.
The remainder of the backfill material shall then be placed
and compacted above the level specified above. In areas not
subject to traffic, the backfill shali be placed in 12-inch
layers and each layer moistened and compacted to a density
TS02-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
approximately that of the surrounding earth. Under roadway,
driveways, paved areas, parking lots, along roadway shoulders and
other areas subject to traffic, the backfill shall be placed in
6-inch layers and each layer moistened and compacted. After
compaction, the dry weight per cubic foot for each layer shall be
at least 95% of the maximum Laboratory Dry Weight per cubic foot,
as determined by ASTM D 698.
Any trenches which are improperly backfilled or where
settlement occurs, shall be reopened to a depth required for
proper compaction, then refilled and compacted with the surface
restored to the required grade and compaction. Along all portion
of the trenches not located in roadways, the ground shall be
graded to a reasonable uniformity and the excess material wasted
as directed by the City Engineer.
Sheeting not specified to be left in plac~ shall be removed
as the backfilling progresses. Sheeting shall be removed in such
a manner as to avoid caving of the trench. Voids left by the
removal of sheeting and shoring shall be carefully filled and
compacted. Where, in the opinion of the City Engineer, damage is
liable to result from withdrawing sheeting, the sheeting will be
ordered to be left in place.
TS-04.
PAVEMENT REPLACEMENT:
The Contractor shall replace all pavement removed, -
undermined or damaged by his construction operations and as
required by the plans.
As the completion of the pipe installation and construction
of manholes and appurtenant structures progresses all backfill
shall be completed in the manner prescribed in this section of
these specifications. This backfill shall be finished off to a
grade level with the surface of the adjacent pavement and shall
be maintained smooth and free from potholes, depressions and ruts
until the pavement replacement, grassing, etc., hereinafter
prescribed are performed.
Pavement replacement ~hall be started as soon as possible
after completion of backfill. The edge of existing pavement to
remain shall be neatly cut vertically and on a uniform horizontal
alignment with a rotary power saw (concrete saw). The backfill
material. shall be removed td depth required and sub-base
compacted as hereinbefore specified. The designated patch shall
be installed in accordance with the following specifications:
a.
of 3,000
pavement
adjacent
finished
CONCRETE PAVEMENT: The patch shall be 8 inch thickness
psi ~oncrete. Joints shall be provided in the new
matching in type and location of all joints in existing
pavement. The surface. of the new pavement shall also be
to match the surface of adjacent pavement.
TS02-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b. DRIVEWAYS: Same as for concrete pavement except that
the thickness shall be 6 inches.
c. SIDEWALKS: Same as for concrete pavement except that
the thickness shall be 4 inches.
d. ASPHALT CONCRETE: The patch shall consist of a 6 inch
thickness of 3,000 psi concrete and a surface course of 2 inch
thickness of asphalt concrete. After the concrete as attained
sufficient strength, the concrete surface shall be cleaned and
prepared for the bituminous surface by application of a bitumi-
nous tack coat. A surface course consisting of a 2 inch
compacted thickness of hot plant mix bituminous material
conforming to City of Augusta specifications, Type "F", shall
then be constructed on the prepared base.
e. CONCRETE CURB AND GUTTER: Concrete curb or curb and
gutter which has been removed shall be replaced to match the
adjacent curb in type and dimensions. 3,000 psi concrete shall
be used in construction of curb and gutter.
f. GRANITE CURB: In removing and replacing granite curb,
extreme care shall be exercised to eliminate breakage or other
damage during removal, storage and replacement. The Contractor
will be required to replace all sections broken or damaged by his
construction operations with new sections of identical material
and dimensions at his own expense. In the replacement of the
curb, the Contractor shall take extreme care in the placement and
compaction of backfill under and adjacent to the curb to insure
adequate support throughout the full length of each section of
curb.
g. BRICK PAVEMENT: Replace brick on 6 inch concrete. New
pavement shall match existing construction.
TS-OS.
EXISTING IMPROVEMENTS:
The Contractor shall maintain in operating condition and
protect from all damage all existing improvements .including
utilities, sewers, gutters and other drains encountered and
repair to the satisfaction of the Engineer any surface or
subsurface improvement damaged during the course of the work.
The Contractor shall also make reasonable and satisfactory
provisions for the maintenance of highway and street traffic.
TS-06.
RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced
by op~rations or acts of any of his agents o~ employees. Such
restoration shall include seeding, sodding and transplanting of
lawns, hedges, ornamental plantings and the repair or replace-
ment of driveways, walks or other facilities.
TS02-S
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-07.
SALVAGE MATERIALS:
All cast iron trap tops, grates an frames, manholes rings
and covers, etc., that are removed and not reused shall be
salvaged and hauled to the Streets and Drains Department, 1568
Broad Street. This is a no pay item.
TS-08.
MEASUREMENT:
1. EXCAVATION AND BACKFILL: Unclassified excavation and
backfill of excavated materials including satisfactory removal
and disposal of excess material shall not be measured for payment
and all costs shall be included in the applicable contract
payment item as set forth in the Proposal.
2. CRUSHED STONE OR GRAVEL: The quantity of crushed stone
or gravel authorized by the City Engineer to refill rock or
unsuitable material excavation shall be the actual tons of stone
installed and accepted. Crushed stone or gravel required to
backfill unauthorized over-excavation in either width or depth
will not be measured for payment.
3. SELECT MATERIAL: Select material authorized by the
City Engineer to replace unsuitable material for backfilling
excavations and fill shall be measured on a cubic yard basis
truck measure, complete installed and accepted.
4. PAVEMENT REPLACEMENT: Pavement replacement - 8 inch
thick concrete, 6 inch thick concrete driveway pavement, 4 inch
thick concrete sidewalk pavement, asphalt concrete pavement, and
brick pavement will be measured on a square yard basis complete
and accepted, except where shown on plans or approved by the City
Engineer. Limit of measurement for pavement replacement over
trench excavation shall be the pipe outside diameter plus three
(3) feet. Limit of measurement around manholes and structures
shall be two (2) feet beyond the outside wall.
a. CURB AND GUTTER: The quantity of curb and gutter
measured shall be the actual linear feet of curb and gutt~r
replaced, complete and accepted. Except where shown on plans or
approved by the City Engineer, the limit of measurement shall be
the pipe outside diameter plus three (3) feet plus distance on
either side of above width centered over pipe to closest
construction or expansion joint on either side.
b. GRANITE: The quantity of granite curb removed and
replaced shall be the actual linear feet granite curb and gutter
removed and replaced, complete and accepted. Limit of measure-
ment shall be same as for curb and gutter.
TS02-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-09.
PAYMENT:
No separate payment will be made for excavation and
backfilling; testing; refill of over-excavation; dewatering and
drainage; sheeting and shoring; stockpiling; blasting; pavement
replacement and curb and gutter and granite curb replaced outside
specified limits; protection and replacement of existing
improvements damaged by Contractor's operations; restoration of
property damaged by Contractor's operations; salvage material or
other items of work except items as itemized below for payment
and all such costs shall be included in the applicable contract
unit price or lump sum bid items.
Measured items shall be paid for at the contract unit or
lump sum price for the items as set forth in the proposal, which
payment shall be full compensation for the work completed in
place and accepted.
Payment will be made under the following:
Select Material
Crushed Stone or Gravel
8" thick Concrete Pavement
6" thick Concrete Driveway Pavement
4" thick Concrete Sidewalk Pavement
Asphalt Concrete Pavement
Brick Pavement
Curb and Gutter
Granite Curb
6" thick Header Curb
per cubic yard
per ton
per square yard
per square yard
per square yard
per square yard
per square yard
per linear foot
per linear foot
per linear foot
TS02-7
-
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STORM SEWERS AND APPURTENANCES
TS - 01 .
SCOPE:
The work covered by this section of the' specifications
consists of furnishing all plant, labor, equipment and materials
and in performing all operations in connection with the
installation of storm sewer pipe, structures and appurtenances,
complete, in strict accordance with this section of the
specifications and the applicable drawings and subject to the
terms and conditions of the Contract.
TS-02.
EXCAVATION, TRENCHING AND BACKFILLING:
All excavation, trenching and backfilling shall be as
specified under the Section entitled "Excavation, Trenching and
Backfilling".
TS-03.
CONCRETE WORK:
All concrete work shall conform to the requirements of the
section entitled "Concrete".
TS-04.
APPLICABLE SPECIFICATIONS:
The latest edition of the following specifications form a
part of this section of the specifications:
A. American Society of Testing Materials
Specifications:
C 12-82
C 14-82
C 76-85A
C 700-78A
Installing Clay Sewer Pipe
Concrete Sewer Pipe
Reinforced Concrete Pipe
Extra Strength and Standard Strength Clay
Pipe and Perforated Clay Pipe
Vitrified Clay Pipe Joints Using Materials
Having Resilient Properties
Joints for Circular Concrete Sewer and
Concrete Pipe Using Flexible, Watertight,
Rubber-type Gaskets
Precast Reinforced Concrete Manhole Risers
and Tops
Reinforced Concrete Elliptical Culvert, Storm
Drain and Sewer Pipe
Reinforced Concrete D-Load Culvert, Storm
Drain and Sewer Pipe
Reinforced Concrete Low-head Pressure Pipe
C 425-77
C 443-85A
C 478-85A
C 507-84A
C 655-85A
C 361-85A
TS03-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Federal Specifications:
SS-B0656 Brick, Building (Common) Clay
TS-05.
