Loading...
HomeMy WebLinkAboutCONTRACT WITH BLAIR CONSTRUCTION, INC. (BOYKIN ROAD WATER & SEWER PROJECT) BID ITEM #18-308 G E� O R GI A Bid Specifications Bid Item #18-308 Boykin Road Water and Sewer Project For Augusta, Georgia — Utilities Department Bid Due: Tuesday, November 27, 2018 @ 3:00 p.m. Thanks for doing business with us. . . Geri A.Sams, Procurement Director 535 Telfair Street, Room 605 Augusta, Georgia 30901 Rev.1/12/2015 Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 1 0115 / e OlxaaaixemenG.40a/it/mewl G 6 'R G I A ` . ( e i Ow�nn6, MAILED TO: All Vendors Nancy Williams, Quality Assura e Analyst Tom Wiedmei-r, Au.usta Utili '-s Department i FROM: Geri Sams ��� .• Procureme D ector DATE: November 15, 2018 SUBJ: Clarifications to the Specifications and Responses to Bidder's Questions BID ITEM: Bid Item#18-308 Boykin Road Water and Sewer Project for Augusta Utilities Department BID OPENING DATE: Tuesday, November 27, 2018 @ 3:00 p.m. ADDENDUM NO. 1 This Addendum shall form a part of the referenced Bid Item #18-308 Boykin Road Water and Sewer Project and any agreement entered into in connection therewith equally as if bound into the original document. Acknowledge receipt of all Addendums on Attachment "B"within the Specifications package. Clarifications to the Specifications: • Please see Revised Bid Schedule attached to this Addendum 1. • Please see Concrete Rolled Detail Sheet attached to this Addendum 1. Responses to Bidder's Questions: 1. The two alternate bids currently have no pay items set up for Lump Sum Construction (such as Bonds, Erosion Control, Grassing, As-Built). Are we to just include these costs into the Base Project total as it is currently set up? Answer: All lump sum construction costs are to be included in the base bid, see the revised bid schedule attached to this Addendum 1. 2. There is an Owner-Approved Allowance set up in the proposal but the value is missing. Please provide. Answer: The Owner Approved Allowance was missing in error; see the revised bid schedule for the value of the allowance attached to this Addendum 1. 3. Why is there stone bedding for the water main lines, is this a Requirement for the Utility Department? Answer: Refer to "Typical Trench —Water Main" AUD Detail 1.1 on sheet C-18 for bedding requirements of AUD water main. 4. Curb & Gutter item under Pavement Structures would that be Item # P-9? Answer: Use Pay Item P-8 in the AUD Measurement and Payment Section and refer to Augusta Engineering Detail "Concrete Rolled Curb and Gutter" attached to this Addendum 1. Room 605 - 535 Telfair Street,Augusta Georgia 30901 (706)821-2422-Fax(706)821-2811 ❑ •. $� El Scan this QR code with your www.augustaga.gov smartphone or camera equipped Register at www.demandstar.com/supplier for automatic bid notification 3t(1n tablet to visit the Augusta,Georgia ❑ .1r. 2 Addendum 1 Bid 18-308 Boykin Road Water and Sewer Project Pane 1 of 2 5. There are two Pavement Structure Subtotals one should be Miscellaneous Subtotal? Answer: There was a typographical error and it should read "Miscellaneous", see the revised Bid Schedule for the correction. 6. LS-7 Owner approved allowance has no amount entered. Answer: See response to question#2 above. 7. There is no Subtotal for the Lump Sum Items? Answer: See the revised Bid Schedule for correction. 8. Will the contractor be able to install detours on this project? Answer: The contractor will need to submit detour requests as a part of the Traffic Control Plan that will be reviewed by Augusta Engineering Department for Compliance. Please acknowledge addendum in your submittal END OF ADDENDUM ATTACHMENTS: REVISED BID SCHEDULE(3 PAGES) CONCRETE ROLLED DETAIL SHEET(1 PAGE) Addendum 1 Bid 18-308 Boykin Road Water and Sewer Project Paae 2 of 2 • AUGUSTA UTILITIES DEPARTMENT WATER & SEWER BID SCHEDULE Boykin Road BID SCHEDULE Item Description Estimated Units Unit Price Total Price Quantity Water 8" diameter PVC water transmission W-1 main C 900, Class 200, including Type II (No. 57 stone) bedding 4150 LF material -standard joint 6" diameter PVC water transmission W-2A main C 900, Class 200, including Type II (No. 57 stone) bedding 40 LF material - restraint joint 8" diameter PVC water transmission W-2B main C 900, Class 200, including Type II (No. 57 stone) bedding 1550 LF material - restraint joint W-4A 6" 90 Degree Bend 1 EA W-4B 6" Cap 4 EA W-4C 8" 45 Degree Bend 12 EA W-4D 8" 90 Degree Bend 1 EA W-4E 6"x6"x6" Tee 4 EA W-4F 8"x 8"x 6" Tee 3 EA W-4G 8"x 8"x 8" Tee 11 EA W-4H 8" Cap 7 EA W-4I 6" x 8" Reducer 2 EA Fire hydrant, installed complete with W-5 valve, lead pipe, and main tee or 6 EA reducer W-7A 6" in-line gate valve, including valve box, installed, complete, open left 6 EA W-7B 8" in-line gate valve, including valve 17 EA box, installed, complete, open left New 1" water service, installed, W-13 including re-connection and abandoning existing service, 67 EA complete W-16A Tie-in to existing 6" line 9 EA W-16B Tie-in to existing 8" line 1 EA 05.01-BidSchedule Page 1 AUGUSTA UTILITIES DEPARTMENT Bid Item#18-308 Addendum 1 Item Description Estimated Units Unit Price Total Price Quantity W-18 Abandon existing water valves 7 EA W-22 Remove existing fire hydrant 7 EA WATER MAIN SUBTOTAL $ Sanitary Sewer 8" diameter PVC sanitary sewer pipe S-1A SDR 35, Depth 0' to 6', including 1055 LF Type II (No. 57 stone) bedding material 8" diameter PVC sanitary sewer pipe S-16 SDR 35, Depth 6' to 8', including 3250 LF Type II (No. 57 stone) bedding material 8" diameter PVC sanitary sewer pipe S-1C SDR 35, Depth 8' to 10', including 1190 LF Type II (No. 57 stone) bedding material 8"diameter PVC sanitary sewer pipe S-1 D SDR 35, Depth 10' to 12', including 1710 LF Type II (No. 57 stone) bedding material S-5 Sanitary Sewer Cap/Plug 6 EA Pre-cast sanitary manhole, GA DOT S-6 STD 1011A, Type 1, Depth 0' to 6' 29 EA (48" Diameter) [incl. joint wrap] S-7A Additional sanitary manhole depth, 43 VF Type 1, Depth Class 1 (48" Dia.) S-7B Additional sanitary manhole depth, Type 2, Depth Class 1 (48" Dia.) 46 VF S-10 Drop manhole 3 EA S-12 Sanitary Sewer Manhole tie-in 1 EA S-13 6" sanitary sewer service, complete 66 EA SANITARY SEWER SUBTOTAL $ Pavement Structures P-7 Asphalt Driveway Replacement 100 SY Concrete curb and gutter removal & P-8 replacement(as deemed 200 LF appropriate and necessary by AUD) P-12 Residential Road Restoration 17700 SY PAVEMENT SUBTOTAL $ Miscellaneous M-1 Flowable Fill 10 CY M-2 Miscellaneous Class A Concrete 10 CY Select backfill, GA DOT Type I, Class M-4 I & II (Sand/Clay)—Measure by in- 11000 CY place volume M-5 Clearing and Grubbing 1 AC M-6 Fence Removal and Replacement 250 LF 05.01-BidSchedule Page 2 AUGUSTA UTILITIES DEPARTMENT Bid Item#18-308 Addendum 1 M-8 Concrete Bollards 1 8 I EA Item Description Estimated Units Unit Price Total Price Quantity MISCELLANEOUS SUBTOTAL $ BASE PROJECT SUB TOTAL $ Lump Sum Construction LS-1 Mobilzation, Demoblization 1 LS LS-2 Bonds, Insurance 1 LS LS-3 Temp. Erosion and Sediment Control 1 LS LS-4 Traffic Control 1 LS LS-5 Permanent Grassing 1 LS LS-6 As-Built Survey 1 LS LS-7 Owner-Approved Allowance 1 LS 1 $ 150,000.00 LUMP SUM SUBTOTAL $ BASE PROJECT TOTAL $ 05.01-Bidschedule Page 3 AUGUSTA UTILITIES DEPARTMENT Bid Item#18-308 Addendum 1 A w N -' Z C)DcnG(n-1 0(n * D m0O 0-103 WTD .O --D10z0DD DO -I r Omrn C=D oml m C)� 'r0-I'z 71H 2 0m-I -mm -i wmWpo� z 0 m 0gm xiOm ZO00 ooA*-im- Z D O z (DOZZ-Z - D -1rn> 2Xm (71 7)) 2-n00Z w cn mv0 Drax) acnm T. r -I-I •73Ozn_ W D 0 -1xm rmD 0Drn D000 -i Z 0 or- r OZ �2oxy �� o1—rm �XJD mDozi CO wm mm Kv� 741 cnr 0 -Tm v cnX DOrf mm � --1 -Cn� D -I O 0 D Dr- ..4,03H WJ -Hi n 0 y r n O iczn z 0 -I >cn ODm 0D(Dn _ o 0 -_I 0 o0- CO(n > N C z z ovI m z> > = v C ) rm -1 4c ni v!i.co m � > m —I V (n + co -1 d c m m c, mD9) O 2 .c C 0 r 4, m x _ 'O . I r.m C r— x c t�7c C 2 2 >/rO z w K c - cm tT1 C U �r- C /\\ z m RI tit m r j O oCO ci o 0 •n tr rIT D \ -I A D / i `n0° W c ,\ /\ ;...,. '�` m Z C a m-1 G-)J •i1!Li _ O M yI >. %\ •;. d - H :'"�': b w m tri2 —I '�' ':' to S-1 7J oit�� ti0 • • • O J -1 :.:4•n, i pn mN / •e •1• i. - 0 \ g• •• ' O o m • 11 - Z Z -, A n m m 1 V A o 5 QD \•Ni ' Py .044 04 •m pz > O \ \. • • 4 F / eNlli c .:�.• w c> 0 \ •J01010.14 Aral. _ / • o \/a. •••°I O \ ,g.... ` y,u .•. .� \•A•\\\\\\\\\ \\ ;% \\ Invitation to Bid Sealed bids will be received at this office until Tuesday,November 27,2018 @ 3:00 p.m.for furnishing: Bid Item#18-308 Boykin Road Water and Sewer Project for Augusta,GA—Utilities Department Bids will be received by Augusta,GA Commission hereinafter referred to as the OWNER at the offices of: Geri A.Sams,Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street — Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is$60,00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.corn) at no charge through Augusta Blue Print(706 722-6488) beginning Thursday, October 11, 2018, Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services,or coordination with other work that is material to the successful completion of the project A Mandatory Pre Bid Conference will be held on Tuesday,November 6,2018 @ 3:00 p.m.in the Procurement Department,535 Telfair Street,Room 605. AR questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@a y_gusAa:gov to the office of the Procurement Department by Thursday,November 8,2018 @ 5:00 P.M. No bid will be accepted by fax,all must be received by mail or hand delivered. No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. A 10%Bid bond is required to be submitted along with the bidders'qualifications;a 100%performance bond and payment bond will be required for award. invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4(Product Specifications),and all contractual terms and conditions,applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to,the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail,fax or email as follows: Augusta Procurement Department Attn; Geri A.Sams,Director of Procurement 535 Telfair Street,Room 605 Augusta,GA 30901 Fax: 706-821-2811 or Email:procbidandcontractOzugustagaov No bid will be accepted by fax,all must be received by mail or hand delivered. GERI A.SAMS, Procurement Director Publish: Augusta Chronicle October 11,18,25,November 1,2018 Metro Courier October 11,2018 Cc: Jarvis Sims Deputy Administrator Tom Wiedmeier Utilities Department Marie Corbin Utilities Department Revised: 2/19/2016 Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 2 of 15 INSTRUCTIONS TO SUBMIT Minority/Women Business Enterprise (MWBE)Policy: 1,1 Purpose: The purpose of this document is to provide Court Order Enjoining Rare-Based Portion of DBE general and specific information for use by vendors in Program Augusta, Georgia does not have o rote or submitting a bid to supply Augusta, Georgia with gender conscious Disadvantaged Business Enterprise:, equipment, supplies, and or services as listed above, (OBE) program far projects having Auguste, Georgic All bids are governed by the Augusta,Georgia Code. rz$ the source of funding. Augusta does enforce mandatory DBE requirements of federal and state agencies an contract;funded by such agencies and L2 Viewing the Augusta Code: All bids are governed and hos a DOE Program to comply with 145. Department awarded in accordance with the applicable federal and of Transportation (DOTI, Federal Trento state regulations and the Augusta, Georgia Code. To Administration(ETA),Federal Aviation Administratiari view the Code visit Augusta's website at (FAA) and other federal and state mandated DBE www.augustaga,gcn. or requirements for certain DOT. PTA, FAA, and other htt.; www.au:usta:z. oq innex.aApx?NID=685 federal and state assisted contracts as required by 49 Guidelines&Procedures. C.F.R. Part 26, et. seq. and/or 49 C.F.A. Part 23, et, seq. This DBE program is only for DOT, FTA and FAA 1.3 Compliance with laws:The Proponent shall obtain and assisted contracts and other federal or state funded maintain all licenses, permits, liability insurance, contracts having mandatory 0/3f requirements, (See workman's compensation insurance and comply with Article 13 of the Augusta,GA.Code) any and all other standards or regulations required by federal, state or Augusta, Georgia statute, ordinances Augusto, Georgia prohibits any language in any and rules during the performance of any contract solicitation bid or contract that is inconsistent with between the Proponent and Augusta, Georgia. Any the July 21, 2011 Court Order in the case, Morrow. such requirement specifically set forth in any contract Wrecking, inc. v, Augusta Georoia, civil action AL', document between the Proponent and Augusta, 1:07-CV-OLP.. Any such language appearing in any Georgia shall be supplementary to this section and not Augusto. Georgia solicitation, bid or contract is void in substitution thereof. and unenforceable 1.4 Bid's for All or Part:Unless otherwise specified by A copy of this Order can be reviewed at Augusta,Georgia or by the proponent,AUGUSTA, ~VV.a uc um)qa.gov home page. GEORGIA RESERVES THE RIGHT TO MAKE AWARD ON ALL ITEMS,OR ON ANY OF THE ITEMS ACCORDING TO 1.8 Augusta, Georgia License Requirement: For further THE BEST INTEREST OF AUGUSTA,GEORGIA. information, contact the License and Inspection Proponent may restrict his bid to consideration in the Department @ 706 312-5050. aggregate by so stating,but must name a unit price on each item submitted upon. General Contractors License Number: If applicable, in accordance with O.C.G.A. §43-41, or be subjected to 1.5 All protest shall be made in writing to: penalties as may be required by law. Attn: Geri A.Sams Director of Procurement Utility Contractor License Number: If applicable, In 535 Telfalr Street,Room 605 accordance with 0,C,G.A. §43-14, or be subjected to Augusta,GA 30901 penalties as may be required by law. Fax: 706-821-2811 or Email: arocbidandcontractugustaga.Kov 1.9 Terms of Contract:(Check where applicable) (A)Annual Contract 1.6 Local Vendor Preference:The Local Vendor Preference [X](B)One-time Purchase. policy shall only be applied to projects of one-hundred [1(C)Other thousand dollars($100,000)or less and only when the lowest local qualified bidder is within 10%or$10,000, whichever is less of the lowest non-local bidders. Revised 2/11/2016 Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 3 of 15 G P 5 0 1 A NOTICE TO ALL VENDORS (PLEASE READ CAREFULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS - — PLEASE READ CAREFULLY: Attachment 13 is a consolidated document consisting of: 1. Business License Number Requirement(must be provided) 2. Acknowledgement of Addenda (must be acknowledged, if any) 3. Statement of Non-Discrimination 4. Non-Collusion Affidavit of Prime Proponent/Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement(E-Verify User ID Number must be provided) Attachment B Must be Notarized &the 2 Pages Must be returned with your submittal-No Exceptions. Business License Requirement: Proponent must be licensed in the Governmental entity for where they do the majority of their business. Your company's business license number must be provided on Page 1 of Attachment B. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a contract. For further information, contact the License and Inspection Department @ 706 312-5050. Acknowledgement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. E-VerifY*User Identification Number(Company ID.) The recommended awarded vendor will be required to provide a copy of Homeland Security's Memorandum Of Understanding (MOU) Affidavit Verifying Status for Augusta Benefit Application (S.A.V.E. Program) (Must Be Returned With Your Submittal Return Only If Applicable: 1. The Exception Sheet(if applicable) 2. Local Vendor Registration (if applicable) The successful proponent will submit the following forms to the Procurement Department no later than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received 1. Georgia Security and Immigration Subcontractor Affidavit 2. Non-Collusion Affidavit of Sub-Contractor WARNING. Please review "Notice to Proponent" regarding Augusta Georgia's Local Small Business Opportunity Program Proponent Requirements. Vendors are cautioned that acquisition of bid documents through any source other than the office of the Procurement Department is not advisable. Acquisition of bid documents from unauthorized sources places the proposer at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Bids are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses'requirements prior to submitting a bid. Rev.8/6/2015 Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 4 of 15 • 07.14.1". It O l A Attachment B Vern tfiustCvrpplate and Return fhe:1_.t?a 4At-f.e t:me it 3.tirii.Y!Rsr;Eehrltlttgl...Pectin:ro€Meet kr Notarized._ Augusta,Georgia Augusta Procurement Department ATTN: Procurement Director 535 Teilair Street, Suite 605 Augusta, Georgia 30901 Name of Proponent: Blair Construction,Inc. Street Address: 4308 Evans To Locks Road City,State,Zip Code; Evans, Georgia 30809 Phone: 706-868-1950 fax: 706-868-1855Email: patrick@blairconstruction.us Do You Have A Business License? Yes: V No: Augusta, GA Business License#for your Company`Mud Provide): n/a Or Your State/Local Business License#for your Company(Must Provide): Lic#00206 Utility Contractors License#(Must provide if applicable): UC300100 MUST RE LISTED ON FRONT OF ENVEI opt General Contractor License# frust Provide If--„pplicable): n/a Additional Specialty License#(Must Provide If r Plicablo): n/a NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local)does not require a business license,please state above(Procurement will verify) your company will be required to obtain a Richmond County business license if awarded a BID. For further Information regarding Augusta, GA license requirements,please contact the License and inspection Department @ 706 312-5050. List the State,City&County that Issued your license: Georgia,Evans, Columbia County Acknowledgement of Addenda:(#1)1:(#2) :(#3) :(#4) :(#5): (#13) :(#7) :(#5) NOTE: CHECKAPPROPRIATE BOWS).ADDD0D_TlONALNt1IBEt;S ASAPPLTCABLB Statement of Non•Discrimination The undersigned understands that it is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing business with Augusta,Georgia. The undersigned covenants that we have not discriminated,on the basis of race,religion,gender,national origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities. The rees to ke businesses on the proposal or contract awarned covenants and ded by Augusta,Georg God eorgia. undersigneefforts to d furtmher mcovenants that wcticable e have completation of ed truthfully small andand fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage In discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain In full force and effect without interruption; Thai the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and Incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall e any and all applicable constitute ghtse m remedies including bmaterial breach of ui not limitedntract toentiAutling ion of the con, Georgia to trract, terminationeclare the of the contract,suspensioact in default and to n and debarment from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a contract. )Jon-Collusion of Prime Propogpnt 13y submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: (a)The prices In the proposal have been arrived at independently without collusion, consultation, communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. n made, will be made, by the dor to induce it or not to submit allo tpropo al for t has the purposerof restricting competition.Collusions and raud in other person,proposal penpreparation shall or beation to reported to the State of Georgia Attorney General and the United Stales Justice Department. Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 6 of 15 Carr filet of interest By submission of a proposal,the responding firm certifies,under penalty of perjury,that to the best of its knowledge and belief: 1.No circumstances exist which cause a Conflict of Interest in performing the services required by this BID,and 2.That no employee of the County,nor any member thereof,not any public agency or official affected by this BiD,has any pecuniary interest in the business of the responding firm or his sub-consullanl(s) has any interest that would conflict In any manner or degree with the performance related to tris BID By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief: (a)The prices In the proposal have been arrived at Independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted In tiro proposal have not knowingly been disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or competitor. c) No attempt has been made,or will be made,by the vendor to Induce any other person,partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision,the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the fuil amount of such fee,commission,percentage,gift,payment or consideration. Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies Its compliance with O.C.GA. § 13-10-91, slating affirmatively that the individual,firm,or corporation which is contracting with Augusta,Georgia Board of Commissioners has registered with and Is participating In a federal work authorization program' (any of the electronic vadfication of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United Slates Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L. 99-603), in accordance with the applicability provisions and deadlines established In 0.C.GA§13.10-91. The undersigned further agrees that,should 11 employ or contract with any subcontractor(s)in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0.C.G.A§13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.O8 or a substantially similar form.Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to lire Augusta,Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E-Verify'llser identification Number(Company l.D.)on or after July 1,2009. For additional Information or to enroll your company,visit the State of Georgia website: htips//c verify_rscis govlenrglf! and/or hfto:/hvvrsr.doi.siategp,us/pdf/rules1300 10 1.diLif • m`E-Verify'User Identification Number(Company ID.) 224004 NOTE: E.-VERIFY USER IDENTIFICATION NUMBER(COMPANY I.D.)MUST BE PROVIDED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR WiLL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM or UNDERSTANDING(MOU) The undersigned further agrees to submit a notarized copy of Attachment 13 and any required documentation noted as part of the Augusta,Georgia Board of Commissions specifications which govern this process. In addition,the undersigned agrees to submit ail required fomes for any subcontractor(s)as requested and or required. I further understand that my submittal will be deemed non-compliant If any part of this process Is violated. Blair Construction,Inc. ```�‘��tt t f1/►��* Wk Cpmpa Name ,GdF1srRijC•0 BY: Authorized Officer or Agent toil (Contractor Signature) m 7978 SEAL Vice President 00 /. Title of Authorized Officer or Agent of Contractor �•• �.* OR . William R.Mutimer,Jr. iii,4 *1tiN9%0' Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 27th DAY OF November 2018 .1 -� Notary Public NpT'�,,� IIII�i My Commission Expires: Au_ st 7 2020 ••ac`Gv. r Tlno�0� 2 4 wp?4 4. IT m' tee""' 0 i You �ust Colr;iplefG rind t.etu-ii(lir=.;pule of Attachment 11 with Y til Submittal.DocimApi i, lie _lAed. 'l REV.2/17/2016 ---,0 %..........-000. ''���:~.. `��, „ .0 PATRICK SCOTT DLLARD Bid 18-308 Boykin Road Wad/ D NOTARY PUBLIC Old Due:Tuesday,November 27,2 i§'4�, p.m. BUIL COUNTY STATE OF GEORGIA Page 6 of 16 Commission Expires T,2020 GEORGIA• l volt rust colyipleto a_ifd Rouptivilky9pr suipii{cal..Document rtiiust_Be NMarked Systernatic Alien Verification for Entitlements (SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax,Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my bid for an Augusta, Georgia contract for #18-308 Boykin Road Water And Sewer Project IITO Project Number and Project Name) William R.Mutimer,Jr. /Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity] Blair Construction,Inc. (Print/Type: Nome of business,corporation,partnership,or other private entifyl 1.) Nit I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien(8§USC 1641)or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.)18 years of age or older and lawfully present in the United States.'' In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious,or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgi . ST RVCT, 4t) /9/6"41+ 4 piiP"WO�i� Signature of Applicant William R.Mutimer,Jr. �I SEAL T-1-. = sZ= Printed Name. 0 L1978 :n: n/a �,��' ~'•*"' ,`��� *Alien Registration Number for Non-Citizens /UMW"- SUBSCRIBED AND SWORN BEFORE ME ON TIifS THE 27th DAY OF November ,2018 01�co,SC061° • Notary Public Mot% ill; • My Commission Expires: August 7,2020 .�j�_• NOTARY SEAL 0, "'1LiG ( Not(:: MIS ram�;/PItl' 7'131 c;C�t.l"'i_t li 17 tttkrl�fil�''ttC lti'i:=l�� wan YOUR tt1 Gill 1A1. '#0?V T' Gt° p¢v.2/17/2016 8/IIII1 PATRICK SCOTT GUARD NOTARY PUBLIC Bid 18-308 Boykin Road Water and Sewer Project BURKE COUNTY Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. STATE OF GEORGIA My Commission 7. PageSof lS Local Small Business Opportunity Program Ordinance as provided in this policy to ensure maximum practicable Requirements participation of local small businesses;and(c)agreement Notice To All Bidders(PLEASE READ CAREFULLY) not to engage in discriminatory conduct of any type. (ii) Proposed Local Small Business (---\ Shall apply to ALL Bids regardless of the dollar amount Subcontractor/Supplier Utilization Plan. In accordance with Chapter 10E3 of the AUGUSTA, GA, (iii) Documentation of Good Faith Efforts to use CODE, Contractors agree to collect and maintain all records local small businesses. necessary to for Augusta, Georgia to evaluate the effectiveness of Failure to submit the above documentation that; Its Local Small Business Opportunity Program and to make such resutt in the bid being declared non-responsive records available to Augusta. Georgia upon request. The (d)Post Contract Award Requirements.The purpose of requirements of the Local Small Business Opportunity Program can this sub-section is to establish requirements for contractor be found at wvvw augustsoo gov. In accordance with AUGUSTA,GA. compliance with the LSBOP after a contract has been CODE, Contractors shall report to Augusta, Georgia the total dollars awarded. This is Incorporated into all Augusta, Georgia paid to each subcontractor, vendor, or other business on each Contracts for which a local small business goal has been contract, and shall provide such payment affidavits, regarding established or negotiated. payment to subcontractors, if any as required by Augusta, Georgia. (1) Contractors shall have an affirmative, Such utilization reports shall be in the format specified by the ongoing obligation to meet or exceed the committed local Director of Minority and Small Business Opportunities, and shall be small business goal for the duration of the contract. The submitted at such times as required by Augusta, Georgia. Required Augusta,Georgia may deem a contractor to be in violation forms can be found at vmw,auoustacie.00v. If you need assistance of the LSBOP and in breach of its contract If at any time completing a form or filing information, please contact the LSBO Augusta,Georgia determines that: Program office at (706)821-2406, Failure to provide such reports (a) The contractor will not meet the committed within the time period specified by Augusta, Georgia shall entitle local small business goals;and Augusta,Georgia to exercise any of the remedies set forth,Including (b) the reasons for the contractor's failure are but not limited to, withholding payment from the Contractor and/or within the contractor's control. For example, if a contractor collecting liquidated damages. does not meet the local small business goal because the To print a copy of the Prime Contractor Data Collection Form contractor terminated a local small business without cause visit:http./haww auslustaoa ov/indeX.aapx?NID=1672 or if the contractor caused and local small business to Website: htto://www.auqustaqa oov/index esox?nid=83 withdraw from the project without justification, then Augusta, Georgia is justified in finding the contractor to be SHALL APPLY TO PROJECTS$100,000&UV in violation of the LSBOP. Local Small Business Opportunity Program(Continued) (h)Compliance, Sec.1-10-129.Local small business opportunities program (4)The Director of minority and small business participation. opportunities shall be responsible for evaluating good faith (a) Sealed Bids The following procedures and contract efforts documentation and subcontractor Information requirements will be used to insure that local small submitted by bidders in conformance with, the AUGUSTA, businesses are encouraged to participate in Augusta, GA. CODE and any State and Federal Laws applicable to --- Georgia contracts,including but not limited to construction any bid specifications for competitive sealed bid projects contracts, requests for professional services and the prior to award of the contract performance of public works contracts. The Augusta, (i)Competitive Bids. Georgia user department shall indicate goals for local Nothing in this Policy Is to be construed to require small business in all solicitations for contracts over Augusta,Georgia to award a bid contract to other than the $100,000 in value: lowest responsible bidder, or to require contractors to (1) Bid conditions for contracts awarded by award to subcontractors, or to make significant material Augusta, Georgia will require that, where subcontracting purchases from local small businesses who do not submit goal is utilized in performing the contract, the bidder or the best overall pricing to Augusta,Georgia, proponent, will make Good Faith Efforts to subcontract Sec.1-10-130.Exceptions—federally funded projects. with or purchase supplies from local small businesses.Bid In accordance with§1-10-8 and Chapter 10B,the LSBOP specifications will require the bidder or proponent to keep shall only be utilized with federally funded projects, solicitations or records of such efforts that are adequate to permit a contracts as authorized by federal (and Georgia) laws, regulations determination of compliance with this requirement, and conditions applicable to such projects.To the extent that there (2) Each bidder shall be required to provide are any conflicts between any such laws, regulations or conditions documentation of achieving goal or provide documentation and the LSBOP, the federal (and Georgia) laws, regulations and of Good Faith Efforts to engage local small businesses as conditions shall control. subcontractors or suppliers, the names of local small businesses and other subcontractors to whom it Intends to NOTE: All forms should be submitted in a separate, sealed award subcontracts, the dollar value of the subcontracts, envelope labeled Local Small Business Required Forms, and the scope of the work to be performed, recorded on Company's Name&Bid Number the form(s)provided or made available as part of the bid package. If there are no sub-contracting opportunities, For •uestions and or additional information 'lease bidder shall so Indicate on the appropriate form. c.ontact: (6) All bid documents shall require bidders or proponents to submit with their bid the following written Local Small Business Opportunity Program, documents, statements or forms, which shall be made 535 Telfair Street, Room 710, available by the Procurement Department. Augusta,Georgia 30901 (I) Non-Discrimination Statement which shall (706)821-2406. affirm the bidders: (a) adherence to the policies of Augusta, Georgia relating to equal opportunity in contracting;(b)agreement to undertake certain measures Website: intp.iiwww,aup, tooa.cloviiride).asIA?nKi.a3 Revised 10-9.15 -- Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 8 of 15 Local Small Business Goal The Local Small Business Opportunity Program provides for Local Small Business goals to be set on all applicable Augusta, Georgia procurements over $100,000 in value.' The Local Small Business goal for this procurement is: 10 % All bidders or proposers shall submit the following with their bid or proposal as required by Augusta, GA Code § 1-10-129:2 1. Non-Discrimination Statement: As required by the Procurement document.' 2. Proposed Local Small Business Subcontractor/Supplier Utilization Plan. 3. Documentation of Good Faith Efforts to use local small businesses. 4. Local Small Business Utilization document. Failure to submit the above documentation shall result in the bid or u ro I osal beindeclared non-res onsive. 1 Even when a solicitation does not contain a Local Small Business goal (or the goal is set at zero), each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. Self-performance does not exempt Bidders from Local Small Business Opportunity Program requirements unless the self-performer is a qualified and registered Local Small Business. Al] of the requirements of the Local Small Business Opportunity Program can be found in Augusta,GA Code,Chapter 10B, 2 Applicable forms are available on Augusta Georgia's Disadvantaged Business Enterprise website: atizo,t14 3 Only one Non-Discrimination statement is required"See Attachment B". Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 9 of 15 Local Small Business Opportunity Proçram Requirements Augusta, Georgia has adopted a race and gender neutral Local Small Business Opportunity Program (LSBOP). See Augusta, GA Code, Chapter 10B. Bidders are encouraged to carefully review the all of the requirements of the LSBOP which can be found on Augusta, Georgia's Disadvantaged Business Enterprise Department website (www.augustaqapov). All of the requirements of the LSBOP become covenants of performance upon award of this procurement. The LSBOP provides for Local Small Business (LSB) goals to be set on all applicable procurements over $100,000 in value and even when a solicitation does not contain a LSB goal, each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. Self-performance does not exempt Bidders from the LSBOP requirements unless the self-performer is a qualified arid registered LSB. (See Augusta, GA Code§ 1-10-129). I. The pre-award requirements of the LSBOP are material conditions of this procurement. A Bid shall be rejected if it is determined that a Bid fails to meet the required LSBOP requirements, including but not limited to, failing to provide the Required Pre-Award Bid Submittal documents, failing to provide commitments to achieve the applicable Project Specific LSB Goals (or the Bidder's documented Good Faith Efforts to do so). A Contractor's failure to carry out in good faith its Project Specific Goal commitments in the course of the Contract's performance shall constitute a material breach of the Contract and a violation of the AUGUSTA, GA CODE. If the breach is not cured within a reasonable amount of time, it may result in the termination of the Contract or such other remedies afforded by Federal, State or Local law. IL Good Faith Efforts. Pursuant to AUGUSTA, GA CODE SEC. 1-10-125(4) Good Faith Efforts shall be used by a bidder to seek Local Small Businesses to participate as a subcontractor or supplier. Such good faith efforts include, but are not necessarily limited to, the following actions: (a) Including qualified Local Small Businesses in the prime contractor's solicitations for subcontractors and suppliers. (b) Assuring that local small businesses are solicited whenever such business enterprises can perform a commercially useful function. (c) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation of Local Small Businesses. (d) Establishing delivery schedules, where the requirements of the prime contract permit, which encourage participation of Local Small Businesses. (e) Using the services and the assistance of the Director of minority and small business opportunities in the identification of qualified local small businesses and negotiating subcontracts and supply contracts with such enterprises. (f) Requiring each first tier subcontractor to take the affirmative steps outlined within the AUGUSTA, GA CODE with respect to the identification and usage of second or third tier sub-contractors. (g) Placing notices of opportunities for qualified Local Small Businesses to perform subcontracting work on the eligible project in newspapers, trade journals, and other relevant publications, including publications specifically targeted to local small businesses, or communicating such notices of opportunities via the Internet or by other available media or means. (h) Designating portions of the work for Local Small Business subcontracting in trades with available Local Small Business subcontractors. (i) Providing a minimum of five (5) day notice to Local Small Businesses when requesting bids or proposals for furnishing material or services as a subcontractor or supplier. Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Pape 10 of 15 III. Required Pre-Award Bid Submittals. Pursuant to AUGUSTA, GA CODE SEC. 1-10-129 the following procedures and contract requirements will be used to insure that local small businesses are encouraged to participate in Augusta, Georgia contracts: (a) Each bidder shall be required to provide documentation of achieving the LSB goal or provide documentation of Good Faith Efforts to engage local small businesses as subcontractors or suppliers, the names of local small businesses and other subcontractors to whom it intends to award subcontracts, the dollar value of the subcontracts, and the scope of the work to be performed. If there are no sub-contracting opportunities, bidder shall so indicate on the appropriate form. Forms may be found on the official website of Augusta, Georgia. (b) Each bidder shall submit with their bid the following written documents, statements or forms, which are available at the Disadvantaged Business Enterprise Department and on the Disadvantaged Business Enterprise Department website: (1) Non-Discrimination Statement which shall affirm the bidder's: (i) adherence to the policies of Augusta, Georgia relating to equal opportunity in contracting; (ii) agreement to undertake certain measures as provided in this policy to ensure maximum practicable participation of local small businesses; and (iii) agreement not to engage in discriminatory conduct of any type. (2) Documentation of Good Faith Efforts to use local small businesses. (3) Proposed Local Small Business Subcontractor/Supplier Utilization Plan. (4) Executed Letter(s)of Intent with entities identified in LSB Utilization Plan. Failure to submit the following documents in accordance with these requirements will cause the Bid or proposal to be declared non-responsive. Augusta, Georgia reserves the right to request supplemental information regarding a Bidder's submissions and the Bidder shall furnish such information in a timely manner. Failure to furnish information or otherwise cooperate may result in the rejection of the Bid. IV. LSB Utilization Plan. The Bidder must submit with its Bid a completed LSB Utilization Plan. The LSB Utilization Plan shall list the Subcontractor or Supplier's name(s), business address(s), telephone number(s), e-mail(s)-and the name of the principal contact person(s) of each Subcontractor(s) or Supplier(s) intended to be used in the performance of the Contract, including firms proposed as to meet the Project Specific Goals. Where the solicitation requires the Bidder to submit a base bid and one or more alternates, the LSB Utilization Plan must demonstrate the Bidder's achievement of the Project Specific Goal(s) or its Good Faith Efforts to achieve the Project Specific Goal(s)on the base bid. V. Letter(s) of Intent. The Bidder shall submit with its bid completed Letter(s) of Intent (LOI) utilizing the Letter of Intent format provided by the Disadvantaged Business Enterprise Department documents. The LOI must be executed by an authorized representative of the local vendor identified on the Utilization Plan and by the authorized representative of the Bidder. The LOI must accurately and completely detail the work to be performed and/or the materials to be supplied, and the agreed rates and/or prices to be paid. All Utilization Plan commitments must conform to those included in the submitted LOIs. The LOI will become a binding contract covenant upon the Bidder's receipt of a signed contract from Augusta, Georgia. Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 11 of 15 VI. Post Award Requirements. (a) Prime Contractor Data Collection Form All prime contractors are required to complete and submit the Prime Contractor Data Collection Form upon award. This form must be completed in its entirety and submitted within the designated time established by the Compliance Department—Disadvantaged Business Enterprise Division. (b) First-Tier Subcontractor, Sub-consultant, Supplier Information Form All prime contractors are required to complete and submit the First-Tier Subcontractor, Sub-consultant, Supplier Information Form upon award. This form must be completed in its entirety and submitted within the designated time established by the Compliance Department — Disadvantaged Business Enterprise Division. (c) Monthly Utilization Reports To evaluate the effectiveness of the LSBOP, Augusta, Georgia monitors the participation of Subcontractors and Suppliers on Augusta Georgia contracts. Each Contractor must submit a Monthly Utilization Report of Subcontract Payments by the 15th of each month. The Monthly Utilization Report must reflect, from project start to date, the Contractor's receipt of payments from Augusta Georgia and the utilization of and payments to all Subcontractors or Suppliers identified in the Utilization Plan. Failure to submit the Monthly Utilization Reports will be considered a contract breach. (d) Substitutions, Additions or Deletions of LSB Subcontractors or Suppliers. In accordance with the requirements of the LSBOP, the Contractor shall provide the User Department, the Director of minority and small business opportunities and the Procurement Director written notice prior to replacing or terminating a LSB on a contract and must comply with the Good Faith Efforts requirement to replace the departing local small business with another local small business. Likewise, when new opportunities for subcontracting arise on a contract and Augusta, Georgia sets a supplemental local small business goal, the contractors shall comply with the Good Faith Efforts set in an effort to meet the supplemental local small business goal. Submit all Forms and Utilization Reports to: Augusta, Georgia Compliance Department Disadvantaged Business Enterprise Division 535 Telfair Street Room 710 Augusta, Georgia 30901 (706)821-2406 (e) Monitoring Procedures Procedures for monitoring contract compliance may include, but are not limited to, site visits or telephone audits; consideration of requests for substitutions, additions, deletions, or change orders; and review and verification of payments to Subcontractors or Suppliers as documented by the Monthly Utilization Status Reports of Subcontractor/Suppliers Payments. Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Paae 12 of 15 Blair Construction, Inc. P.O. Box 770 Evans, Georgia 30809 Phone (706)868-1950 Fax (706) 868-1855 BIDDER'S QUALIFICATION STATEMENT Bid Item#18-308 In the early 1950's Blair L.Mutimer began the Augusta located company Blair Construction. In 1973 the business was incorporated in the State of Georgia as Blair Construction,Inc. Blair Construction,Inc.has at some time performed grading,paving and underground utility construction for most every municipality within a 40 to 50 mile radius of the City of Augusta. The majority of the work we perform is either for the City of Augusta or Columbia County. We have an outstanding and well-respected relationship with both these municipalities. Our company employs approximately 53 persons and has an average annual revenue of around$12,000,000. Approximately 80 percent of our work is large diameter underground utilities with the other 20 percent being earthwork and base&paving. Our bonding capacity is$20,000,000. We currently hold certificates of qualifications from both the Georgia DOT&South Carolina DOT. As established in past projects with Augusta-Richmond County,we have both the experience and the means to perform the subject project to which we are bidding. Listed below are recent projects to which Blair Construction,Inc.has successfully completed for Augusta-Richmond County. 1. Mike Padgett Highway 24"Water Line Extension Contract Amount: $358,290 2. Wrightsboro Road/Druid Park Storm Drainage Improvements Contract Amount: $754,500 3. Walton Way Storm Drain Repair Contract Amount: $235,734 4. Fort Gordon Raw Water Irrigation Lines Contract Amount: $1,848,149 5. Butler Creek Interceptor Upgrade,Phase 2 Contract Amount: $4,127,038 6. Jamestown Sewer Extension,Phase 3A Contract Amount: $102,101 7. Diamond Lakes Basketball Facility Contract Amount: $425,713 8. Fort Gordon Raw Water Irrigation System Contract Amount: $1,848,149 9. Butler Creek Interceptor Upgrade,Phase 2 Contract Amount: $4,127,038 10. Jamestown Sewer Extension,Phase 3A Contract Amount: $102,101 11. Gordon Highway 16"Water Line Extension Contract Amount: $363,656 12. Belair Hills Subdivision Improvements Contract Amount: $6,793,498 13. Eisenhower Hospital Sanitary Sewer Extension Contract Amount: $771,378 14. Lamar Road Grading&Paving Contract Amount: $169,847 15. Fort Gordon Recreation Area Water&Sewer Contract Amount: $692,364 16. Horsepen Street Sanitary Sewer,Phase 2A Contract Amount: $1,304,780 17. Sixth Street Emergency Sewer Replacement Contract Amount: $562,884 18. AUD 36"Water Main Project Contract Amount: $3,540,420 19. Meadowbrook Area Utility&Roadway Improvements Contract Amount: $2,626,663 20. College Station Entrance Improvements Contract Amount: $198,112 We appreciate the opportunity to submit our bid on this project and are sure our experience and qualifications will be acceptable. If any other information is needed,please feel free to contact us. Respectfully Submitted: .eadlinvie, PP,* William R.Mutimer,Jr. Vice President Note: Attached and made a part of this qualification statement is an"Equipment Listing"showing most of our major equipment in our fleet. Report Date 10/03/2016 Page 1 Blair Construction, Inc. Equipment Listing 01/01/2016 to 12/31/2016 3--Auto/Transport Number Description Purch Date. 67 FRUEHAUF VAN 01/07/1975 68 BODY FOR ABM 08/21/1986 3007 73 FORD LIME SPREAD 12/31/1986 7048 1991 MILLER WELDING TR 04/20/2016 8019 90 FORD WATER TRUCK 05/31/1990 8028 72 GREAT DANE 6TN 11/28/1990 8029 81 DORSEY VAN 08/15/1991 8036 94 SCOTTSMAN 09/14/1994 8041 97 KENWORTH T-800 02/16/1999 8056 99 FRD F500 CREW 08/19/1999 8061 00 CHEV 1500 SILVER 08/16/2002 8074 03 DODGE RAM 150 02/19/2003 8076 03 TALBERT 55 TRAIL 06/20/2003 8078 04 CHEV SILVER 11/14/2003 8084 2003 GMC C-7500 FLT 04/28/2004 8085 2004 CHEV SERV TRK 09/07/2004 8089 2005 Chev Silverado 07/31/2007 8094 2006 ETNYRE LOWBOY 09/12/2005 8098 06 Ford F750XL WtrTK 04/25/2006 8100 GMC C-4500 10/05/2006 8101 06 Hydraulic Trailer 08/03/2006 8107 2007 Chev P/U 08/15/2007 8113 2009 Chevrolet Slverado 01/18/2009 8114 2009 Chevrolet Silverado 11/18/2009 8116 2010 CHEC SILVERADO 03/15/2010 8118 1973 FRUEHAUF FLATBED 08/24/2010 8120 2005 STRAWBLOWER TRAILER 09/22/2011 8124 2012 FORD F550 03/07/2012 8125 2012 CHEV SILVERQADO 06/26/2012 8126 2013 Chev Avalanche 08/11/2012 8127 2005 Terex 15 T Crane Truck 08/29/2012 8128 2012 FORD F150 11/26/2012 8130 2013 CHEV SILVERADO 11/30/2012 8131 2013 FORD F450SD 10/23/2013 8133 2014 Ford F150 04/21/2014 8135 2015 FORD F250 08/07/2014 8136 2015 KENWORTH FUEL TR 10/01/2014 8137 2015 FORD F250 10/01/2014 8138 2015 CARRY ON TRAILER 11/24/2014 8139 2016 TRUCK TRACTOR 02/25/2015 8140 BIG TEX TRAILER 03/31/2015 8141 2018 KWTH DUNP TRUCK 04/16/2015 8142 2015 CHEV SILVERADO 06/01/2015 8146 2015 FORD F150 12/17/2015 8147 2015 FORD F150 12/17/2015 8148 2015 FORD F150 12/17/2015 8149 2016 FORD F450 03/22/2016 8150 2016 FORD F450 03/22/2016 Report Date 10/03/2016 Page 2 4--Machinery&Equipment Number Description Purch Date 133 KIOTI TRACTOR 08/11/1998 134 LOADER W/54 BUCKET' 08/11/1998 155 MULLER TAP MACH 02/01/2001 1003 NEW HAUL TN55 BROOM 06/01/2001 1008 WACKER RT 820 ROLL 01/28/2003 1010 DRESSER P3000 09/17/1991 1012 DYNA 151 PAC ROLLER 04/21/1998 1017 lingersoll-Rand Compa 05/22/2007 1018 NEW HOLLAND BROOM 12/02/2005 1021 1996 Pwr Curber Mph 05/31/2007 2001 WACKER TRENCH ROLLE 10/30/2000 2002 2006 WACKER ROLLER 02/22/2010 2005 CASE 586 D FORKLIFT 08/31/1987 2006 WACKER TRENCH ROLL 07/14/2001 2011 CAT 936F 11/23/1994 2027 95 INGERSOL ROLL 07/25/2000 2028 CAT 325L HYD EXCAV 03/21/2001 2036 INGER RD SD-400 ROL 02/28/2003 2040 2004 WACKER ROLLER 11/11/2004 2042 CAT 930G Wheel Loade 07/30/2007 2044 IR SD25D VIB Roller 09/25/2006 2045 IR SD45D VIB Roller 10/05/2006 2046 CAT 328D Excavator 12/30/2008 2049 CAT 3210 LCR EXCAVATOR 08/06/2008 2050 930 H WHEEL LOADER 12/31/2009 2051 CAT 345BL EXCAVATOR 06/16/2010 2052 CAT 308DCR SB EXCAVATOR 12/29/2010 2053 CAT 336E EXCAVATOR 12/29/2011 2056 CAT 314E Excavator 12/30/2013 2058 CAT 420F BACKHOE .11/20/2014 2062 2016 BOMAG ROLLER 04/28/2016 3010 CAT 12G MOTOR GRADE 01/13/1993 3017 DYNA C815PD ROLLER 01/13/1986 3019 JOHN DEER 2350 TRAC 08/15/1983 3021 HOWARD TILLER HR418 12/03/2002 • 3027 JOHN DEER 5510 TRAC 04/14/2000 3032 2004 KUBOTA TRACTOR 05/19/2004 3033 CAT MOTOR GRADER 10/29/2004 3034 CAT Dozier 07/30/2007 3035 BATWING MWR MOD3180W 08/31/2005 3037 2006 IR SD100D VIB ROLLER 02/03/2010 3039 CAT D4K2 DOZIER 12/31/2013 7015 PIT BURNER 03/29/1991 7027 TAMPO ROLLER 09/08/1989 7032 AUGER/BORE MACHINE 07/01/2002 7033 REV DRILL SER 4 MD3 03/02/2004 20321 CAT 315BL 60 BUCK 05/20/2003 20391 COUPLER FOR#2039 E 07/23/2004 20461 Attachment-2046 01/31/2007 20462 42 Bucket-2046"" 01/31/2007 30331 ACCUGRADE KIT-3033 11/07/2005 82026 BUCK COUP(W/2026) 05/15/2001 83000 2 EXCAVATOR BUCKET ATTACHMENT 01/20/2011 2050F FORKS FOR 2050 10/25/2012 PROJECT NAME Boykin Road Water&Sewer Project BID# 18-308 LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANT/SUBCONTRACTOR/SUPPLIER To: Blair Construction,Inc. (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity(check one): _ Individual Corporation —V— Limited Liability Company(LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Georgia Department of Transportation By attachment of a current letter issued by the Augusta, Georgia Compliance Department- Disadvantaged Business Enterprise Division C. The undersigned is prepared to perform the following work in connection with the above project Form,Pour and Finish All Concrete Flat Work Required On The Project. D. The undersigned states that they will be performing 2 % of the total project. E. The undersigned will sublet and/or award 0 % of this subcontract to non-Local Small Business Opportunity Program contractors and/or suppliers. The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta-Richmond County. DJ Construction (LSBOP Contractor Firm Name) By: U( !t),4‘4%14,H Date: 11/20/18 (Signature of Authorized Representative) Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 13 of 15 PROJECT NAME Boykin Road Water&Sewer Project BID# 18-308 LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANT/SUBCONTRACTOR/SUPPLIER To: Blair Construction,Inc. (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity(check one): Individual Corporation '✓ Limited Liability Company(LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Georgia Department of Transportation If By attachment of a current letter issued by the Augusta, Georgia Compliance Department-Disadvantaged Business Enterprise Division C. The undersigned is prepared to perform the following work in connection with the above project Provide Hauling Of Millings,Asphalt,Stone or Refill Material Required On Project. _ D. The undersigned states that they will be performing 4 % of the total project E. The undersigned will sublet and/or award 0 % of this subcontract to non-Local Small Business Opportunity Program contractors and/or suppliers. The undersigned will enter into a formai agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta-Richmond County. RRB Trucking,LLC (LSBOP Contractor Firm Name) B (� if' Date: D j Si naturdlo> thoriz r g Rep a nta6ve) Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 @ 3:00 p.m. Page 13 of 15 PROJECT NAME Boykin Road Water&Sewer Project BID# 18-308 LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM • LETTER OF INTENT TO PERFORM AS A SUBCONSULTANT/SUBCONTRACTOR/SUPPLIER To: Blair Construction,Inc. (Name of Proposer) A. The undersigned intends to perform work In connection with the above project in the following capacity(check one): Individual / Corporation V Limited Liability Company(LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Georgia / Department of Transportation ✓ By attachment of a current letter issued by the Augusta, Georgia Compliance Department- Disadvantaged Business Enterprise Division p C. The undersigned is prepared to perform the following work in connection with the above project Furnish All Ready Mix Concrete Required On The Project. D. The undersigned states that they will be performing 4 % of the total project. E. The undersigned will sublet and/or award 0 % of this subcontract to non-Local Small Business Opportunity Program contractors and/or suppliers. The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta-Richmond County. Georgia Carolina Concrete (L OP Contractor Firm Name) By: ,�----- Date: // 2 7 (Signature of Authorized Representative) Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2018 iia 3:00 p.m. Page 13 of 16 —C= �=--Q Compliance Department "R G 1 A Kellie Irving Compliance Director April 27,2016 Extension through November 30, 2018 Mr.Willie T.Wooden,Jr. c/o Georgia-Carolina Concrete,LLC 3020 Milledgeville Rd. Augusta,GA 30903 Dear Mr. Wooden: Your firm has been registered as a Local Small Business Opportunity Program (LSBOP) vendor with the Augusta-Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of two (2) years, beginning April 27, 2016. Registration entitles your firm to be included on the LSB website directory and your firm information will be submitted to all contractors bidding on the Augusta-Richmond County projects. Placement on the LSB Directory's list is no guarantee of solicitation for informal or formal invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation. To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-800-711-1712 or visit www.demandstar.com for more information. As a registered firm, you are required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your firm. Failure to provide this notification, in writing, may result in your firm being removed from the Local Small Business Opportunity Program register. We welcome you to the Augusta-Richmond County Local Small Business Opportunity Program. Sincerely, Kellie Irving Compliance Director cc: Vendor File Compliance Department 535 Telfair Street—Suite 710-Augusta,GA 30901 (706)821-2406—Fax(706)823-4395 WWW.AUGUSTAGA.GOV • , LOCAL SMALL BUSINESS UTILIZATION PLAN The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner(please check the appropriate space): Name of bidder/offeror's firm: Blair Construction,Inc. By: William R. Mutimer,jr. 1(.J,Lt4.__- 1 11/27/18 (Print Name) (Signature) (Date) The bidder/offeror Is committed to a minimum of 10 %LSBOP utilization on this contract. (Please complete the requested subcontractor/supplier Information below.) OR The bidder/offeror is unable to meet the LSBOP goal of %. Therefore, the bidder/offeror will complete in its entirety the document titled GOOD FAITH EFFORTS and submit supporting documentation demonstrating good faith efforts. Subcontractor/Supplier Address Principal LSBOP Utilization Name Phone Contact Certified % Email DJ Construction Augusta,GA 30901 706-836-3869 Dewight Johnson Yes 2 dwightjohnson7755@gmail.com Augusta,GA 30906 RRB Trucking LLC 706-825-3463 Ruby Basey Yes 4 rrbtruckingllc@gmail.com Augusta,GA 30903 Georgia Carolina Concrete 706-733-0710 Willie Wooden Yes 4 _georgiacarolinaconcrete@outlook.com Use additional sheets as necessary. Bid 18-308 Boykin Road Water and Sewer Project Bid Due:Tuesday,November 27,2028 @ 3:00 p.m. Page 14 of 15 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR ITB #18-308 Boykin Rd Water and Sewer Project Augusta, Georgia The Honorable Hardie Davis, Jr.,Mayor Commissioners: William Fennoy Dennis Williams Mary Davis Sammie Sias Andrew Jefferson Ben Hasan Sean Frantom Wayne Guilfoyle Marion Williams Grady Smith Tom D. Wiedmeier Director, Augusta Utilities Department Augusta Utilities Department 452 Walker Street, Suite 200 Augusta, GA 30901 September 2018 CONTENTS SECTION TITLE #OF PAGES IB Instructions to Bidders 2 P Proposal 5 A Agreement 3 NA Notice of Award 1 NP Notice to Proceed 1 CO Change Order 1 BB Bid Bonds 2 PB Performance and Payment Bonds 5 GC General Conditions 52 SC Supplementary General Conditions 11 Standard and Technical Specifications: Section 02055 Soils-Structural 3 Section 02060 Aggregate 2 Section 02221 Selective Demolition 2 Section 02230 -Clearing&Grubbing 2 Section 02324 Trenching 6 Section 02374 Erosion Control Devices 2 Section 02512 Site Water Distribution 11 Section 02730 Sanitary Sewer Piping 8 Section 02731 Sanitary Manholes 10 Section 02732 Sanitary Sewer and Manhole Testing 6 Section 02733 CCTV Inspection of Sanitary Sewer Piping 4 Section 02740 Flexible Pavement Structures 3 Section 02750 Concrete Construction 3 Section 02760 Flowable Fill Material 2 Section 02822 Fence Removal and Replacement 4 Section 02924 Grassing and Mulching 4 AUD Measurement and Payment 11 SECTION IB INSTRUCTIONS TO BIDDERS IB-01 GENERAL All proposals must be presented in a sealed envelope,addressed to the OWNER. The proposal must be filed with the OWNER on or before the time stated in the invitation for bids. Mailed proposals will be. treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall,by careful examination,satisfy himself as to the nature and location of the work;the conformation of the ground;the character,quality and quantity of the facilities needed preliminary to and during the prosecution of the work;the general and local conditions;and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer,agent,or employee of the OWNER,either before or after the execution of the contract,shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans,specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@au:usta:a.:ov to the office of the Procurement Department by Thursday, November 8,2018 @ 500 P.M. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which,if issued,will be sent by facsimile or U.S. mail to all prospective bidders (at the respective addresses furnished for such purposes),not later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the' advertisement,on the bid form,or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required,bidders shall insert the words "no bid"where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such,and shall not reveal the total amount of either the original or revised bids. IB-1 Bids by wholly owned proprietorships or partnerships will be signed by all OWNERS. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. IB-05 BASIS OF AWARD The bids will be compared on the basis of unit prices,as extended,which will include and cover the furnishing of all material and the performance of all labor requisite or proper,and completing of all the work called for under the accompanying contract,and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal,they are for the purpose of comparing bids. While they are believed to be close approximations,they are not guaranteed. Itis the responsibility of the CONTRACTOR to check all items of construction. In case of error in extension of prices in a proposal,unit bid prices shall govern. IB-06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal,sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT,giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The OWNER may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The OWNER reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the OWNER that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five(5)firms or corporations for which the bidder has done similar work. IB-07 PERFORMANCE BOND At the time of entering into the contract,the CONTRACTOR shall give bond to the OWNER for the use of the OWNER and all persons doing work or furnishing skill,tools,machinery or materials under or for the purpose of such contract,conditional for the payment as they become due,of all just claims for such work,tools,machinery,skill and terms,for saving the OWNER harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the OWNER and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB-08 REJECTION OF BIDS These proposals are asked for in good faith,and awards will be made as soon as practicable,provided satisfactory bids are received. The right is reserved,however to waive any informalities in bidding,to reject any and all proposals,or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the OWNER. IB-2 SECTION P PROPOSAL Date; 11/27/18 Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and material,and perform all work for the project referred to herein as: ITB 18-308 BOYKIN RD WATER AND SEWER PROJECT In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: Two Million Three Hundred Eighty Two Thousand Nine Hundred Fifty Five And 00 /100 Dollars ( $2,382,955.00 ). The undersigned hereby agrees that,upon written acceptance of this bid,he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner,and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work in accordance with required contract performance dates based upon a written notice to proceed per each qualified task order. The undersigned hereby also agrees that the work will be completed within a time frame reasonable to accomplish the work, or that which has been mutually agreed upon by the Augusta Utilities Department, based on the scope for work for the task order as assigned. The undersigned acknowledges receipt of the following addenda: Addendum No. Addendum Date 1 11/15/18 Enclosed is a bid guarantee consisting of a Bid Bond in the Amount of 10%of Bid Amount ($238,295.501 Respectfully Submitted, STD' F,,� Blair Construction,Inc. ��%G0 --1 Oq�.T/��i� Finn •v ��•:y P.O.Box 770 Evans, GA 30809 aj SEAL r i Address 1978 IP By: % ♦���t/�lij jttlt•�,` TITLE: Vice President P-1 AUGUSTA UTILITIES DEPARTMENT WATER& SEWER BID SCHEDULE Boykin Road BID SCHEDULE item Description Estimated Units Unit PriceTotal Price _ Quantity l Water 8' diameter PVC water transmission W 1 main C 9Q0, Class 200, including o� a� Type II (No. 57 stone)bedding 4150 LF !fs— j$10. 