GENERAL:
The contract drawings indicate the extent and general
arrangement of the storm sewer system. If any departure from the
contract drawings are deemed necessary by the Contractor, details
of such departures and the reasons therefore shall be submitted
as soon as practicable for approval. No such departures shall be
made without written approval of the Engineer.
The drawing and these specifications shall be considered as
supplementary, one to the other, so that materials and labor
indicated, called for by the one and not the other, shall be
supplied and installed as though specially called for on both.
TS-06.
MATERIALS:
All materials furnished by the Contractor shall be new and
shall meet the requirements of the applicable specifications.
All pipe shall be furnished with "0" ring rubber gasket joints.
Pipe 24 inch and smaller shall be in accordance with the follow-
ing substitution schedule except where a specific type pipe is
designated on the plans:
Substitute Schedule
Pipe Clay
Size Pipe
6" C-700-78A
8" " " "
10" " " "
12" " " "
15" ---------
18" ---------
24" ---------
Concrete
Pipe
Reinforced
Concrete
C-14-82 Ex. Str.
"
" "
"
"
fI tI
"
"
If "
"
C-76-85A Class III
"
"
"
"
"
"
"
"
"
Reinforced Concrete: Pipe 15" and larger shall be reinforced
concrete conforming to ASTM C-76-85A, strength class as shown on
the plans, Class III were not designated or ASTM C-655-85A. Pipe
designed for ASTM c~655-85A shall be designed for the specific
installation, bedding and cover conditions for which it is
intended. The Contractor shall submit with his proposal a
preliminary design for this pipe. The design shall be based upon
criteria of the American Concrete Pipe Association and shall have
been reviewed by the Engineers of that A~sociation.
TS03-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-07.
INSTALLATION:
A. PIPE LAYING: The bottom of the trench where the sewer
pipe is to be laid shall be prepared and shaped as shown on the
plans and specified under the Section, "Excavating, Trenching and
Backfilling", to give uniform circumferential support to the
lower quadrant of the pipe for the maximum length.
Pipe laying shall proceed upgrade with the spigot end of
bell and spigot pipe pointing in the direction of the flow. Each
pipe shall be laid true to the line and grade in such a manner as
to form a close concentric joint with the adjacent pipe and to
prevent offsets in the flow line. As the work progresses, the
interior of the sewer shall be cleaned of all dirt and superflu-
ous materials of every description. Where cleaning after laying
is difficult because of small pipe size, a suitable swab or drag
shall be kept in the pipe and pulled forward past each joint
immediately after the joint is completed. If the maximum
permissible width of the trench at the elevation of the top of
the pipe is exceeded for any other reason than at the direction
of the Engineer, the Contractor shall install at his own expense,
such concrete cradling, pipe encasement or other bedding as is
required by the Engineer to support the additional load on the
pipe.
Trenches shall be kept free of water until joints have been
made up. No pipe shall be laid when the condition of the weather
or the trench bottom is unsuitable for such work. At all time
when the work is not in progress, all open ends shall be securely
closed to the satisfaction of the Engineer so that no trench
water, earth or other foreign substance can enter the line.
All pipe shall be carefully examined before it is installed
in the trench. All damaged or unsound pipe or pipe which
otherwise fails to meet specification requirements shall be
rejected and shall be removed from the site of the work.
B. JOINTING: Vitrified Clay and Concrete Bell and Spigot
Pipe:. The jointing procedure for vitrified clay pipe having
rubber gasket joirtts as specified hereinbefore, shall be
recommended by the manufacturer of the joint material and
approved by the Engineer. The Contractor shall furnish and
install the joint complete, using such adhesive or lubricating
substances as are recomme~ded. Care shall be taken to prevent
exposure of the gaskets to s~nlight before installation.
TS-Qa.
CONCRETE COLLARS, CRADLES, SADDLES AND ENCASEMENT:
GENERAL: Collars, cradles, saddles or encasement shall be
constructed of concrete with a minimum 2a~day strength of 3,000
psi.
TS03-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-09.
MANHOLES:
A. GENERAL: Manholes shall be constructed with cast iron
frames and covers. The base of the manhole shall be
constructed of concrete having a minimum 28-day compressive
strength of 3/000 psi. The invert channels shall be smooth and
accurately shaped to the semi-circular bottom conforming to the
inside of the adjacent sewer sections. Changes in direction of
the sewer and entering branches shall have as long a radius of
true curvature as the size of the manhole will permit. Manhole
steps shall be cast iron, NEEHAH- R-1980-M spaced at 1'-0" o.c./
or shall be the comparable product of equal width manufactured by
Sumter Machinery Company.
B. BRICK MANHOLES: Brick for manholes shall conform to
Federal Specification SS-B-656, Type H. All brick shall be
thoroughly cleaned and saturated with water immediately before
being laid up. The brick shall be laid radially in header
courses with the joint broken by staggering each successive
course. Brick shall be laid up with cement mortar made of one
part Portland cement and two parts of approved sand to which may
be added lime not to exceed 25 percent by volume of the cement.
The outside of the manhole shall be plastered with 1/2 inch of
cement mortar. The inside of the manhole may be rubbed with a
cloth in lieu of striking the joints. Concrete, brickwork and
mortar shall be protected against low temperatures.
C. PRECAST CONCRETE MANHOLES: Precast manholes consisting
of precast risers and tops conforming to the requirements of
ASTM C478-85A may be used in lieu of brick manholes. The Precast
top section shall be the eccentric cone type. The lower end of
the section shall be set in a bed of mortar in a recess formed in
the cast-in-place base slab and the outside of the joint shall
then be sealed with a bevelled fillet of mortar. The joints in
the riser pipe shall then be sealed with Portland cement mortar.
Contractor may elect to use precast manhole with monolithic base
and riser.
D. BRICK MANHOLE TOPS: The top of the manholes shall be
topped out with brick. The. number of courses will depend on the
required elevation of the top of the manhole. The brick shall be
laid radially in header courses with joints broken by staggering
each successive course. After the manhole ring and cover has set
in a bed of mortar on the top course of brick, the outside of the
manhole shall be plastered for the full extent of the brickwork
with mortar to a thickness of not less than 1/2 inch. The inside
face of the manhole brickwork may be rubbed with a cloth in lieu
of striking the joints. the brickwork and mortar shall be
protected against low temperatures and cured so as to prevent any
damage by freezing.
TS03-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
E. MANHOLES STEPS: Manhole steps shall be installed in
all sections of each manhole. The steps in the precast sections
may be installed when the sections are cast or may be inserted
after the manhole has been constructed. All damage to the
precast section caused by the insertion of the steps shall be
repaired and sealed with expanding mortar to prevent leakage.
F. MANHOLE FRAMES AND COVERS: Manhole frames and covers
in improved areas or streets shall be set flush with the finished
grade. In unimproved areas or where no finished grade is
established, the top of the frame and cover shall be set two feet
above the existing ground unless otherwise directed. The words
STORM SEWER shall be cast on the manhole cover.
G. STANDARD FRAMES AND COVERS: Cast iron for manhole
frames and covers shall conform to ASTM A48, Class 30, gray iron.
Castings shall be quality cast iron such that the metal is
strong, tough and of uniform grain. They shall be smooth, free
from scale lumps, blow-holes, blisters and defects of every kind
which render them unfit for the intended use. No plugging or
filling shall be permitted. Standard frames and covers shall be
Sumter Machinery Company Frame MF-800 and Cover No. MC. 800 or
the comparable product of Neenah Foundry Company.
TS-IO.
TRAPS, HEADWALLS AND WEIRS:
A. GENERAL: The general location and type of trap,
headwalls, and weirs are indicated; however, the final location
and type of structure shall be in accordance with the direction
of the Owner or Engineer during construction of the project.
Structures may be located other than as indicated, added or
deleted as necessary.
B. BRICK BOXES: Brick shall conform to Federal
Specification SS-B-656, Type H. All brick shall be thoroughly
cleaned and saturated with water immediately before being laid
up. Brick shall be laid up with cement mortar made of one part
Portland cement and two parts of approved sand to which may be
added lime not to exceed 25 percent by volume of the cement. The
inside of the box may be rubbed with a cloth in lieu of striking
the joints. Concrete, brickwork and mortar shall be protected
against low temperatures.
C. CONCRETE: All concrete shall conform to the
requirements .of the Section, "Concrete" of these specifications.
D. IRON CASTINGS: Cast iron for frames, covers, grates
and hoods shall conform to ASTM A-48, Class 30, gray iron.
Castings shall be quality cast iron such that the metaL is
strong, tough and of uniform grain. They shall be smooth, free
from scale lumps, blow-holes, blisters and defects of every kind
which render them unfit for the intended use. No plugging or
TS03-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
filling shall be permitted.
E. FRAMES AND COVERS: Standard frames and covers for
traps shall be Sumter Machinery Company Frame MF-3 and Cover MC-5
with lugs or the comparable product of Neenah Foundry Company.
F. GRATE FRAME, GRATE AND HOOD: Standard frame, grate and
hood for hood-back traps shall be Sumter Machinery Company Frame
C.F.F.-51, Grate C.B.G.-51 and Hood C.B.H.-51 or the comparable
product of Neenah Foundry Company.
TS-ll.
CONNECTING EXISTING STORM SEWERS:
A. MANHOLE OR TRAP CONNECTIONS: Where existing storm
sewer laterals pass through a new manhole or trap, the new
structure shall be constructed around the existing sewer and the
space around the sewer on each side of the manhole or trap shall
be sealed with mortar or sealing compound to prevent infiltration
between the existing pipe and the new wall. When the new storm
sewer lines are completed and tested, the existing pipe inside
the structure shall be carefully broken out and removed. The
down stream end of the existing storm sewer shall be plugged at
the wall of the structure with brick and mortar.
B. LINE CONNECTIONS: At those locations where portions of
the existing storm sewer laterals are to be removed and/or
replaced with new laterals connecting to the new storm sewer
collector pipe, manhole or trap, all connections shall be made in
such manner as to prevent infiltration at those points of
connection. The Contractor shall submit his connection collar
detail for approval by the Owner and/or Engineer. The pipe to be
removed shall be removed in such manner as to prevent any damage
to the pipe or joints left in place for inclusion into the new
storm sewer piping system. The "downstream" storm sewer lateral
left in place shall be plugged with concrete in such manner as to
seal the end of the pipe but prevent any concrete from intruding
into or otherwise entering into the existing combined sewer pipe.
TS-12.
FIELD TESTS:
A. PIPE: Each piece of pipe shall be visually inspected
immediately before being placed in the trench and all pieces
which appear to be cracked or damaged in any way that could not
be repaired after installatioh, shall be rejected. Particular
notice shall be made of the "joints to be sure that a watertight
joint can be assured.
B. JOINTS, ALIGNMENT AND GRADE: After the pipe has been
insta~led in the trench and prior to the placing of any backfill,
the joints, alignment and grade shall be carefully examined and
checked for conformance with specified requirements. The pipe
shall be observed during backfilling operations and shall be
TS03-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
rechecked following the backfilling operations to be sure that
the required conditions of the joints, alignment and grade have
been maintained. All gravity pipe lines are intended to be
straight between manholes and a full circle of light shall be
visible from one end to the other. Broken or cracked pipe shall
be replaced with sound pipe and any deposit or protruding joint
material shall be removed and the joint remade.
C. APPURTENANCES: All manholes and other appurtenances
shall be of specified size, shape and materials; the work shall
comply with these specifications and if found not so in any
respect, it shall be brought to proper condition by cleaning,
pointing or if necessary by rebuilding at the expense of the
Contractor.
TS-13.
INFILTRATION OR EXFILTRATION TEST:
All gravity pipe lines shall be subjected to an infiltration
or exfiltration test. The Contractor shall provide at no
additional expense to the Owner, all labor, supervision and
measuring devices necessary to conduct the test as described
herein. A maximum allowable rate of infiltration into sewer
lines shall be limited to 200 gallons per 24 hours per inch of
diameter per mile of sewer. This clause does not relieve the
Contractor of the necessity of making the sewers as tight as
possible. Sewers which exceed this limit will not be accepted
and the Contractor shall take such steps as are necessary to
bring the infiltration within the above allowance. The test for
infiltration shall be made as follows: This test shall be made
following a period of heavy rain and when the ground is
saturated. The Engineer reserves the right to use his judgment
as to whether or not the ground is sufficiently saturated to
allow a satisfactory test. The Contractor shall provide and
install all necessary weirs or other devices required to make the
flow measurements. The test shall be made in the presence of and
to the satisfaction of the Engineer.
The Engineer may, at his option, order an exfiltration test
in lieu of an infiltration test. The test shall be made as
follows: The run of sewer to tested shall be plugged and the
line filled with water to a point approximately one foot below
the top of the lowest manhole ring. After sufficient time has
elapsed for air to bleed off and absorption to be complete, the
water level in the manhole shall be measured at 30 minute
intervals for 2 hours. The measured-drop in water level shall
then be translated into the amount of exfiltration. The rate of
exfiltration shall be within the limits prescribed for the
infiltration test.
For pipe larger than 42 inch diameter, the Contractor may
elect to individually test the joints before backfilling by
subjecting one side of the joints to 5 psi water pressure; under
TS03-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
these conditions there shall be no visible leakage of the joint.
TS-14.
RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced
by operations or acts of his agents or employees. Such restora-
tion shall include seeding, sodding and transplanting of lawns,
hedges or ornamental plantings and the repair or replacement of
driveways, sidewalks, fences or other facilities, in such manner
as to meet the approval of the Engineer. No structures or trees
shall be removed without the consent of the property owner until
condemnation procedures, if necessary, have been completed.
TS-15.
CLEAN UP AND REPAIRING:
The sewers shall be kept clean during the progress of the
work and upon completion shall be thoroughly cleaned. All needed
repairs shall be made before this final cleaning. The Contractor
shall provide suitable tools and labor to clean the sewers at his
own expense. Any excessive leakage of water into the sewers or
any deviation from proper grade or alignment such as to make the
work, in the opinion of the Engineer, not consistent with first
class work, shall be promptly corrected by the Contractor at his
own expense. All materials, tools, temporary structures and
excess excavation shall be maintained in a neat condition
throughout the project and shall be removed, cleaned, smoothed,
graded and/or finished in a workmanlike manner at the completion
of the work.
TS-15.
FINAL INSPECTION:
When the Contractor considers that all work has been
completed, he shall then notify the Engineer who will carefully
inspect all work and make such tests as needed to satisfy himself
that every provision of the Contract has been faithfully carried
out. During this inspection, the Contractor shall, at his own
expense, make provisions for suitable drainage and maintenance.
TS-17.
MEASUREMENT:
A.
STORM SEWER PIPE:
1. Pipe smaller than 18 inches in diameter shall be
measured in place from center to center of
manholes or structures or shall be measured in
place from the connection to the new collector
pipe to the connection with the existing lateral
pipe, as appropriate. The depth of the cut shall
be measured from ground surface at center line to
pipe invert.
2. Pipe 18 inches in diameter and greater in diameter
TS03-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(including all arch or elliptical pipe) shall be
measured in place from outside face to outside
face of structures or manholes. The depth of the
cut shall be measured from the ground surface at
the centerline to the pipe invert.
B. MANHOLES: The number of manholes to be paid shall be
the actual number of manholes, installed complete, including the
frame and cover and accepted.
C. TRAPS: Single wing, double wing, hood back and gutte=
inlet: The quantity to be paid for under this item shall be the
actual number of each type installed, complete and accepted.
D. JUNCTION BOXES: The number of junction boxes to be
paid for shall be the actual number of junction boxes, installed,
complete, including the frame and cover and accepted.
TS-18.
PAYMENT:
A. GENERAL: No separate payment will be made for
excavation, trenching, backfilling, testing, restoration of
property, clean-up, repairing or inspection or other items of
work required to complete the work except as itemized below for
payment and all such costs shall be included in the applicable
contract unit price or lump sum bid items as set forth in the
Proposal.
B. STORM SEWER PIPE: Payment for each size and class of
storm sewer pipe measured as specified above shall be paid for at
the contract unit price per linear foot for the various depths of
cut as set forth in the Proposal.
C. DRAINAGE STRUCTURES: Payment for headwalls, weirs,
inlets, manholes, junction boxes and the like will be made on the
basis of the applicable unit prices as set forth in the Proposal.
This payment shall be considered full compensation for all
materials, excavation and backfill necessary to complete the
structure.
D. TIE TO EXISTING STRUCTURE: The connection of new pipe
to an existing drainage structure will be paid for on a unit
price basis as set forth in the Proposal.
TS03-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SANITARY SEWERS AND APPURTENANCES
TS-Ol.
SCOPE
The work covered by this section of the specifications
consists of furnishing all plant, labor, equipment and materials
and in performing all operations in connection with the
installation of sanitary sewer pipe, structures and
appurtenances, complete, in strict accordance with these
specifications and the applicable drawings and subject to the
terms and conditions of the contract.
TS-02.
APPLICABLE SPECIFICATIONS:
The latest edition of the following specifications for a
part of this section of the specifications:
(a) American Society of Testing Materials Specifications:
ASTM Des. C-12
ASTM Des. C-76
Installing Clay Pipe
Reinforced Concrete Culvert, Storm
Drain and Sewer Pipe
Extra Strength Clay Pipe
Vitrified Clay Pipe Joints Using
Materials Having Resilient
Properties
Joints for Circular Concrete Sewer
and Rubber-type Gaskets
Precast Reinforced Concrete Manhole
Risers and Tops
ASTM Des. C-700
ASTM Des. C-425
ASTM Des. C-443
ASTM Des. C-478
(b) Federal Specifications:
SS-B-656
Brick: Building (Common) Clay
(c) Manufacturers Specifications:
Johns-Manville Perma-Loc Pipe
TS-03.