75-.v• material-standard Joint 8' diameter PVC water transmission W- main C 900, Class 200, Including ao Type 11(No. 57 stone)bedding LF 2614,:2• material -restraint joint 8' diameter PVC water transmission W-2B main C 900, Mass 200, including bo v_v Type II(No. 57 stone)bedding 1550 LF 357 material- restraint joint W-4A 6'90 Degree Bend 1 EA /1-0:P v6- 0$v W-415 6"Cap t� 4 EA 2.7c7."--4= 47 W-4C 8'45 Degree Bend 12 EA 5i9a 7d ga W-40 8"90 Degree Bend 1 EA - W-4E 6"x 8"x 6'Tee 4 EA lo7c, W-4F 8"x8"x6'Tee 3 EA 7 Y 2.3)rte �o WAG 8'x 8"x 8"Tee 11 EA .e5727'45:22.- c�7 7.c, "•21-t-.W-4H 8"Cap 7 • 3ar7 W-4I 6"x 8"Reducer 2 EA $7 7 ,,// Fire hydrant installed complete with � a W-6 valve, lead pipe,and main tee or 6 EA — o0 reducer ��70 — 3Z o� W7A 6"in-line gate valve, Including valve 6 box, installed, complete, open left /Z3'7 7j�Z W-78 8"in-line gate valve, including valve EA box, Installed,complete, open left 17 , l43 Z$Z 7/ New 1'water service, installed, W-13 including re-connection and abandoning existing service, 67 EA /e0,34e complete W-16A Tie-in to existing 6'line 9 EA $4.aa ;I-2 , e. W-16B Tie-in to existing 8'line 1 EA 5'7r o"= $2700 o� 05.01-Bid Schedule Page 1 AUGUSTA UTILITIES DEPARTMENT Bid Item#18-308 Addendum 1 • Item Description Estimated Units Unit Price Total Price Quantity Al W-18 Abandon existing water valves 7 EA l -25--'7-g--- Z723' W-22 Remove existing fire hydrant 7 EA /7l'5 _ /2-3.53-" WATER MAIN SUBTOTAL $ ..654S-. 140. frr— Sanitary Sewer 8'diameter PVC sanitary sewer pipe S-IA SDR 35, Depth 0'to B', Including 10 �/ LF 03 2.-5-5-2=.--!--- Type II(No. 57 stone) bedding / T material 8'diameter PVC sanitary sewer pipe S-98 SDR 35, Depth 6'to 8', Including 3250 'L av Type II (No. 57 stone)bedding �7' /f�3 bio material 8'diameter PVC sanitary sewer pipe 3-1C SDR 35, Depth 8'to 10', Including v® Type II (No. 57 stone)bedding 11 Lf 4172 3/ ? material 8°diameter PVC sanitary sewer pipe S-ID SDR 35, Depth 10'to 12', including 1710 LF Type II(No. 57 stone)bedding -, — q-4osn material 5-5 Sanitary Sewer Cap/Plug g - EA _ 3',,2 o /g/2- `'--f2--' Pre-cast sanitary manhole, GA DOT S-B STD 1011A, Type 1, Depth 0'to 6' 29 EA 3a2p 07 1:722Z, , (48' Diameter)find.joint wrap] S-7A Additional sanitary manhole depth, 43 Type 1,_Depth Class 1 (48' Dia.) VF /5-7 �)�j 3-78 Additional sanitary manhole depth, v� Type 2, Depth Class 1 (48' Dia.) _ /5-77z z 2... _..— S-10 Drop manhole 3 EA /033a _34e,/7z3'7 S-12 Sanitary Sewer Manhole tie-In 1 EA /S'ao v�o0�-- /Soo 0 5-13 6'sanitary sewer service, complete 66 EA /30d 91‘,gfl SANITARY SEWER SUBTOTAL r S 5.44--77e , Pavement Structures P-7 'Asphalt Driveway Replacement 100 SYno ':'...-e- - �l -- g3/ 4=..c::. Concrete curb and gutter removal & P-8 replacement(as deemed 200 LF no d� appropriate and necessary by AUD) 33 ���� P-12 Residential Road Restoration 17700 SY 4/--7 � Ail 2 90 PAVEMENT SUBTOTAL ,$,.e -6 ,7.e:7 Miscellaneous M-1 Flowable All 10 CY ZOO. =`7 Zg$a M-2 Miscellaneous Class A Concrete 10 CY 44%) 4/5-74, 4,a- Select backfill, GA DOT Type I,Class M-4 I & II (Sand/Clay)-Measure by in- 11000 CY 7' 7 y,7OO �-i place volume 11-5 Clearing and Grubbing 1 AC /347,f,i.-r1 /3/a0 vw 11-6 Fence Removal and Replacement 250 LF // 4 7.<.op 05.01-B1dSchedule Page 2 AUGUSTA UTILITIES DEPARTMENT Bid Item#18-308 Addendum 1 l I M-8 9ncrete Bollards J 8 EA S%, J Zo J Item Description P Estimated Units Unit Price Total Price Quantity MISCELLANEOUS SUBTOTAL /2.,/#-S-12'42 2i43. 5 .515- t,)N04 BASE PROJECT SUB TOTAL I ( I $ —'- -,,� Lump Sum Construction LS-1 Mobiization, Demoblization 1 LS 75L/7 m LS-2 Bonds, Insurance 1 LS Z7 f/-5,2 2.751-5"v� LS-3 Temp. Erosion and Sediment Control 1 LS 4,43ZF,c,= $3 Zia av LS-4 Traffic Control /l7va 1 LSvr� _ LS-5 Permanent Grassing 1 LS 23S�o Z3S'ao LS-8 As-Built Survey 1 LS /3/flb /3/47. :."-= LS-7 Owner-Approved Allowance 1 LS 1 $ 150,000.00 AMR LUMP SUM SUBTOTAL 2-6•'5-4 y9a BASE PROJECT TOTAL S �352�ySS • 05.01-BidScheduie Page 3 AUGUSTA UTILITIES DEPARTMENT Bid Item t#18-308 Addendum 1 CNA SURETY Bid Bond Bond No. 2018-00112 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation (Name,legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 Evans, GA 30809 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or Augusta, GA Commission modification. c/o Procurement Department Any singular reference to 535 Telfair Street - Room 605 Contractor, Surety, Owner or Augusta, Georgia 30901 other party shall be considered plural where applicable. BOND AMOUNT: 10% of Bid Amount PROJECT: (Name, location or address,and Project number, if any) Boykin Road Water and Sewer Project Bid Item #18-308 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference, not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond's I'. ' i, be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. ;r ,C', < I •.. When this Bond has been furnished to comply with a statutory or other legal requirement in the location oft �•i j ct, a EF,� any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hev:e� � a provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. IN! o iS furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond..' C ' s •rev Signed and sealed this 27th day of November 2018 `©t' t Blair Construction, Inc. / / (Principal (Seal) (Witness) /. /� ✓). ) (Title)William R.Mutimer,JR Blair L.M'i r,Ill,Vice President Western Surety Company , / �_ i. (Surety) �. v ' i,�J (Witness) / / 2344 / ,►`�€Ob a"°� A • (Title) Buck Leigh-Atto y-in-Fact Q� ey4' a c el�x p, , r Printed in cooperation with the American Institute of Architects(AIA). r''.,. �� � The language in this document conforms to the language used in AIA Document A310-Bid Bond-2010 Edition. t.,�• �4\0 . . „,ii4yli\\\ Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Thomas M Albus,Buck Leigh,Individually of Columbia,SC,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June,2015. WESTERN SURETY COMPANY i,�tAr a✓[— T.Bruflat,Vice President State of South Dakota ss County of Mianehaha On this 3rd day of June,2015,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires •t li E(CH atis February 12,2021 ±� g DAKOFA &Al) S.Eich,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 27th day of November ,2018 . WESTERN SURETY COMPANY Form F4280-7-2012 L Nelson'Assistant Secretary SECTION A AGREEMENT AGREEMENT This AGREEMENT,made on the_19th_day of_FEBRUARY ,2019,by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA COMMISSION, party of the first part, hereinafter called the OWNER, and BLAIR CONSTRUCTION. INC., party of the second part, hereinafter called the CONTRACTOR. WITNESSETH,that the Contractor and the Owner,for the considerations hereinafter named, agree as follows: ARTICLE I-SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary,and to perform all of the work shown on the plans and described in the specifications for the project entitled: BOYKIN RD WATER AND SEWER PROJECT and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached,which are hereby made a part of this agreement. ARTICLE II-TIME OF COMPLETION-LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner or the Contractor to proceed.All work shall be substantially completed within 24o calendar days with all such extensions of time as are provided for in the General Conditions. Substantial completion shall be defined as sewer being in service. Final completion shall be 15 days after substantial completion. It is hereby understood and mutually agreed,by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT,FAIL,OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED,then the Contractor does hereby agree,as a part of the Consideration for the awarding of this contract,to pay the Owner the sum of one thousand,five hundred and no/loos ($1500.00) Dollars, not as a penalty,but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. A-1 The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would,in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE III—PAYMENT (A) The Contract Sum The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the BID FORM and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Progress Payment On no later than the fifth day of every month,the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previous payments made, pay to the Contractor 9o% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. ARTICLE IV-ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection acceptance,the Engineer shall within io days made such inspection,and when he finds the work acceptable under the Contract and the Contract fully performed,he will promptly issue a final certificate, over his own signature,stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor ,including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate. (B) Before final payment is due,the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens,from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor,and the Engineer,so certifies,the Owner shall upon certification of the Engineer,and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of claims. A-2 IN WITNESS WHEREOF,the parties hereto have executed this Agreement in three(3)counterparts,each of which shall be deemed an original,in the year and day first mentioned above. OWNER:AUGUSTA,GEORGIA TTEST: d v,:t elf F p �.e SEAL ,to ,(0-7.r" �" 714/1, k By , I,* r", • By:�� /J` ♦` •};� ,fix � t� P The Honofab Ffardie Davis ;Lena J;3ember €, _, „" a ' es Mayor Clerk� �tomImss�#ons"" i Date: "��d Pate: �°9® ` eh, APPROVED AS TO FORM: ;DEPARTMENT IIRM At By: A / f,/ Thomas D.Wiedmeier Attorney/t'i//q Director,Aug��Utilities Department Date: Date: 3 / L I CONTRACTOR: Blair Construction,Inc. ATTEST: SE _... By: .6,k By: Z t I �. .y / 4 Name: William R.Mutimer,Jr. Name: Blair L.Mutimer,III ```` wtIt►/ir,1' Title: Vice President Title: Corporate Secretary ``.�0 .....RVC+�!.,,, Date: 3/6/19 3/6/19 �� G 'ORPOR9../ 1.. Date: :,..:.•Q� v x. _ Qi SEAL :-_ CD;: 1978 ;n, S .. .f 0 R G%tr ```. ''',/41111110%0�` A-3 NOTICE OF AWARD Yt•].l•11 DATE: February 27,2019 CONTRACTOR: Blair Cnnstrnctinn,Tne ADDRESS: P.O. Box 770 Evans GA 30809 City State Zip Code PROJECT: Boykin Rd Water and Sewer Project PROJECT NO: UB 2015-029 At a meeting of the Commission held on(Date) 2/19/2019 you were awarded the Contract for the following Project: BOYKIN RD WATER AND SEWER PROJECT Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the pages,affixing signatures,dates,notary and/or corporate seals,etc.where necessary and return to this office 10 days from the date of this letter,excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate;an original and two copies Is permissible. Very truly yours, l Sean Barr Project Engineer Reclept of this NOTICE OF AWARD is hereby acknowledged this,the 6th day of March 20 19 Blair Construction,Inc. U,� f Vice President Contractor By Title Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department 452 Walker Street,Suite 200 Augusta,GA 30901 1 AVGUS rw :A NOTICE TO PROCEED ORG DATE: TO: Attn: PROJECT: ITB 18-308 BOYKIN RD WATER AND SEWER PROJECT PROJECT NO: You are hereby notified to commence WORK in accordance with the Agreement dated on or before ,and you are to complete the WORK within • consecutive calendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowledged This,the day of , 2018 Contractor: • By: Title: Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department 452 Walker Street,Suite 200 Augusta, GA 30901 1 CONSTRUCTION CONTRACT CHANGE ORDER CO NUMBER BID I1'hM DATE PROJECT TITLE ITB 18-308 BOYKIN RD WA 1'r,R AND SEWER PROJECT ORIGINAL CONTRACT DATE PROJECT NUMBER OWNER AUGUSTA,GEORGIA PO NUMBER The following change is hereby made to the contract for the above project: Description of Change(for a more detailed description see attached proposal): PAYEE TOTAL AMOUNT OF THIS CHANGE ORDER The contract time will be INCREASED by 0 calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDER(INCREASE) $ THIS CHANGE ORDER(INCREASE) $ TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $ FUNDING NUMBER/ACCOUNT NUMBER PROPOSED BY: DATE: CONTRACTOR REQUESTED BY: DATE: ENGINEER SUBMT17bD BY: DATE: DEPARTMENT HEAD FINANCE ENDORSEMENT: DATE: COMPTROT.r.FR RECOMMENDED BY: DATE: ADMINISTRATOR APPROVED BY: DATE: MAYOR ae -.ems ate, ,eee 9725 Dunbarton Drive Columbia, SC 29223 TEL: 803/788-4597 FAX: 803/788-4576 Cell: 803/261-6582 Email: buckleigha,bellsouth.net Date: March 6, 2019 Re: Blair Construction, Inc. Job: Boykin Road Water and Sewer Project Richmond County, GA This letter gives authorization to the Augusta, GA Commission to write in the agreement date on both the performance and payment bonds in the absence of the surety. Upon signing, please send a copy of the signed and dated bonds and power of attorney back to Blair Construction, Inc. Best Regards BuckLeigh File: Undated Bonds CNA Performance Bond Bond No. 300 44177 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 Evans, GA 30809 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or Augusta GA Commission modification. 535 Telfair Street- Room 605 Any singular reference to Augusta, Georgia 30901 Contractor, Surety, Owner or other party shall be considered plural where applicable. CONSTRUCTION CONTRACT AIA Document A312-2010 Date: combines two separate bonds, a Performance Bond and a Amount: Two Million Three Hundred Eighty-Two Thousand Nine Hundred Fifty-Five Payment Bond, into one form. and 00/100s Dollars ($2,382,955.00) This is not a single combined Description: Performance and Payment Bond. (Name and location) Boykin Road Water And Sewer Project Richmond County, Georgia BOND Date: (Not earlier than Construction Contract Date) Amount: Two Million Three Hundred Eighty-Two Thousand Nine Hundred Fifty-Five and 00/100s Dollars ($2,382,955.00) Modifications to this Bond: ® None ❑ See Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Blair Construction, Inc. Western Surety Company Signature: ��.�Jfi. Signature e ,k. L ' Name William R. Mutimer, JR Blair L. Muti er, Ill Name Buck Leigh and Title: Vice President and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY—Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Albus-Leigh Agency, LLC (Architect,Engineer or other party:) 9725 Dunbarton Drive Augusta Utilities Department Columbia, SC 29223 452 Walker Street, Suite 200 TEL: 803-261-6582 Augusta, GA 30901 Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 1 § 1 The Contractor and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5)business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10)business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. • Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 2 §7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. §8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. §10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor,which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default. Failure of the Owner,which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 3 § 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 4 CNASURETY Payment Bond Bond No. 300 44177 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 Evans, GA 308091 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or Augusta GA Commission modification. 535 Telfair Street- Room 605 Any singular reference to Augusta, Georgia 30901 Contractor, Surety, Owner or other party shall be considered plural where applicable. CONSTRUCTION CONTRACT AIA Document A312-2010 Date: combines two separate bonds, a Performance Bond and a Amount: Two Million Three Hundred Eighty-Two Thousand Nine Hundred Fifty-Five Payment Bond, into one form. and 00/100s Dollars($2,382,955.00) This is not a single combined Description: Performance and Payment Bond. (Name and location) Boykin Road Water And Sewer Project Richmond County, Georgia BOND Date: (Not earlier than Construction Contract Date) Amount:Two Million Three Hundred Eighty-Two Thousand Nine Hundred Fifty-Five and 00/100s Dollars ($2,382,955.00) Modifications to this Bond: ® None ❑ See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Blair Construction, Inc. Western Surety Company Signature: Signature: �P L /L Name William R. Mutimer,JR Blair L. Muti r, Ill Name Buck Leigh and Title: Vice-President and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY—Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Albus-Leigh Agency, LLC (Architect,Engineer or other party.) 9725 Dunbarton Drive Augusta Utilities Department Columbia, SC 29223 452 Walker Street, Suite 200 TEL: 803-261-6582 Augusta, GA 30901 Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 5 §1 The Contractor and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant, with a copy to the Owner,within sixty(60)days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 6 § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of(1)or(2)first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. §16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms"labor, materials or equipment" that part of water, gas,power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 7 §16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. §18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 8 W?stern Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,rpro on,is a duly organized and existing corporation having its rincirial office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Teas M Albus,Buck Leigh,Individually ofCohmibia,SC,its t e and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereo&duly adopted,as indirMM,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June,2015. WESTERN SURETY COMPANY dtAu," Bruit,Vice President State of South Dakota } ss County ofAaba On this 3rd day of June,2015,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sic=Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed 1»to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My coo an expires $ ' E $ February 12,2021 , A, EA:4011 S.itch,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of force,and further certify that theBy-Law of the Attorney hereinabove set forth is still in corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of • WESTERN SURETY COMPANY Form F4280-72012 I: A Secrgary �..4N BLAICON-01 NGATES ACOREP' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/4/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).TT PRODUCER NAMEACT Linda Day Mitchell CIC Sutter,McLellan,and Gilbreath,Inc. PHONE 1424 North Brown Rd.Suite 300 (A/c,No,Ext):(678)533-2224 FAX No): Lawrenceville,GA 30043 E-MAILDSS:Imitcheli@smginsurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:FCCI Insurance Group 18290 INSURED INSURER B:National Trust Insurance 20141 Blair Construction,Inc.;Southern Ashpalt LLC;First INSURER C:Homeland Ins.Co.of NY Equipment LLC and Evans Grading and Paving LLC 34452 P.O.Box 770 INSURER D:Berkley National Insurance Company Evans,GA 30809 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YIYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 1,000,000 EACH OCCURRENCE — $ CLAIMS-MADE X OCCUR X X CPP0004476 2/14/2019 2/14/2020 DAMAGE TO RENTED 100,000 PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG_$ 2,000,000 OTHER: B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) $ X ANY AUTO X X CA10001035602 2/14/2019 2/14/2020 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOSEE�� ONLY AUTOSSWry BODILY INJURY(Per accident) $ X HIRTOS ONLY X NON-O ONLDD PROPERTY DAMAGE (Per accident) $ A $ X UMBRELLA LIAB X OCCUR 10,000,000 EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE UMB100022422 2/14/2019 2/14/2020 10,000,000 AGGREGATE DED X RETENTION$ 10,000 — B WORKERS COMPENSATION X $ AND EMPLOYERS'LIABILITY STA UTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N x 010-WC19A-54981 2/14/2019 2/14/2020 1,000 00 OFFICER/MEMBER EXCLUDED? N N/A E.L.EACH ACCIDENT $ , 0 ((Mandatory In NH) 1,000 000 H es,describe under E.L.DISEASE-EA EMPLOYEE $ DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Pollution Liability 793-00-05-67-0005 3/21/2018 3/21/2020 Policy Limit 1,000,000 D Equipment Floater MIM1003777-53 2/14/2019 2/14/2020 Leased/Rented 500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Project: Boykin Road Water And Sewer Project;Contact Amount: $2,382,955.00 For all work performed. SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Augusta GA Commission THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 535 Telfair Street ACCORDANCE WITH THE POLICY PROVISIONS. Augusta,GA 30901 AUTHORIZED`REPRESENTATIVE 0#4, ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CGL 084(10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - ONGOING OPERATIONS AND PRODUCTS-COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE(OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Various Locations of Covered Operations (As per the written contract or agreement, provided the location is within the"coverage territory".) Various (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II-Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy;and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1.above; and 3. The particular person or organization, if any, scheduled above. Such person(s)or organization(s)is an additional insured only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury"occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work"performed for the additional insured and included in the`products-completed operations hazard"if such coverage is specifically required in the written contract or agreement. CGL 084(10 13) Includes copyrighted material of the Insurance Services Offices, Inc.with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084(10 13) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 084(10 13) Includes copyrighted material of the Insurance Services Offices, Inc.with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 025(11 08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSUREDS - PRIMARY/NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following is added to SECTION IV—Commercial General Liability Conditions, Paragraph 4, entitled"Other Insurance", subsection b. entitled"Excess Insurance", paragraph (1): This insurance is excess over: (v) Any other insurance naming an additional insured as an insured on a primary basis, excess, contingent or on any other basis unless a written contract specifically requires that this insurance be primary and noncontributing. The written contract must be currently in effect or become effective during the term of this policy and must be executed prior to the"bodily injury", "property damage"or"personal and advertising injury." CGL 025(11 08) Includes copyrighted material of Insurance Services Office,with its permission. Page 1 of 1 Copyright 2008 FCCI Insurance Group. COMMERCIAL AUTO CAU 003(01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ADVANTAGE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s)to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II—COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1.Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period,whichever comes first. f. Who Is An Insured is amended to include as an "insured" any person or organization except a person or organization that leases or rents "auto(s)"to you, but only to the extent of his, her, or its liability for whom you and such person or organization have agreed in writing in a contract or agreement, signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an additional"insured"on your policy.Certificates of insurance will not be considered an Agreement to Insure. Such person or organization is an additional "insured" but only with respect to your negligent actions, which cause liability to be imposed on such person or organization without fault on the part of said person or organization. B. Paragraphs(2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to$3,000 for cost of bail bonds(including bonds for related traffic violations)required because of an "accident"we cover.We do not have to furnish these bonds. (4) All reasonable expenses incurred by the"insured"at our request, including actual loss of earnings up to $350 a day because of time off from work. SECTION III—PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: CAU 003(01 15) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 3 Copyright 2015 FCCI Insurance Group. Insured Copy COMMERCIAL AUTO CAU 003(01 15) purchased with the loan; and (c) Carry-over balances from previous loans. C. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "Loss"caused by fire or lightning; and (2) Glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall apply to damage to the windshield of any covered "auto"or to safety glass. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the"accident", claim, "suit"or"loss"is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this Coverage Form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. CAU 003(01 15) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 3 of 3 Copyright 2015 FCCI Insurance Group. Insured Copy • /.� Revision Date p y August 2001 GENERAL CONDITIONS ARTICLE I--DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any changes,revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s)for the Work to be performed. Bonds-Bid, performance and payment bonds and-other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order--A document recommended byPROFESSIONAL,OFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition,deletion or revision in the Work,or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-The Agreement:Addenda(which pertain to the Contract Documents); CONTRACTOR's Bid(including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award)when attached as an exhibit to the Agreement; the Bonds; these General Conditions;the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance;Notice of Award;and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement(subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR-The person,firm or corporation with whom OWNER has entered into the Agreement. COUNTY-Richmond County,Georgia,or Augusta,Georgia, political subdivisions of the State of Georgia,the Augusta, Georgia Commission, and its authorized designees, agents, or employees. Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. GC-1 Revision Date f j August 2007 Defective-An adjective which,when modifying the word Work, refers to Work that is unsatisfactory,faulty or deficient,does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL'S recommendation of final payment,unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings-The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta,Georgia. Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications,but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications. Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders. Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein,within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR(with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER-Augusta, Georgia, and the Augusta, Georgia Commission. Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and/or resident engineer services for the Work. PROGRAM MANAGER—The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project-The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-The professional in charge, serving OWNER with architectural or engineering services,his successor,or any other person or persons,employed by said OWNER,for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. GC-2 Revision Date August 2001 Shop Drawings-All drawings, diagrams,illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials,equipment,construction systems,standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor-An individual,firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part)can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed"as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities-All pipelines,conduits,ducts,cables,wires, manholes,vaults,tanks,tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials:electricity, gases, steam, liquid petroleum products,telephone or other communications,cable television,sewage and drainage removal,traffic or other control systems, or water. Unit Price Work-Work to be paid for on the basis of unit prices. Work-The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction,and furnishing documents,all as required by the Contract Documents. Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition,deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22.A Work Change Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. GC-3 //"^A� Revision Dote I \j AuguS[ 2001 ARTICLE 2-PRELIMINARY MATTERS Delivery of Bonds: 2.1.When CONTRACTOR delivers the executed Agreements to OWNER,CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR'S request and at CONTRACTOR's expense,which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed.A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5.Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby.CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include anappropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. GC-4 Revision Date August 2001 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER,with copies to each additional insured identified in the Supplementary Conditions,an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER , PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9.At least ten days before submission of the first Application for Payment,a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. GC-5 �`^� Revision Date ` August 2001 d ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1.The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary:what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7,the provisions of the Contract Documents shall take precedence in resolving any conflict,error,ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction(whether or not specifically incorporated by reference in the Contract Documents)and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards,specifications,manuals or codes of any technical society,organization or association,or to the Laws or Regulations of any governmental authority,whether such reference be specific or by implication,shall mean the latest standard,specification,manual,code or Laws or Regulations in effect at the time of opening of Bids(or on the Effective Date of the Agreement if there were no Bids),except as may be otherwise specifically stated in the Contract Documents. 3.5. If,during the performance of the Work,CONTRACTOR discovers any conflict,error,ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict,error,ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6.The Contract Documents may be amended to provide for additions,deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.1. a formal Written Amendment, 3.6.2. a Change Order(pursuant to paragraph 10.3), or GC-6 Revision Date August 2001 3.6.3. a Work Change Directive(pursuant to paragraph 10.4). As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order(pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample(pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification(pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents(or copies of any thereof)prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant;and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof)on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. GC-7 Revision Date August 2001 ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1.OWNER shall furnish,as indicated in the Contract Documents,the lands upon which the Work is to be performed, rights-of-way and easements for access thereto,and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1.Explorations and Reports:Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to -existing surface or subsurface structures at or contiguous to the site(exc-ept Underground Facilities)that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the"technical data"contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data,"CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 4.2.2.1.the completeness of such reports and drawings for CONTRACTOR's purposes,including but not limited to,any aspects of the means,methods,techniques,sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any"technical data"or any such data, interpretations, opinions or information. 4.2.3. If conditions are encountered,excluding existing utilities,at the site which are(1)subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR'S cost of, or time required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. GC-8 Revision Date August 2001 Physical Conditions-Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2.The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents,for coordination of the Work with the OWNER'S of such Underground Facilities during construction,for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work,the cost of all of which will be considered as having been included in the Contract Price. 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall,promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine M*' the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility,and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4.OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. GC-9 Revision Date August 2001 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by.CONTRACTOR,Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately:(i)stop all work in connection with such hazardous condition and in any area affected thereby(except in an emergency as required by 6.22), and(ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action,if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice(i)specifying that such condition and any affected area is or has been rendered safe for the resumption of Work,or(ii)specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any,in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 IT after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions,then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any,in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GC-10 Revision 2001 August 2001 ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5.1.CONTRACTOR shall furnish performance and payment Bonds,each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds,and as Acceptable Reinsuring Companies"as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized- in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER,with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured)which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1,CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. CONTRACTOR'S Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR'S performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents,whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR'S employees; GC-11 Revision Date August 2001 5.3.3.Claims for damages because of bodily injury,sickness or disease,or death of any person other than CONTRACTOR'S employees; 5.3.4.Claims for damages insured by personal injury liability coverage which are sustained(a)by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.3.6.Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7.Claims for damages because of bodily injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained(or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER,and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4.The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR'S obligations under paragraphs 6.32 and 6.33. OWNER'S Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and,at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL'S consultants in the Work,all of whom shall be listed as insureds or additional insured parties,shall insure against the perils of fire and extended coverage and shall include"all risk" insurance for physical loss and damage including theft,vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions,and shall include damages,losses and expenses arising out of or resulting from any insured loss GC-12 Revision Date August 3001 or incurred in the repair or replacement of any insured property(including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the"all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7.OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions.The risk of loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors,PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused.As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER,CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby.Accordingly,all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. GC-13 Revision Date August 2001 Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear,subject to the requirements of any applicable mortgage clause and of paragraph 5.13.OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached,the damaged Work shall be repaired or replaced,the moneys so received applied on account thereof,and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee,shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery,of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect-of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby.The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER,and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses,including attorneys'fees,arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense(a)is attributable to bodily injury,sickness, GC-14 Revision Date August 2001 disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them,or anyone for whose acts any of them maybe liable,whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands,damages, losses expenses(including attorneys' fees)arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. GC-15 Revision Date August 2001 ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently,devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods,techniques,sequences and procedures of construction,but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means,method,technique,sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances.The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR.All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents,all Work at the site shall be performed during regular working hours,and CONTRACTOR will not permit evening work or the performance of Work on Saturday,Sunday or any legal holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery,tools,appliances,fuel, power, light, heat, telephone,water, sanitary facilities,temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution,testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents.If required by PROFESSIONAL,CONTRACTOR shall furnish satisfactory evidence (including reports of required tests)as to the kind and quality of materials and equipment.All materials and equipment shall be applied, installed,connected,erected,used,cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL,or any of PROFESSIONAL's consultants, agents or employees,any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph_9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. GC-16 i°A�"e Revision Date 2001 Substitutes or "Or-Equal"Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier,the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named.The procedure for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof,certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time,whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents(or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance,repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change,all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute,PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. 6.7.2. If a specific means, method,technique,sequence or procedure of construction is indicated in or required by the Contract Documents,CONTRACTOR may furnish or utilize a substitute means, method, sequence,technique or procedure of construction acceptable to PROFESSIONAL,if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents.The procedure for review by PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the Gen- eral Requirements. 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish,at CONTRACTOR'S expense,a special performance guarantee or other surety with respect to any substitute.PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute,CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor,Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2)whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor,Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. GC-17 ¢ ' Revision Date } August 2001 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance(either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents)of any such Subcontractor,Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed.No acceptance by OWNER or PROFESSIONAL of any such Subcontractor,Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors,Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR'S own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications-,and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11.CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention,design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims,damages, losses and expenses including attorneys'fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention,design,process,product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and ail public utility charges which are applicable and necessary for the execution of the Work.All permit costs shall be included in the base bid. Permits,if any,that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. GC-18 /°"*S Revision Date ( August 7001 Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work..Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR'S compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules,and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws,ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales,consumer,use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment,the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Any loss or damage to CONTRACTOR'S or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area,or to the OWNER or occupant thereof or of any land or areas contiguous thereto,resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work,CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to,fees of PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work.At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery,and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. GC-19 Revision nate August 2001 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work.CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of,and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the. Work and other persons and organizations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein,whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements,roadways,structures,utilities and Underground Facilities not designated for removal,relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them,and shall cooperate with them in the protection,removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON- TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable(except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. GC-20 /�°�, Revision Date `�i AugusC 2001 Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site,whether or not such person was engaged in the construction of the Project,and shall file a written report on such person(s)and any other event resulting in property damage of any amount within five (5)days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions,design criteria,materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission,CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria,materials,catalog numbers,and similar data,and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only,and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. GC-21 '' Revision Dale August 2001 6.24.3. At the time of each submission,CONTRACTOR shall give PROFESSIONAL specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents,and, in addition,shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents)or to safety precautions or programs incident thereto.The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER has given written approval to the specific deviation;any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials,rubbish,and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish,and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALS, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense(a)is attributable to bodily injury,sickness,disease or death,or to injury to or destruction of tangible property(other than the Work itself) GC-22 Revision Date August 2001 including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR,any Subcontractor,any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their consultants,agents or employees by any employee of CONTRACTOR,any Subcontractor,any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable,the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. GC-23 Revision Date August 2001 ARTICLE 7--OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces,have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents,written notice thereof will be given to CONTRACTOR prior to starting any such other work,and,if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof,CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting,fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work.CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work ofany such other contractor or utility OWNER(or OWNER),CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site,the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions,neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GC-24 Revision 2001 August 2001 ARTICLE 8--OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in.paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities-in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. GC-25 Revision Date August 2002 ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER'S Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period.The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL'S efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR,which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly.If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. GC-26 f~1 Revision Date August 2007 Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL'S responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders,see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual-quantities and-classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon(by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless,within ten days after the date of any such decision,either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time.Written notice of each such claim,dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly(but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity.The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter(except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16)will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. GC-27 Revision Date August 2001 Limitations on PROFESSIONAL's Responsibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR'S failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. GC-28 Nevision Date August 2007 ARTICLE 10--CHANGES IN THE WORK 10.1. Without invalidating the Contract,OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work,the OWNER may order the partial suspension of any Work related to the proposed deletion,in which case CONTRACTOR must cease performance as directed;CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2.Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time,except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed,Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price,PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may,at its sole discretion,issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price,and if applicable a time extension,determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and 12,but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5.CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents(including, but not limited to,Contract Price or Contract Time)is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GC-29 t'1 Revision Date August 200] ARTICLE 11-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments)payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment.Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly(but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim.Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence(unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential)to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved.No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents,is required-and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item,the amount of-increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable,or if the parties are unable to agree on a price for the changed work,a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the Change Order. GC-30 Revision Date August 2001 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in:reconstruction to acceptable tolerances at no additional costs to OWNER;acceptance at no pay;or acceptance at reduced final pay quantity or reduced unit price,all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR'S failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays,shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers'field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines,with the advice of PROFESSIONAL,which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work.All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants)employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation,travel and subsistence expenses of CONTRAC- TOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work,and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. GC-31 Revision Date August 2001 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof-all in accordance with terms of said rental agreements.The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales,consumer,use or similar taxes related to the Work,and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages(and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable.Such losses shall include settlements made with the written consent and approval of OWNER. No such losses,damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR'S Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities,fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams,long distance telephone calls,telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers,executives,principals(of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR'S principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative costs covered by CONTRACTOR'S Fee. 11.5.2. Expenses of CONTRACTOR'S principal area branch offices other than CONTRACTOR'S office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses,including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. GC-32 Revision Date August 2001 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent;and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in any one change,the adjustment in CON- TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change,whether an increase or decrease. In any event,the minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour and total labor price,labor burden,equipment hours and rate for each piece of equipment,material by units of measure and price per unit,other costs specifically itemized, plus the overhead and profit markup. GC-33 Revision Date August 2001 Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR(less any applicable trade discounts)of materials and equipment required by the allowances to be delivered at the site and all applicable taxes;and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment,an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof,CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. GC-34 Revision Date August 2001 ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven(7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen(15)calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL,or by an employee of either,or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence,or any causes beyond CONTRACTOR's control or fault,then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption,interference, inefficiency,suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part,shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency,suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GC-35 Revision Date August 2001 ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE,WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality,performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections,tests,or approvals referred to in this Article. All unsatisfactory Work,all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building,construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access-and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws,ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected,tested,or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections,tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections,tests,and approvals on any Work prepared,performed,or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing,or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR'S expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work(including the work of others)that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR'S expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. GC-36 Revision Date August 2001 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL,the Work shall,if requested by PROFESSIONAL,be uncovered for observation,inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover,expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering,exposure,observation,inspection and testing and of satisfactory reconstruction(including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs),and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective,CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However,this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly,without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from PROFESSIONAL,OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. GC-37 Revision Date August 2001 One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly,without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER,remove it from the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement(including but not limited to fees and charges of engineers,architects,attorneys and other professionals)will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL'S recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment,a Change Order will be issuedincorporatingthe necessary revisions in the Contract Documents with respect to the Work,and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correcf Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents,or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may,after seven days'written notice to CONTRACTOR,correct and remedy any such deficiency.In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action.OWNER may exclude CONTRACTOR from all or part of the site,take possession of all or part of the Work,and suspend CONTRACTOR'S services related thereto, take possession of CONTRACTOR's tools,appliances,construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph.All direct,indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work,and OWNER shall be entitled to an appropriate decrease in the Contract Price,and,if the parties are unable to agree as to the amount thereof,OWNER may make a claim therefor as provided in Article 11.Such direct, indirect and consequential costs will include,but not be limited to,fees and charges of engineers,architects,attorneys and other professionals,all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or GC-38 Revision Date August 2001 replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule,PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including,but not limited to,employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime,weekends or holidays to regain the schedule,all costs to OWNER of associated inspection, construction management and-resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. GC-39 Revision Dace August 2001 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty (20)calendar days before the date established for each progress payment(but not more often than once a month),CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is subject to a ten percent(10%)retainage that will be held until the final payment or acceptance by OWNER.The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment,whether incorporated in the Project or not,will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER,or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case,CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment,pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL'S recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF- ESSIONAL's review of the Application for Payment and the accompanying data and schedules,that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that GC-40 Revision Date August 2001 CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER.PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended,to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL'S actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice(with a copy to PROFESSIONAL)stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete(except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment.OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If,after considering such objections,PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will,within fourteen days after submission of the GC-41 Revision Date August 2001 tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected)reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER.At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL'S aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which(i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR'S performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work.Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete,PROFESSIONAL will notify OWNER and CONTRACTOR, in writing,giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR,in writing,to permit OWNER to take over operation of any such part of the Work although it is not substantially complete.A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion,and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and GC-42 Revision Date August 2001 CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance,warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation(unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such defi- ciencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions,schedules,guarantees, bonds,certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required,(ii)consent of the surety, if any,to final payment,and(iii)complete and legally effective releases or waivers(satisfactory to OWNER)of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that(i)the releases and receipts include all labor,services,material and equipment for which a lien could be filed,and(ii)all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as-built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. GC-43 Revision Date August 2001 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL'S review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR'S other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will,within ten(10)working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL'S recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL'S recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If,through no fault of CONTRACTOR,final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement,make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have been furnished as required in Article 5,the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR'S Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion,nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER,nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). GC-44 Revision Date August 2001 Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens,from defective Work appearing after final inspection pursuant to 14.11,from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. GC-45 f""N‘ Revision Date August 2001 ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time,or both,directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of any one or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee,receiver,custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally,as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR(and the surety, if there be one)seven days'written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools,appliances, GC-46 Revision Date August 2001 construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR(without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere,and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct,indirect and consequential costs of completing the Work(including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 15.4. Upon seven working days'written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims,costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others;and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER,the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR,the Work is suspended for a period of more than ninety calendar days by OWNER or under an order of court or other public authority,or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days GC-47 Revision Date August 2001 to pay CONTRACTOR any sum finally determined to be due,then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due,CONTRACTOR may upon seven days'written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GC-48 t Revision Date August 2001 ARTICLE 16--DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of.the dispute be presented by CONTRACTOR to OWNER for decision. AU papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived,except that if the claim is of a continuing character and notice of the claim is not given within ten (10)working days of its commencement,the claim will be considered only for a period commencing ten(10)working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County,Georgia,and waives any right to contest same. GC-49 Revision Date August 2001 ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice,it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days,it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction,such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4.The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto,and, in particular but without limitation,the warranties,guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder,are in addition to,and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents,and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty,obligation, right and remedy to which they apply. All representations,warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five(5)years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect,and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5)years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER,during this period of time,shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. GC-50 Revision Date August 7007 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act,O.C.G.A.Section 13-11-1,et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act,this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any provision of these general conditions,there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24-hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction,bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater,the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. GC-51 Revision Date August 2001 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater,a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is Augusta Utilities Department, Engineering Division. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and/or the CONTRACTOR or other entities,and do not relieve the CONTRACTOR or any other entity of their obligations,duties,and responsibilities,including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the-construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no dutyof inspecting, notin observing, correcting, or reporting on health or 9, 9, g, P 9 safety deficiencies of the CONTRACTOR(s)or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only,construction sites include places of manufacture for materials incorporated into the construction work,and construction contractors include manufacturers of materials incorporated into the construction work GC-52 SECTION SC-0 INDEX TO SUPPLEMENTARY CONDITIONS SECTION SC-0l Scope of the Work SC-02 List of Drawings SC-03 Bonds SC-04 Contractor's Liability Insurance SC-05 Project Sign SC-06 Protection of the Environment SC-07 Temporary Toilets SC-08 Plans and Specifications Furnished SC-09 Record Drawings SC-10 Shop Drawings SC-11 Existing Structures SC-12 Salvage Material SC-13 Referenced Specifications SC-14 Traffic Control SC-15 Surveys SC-16 Construction Order and Schedule SC-17 Inspection and Testing of Work SC-18 Site Access SC-19 Tree Save SC-20 Georgia Prompt Pay Act SC-21 City Acceptance SC-22 Disputes SC-23 Specified Materials SC-24 Interest Not Earned on Retainage SC-25 Basis of Payment SC-26 Compliance with Laws, Codes,Regulations,Etc. SC-27 Equivalent Materials SC-28 After Hours Inspection SC-29 Supplement to the Agreement SC-1 SECTION SC SUPPLEMENTARY CONDITIONS -01. SCOPE OF THE WORK: The project referred to in the Agreement shall consist of the following major elements or portion thereof as outlined in this contract. The construction and installation of a 8"water main and a 8"sanitary sewer main. -02. LIST OF DRAWINGS: The following drawings,prepared by The Augusta Utilities Department comprise the plans for the project. SHEET INDEX ' Cl Cover Sheet C-2 General Notes, Legend&Sheet Index Map C-3 —C-5 Plan&Profile Boykin Road C-6—C-8 Plan &Profile Patrick Avenue Off-Site Sanitary Sewer C9—C-10 Plan&Profile Windsor Spring Road Bid Alternate"B" C-i 1 —C-14 Plan&Profile Boykin Road C-15—C-17 Plan&Profile Parkwood Drive C-18—C-19 Standard Details C-20—C-27 Soil Erosion& Sedimentation Control Plans C-28—C-33 Soil Erosion& Sedimentation Control Details -03.BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. -04.CONTRACTOR'S LIABILITY INSURANCE: Insurance shall be written with limits of liability shown below or as required by law,whichever is greater: Commercial General Liability(per occurrence)Each Occurrence $ 1,000,000 General Aggregate $2,000,000 Products $2,000,000 Personal&Adv Injury $ 1,000,000 Fire Damage $ 500,000 Automobile Liability(any auto)Combined Single Limit $ 1,000 000 Excess Liability(any auto)Each Occurrence $ 5,000,000 Workers Compensation Statutory Limits Employer Liability $ 1,000,000 -05.PROJECT SIGN: The Contractor will provide and install one(1)project sign at prominent location on the construction site as directed by the Engineer.The sign will carry in a prominent manner the name of the project,the Owner,and the name of the Contractor and the Engineer and a 24-hour phone number for the Contractor in 4-inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 7-feet above the ground.The SC-2 full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project sign in the Total Base Bid. -06.PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall or wind,and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material from the project area onto adjacent properties or into adjacent water courses. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or USDA.Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. -07. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work,toilets used by Contractor shall be removed and premises left in the condition required by the Contract. -08.PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge,by the Owner up to five(5)sets of direct black line prints together with a like number of complete bound specifications for construction purposes.Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. -09.RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil.If necessary,supplemental drawings will be made to show details of deviations or changes,and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction and at the completion of construction.Prior to submitting his estimate for final payment,as-built drawings are to be prepared and submitted by the contractor to the engineer.As-built drawings shall include tap locations and manholes located to a minimum of two separate surface features. -10. SHOP DRAWINGS: The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details and other descriptive data on every item, where shown on the drawings or specified herein. The Contractor shall check all submittals and so indicate on each copy thereof. Five copies of such shop drawings shall be submitted to the Engineer before ordering of the material. Submittals which have not been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of submittals will cover only general conformity with the project requirements, while responsibility for detailed conformity shall remain with the Contractor. The Contractor will be notified by mail of the results of the submittal reviews within ten (10)days of the receipt by the Engineer thereof SC-3 41. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in accomplishing the work,each and every item will be replaced in the same or better manner or 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. 42. SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble,asphalt, pipe,etc. will be disposed of at an approved location by the Contractor. 43.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. 44. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD)of the Federal Highway Administration,latest edition.The Contractor shall give prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. -15. SURVEYS: The Engineer has established base lines for locating the principal component parts of the work,together with a suitable number of benchmarks adjacent to the work. From the information thus provided,the Contractor shall develop and make all detail surveys needed for construction lines and elevations.The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and benchmarks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. -16. CONSTRUCTION ORDER AND SCHEDULE: A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian,traffic;utility lines; drainage ways; adjacent properties; and as otherwise specified. B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: (1) Breakdown of contract price into units of cost for each item required to complete the total work; this breakdown will be the basis for judging the percentage complete at any time. (2) A statement of the order of procedure to be followed that will result in the required protection and completion of the work within the overall contract time. SC-4 (3) A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order of construction is clearly shown. C. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. D. Progress Schedule Requirements (1) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate stage of Work as specified and shown, to include at least: (a) Identification and listing in chronological order of those activities reasonably required to complete work, including, but not limited to, subcontract work, major equipment design, factory testing and startup activities, project close out and cleanup and specified work sequences, constraints, and milestones, including Substantial Completion date(s). Listings to be identified by Specification section number. (b) Identify: (i)horizontal time frame by year, month, and week, (ii) duration, early- start,and completion of each activity and sub-activity and(iii)critical activities and Project float. (c) Provide sub-schedules to further define critical portions of the work. (d) Monthly schedule submissions:show overall percent complete,projected and actual, and completion progress by listed activity and sub-activity. (e) Identify the critical path on the schedule. (2) General: (a) Schedule(s)shall reflect work logic sequences,restraints,delivery windows,review times,contract times and milestones set forth in the Agreement,and shall begin with the date of Notice to Proceed and conclude withthe date of Final Completion. (b) The schedule requirement herein is the minimum required. Contractor may prepare a more sophisticated schedule if such work will aid Contractor in execution and timely completion of work. (c) Base schedule on standard 5-day work week. (d) When bar chart or network analysis schedules are specified,use Primavera Project Planner, latest version, SureTrak latest version or a compatible and approved software. (e) Adjust or confirm schedules on a monthly basis as follows: Contractor shall submit to Engineer for acceptance proposed adjustments in the progress schedule that will not change the contract times (or milestones). Such adjustments will conform generally to the progress schedule then if effect and additionally will comply with any provisions of the General Requirements applicable thereto. Proposed adjustments in the progress scheduled that will change the contract times (or milestones)may only be a Change Order. Use of float suppression techniques such as preferential sequencing or logic,special lead/lag logic restraints,and extended activity times are prohibited,and use of float SC-5 rf°,*, time disclosed or implied by use of alternate float-suppression techniques shall be shared to proportionate benefits to Owner and Contractor. Pursuant to above float-sharing requirement,no time extensions will be granted nor delay damages paid until a delay occurs which(i)impacts project's critical path,(ii) extends work beyond contract completion date. -17.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. 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 mow, materials that mayor may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor,nor for the safety of the job. If the specifications,the Engineer's instructions,laws,ordinances,or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer,it must,if required by the Engineer,be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer,and,if so ordered,the work must be uncovered by the Contractor.If such work is found to be in accordance with the Contract Documents,the Owner shall pay the cost of re-examination and replacement. If such work is not in accordance with the Contract Documents,the Contractor shall pay such cost. The Owner will employ a qualified materials testing laboratory,hereinafter referred to as the Laboratory,to monitor more fully on the Owner's behalf the quality of materials and work,and to perform such tests as may be required under the Contract Documents as conditions for acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through his duly authorized inspector. The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. SC-6 -18. SITE ACCESS: In order to minimize damage to existing paving and landscaping, access to the site for the contractor's personnel and equipment will be restricted to the routes designated by the Owner. The contractor will be required to use on those routes unless written approval is given by the owner. -19.TREE SAVE: Prior to beginning grading operations,the Contractor is to notify the Owner and the Engineer so that those trees which are to be saved can be marked in the field. Once these trees are marked,the Contractor shall take every precaution, including tree protection fence, to save these trees. -20.GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act,the provision of this Agreement shall control. -21. CITY ACCEPTANCE: Notwithstanding any other obligations of the Contractor,he shall complete the work to the full satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. -22.DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement,or the breach thereof,shall be decided in the Superior Court of Richmond County, Georgia.The Contractor,by executing this Agreement,specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County,Georgia. -23.SPECIFIED MATERIALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawings.Unless the phrase"or equal"appears in the specification thereon,no substitution or deviation from the product specified will be allowed. Notwithstanding any provision of the general conditions,there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -24. INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary,the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. -25.BASIS OF PAYMENT: As explained in the section"Instructions to Bidders"and in the"General Conditions",payment will be made based on the per cent complete per the contractor's breakdown. SC-7 { 1 ®26. COMPLIANCE WITH LAWS,CODES,REGULATIONS,ETC.: Supplementing the provision of the.GENERAL CONDITIONS,the successful bidder awarded this contract by signing the contract acknowledges the following, however,this is not to be construed as all inclusive or being these only: 1. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto",and the Contractor shall comply therewith. 2. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of"Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply_therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: A. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work,to store materials, or to stage operations, and B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely"responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work,to store materials,or to stage operations)with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located(a)on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work,to store materials,or to stage operations,or(c)within working distance for equipment or materials,being used on(a)and(b)above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner,to other parties,or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. SC-8 3. Occupational Safety&Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. -27. EQUIVALENT MATERIALS: Notwithstanding any provision of the general conditions,there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -28. AFTER HOURS INSPECTION: If the Contractor opts to work before or after normal working hours,8 a.m.to 5 p.m.,Monday through Friday, or on Augusta,Georgia Legal Holidays,then the Contractor must pay for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right-of-way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Planning Commission Development Documents dated September, 1999,or latest version. If inspectors of August are needed to work outside normal business hours,Augusta needs to be notified in advance. -29. SUPPLEMENT TO THE AGREEMENT a) Defective-pricing To the extent that the pricing provided by CONTRACTOR is erroneous and defective,the parties may,by agreement,correct pricing errors to reflect the intent of the parties. b) Specified excuses for delay or non-performance CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. c) Termination of the contract for default Failure of the CONTRACTOR,which has not been remedied or waived,to perform or otherwise comply with a material condition of the Agreement shall constitute default. Augusta,Georgia may terminate this contract is part or in whole upon written notice to the CONTRACTOR pursuant to this term. d) Prohibition against contingent fees There shall be no contingent fees allowed under this contract. e) An acknowledgement by all parties contracting with Augusta, Georgia as follows: "Contractor acknowledges that this contract and any changes to it by amendment,modification,change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor.Under Georgia law,Contractor is deemed to possess knowledge concerning Augusta,Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta,Georgia under an unauthorized contract,amendment,modification, SC-9 change order or other similar document,including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Contractor. Contractor assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta,Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity."This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services,except revenue producing contracts. f) Use of Augusta, Georgia Landfill. All contracts for contractors performing demolition and/or construction projects for Augusta,Georgia shall contain a provision requiring that all debris,trash and rubble from the project be transported to and disposed of at the Augusta,Georgia Solid Waste Landfill in accordance with local and state regulations.The contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of,the name and location of the disposal facility, date of disposal and all related fees. g) Federal Work Authorization Program All contractors and subcontractors entering into contracts with Augusta,Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual,firm,or corporation which is contracting with Augusta,Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L.99-603,in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor's E-Verify number as evidence of verification of compliance with O.C.G.A.§ 13-10-91 on the subcontractor affidavit provided in Rule 300-10- 01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta,Georgia at the time the subcontractor(s) is retained to perform such physical services. h) Owner Inspections All contracts shall provide that Augusta,Georgia may,at reasonable times,inspect the part of the plant,place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. SC-10 i) Local Small Business: In accordance with Chapter 10B of the AUGUSTA,GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta,Georgia.The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d) (7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of minority and small business opportunities,and shall be submitted at such times as required by Augusta,Georgia. Failure to provide such reports within the time period specified by Augusta,Georgia shall entitle Augusta,Georgia to exercise any of the remedies set forth,including but not limited to,withholding payment from the contractor and/or collecting liquidated damages. SC-11 SECTION 02055 SOILS - STRUCTURAL PART 1 GENERAL 1.1 SUMMARY A. Section includes structural subsoil backfill materials. 1.2 UNIT PRICES - MEASUREMENT AND PAYMENT A. Soils-Structural (AUD Pay Item M-4): 1. Basis of Measurement: Per cubic yards. 2. Basis of Payment: Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume. The maximum trench width used to calculate the volume will be 5 feet. No additional payment shall be made for these items. 1.3 REFERENCES A. American Society for Testing and Materials: 1. ASTM D698 -Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5lb Rammer and 12 inch Drop. 2. ASTM D2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). 3. ASTM D2922— Standard Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). 