GENERAL:
The contract drawings indicate the extent and general
arrangement of the sanitary sewer system. If any departure from
the contract drawings are deemed necessary by the Contractor,
details of such departures and the reasons therefore, shall be
submitted as soon as practicable for approval. No such
departures shall be made without written approval of the
Engineer.
The drawings and these specifications shall be considered as
supplementary one to the other so th~t materials and labor
indicated, called for or implied by this one and not the other
TS04-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
shall be supplied and installed as though specifically called for
on both.
TS-04.
MATERIALS:
(a) General: All materials furnished by the Contractor
shall be new and shall meet the requirements of the applicable
specifications in this paragraph. The pipe installation is
designated for the rigid pipe listed in the substitution schedule
with a minimum factor-of-safety of 1.5 when installed in
accordance with these specification. Except where called for on
the plans, the Contractor may use any type of rigid pipe in
accordance with the following substitution schedule.
The Contractor may also use flexible pipe meeting this
specification. The Contractor shall modify the pipe bedding and
installation procedures as outlined herein in accordance with the
pipe manufacturer's recommendation to provide a maximum limiting
deflection of 5% of the nominal pipe diameter under loads for
this installation. Calculations shall be furnished the City
Engineer upon request.
SUBSTITUTE SCHEDULE FOR RIGID PIPE
Pipe Size Clay Pipe Concrete Reinforced Concrete
6" C-700 C14 Ex. Str. - - -
8" C-700 C14 Ex. Str. - - - - - - -
10" C-700 C14 Ex. Str. - - - - -
12 " C-700 C14 Ex. Str. C-76 Class III
15" C-700 C14 Ex. Str. C-76 Class III
18" or larger C-700 C14 Ex. Str C-76 Class III
(b) Pipe (Rigid Type):
(1) Non-Reinforced Concrete Pipe: ASTM Specification
C-14.
(2) Reinforced Concrete Pipe: ASTM Specification C-76
sizes.
(3) Clay Pipe: ASTM Specification C-700, Extra
Strength for all sizes.
(c) Pipe (Flexible):
(1) Polyvinyl chloride (PVC) sewer pipe per ASTM
Specification D-3034, SDR-35.
(2) Johns-Manville Perma-Loc PVC pipe.
(d) Joints and Jointing Materials:
TS04-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(1) Rubber Gasket Joints for Concrete Pipe: All
Concrete pipe shall be provided with O'ring rubber
gasketed joints conforming to the requirements of
ASTM Designation C-443. Gaskets shall have a
circular cross-section and the hardness shall be
45 plus or minus 5 when measured in accordance
with ASTM Designation D-2240. The pipe joints
shall be designed to withstand the gasket
compression.
(2) Vitrified Clay Pipe Joints Using Material Having
Resilient Properties: Resilient joints shall
conform to the requirements of ASTM Designation
C-425, Type III.
(3) Reinforced Polyester Mortar Pipe: O'ring rubber
gasket joint.
(4) Polyvinyl Chloride: Rubber gasket.
TS-05.
INSTALLATION:
(a.I) Pipe Laying: The bottom of the trench where sewer
pipe is to be laid shall be prepared and shaped as shown on the
plans and specified under the Section EXCAVATION, TRENCHING AND
BACKFILLING, to give uniform circumferential support to the lower
quadrant of the pipe for the maximum length.
Pipe laying shall proceed upgrade with the spigot end of
bell and spigot pipe pointing in the direction of the flow. Each
pipe shall be laid true to line and grade in such a manner as to
form a close concentric joint with the adjacent pipe and to
prevent offsets in the flow line. As the work progresses, the
interior of the sewer shall be cleaned of all dirt and
superfluous materials of every description. Where cleaning after
laying is difficult because of small pipe size, a suitable swab
or drag shall be kept in the pipe and pulled forward past each
joint immediately after the joint is completed. If the maximum
permissible width of the trench at the elevation of the top of
the pipe is exceede9 for any other reason than at the direction
of the Engineer, the Contractor shall install, at his own
expense, such concrete cradling, pipe encasement or other bedding
as is required by the Engineer to support the additional load on
the pipe. Trenches shall be kept free of water until joints have
been made up. No pipe shall be laid when the condition of the
weather or the trench bottom is unsuitable for such work. At all
times when the work is not in progress, all open ends shall be
securely closed to the satisfaction of the Engineer so that no
trench water, earth or other foreign substance can enter the
line.
(a.2) Flexible pipes shall be installed so as to support
TS04-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the dead loads (backfill) arid live loads (units, equipment, etc.)
with a limiting vertical deflection of no more than 5% of the
normal pipe diameter. The Contractor shall install the pipe in
accordance with the Manufacturer's recommendations and in
accordance with ASTM D-2321-74. Minimum installation shall be
as shown on sketch, Page TS-4. The Contractor shall demonstrate
that the limiting vertical deflection requirement of this
specification is met by testing every section of pipe with the
diameter of 8" or larger with a Go-No-Go device approved by the
City Engineer.
Design loading criteria: ASCE No. 37
(a) Dead Load:
(Earth backfill) 120 #/Cu. ft.
(b) Live Load:
10,000 # wheel load
(c) Impact Factor:
1.5
All pipe shall be carefully examined before it is installed
in the trench. All damaged or unsound pipe or pipe which
otherwise shall be removed from the site of the work.
TS04-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTES:
1. Class I material shall be GA DOT Size #89 stone. No
separate payment shall be made for this item and shall such
costs shall be included in the price per linear foot of
pipe.
2. Initial backfill with Class III material in two steps: one
to the top of the pipe and the other to a point 6" to 8"
maximum over the top of the pipe. Compact each stage by
hand or mechanical tamping to a minimum of 95% Standard
Proctor Density.
(b) Jointing:
(1) Vitrified Clay and Concrete Bell and Spigot Pipe:
The jointing procedure for vitrified clay pipe
having joints using material having resilient
properties and concrete pipe having rubber gasket
joints as specified herein before, shall be as
recommended by the manufacturer of the joint
material and approved by the Engineer. The
Contractor shall furnish and install the joint,
complete, using such adhesive or lubricating
substances as are recommended. Care shall be
taken to prevent excessive exposure of the gaskets
to sunlight before installation.
(2) Reinforced Polyester Mortar and Polyvinyl Chloride
Pipe:
The joints shall be make according to the
manufacturer's recommendation.
TS-06.
CONCRETE CRADLES, SADDLES AND ENCASEMENT:
The Contractor shall install concrete cradles, saddles or
encasement where shown on the plans or as directed by the
Engineer. These structures shall be constructed in strict
accordance with the details shown on the plans and as herein
specified. Concrete shall have a 28 day compressive strength of
3,000 psi when tested in accordance with ASTM Specification
C-39.
TS-07.
MANHOLES:
(a) General: All manholes indicated on the plan shall be
furnished and installed by the Contractor in accordance with the
plans and provisions of this section of these specifications.
Manholes shall be constructed with cast iron frames and covers in
accordance with the details as shown on the plans. The base of
TS04-5
I
i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the manhole shall be constructed of 3000 psi concrete as
specified elsewhere in these specifications. The invert channels
shall be smooth and accurately shaped to the semi-circular bottom
conforming to the inside of the adjacent sewer sections as shown
on the plans. Changes in direction of the sewer and entering
branches shall have as long a radius of true curvature as the
side of the manhole will permit. Manhole steps shall be spaced
as shown on the plans.
(b) Types:
(1) Brick Manholes: Brick for manholes shall conform
to Federal Specifications SS-B-656, Type H. All brick shall be
thoroughly cleaned and saturated with water immediately before
being laid up. The brick shall be laid radially in header
courses with the joint broke by staggering each successive
course. Details of the manhole shall conform to the plans.
Brick shall be laid up with cement mortar made of one part
Portland Cement and two parts of approved sand to which may be
added lime not to exceed 25 percent by volume of the cement. The
outside of the manhole shall be plastered with 1/2 inch of cement
mortar. The inside of the manhole may be rubbed with a cloth in
lieu of striking the joints. Concrete, brick work and mortar
shall be protected against low temperatures.
(2) Precast Concrete Manholes: Precast manholes
consisting of precast risers and tops, conforming to the
requirements of ASTM Designation C478-61T, may be used in lieu of
brick manholes. The precast top section shall be of the
eccentric cone type. The lower end of the section shall be in a
bed of mortar in a recess formed in the base slab and the outside
of the joint shall then be sealed with a leveled fillet of
mortar. The joints in the riser pipe shall be set in and sealed
with cement mortar as specified above.
(3) poured-In-Place Concrete: The manhole construc-
tion shall be similar in detail to manholes shown on the plans.
Concrete shall be have a 28 day compressive ASTM Specifications
C-39. The base shall be poured monolithically with the rest of
the manhole. The base shall have a minimum diameter 8" greater
than the outside diameter of the manhole and a minimum thickness
including the area under the pipe as follows:
0' to 8' depth 8"
8' to 12' depth 10"
12' and above 12"
Reinforcing in the bottom shall be #4 bars at 11 inches on the
center each way.
TS04-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The manhole barrel wall shall be a minimum of 6" thick.
Reinforcing is not required.
The first pour shall consist of approximately 1/2 cubic yard
deposited evenly around the walls. The concrete must be
carefully rodded or vibrated on each side of each pipe.
Additional concrete should be deposited in evenly distributed
layers not to exceed 18" with each layer vibrated or rodded to
bond it to the preceding layer. Form marks and offsets up to
1/2" will be permitted inside the manhole. All offset on edges
inside the manhole will be smoothed and plastered with a mortar
consisting of 3 parts of masonry sand to 1 part of Portland
cement immediately upon removal of the forms. If cracks occur or
excessive honeycombs appear after form removal, at the opinion of
the City Engineer, the entire manhole will be removed at the
Contractor's expense and repoured.
No cold joint pours will be permitted.
The top of the barrel shall have the form of an eccentric cone so
that manhole steps are on a vertical face.
(4) Manhole Steps: Manhole steps shall be installed
in all section of each manhole as indicated on the drawings. The
steps in the precast sections may be installed when sections are
cast or may be inserted after the manhole has been constructed.
All damage to the precast section caused by the insertion of the
morter to prevent leakage. Steps shall be cast iron, Sumpter
Machinery Company #1 or approved equal.
(5) Manhole Frames and Covers:
General: Manhole frames and covers in improved areas
or streets shall be set flush with the finished grade. In
improved areas or where no finished grade is established, the top
of the frame and cover shall be set one foot above the existing
ground unless otherwise directed. The word SEWER shall be cast
on the manhole cover.
Standard Frames and Covers: Cast iron for manhole
frames and covers shall conform to ASTM A-48, Class 30, gray
iron. Casting shall be quality cast iron such that the metal is
strong, tough and of uniform grain. They shall be smo6th, free
from scale, lumps, blow-holes, blisters and defects of every kind
which render them unfit for the intended use. No plugging or
filling shall be permitted. All bearing surfaces shall be
machined to provide mating and to eliminate rocking. Standard
frames and covers shall be Sumpter Machinery Company No. MF-68L
frames and MC-69L covers.
Installation: The top of the manholes shall be topped out
with brick as indicated on the drawings. The number of courses
TS04-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
will depend on the required elevation of the top of the manhole.
The brick shall be laid radially in header courses with joints
broken staggering each successive course. The manhole ring and
cover shall be set in a bed of mortar on top course of brick.
The outside of the manhole shall be plastered for the full extent
of the brickwork with mortar to a thickness of not less than 1/2
inch. The inside face of the manhole brickwork may be rubber
with a cloth in lieu of striking the joints. The brickwork and
mortar shall be protected against low temperatures and cured so
as to prevent damage by freezing.
Outside Drop Connections: Where specified, drop connections
to manholes shall be constructed in accordance with Paragraph 06
and pipe and fittings in accordance with Paragraph 04.
TS-08.
STUB OUTS FOR FUTURE SEWERS:
Where and to the extent indicated on the plans, pipe stub-
outs for the connection of future sewers shall be provided during
the construction of new manholes of the sewer. Joints shall
conform to the requirements of Paragraph 04 of these
specifications. Each stub-out shall be plugged with a clay or
concrete plug sealed in the bell end of the stub-out.
TS-09.
TIE-IN OF EXISTING SEWERS:
Existing sewers shall be tied-in to the new sewers at
locations indicated on the plans. New manholes will be
constructed at the intersection of the two sewers with the
existing sewer passing through the manhole. After the completion
of the manhole, the portion of the existing sewer inside the
manhole will be removed in a neat manner to allow the flow of
sewage to enter the manhole. When the flow of the existing is to
be diverted into the new sewer, the open end of the existing
sewer in the opposite wall will then be closed and sealed with a
precast plug or masonry bulkhead coated with cement mortar
plaster.
TS-IO.
SIDE SEWERS:
(1) General: A side sewer shall consist of a sewer
extending from a connection to the street or main sewer to its
connection to the house sewer or other point as designated by the
City Engineer. The side sewer connection to the street sewer
shall be as follows:
New 8", 10" or 12" Street Sewer - Y fitting in street sewer
with 45 degree elbow.
New IS" and larger or existing street sewer - Machine made
tap and suitable saddle or otherwise as approved by the City
Engineer.
TS04-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall install a side sewer where shown on the
plans or directed by the City Engineer and in accordance with the
details shown on the plans.
(2) Pipe Laying: Belled pipe shall be laid with the bell
end up grade and in general, all pipe laying shall start and
proceed up grade from the point of connection at the street sewer
or other starting point.
Pipe shall be laid in a straight line at a uniform grade
between fittings on a uniform horizontal or vertical curvature
achieved by deflecting pipe joints within the limits recommended
by the manufacturer of the pipe used.
( 3 )
shall be
Fittings
used.
Fittings: All fittings shall be factory-produced and
designed for installation on the pipe to be used.
shall be of the same quality and material as the pipe
The maximum deflection permissible at anyone fitting shall
not exceed 45 degrees one-eighth (1/8) bend. The maximum
deflection of any combination of two adjacent fittings shall not
exceed 45 degrees one-eighth (1/8) bend unless straight pipe of
not less than two and one-half (2 1/2) feet in length be
installed between such adjacent fittings or unless on of such
fittings is a wye branch with a clean out provided on the
straight leg.
TS-II.
FIELD TESTS:
(1) Pipe: Each piece of pipe shall be visually inspected
immediately before being placed in the trench and all pieces
which appear to be cracked or damaged in any way shall be
rejected. Particular notice shall be made of the joints to be
sure that a water-tight joint will be assured.
(2) Joints, Alignments and Grade: After the pipe has been
installed in the trench prior to the placing of any backfill, the
joints, alignment and grade shall be carefully examined and
checked for conformance with ~pecified requirements. The pipe
shall be observed during backfilling operations and shall be
rechecked following the backfilling operations to be sure that
the required conditions of the joints, alignment and grade have
been maintained.
(3) Appurtenances: All manholes and other appurtenances
shall be of specified size, shape and materials. The work shall
comply with these specifications and if found not so in any
respect, it shall be brought to proper condition at the expense
of the Contractor.
(4) Infiltration: A maximum allowable rate of infiltration
TS04-9
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
into sewer lines shall be limited to 100 gallons per inch of
diameter per mile of sewer per twenty-four (24) hours. This
clause does not relieve the Contractor of the necessity of making
the sewers as tight as possible. Sewers which exceed this limit
will not be accepted and the Contractor shall take such steps as
are necessary to bring the infiltration within the above
allowance. The test for infiltration shall be made as follows:
The test shall be made following a period of heavy rain and
when the ground is saturated. The Engineer reserves the
right to use his judgement as to whether or not the ground
is sufficiently saturated to allow a satisfactory test. In
the event that rainfall is insufficient to allow a
satisfactory test before the date of completion of the work,
the Contractor will be required to conduct the tests at any
time up to thirty (30) days following the completion date.
The test shall be made up to three (3) measurements of flow
taken at hourly intervals. The amount of infiltration shall
be computed from the average flow measured.
The Contractor shall provide and install all necessary measuring
weirs or other devices required to make the flow measurements.
The test shall be made in the presence of and to the satisfaction
of the Engineer.
TS-12.
RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced
by operations and acts of any of his agents or employees. Such
restoration shall include seeding, sodding and transplanting of
lawns, hedges or ornamental plantings and the repair or
replacement of driveways, walks, fences or other facilities in
such manner as to meet the approval of the Engineer. No
structures or trees shall be removed without the consent of the
property owner until condemnation procedure, if necessary, has
been completed.
TS-13.
CLEAN UP AND REPAIRING:
The sewers shall be kept clean during the process of the
work and upon completion shall be thoroughly cleaned. All needed
repairs shall be made before this final cleaning. The Contractor
shall provide suitable tools and labor to clean the sewers at his
own expense. Any excessive leakage of water into the sewers or
any deviation from proper grade or alignment such as to make the
work, in the option of the Engineer, not consistent with first
class work, shall be promptly corrected by the Contractor at his
own expense.
TS04-l0
D
D
I
o
I
I
o
I
I
H
I
I
I
I
I
I
I
o
I
TS-14.
FINAL INSPECTION:
When the Contractor considers that all work has been
completed, he shall then notify the Engineer who will carefully
inspect all work and make such tests as to satisfy himself that
every provision of the contract has been faithfully carried out.
During this inspection, the Contractor shall, at his own expense,
make provisions for suitable drainage and maintenance.
TS-15.
MEASUREMENT:
(1) Street or Main Sewer Pipe: Sewer pipe shall be
measured in place from center to center of manholes or structures
without deductions for length of line through the structures.
Depth of cut shall be measured from the ground surface to the
pipe invert.
(2) Side Sewers: Measurement shall be along the pipe from
the outside surface of the main sewer or manhole connection to
the extreme end of the last pipe or fitting placed, through tees,
wyes, and other fittings; and from the center of the side sewer
along the center line of any branch to the extreme end of the
last pipe or fitting placed, through tees, wyes or other
fittings. Plugged wyes or tees shall not be considered branches.
Measurement shall be to the nearest one-tenth (0.1) foot.
Fittings shall not be measured for payment.
(3) Standard Manhole: The number of standard manholes to
be paid for shall be the actual number of standard manholes,
installed, complete, including frame and cover and accepted.
Standard manholes shall have a depth dimension of between 0' and
6' measured from the invert of the lowest outlet pipe to the top
of concrete or masonry the frame and cover sits on.
(4) Manhole - Additional Depth: The depth of each manhole
shall be measured as specified above and subtracting 6.0 feet
from this depth; shall be the additional depth of each manhole.
Measurement shall be to the nearest one-tenth (0.1) foot.
(5) Concrete Cradles and Encasement: The quantity of 3000
psi at twenty-eight (28) day concrete authorized by the City
Engineer for Encasement, cradles and collars required for
protection of the pipe shall be the actual cubic yards of
concrete installed and accepted.
(6) Connections to the Existing Sewers or Manholes: The
quantity to be paid for under this item shall be the actual
number of each size pipe connected to either an existing sewer or
manhole, complete and accepted.
TS04-11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-16.
PAYMENT:
(1) Street or Main Sewer Pipe: Payment for each size of
sewer pipe measured as specified above will be paid for at the
contract unit price per linear foot for various depths of cut, as
set forth in the Proposal.
(2) Side Sewers: Payment for each size of side sewer pipe
measured as specified above will be paid for at the contract unit
price per linear foot as set forth below. No separate payment
shall be made for fittings or connections and all such costs
shall be included in the specified unit price item.
(3) Other Items: Other measured items shall be paid for at
the contract unit or lump sum price for the various items as set
forth below, which payment shall be full compensation for
furnishing and installing the items, complete, in place
accordance with the Plans and Specifications.
Payment will be made under the following:
* - Inch (size) Sanitary Sewer, to ft. cut. - per linear foot
* - Inch (size) Side Sewer - per linear foot
Standard Manhole (0'- 6' depth) - per each
Manhole additional depth - per vertical foot
Drop Manhole - per each
Concrete for Cradles and Encasement - per cubic yard
* -
Inch (size) Sanitary Sewer Connection to Existing Manhole or
Sewer - per each
* Size as shown in proposal
TS04-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WATER DISTRIBUTION
TS-Ol.
SCOPE:
The work covered by this section of the specifications
consists of furnishing all plant, labor, supervision, equipment,
materials and appliances and in performing all operations in
connection with installation, testing and sterilization of
underground pipe, valves, fittings and appurtenances for the
water distribution system, complete in strict accordance with
this section to the terms and conditions of the contract. Any
installation made without approval shall be removed at the
contractor's expense.
TS-02.
NOTIFICATION:
Before commencing any water main construction, the
Contractor shall notify the Utilities Department (706) 821-1706.
No valves shall be operated by the Contractor or his representa-
tive without an authorized employee of the Utilities Department
being present.
TS-03.
SPECIFICATIONS OF MATERIALS:
(1) General: Pipe for water mains shall be cast iron (CI),
ductile iron (Dr), or polyvinyl chloride (PVC) per following
specifications:
Fittings for all pipe shall be cast iron or ductile iron,
mechanical joint, cement lined. Retainer glands/megalugs,
where specified, shall be ductile iron. All materials will
be American made. Any pipe, solder or flux used in the
installation or repair of water lines must be lead-free.
Pipes and fittings must not contain more than 8.0% lead and
solders and flux must not contain more than 0.2% lead.
1" water meter service lines shall be copper, Type K, with brass
fittings, as listed below:
Mueller:
Hays:
Ford: McDonald:
Curb Stops, ball B-20200-3
type (360 deg. turn)
4300WR
B1l-444R 6111
Corporation Cocks
H-9971
5230
F-200
3120
Service Ells
H-15530
5628
L28-44
4779 M
Service Connections H-15485
5312
LA102-44 4749
Copper to Copper
H-15400
5615
C22-44
4758
TS05-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Copper to Iron
H-15425
5605
C28-44
4753
NOTE:
Flare fittings only. No compression fittings will be
accepted.
(b) Iron Pipe: Cast iron or ductile iron pipe and fittings
shall be in accordance with the following specifications:
1/16 inch cement mortar lining and rubber gasket joints,
except where noted on plans. Cast iron pipe shall have
bursting tensile strength of 21,000 psi and a ring modules
of rupture of 45,000 psi. Except as otherwise indicated on
plans, minimum wall thickness shall be as follows:
Pipe Size: Thickness Class:
Cast Iron Ductile Iron
4" 22 350 PSI (Class 51 )
6" - 18" 21 350 PSI (Class 50)
20" 21 300 PSI (Class 50)
24" 23 250 PSI (Class 50)
Specifications & Descriptions
AWWA C-106 ANSI A-21.6 Cast iron pipe centrifugally cast in
metal molds for water or other liquids.
AWWA C-108 and ANSI A21.8 Cast iron pipe centrifugally cast
in sand lined molds for water or other liquids.
AWWA C-110 and ANSI A21.10 Gray iron and ductile iron
fittings, 2 inch through 48 inch for water and other liquids.
AWWA C-111 and ANSI A21.11 Rubber gasket joints for cast iron
and ductile iron pressure pipe and fittings.
AWWA C-llS and ANSI A2l.lS
pipe with threaded flanges.
Flange cast iron and ductile iron
AWWA C-151 and ANSI A21.51 Ductile iron pipe, centrifugally
cast in metal molds for water or sand lined molds for water or
other liquids.
AWWA C-602 and ANSI A21.4 Cement mortar lining for cast iron
and ductile iron pipe and fittings for water.
The pressure rating, metal thickness class, net weight or pipe
without lining, length of pipe and name of manufacturer shall be
clearly marked on each length of pipe.
(c) Galvanized Pipe: All galvanized pipe (1-1/2" - 3")
shall be American made, Schedule 40 and shall conform with the
TS05-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ASTM Specifications.
(d) Polyvinyl Chloride (PVC) Pipe: Polyvinyl chloride pipe
shall be in accordance with AWWA Specifications C900, Polyvinyl
Chloride (PVC) Pressure Pipe, 4 inch through 12 inch for water,
Class 200, SDR14 with cast iron pipe equivalent OD's, gasket bell
end with elastomeric gasket.
(1) Polyvinyl Chloride (PVC) Pipe: 1-1/2" through 3"
shall be ring tight joints, Class 200. Fittings shall be same as
specified for iron pipe.
(e) Valves: Valves 3" through 12" shall be iron body,
bronze mounted, AWWA mechanical joint, convention or o'ring
packing, approved non-rising stem gate valves. Valves shall be M
& H Style 67-01, Mueller A-2380-20 or approved equal. All gate
valves and tapping valves shall be OPEN RIGHT. Tapping valves
shall be Mueller Style H-667, or approved equal (no hand wheel
valves allowed). All tapping valves must have full opening to
use a Mueller CC-24 shell cutter.
(1) Gate valves in sizes 16" and larger shall be of
the horizontal type with mechanical joint, rollers, tracks and
with non-rising stem. All 16" and larger valves shall have a by-
pass valve with non-rising stem. All horizontal valves shall
have totally enclosed watertight gear case. Horizontal valves
should be of the Mueller A-2480-20-06 type or approved equal.
(f) Valve Boxes: Valve boxes shall be M & H E-2702 (564A),
Mueller H10364 (564A), Russell #564-S or 554A, or approved equal.
Each valve box shall be screw-type to adjust for a minimum cover
of 36" bury. Extension pieces will be required for additional
depth over valve. Extensions shall be M & H E-3120 or Mueller H-
10375 or approved equal. Covers shall have "WATER" cast on top.
(g) Meter Boxes: Meter Boxes shall be "Rome Type" cast
iron 10" x 19" x 10". Lids shall have cast ribs on bottom side
(known as a "Piedmont lid" to prevent sliding movement. Top
shall have a minimum weight of 13 pounds. Box shall have minimum
weight of 37 pounds. Lids to be marked "WATER".
(h) Fire Hydrants: Fire hydrants shall be in accordance
with AWWA Specifications C052, Dry Barrel Fire Hydrants, as
modified by the following:
(1) Model - Mueller Centurion, M & H Style 129, American
Darling No.B-52-B, or approved equal. AWWA
compression type - dry top - traffic model, 150 psi
working pressure, 300 psi testing pressure.
(2) Size of Hydrant Valve Opening - 5 1/4"
TS05-3
I
.
I
I
D
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(3) Number and Size Hose Nozzle - two (2) - 2 1/2"
(4) Hose Nozzle Threading - National Standard
(5) Number and Size Steamer - one (1) - 5"
(6) Steamer Nozzle Threading - 5 3/8" O.D., 6 threads per
inch (City of Augusta Standard)
(7) Size of Shoe Connection - 6"
(8) Type of Shoe Connection - Mechanical Joint
(9) Size and Shape of Operating Nut - Pentagon, 1/2" flat
to point.
(10) Direction of Opening - Open Left (counter clock-wise)
N.R.S.
(11) Bury - Minimum 42"
(12) Color - Yellow with aluminum bonnet and caps
(i) Tapping Sleeves: The tapping sleeve shall be mechani-
cal type joint suitable for 150 psi working pressure, M & H,
Mueller, Clow or approved equal.
TS-04.
EXCAVATION, TRENCHING AND BACKFILLING:
Excavation, trenching and backfilling shall be in accordance
with Section, "Excavation, Trenching and Backfilling for Pipe
Lines" .
TS-05.
INSTALLATION:
(a) General: Installation of pipe, valves, fittings and
appurtenances shall be in accordance with the applicable
provision of the specified sections of the following
specifications. Minimum cover over top of pipe shall be 36
inches or as indicated on plans. A horizontal separation of a
least 10 feet must be maintained between the water main ~nd the
existing or proposed sewer. When water mains cross sewers, a
minimum vertical separation of 18 inches must be provided between
the two (2) pipes (measured edge to edge). At crossings, one
full length of water pipe must be located so that both joints are
as far from the sewer as possible.
Iron Pipe: AWWA Specifications C600 - "Installation of
ductile iron water mains"
PVC: Same as above for iron pipe. 14 gauge copper wire
will be buried above the pipe and wrapped around valves and
TS05-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
fittings to insure continuity.
(b) Water Meter Service:
(1) Taps: Taps shall be made on the upper half of the
water main at angle of 45 degrees from vertical. The trench for
the service line shall be excavated to a depth which will insure
a minimum cover of 30 inches below finished grade. The new
copper line shall be laid in a straight line insofar as possible
from the corporation cock to the curb cock. The curb cock shall
be located 12 inches behind the back and 8 inches below the top
of the new curb or raised edge asphalt. A plan of typical water
meter services is incorporated in these specifications. Service
taps on mains in subdivisions shall be made so that service lines
will be located in the center of proposed lots.
(2) New Water Meter Service on New and existing Mains:
A new water meter service shall consist of the following:
(a) 1" tap in water main using double strapped tapped
saddle
(b) 1" corporation cock installed in saddle
(c) 1" main connector, optional
(d) 1" copper tubing from main connector
(e) 1" service ell
(f) 1" curb cock
(g) Meter box and top
Refer to Section TS-03 of these specifications for materials
(3) Meter Service Renewal on Existing Main: Meter
service renewal shall consist of relocating the existing meter
and box to location shown on the plans or as directed by the City
Engineer; installing a new 1" copper line with required fittings
and adapters from the existing corporation cock in water main to
the water meter; reconnecting the water meter to existing house
service with pipe and fitting of same size and type as existing
house service, complete.
(4) Water Meter Service Adjusted: Where a conflict
exists between the existing meter services and the new curb and
gutter, etc., the connector shall adjust grade and make extension
as required using existing pipe and fittings or furnishing new
pipe and fittings of same materials as existing as required.
(5) Extending Services: Existing copper services, at
TS05-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the discretion of the Inspector, can be extended by using 4
copper to copper couplings. All new material (service ell, curb
cock and copper) shall be used and shall be of equal size to the
existing service to be extended.
(6) Existing Water Mains to be Extended or Tapped: No
taps or extensions of existing mains shall be made unless an
Inspector is present. Notice of twenty-four (24) hours shall be
given to the Utilities Department before commencing work. Large
transmission mains will be tapped by Utilities Department at the
contractor's expense.
(7) New Water Main Installation: After the curb and
gutter has been installed or line and grades established to
receive asphalt with raised edge, the water main shall then be
installed. Procedure of installation to conform to AWAA
Specifications C600-64, Section 7, 9b through 13.
(c) Valves: Before setting each valve, make sure the
interior is clean and test opening and closing. Set valves and
stops with stems plumb and at the exact locations shown. Valve
and service boxes shall be plumb, with tops at finished grade.
Tamp trench backfill thoroughly for a distance of 3 feet on all
sides of the boxes. Tap connection to existing mains shall be
kept closed until after the line is tested, sterilized, flushed,
and accepted for service.
(d) Fire Hydrant and Laterals: Before setting, remove
foreign material from barrel and test for opening and closing.
Set hydrant plumb with hose nozzles 18 inches above finished
grade and 24 inches behind the curb. The hydrant shall be set at
a height so that the backfill or final grading will be at the
bury line. The fire hydrant shall be set a minimum of 3.0 ft.
from any tree, power pole, fence or structure. All laterals from
main to hydrant location shall be cast iron or ductile iron with
6" M. J. Valve. Two (2) cubic feet of gravel shall be place
under the hydrant for drainage from the barrel. Tie rods,
concrete and retainer glandslmeglugs shall be used for blocking.
After installation, all hydrants shall be given a touch-up coat
of primer paint and two (2) field coats of high grade paint of
the color specified by the Utilities Department.
(e) Reaction Blocking: All plugs, five hydrants, caps,
tees, bends and other fittings shall be provided with adequate
reaction blocking. Reaction blocking shall be of 3000 lb.
concrete and shall bear directly against the undisturbed trench
wall. Metal tie roads and clamps and retainer glandslmegalugs
may be used in lieu of blocking when using cast iron pipe or
ductile iron pipe. All tie rods, clamps and retainer
glandslmegalugs shall be given a bituminous protective coating.
All bolts and joints shall be left exposed and caution taken
while pouring blocking not to cover tees, bolts, etc., as
TS05-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
mentioned above.
(f) Water Mains Cut and Plugged: After new main and
services have been installed, sterilization test completed and
meters connected, existing water mains will be cut and plugged as
directed by the Utilities Department.
(g) Water Mains Cut and Plugged: The Contractor shall cut
and plug existing water mains where shown on the plans or
required for the installation of new work, using a plug, cap or
solid sleeve, as directed by the City Engineer, complete with
reaction blocking.
(h) Tapping Sleeve and Valve: The Contractor shall install
a tapping sleeve and valve of proper size and type on the
existing water main tap main install valve box. The outside of
the tapped main shall be cleaned just prior to installation of
the tapping sleeve. (Refer to Section 03, paragraph i, and
Section 05, paragraph b6 and b7.)
TS-06.
TESTING:
After installation of the main, hydrant, services and
appurtenances, the main shall be filled and flushed to remove air
from the system prior to the testing. The main shall then be
refilled and all valves closed feeding the system to be tested.
The Contractor shall be required to furnish all equipment to
satisfactorily perform the hydrostatic test as specified
herewith. The pump shall be installed at the low point of the
system and pressure shall be increased to one hundred (100) Ibs.
per square inch above the normal static pressure or two hundred
(200) per square inch, whichever is greater. Leakage shall not
exceed 23.3 gallons per day, per mile of pipe, per inch of
diameter. All pressure tests shall be successfully conducted for
not less than four (4) consecutive hours. The test shall be
performed after the curb and gutter has been completed and all
curb cocks have been located. Notice of twenty-four (24) hours
shall be given to the Utilities Department prior to beginning the
test.
TS-07.
STERILIZATION:
Sterilization shall comply with AWWA Specification C651-92.
The method of disinfection shall comply with Section 5.2 of C651.
A representative from the Utilities Department shall be present
with four (4) hours notice prior to placing the disinfectant in
the system. A notice of twenty-four (24) hours shall be given to
the Utilities Department when the main is ready for a sample to
be drawn and tested. The provisions of this paragraph apply
equally to new pipe and fittings and to existing pipe lines into
which connections have been made or which may have been otherwise
disturbed to the extent that contamination may have occurred.
TS05-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All requirements of the Health Department shall be observed in
executing this work. Acceptable analysis must be obtained prior
to placing the system in service. Disinfection of water lines
and the disposal of heavily chlorinated water in accordance with
AWWA Standard C651 (latest revision).
TS-08.
"DRY BORE AND JACK" METHOD:
Materials:
(1) Casting Pipe: The casing pipe shall
materials standards of ASTM Designation A-211,
minimum wall thickness as shown on the plans.
have a minimum yield strength of 35,000 psi.
be joined together with welded joints.
conform to the
Grade B, with
Steel pipe will
Casting pipe shall
(2) Carrier Pipe: The carrier pipe shall be ductile iron
as specified herein.
(3) Installation: The steel casting shall be installed by
the "Dry Bore and Jack" method. If voids shall develop or if the
bored hole diameter is greater than the outside diameter of the
pipe by more than approximately one (1) inch, remedial measures
will be taken as approved by the Utilities Department.
When installing water line through casing, the Contractor
shall use mechanical joint pipe with retainer glandslmegalugs
throughout length of casting. The ends of the casing shall be
sealed with rock and mortar.
TS-09.
SALVAGE MATERIAL:
All existing pipe, fittings, valve boxes, etc. removed
during installation of water system improvements and not reused
on the job shall be delivered to Waterworks Operations
Department, 2822 Central Avenue and placed at location directed
by the Utilities Department.
TS-10.
MEASUREMENT:
(a) Water Main: The overall length of water main actually
installed will be measured in linear feet along the central axis
of the diameter of the pipe from the center to center of junction
pipes, end of pipe, or centerline of fitting, valve or fire
hydrant whichever is applicable.
(b) Fittings: Measurement of fittings shall be the total
weight of all fittings with retainer glandslmegalugs installed
and accepted. Weight of gaskets, bolts and nuts shall be
included in measured weight.
(c) Water Main Cut and Plugged: The quantity to be paid
TS05-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
for under this item will be the actual number of each size water
main cut and plugged, complete and accepted.
(d) Tapping Sleeve and Valve: The quantity to be paid for
under this item will be actual number of tapping sleeves and
valves installed, complete, including tap and valve box and
accepted.
(f) Fire Hydrants: The quantity to be paid for under this
item will be the actual number of fire hydrants installed,
complete and accepted.
(g) Water Meter Services: The quantity to be paid for
under this item will be the actual number of water meter services
(new), water meter services (existing water main) and water meter
services renewed (existing main) installed, complete and
accepted.
(h) Water Meter Service Adjusted: Measurement of water
meter services adjusted shall be the actual number of water meter
service adjusted, complete and accepted (this item includes new
pipe and fittings as required).
(i) Bore & Jack: Installation of pipe by Bore and Jack
Method shall be measured in place from end of pipe to end of
pipe. The per foot price includes carrier pipe installed in
casing with blocking and casing pipe ends sealed, complete per
plans and this specification.
TS-l1.
PAYMENT:
Payment for each size of water main pipe measured as
specified above will be paid for at contract price per linear
foot as set forth below. Other measured items shall be paid for
at the contract unit or lump sum price for the various items,
which payment shall be full compensation for furnishing and
installing the items, complete in place in accordance with the
specifications.
No separate payment will be made for excavation and
backfill, testing, sterilization, reaction blocking and for
clamps and tie rods or other items of work required and all such
costs shall be included in the applicable contract unit price or
lump sum bid item.
Payment will be made under the following:
Water Main
inch size
per linear foot
Fittings
per ton
Valve with box
inch size
per each
I
I
TS05-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tapping sleeve and valve inch size per each
Water meter Service, New per each
Water meter Service, renewal, existing main per each
Water meter service, adjusted per each
Water Main Cut and Plugged inch size per each
Fire Hydrant per each
Boring and Jacking for water line per linear foot
TS05-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FINISH GRADING AND GRASSING
TS-Ol.
SCOPE:
Work under this section shall consist of finish grading,
fertilizing and grassing the construction area and other areas
disturbed by the Contractor's operations, complete and in strict
accordance with this section of the specifications and the
applicable drawings, and subject to the terms and conditions of
the Contract.
TS-02.
FINISH GRADING:
Finish grading shall consist of finishing off to a uniformly
smooth surface free from abrupt irregular surface changes, all
areas disturbed by the Contractor's operations within the
permanent and temporary easement area. The degree of smoothness
shall be that ordinarily obtainable from power grader operation.
The finished surface shall not be more than 0.25 feet above or
below the established grade. There shall be no roots, wasted
building material, trash or other unsightly matter projecting
through or visible at the surface.
TS-03.
FERTILIZER:
A. MATERIAL: Fertilizer shall be 4-12-12, commercially
mixed, conforming to the fertilizer laws of the State of Georgia.
B. APPLICATION: All areas disturbed by the Contractor's
operations shall be fertilized. Fertilizer shall be applied just
before or simultaneously with the planting of grass. It shall be
applied uniformly at the rate of 1,500 pounds per acre. It shall
be applied with approved mechanical spreaders.
TS-04.
SEEDING:
All areas disturbed by the Contractor's operations shall be
seeded as follows:
Plantinq Dates
Seed
Application (# per acre)
Feb. 1 to Sept. 1
Sept. 1. to Nov. 15
Hulled Bermuda
Abrujji Rye
20
60
TS-05.
PROTECTION:
Newly graded and seeded areas shall be protected from the
action of the elements and any settlement or washing that may
occur from that or any other cause prior to acceptance of the
work shall be repaired and grades re-established to the required
elevations and slopes at the Contractor's expense.
TS06-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-06.
MAINTENANCE:
Maintenance of the seeded area shall be furnished under this
contract for a period of 60 days after the completion of the
work. Reseeding shall be required where previous planting did
not grow at the Contractor's expense.
TS-07.
PAYMENT:
No separate payment will be made for the work covered under
this section. Finish grading and grassing will be considered as
subsidiary obligations of ~he Contractor for the construction of
the sewer improvements and the cost involved shall be included in
the applicable contract lump sum or unit prices bid for sewer
pipe and appurtenances, complete in place.
TS06-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LOOSE ROCK RIP-RAP
TS-Ol.
SCOPE:
The work shall consist of the construction of loose rock
rip-rap revetments and blankets, including filter layers or
bedding where specified.
TS-02.
MATERIALS:
1. QUALITY: Individual rock fragments shall be dense,
sound and free from cracks, seams and other defects conducive to
accelerated weathering. The rock fragments shall be angular to
surrounded in shape. The least dimension of an individual rock
fragment shall be not less than one-third the greatest dimension
of the fragment.
The rock shall have the following properties:
A. Bulk specific gravity (saturated surface-dry
basis) not less than 2.5.
B. Absorption not more than 2 percent.
C. Soundness: Weight loss in 5 cycles not more than
10 percent when sodium sulfate is used or 15
percent when magnesium sulfate is used.
The bulk specific gravity and absorption shall be determined
by ASTM Method C-127. The test for soundness shall be performed
according to the procedure for ledge rock in Federal
Specification SS-R-406c, Method 203.01.
2. GRADING:
A. Rock Riprap: Riprap shall be reasonably well
graded from 25 pounds to 150 pounds with at least
50 percent of the pieces weighing more than 60
pounds. The rock shall conform to the specified
grading limits when installed.
B. Filter Material: Filter material shall conform to
the requirements for #57 stone as specified in the
Georgia Department of Transportation Standard
Specifications.
At least 30 days prior to delivery of material from other
than designated sources, the Contractor shall notify the Engineer
in writing of the sources from which he intends to obtain the
material. The Contractor shall provide the Engineer free
access to the sources for the purpose of obtaining samples for
testing.
TS07-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TS-03
SUBGRADE PREPARATION:
The subgrade surfaces on which the riprap or bedding course
is to be placed shall be cut or filled and graded to the lines
and grades shown on the drawings. When fill to subgrade lines is
required, it shall consist of approved materials and shall
conform to the requirements of the specified class of fill.
Riprap shall not be placed until the foundation preparation
is completed and the subgrade surfaces have been inspected and
approved by the Engineer.
TS-04.
EOUIPMENT-PLACED ROCK RIPRAP:
When not otherwise specified, the rock shall be placed by
equipment on the surfaces and to the depths specified. The
riprap shall be constructed to the full course thickness in one
operation and in such a manner as to avoid serious displacement
of the underlying materials. The rock shall be delivered and
placed in a manner that will insure that the riprap in place
shall be reasonably homogeneous with the larger rocks uniformly
distributed and firmly in contact one to another with the smaller
rocks and spall filling the voids between the larger rocks.
Riprap shall be placed in a manner to prevent damage to
structures. Hand placing will be required to the extent
necessary to prevent damage to the permanent works.
TS-05.
HAND-PLACED RIPRAP:
Within 15 feet of concrete structures, the rock shall be
placed by hand on the surfaces and to the depths specified. It
shall be securely bedded, with the larger rocks firmly in contact
one to another. Spaces between the larger rocks shall be filled
with smaller rocks and spall. Smaller rocks shall not be ramped
as a substitute for larger rock. Flat slab rock shall be laid on
edge.
TS-06.
STONE FILTER BEDDING:
When the drawings specify filter fabric or bedding beneath
riprap, the filter or bedding material shall be installed on the
prepared subgrade surfaces as specified.
1. STONE BEDDING: Stone bedding shall be spread uniformly
to the depth required. Compaction of the bedding will
not be required, but the surface of such layers shall
be finished reasonably free of mounds, dips or wind-
rows.
2. FILTER FABRIC: Filter fabric shall be installed
according to the manufacturer's recommendations.
TS07-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall make special note of the
requirement to "toe-in" the fabric at the top and
bottom of the slope. The Contractor shall also avoid
damage to the fabric during placing of the riprap.
TS-07.
MEASUREMENT AND PAYMENT:
Measured items shall be paid for at the contract unit or
lump sum price for the items as set forth in the proposal, which
paYment shall be full compensation for the work completed in
place and accepted.
.
.
.
-
TS07-3