4. ASTM D3017—Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. Soils-Structural 02055-1 1.4 SUBMITTALS A. Materials Source: Submit name of imported materials source. Contractor to provide material classification for all imported materials. Classify per Georgia Department of Transportation Standards and Specifications Section 810. Additional classification tests may be required to confirm characteristics of imported material. No additional payment 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation and Augusta Utilities Department Standards. PART 2 PRODUCTS 2.1 SUBSOIL MATERIALS A. Type S1: 1. Structural 2. Graded. 3. Free of lumps larger than 2 inches, rocks larger than 1 inch, and debris. 4. Conforming to Georgia Department of Transportation Standards and Specifications Section 810, Class IA1, A2. 2.2 SOURCE QUALITY CONTROL A. Testing and Analysis of Subsoil Material: Perform in accordance with ASTM D698. ASTM D2922. ASTM D3017. B. If tests indicate materials do not meet specified requirements, change material and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Prevent intermixing of soil types or contamination. Soils-Structural 02055-2 E. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Soils-Structural 02055-3 SECTION 02060 AGGREGATE PART 1 GENERAL 1.1 SUMMARY A. Section includes additional aggregate materials for pipe bedding beyond specified bedding, as show on plans. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Foundation Backfill, GA DOT Type Il, for Additional Unclassified Excavation (Aggregate Type Al), AUD Pay Item M-3. 1. Basis of Measurement: Per cubic yard, measured in-place. 2. Basis of Payment: Aggregate shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume below the specified bedding shown on plans. The maximum trench width used to calculate the volume will be 5 feet. No additional payment shall be made for these items. 1.3 REFERENCES A. AASHTO M147 (American Association of State Highway and Transportation Officials) - Materials for Aggregate and Soil-Aggregate. B. ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. C. ASTM D698 - Test Method for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5Ib Rammer and 12 inch Drop. D. ASTM D2167 -Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2487 - Classification of Soils for Engineering Purposes. F. ASTM D2922 - Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). G. ASTM D3017—Test Method for Moisture Content of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). Aggregate 02060-1 H. ASTM D4318 —Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. I. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. PART 2 PRODUCTS 2.1 COARSE AGGREGATE MATERIALS A. Coarse Aggregate Type Al: GA DOT Type II Foundation Backfill material conforming to Georgia Department of Transportation Standard Specifications, Section 812.2.02. 2.2 SOURCE QUALITY CONTROL A. Aggregate Material - Submit name of imported materials source. Contractor to provide material classification for all imported materials. Classify per Georgia Department of Transportation Standards and Specifications Section 812.2.02. Additional classification tests may be required to confirm characteristics of imported material. No additional payment. B. If tests indicate materials do not meet specified requirements, change material or material source and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Direct surface water away from stockpile site so as to prevent erosion or deterioration of materials. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Aggregate 02060-2 SECTION 02221 SELECTIVE DEMOLITION 1 GENERAL 1.1 SUMMARY A. Section includes demolition of designated structures; demolition of pavement sections; disconnecting and capping of identified utilities. 1.2 UNIT PRICES e MEASUREMENT AND PAYMENT A. Selective Demolition, AUD Item LS-1: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include costs associated with the demolition of pavement sections, brick wall sections and mail boxes, and disconnecting and capping of identified utilities. 1.3 CLOSEOUT SUBMITTALS A. Project Record Documents: Accurately record actual locations of capped utilities. 1.4 REFERENCES 1. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 2 PRODUCTS [Not Used.] 3 EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices including warning signs and lights, and similar measures, for protection of the public, Owner, Contractor's employees and existing improvements to remain. B. Mark location of utilities. 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent properties. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. Selective Demolition 02221 - 1 C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access from adjacent areas at all times. D. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.3 DEMOLITION A. Disconnect, cap and identify designated utilities within project area. B. Assure line, grade and cross-section are maintained. C. Continuously clean-up and remove demolished materials from site. Do not allow materials to accumulate on the site. D. Do not burn or bury materials on site. Leave site in clean condition. E. Do not disturb utilities that are to remain active, in-place. END OF SECTION Selective Demolition 02221 -2 SECTION 02230 CLEARING & GRUBBING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing surface debris. 2. Removing trees, shrubs, and other plant life. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Clearing and Grubbing, AUD Item M-5: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include costs for vegetation removal, stockpiling, disposal and any required permitting. 1.3 REFERENCES A. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. PART 2 Not Used. PART 3 EXECUTION 3.1 PROTECTION A. Locate, identify, and protect utilities that remain, from damage. B. Protect trees, plant growth, and features designated to remain. C. Protect bench marks, survey control points and existing structures from damage or displacement. D. Install Erosion Control Best Management Practices concurrent with clearing activities. E. Stabilize cleared area per ES & PC plans. 3.2 TREE REMOVAL A. Remove only trees that are necessary for completion of construction activities. Contractor is to schedule a site meeting with Augusta Utilities Department representatives to review tree removal limits prior to the start of clearing activities. Clearing&Grubbing 02230-1 3.3 REMOVAL A. Remove debris, rock, and extracted plant life from site. END OF SECTION r-, Clearing&Grubbing 02230-2 SECTION 02324 TRENCHING PART 1 GENERAL 1.1 SUMMARY A. Section includes excavating trenches for utilities; compacted fill from top of utility bedding to subgrade elevations; and backfilling, compaction, and testing. B. Related Sections: 1. Section 02060 -Aggregate. 2. Section 02512 —Site Water Distribution 3. Section 02760— Flowable Fill Material 1.2 UNIT PRICE—MEASUREMENT & PAYMENT A. No separate payment for trenching or backfilling activities. 1.3 REFERENCES A. ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ASTM D698 - Test.Methods for Moisture-Density Relations of Soils and !`"'" Soil-Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ASTM D1556 - Test Method for Density of Soil in Place by the Sand-Cone Method. D. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2922 - Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil-Aggregate Mixtures. G. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 DEFINITIONS A. Utility: Any buried pipe, duct, conduit, or cable. 1.5 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. Trenching 02324- 1 1.6 COORDINATION A. Verify Work associated with lower elevation utilities is complete before placing higher elevation utilities. PART 2 PRODUCTS 2.1 FILL MATERIALS A. Fill Type S1: As specified in Section 02055. B. Fill Type S2: As specified in Section 02760 (Flowable Fill Material). PART 3 EXECUTION 3.1 LINES AND GRADES A. Grades 1. Pipes shall be laid true to the lines and grades indicated. 2. Water main to be installed with 4 foot minimum cover unless otherwise shown in plan view. B. Location of Pipe Lines: 1. The location and approximate depths of the proposed pipe lines are shown on the Drawings. 2. The Engineer reserves the right to make changes in lines, grades, and depths of pipe lines when such changes are necessary. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Protect plant life, lawns, and other features remaining as a portion of final landscaping. C. Protect bench marks, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. D. Maintain and protect above and below grade utilities which are to remain. E. Cut out soft areas of subgrade not capable of compaction in place. Backfill with Type Al material and consolidate. Type A2 material may be placed and compacted in wet areas at the direction of the Engineer or Augusta Utilities Department representative. F. Outside of pavement areas, the top 4-inches of existing topsoil to be carefully removed, stockpiled, protected, and reused. Trenching 02324-2 3.3 EXCAVATING A. Excavate subsoil required for utilities to tie-in location. B. Cut trenches sufficiently wide to enable installation and allow inspection. Remove water or materials that interfere with Work. C. Do not interfere with 45 degree bearing splay of foundations. D. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. E. Remove lumped subsoil, boulders, and rock up to 1/3 cubic yard, measured by volume. F. Correct over excavated areas with Type Al material uniformly placed and compacted (6-inch thick lift— max.). G. Stockpile excavated material in area designated on site and remove excess material not being used from site. 3.4 TRENCHING A. Excavations: 1. Excavation shall be dug so that the pipe can be laid and jointed properly. The trench shall be made so that the pipe can be laid to the alignment and depth as shown on the Drawings, and it shall be excavated only so far in advance of pipe laying as permitted by the Engineer. The excavation shall not be more than 16 inches wider at the bottom than the outside diameter of the pipe or structure. If there is no interference with construction, or adjacent property, and if soil permits, the Contractor at his own expense shall be permitted to slope the side walls of the excavation starting at a point 2 feet above the top of pipe. 2. The trench shall be excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on bedding material at every point between joints, except where pipe slings or other lifting tackle are withdrawn. 3. Excavation Below Grade: a) Where excavation indicates that the subsurface materials at the bottom of the trench are in a loose or soft state, the Contractor shall be advised to excavate to a depth where suitable material is encountered, as directed by the Engineer. b) Where the bottom of the trench has been excavated by mistake to a greater depth than required, the Contractor shall refill this area using approved material. No additional compensation shall be given to the Contractor. Refilling with earth to bring the bottom of the trench to the proper grade will not be permitted. Trenching 02324-3 4. Excavation within 24 inches of existing utilities shall be governed by specifications of the Owner of the respective utility. The Contractor shall obtain these specifications and follow the same at no extra cost. B. Trenching in Advance of Pipe Laying: The trench for the pipe lines shall not be opened for a distance of more than 200 linear feet at any one time, unless authorized by the Engineer. Contractor shall not leave any trench open at the end of a working day, unless special conditions warrant as determined by Augusta Utilities Department (AUD). If approved by AUD, any portion of trench left open shall be covered with a steel plate or barricaded so that traffic or pedestrians cannot encounter area. 3.5 SHEETING AND BRACING A. General 1. Sheeting and bracing of all excavations shall conform to the latest statutes of the State of Georgia governing safety of workers in the construction industry. When necessary, in the opinion of the Engineer or Contractor, adequate sheeting and bracing shall be installed to prevent ground movement that may cause damage or settlement to adjacent structures, pipelines and utilities. Any damage due to settlement because of failure to use sheeting or because of inadequate bracing, or through negligence or fault of the Contractor in any other manner, shall be repaired at the Contractor's expense. 2. Sides of trenches shall be shored, sheeted, braced, sloped, or otherwise supported by means of sufficient strength to protect employees working within them. Refer to respective OSHA regulations. B. Sheeting Requirements: 1. Where excavations are made with vertical sides which require supporting, the sheeting and bracing shall be of sufficient strength to sustain the sides of the excavations and to prevent movement which could in any way injure the Work, or adjacent structures, or diminish the working space sufficiently to delay the Work. Special precautions shall be taken where there is additional pressure due to the presence of other structures. 2. It shall be the Contractor's responsibility to select sheeting and bracing of sufficient dimensions and strength to adequately support the sides of trenches and excavations. The Contractor shall submit details of the sheeting and bracing he proposes to use to the Engineer for review. 3. Timber sheeting shall conform in quality to select structural Douglas Fir lumber and shall be sound, live timber, free from sap, large checks, shakes, loose or decayed knots, worm holes, and other imperfections which may impair its strength or durability. 4. In wet excavation grooved sheeting shall be used to prevent passage of soil. Any voids between sheeting and face of excavation shall be filled with suitable material rammed in place. 5. Sheeting and bracing shall be removed before the completion of the Work, unless otherwise directed in writing by the Engineer. Sheeting Trenching 02324-4 which is left in place shall be cut off 18 inches below the original ground surface or as directed by the Engineer. Untreated wood will not be allowed to be left in place. 3.6 BACKFILLING A. Backfill trenches to contours and elevations with unfrozen fill materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. C. Soil Fill Type S1: From pipe bedding elevation (top of bedding material), place and compact material in equal, continuous layers as specified within the drawings. D. Flowabie Fill Type S2: See heading 4.1 (Schedule) of this section. E. Employ a placement method that does not disturb or damage, utilities in trench. F. Maintain optimum moisture content of fill materials to attain required compaction density. G. Remove surplus fill materials from site. H. Leave fill material stockpile areas completely free of excess fill materials. 3.7 TOLERANCES A. Top Surface of Backfilling under Paved Areas: Plus or minus 1/2 inch from required elevations. B. Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. 3.8 FIELD QUALITY CONTROL A. Compaction testing will be performed in accordance with ASTM D698 or ASTM D2922. B. If tests indicate Work does not meet specified requirements, remove Work, replace, compact, and retest. C. Frequency of Tests: For areas outside of pavement section: 1 test/2000 If. /2 feet of backfill. ii. For roadway installations test each 12" of backfill, including subgrade. Proof roll subgrade under supervision of a registered geotechnical engineer in the state of Georgia (18-ton load). 3.9 PROTECTION OF FINISHED WORK Trenching 02324-5 A. Reshape and re-compact fills subjected to vehicular traffic during construction. 4.1 SCHEDULE A. Water Main (For Direct Bury Installation) 1. Refer to Augusta Utilities Department Detail 1.1. 2. Excavate and prepare subgrade by compacting to 95% standard proctor. Install pipe bedding in 4" maximum lifts and uniformly compact. Install pipe per manufacturer's recommendations. Extend Type Al aggregate to pipe springline. Install select backfill material (Type S1) in 6" maximum lifts to 12" above top of pipe. Select material to be compacted (per lift)to 95% standard proctor. Native material can be used as "Normal Backfill" (if approved by Engineer or AUD field representative)from this point to grade if dried and properly prepared. If Engineer or AUD representative does not approve native material, then continue placement and compaction of select backfill material as previously noted. 3. Where installed by open cut in paved areas, contractor to install select material in 6 inch maximum lifts, compacted to 95% standard proctor, to 12 inches below subgrade elevation. The top 12 inches is to be compacted to 100% standard proctor. Refer to Augusta Utilities Department Bond Project— Road Cut Detail. END OF SECTION Trenching 02324-6 SECTION 02374 EROSION CONTROL DEVICES (w't PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Installation, maintenance and removal of silt fence, stone ditch checks, inlet sediment traps, construction exit and other miscellaneous erosion control devices (BMPs). B. Related Sections: 1. Section 02924—Grassing & Mulching 2. Section 02311 —Grading 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. SILT FENCE, TYPE A(AUD Pay Item LS-3): 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes all materials and work required including geotextile, maintenance, and removal. B. CONSTRUCTION EXIT(AUD Pay Item LS-3): 1. -Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes all materials and work required including geotextile, maintenance, and removal. C. STONE DITCH CHECKS (AUD Pay Item LS-3): 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes all materials and work required including geotextile, aggregate, maintenance and removal. D. CONSTRUCT AND REMOVE INLET SEDIMENT TRAP (AUD Pay Item LS-3): 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes all materials and work required including geotextile, aggregate, maintenance and removal. 1.3 REFERENCES A. Manual for Erosion and Sediment Control in Georgia, latest edition, including all amendments and additions. B. Georgia Department of Transportation Standard Specifications, 2001. Erosion Control Devices 02374 - 1 PART 2 PRODUCTS 2.1 Miscellaneous Erosion Control Devices: Furnish materials in accordance with Georgia Department of Transportation Standard Specifications, 2001 and Manual for Erosion & '' Sedimentation Control in Georgia. PART 3 EXECUTION 3.1 EXAMINATION A. Verify compacted subgrade is acceptable and ready to support devices and imposed loads. B. Verify gradients and elevations of base or foundation for other work are correct. C. Install Work in accordance with Georgia Department of Transportation Standard Specifications, 2001. 3.2 FIELD QUALITY CONTROL A. Best Management Practices (BMP) proposed in plans are shown as minimum requirements. Contractor shall provide additional BMPs as necessary and as directed by the County or Engineer, to mitigate soil loss from the project site. B. Additional BMPs are to be located at entry/exit pits and at other locations per the Contractors work plan. C. Contractor will continuously maintain erosion control BMPs. END OF SECTION Erosion Control Devices 02374 -2 SECTION 02512 SITE WATER DISTRIBUTION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipe and fittings for site water line. 2. Valves. 3. Hydrants. B. Related Sections: 1. Section 02060 -Aggregate. 2. Section 02324 - Trenching. 3. Section 02516 - Disinfection of Water Distribution. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Water Main Pipe, AUD Pay Items W-1A, W-1 B &W-2: 1. Basis of Measurement: Per linear foot. 2. Basis of Payment: Shall include costs for pipe, installation, bedding, trench excavation, dewatering, asphalt cutting, normal backfill, standard or restrained joints, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. B. New 1" Long Side Water Service, Installed, Incid. Reconnection, Complete, AUD Pay Item W-13: 1. Basis of Measurement: Per Each 2. Basis of Payment: Shall include costs for piping, gate valves, valve boxes, pressure reducing valve assembly, vault and cover, complete, water meter connection, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. No additional payment shall be made for these items: C. New 1" Short Side Water Service, Installed, Incid. Reconnection, Complete, AUD Pay Item W-14: 1. Basis of Measurement: Per Each Site Water Distribution 02512- 1 2. Basis of Payment: Shall include costs for piping, gate valves, valve boxes, pressure reducing valve assembly, vault and cover, complete, water meter connection, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. No additional payment shall be made for these items E. Miscellaneous Pipe Fittings and Connections, AUD Pay Item W-4: 1. Basis of Measurement: By each fitting. 2. Basis of Payment: Shall include costs for all fittings and installation including normal joints and gaskets, mechanical joint restraint, etc., regardless of material. F. Valves, AUD Pay Item W-7: 1. Basis of Measurement: Per each per type. 2. Basis of Payment: Shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. G. Fire Hydrant, AUD Pay Item W-5: 1. Basis of Measurement: Per each. 2. Basis of Payment: Shall include costs for hydrants, soil-surface preparation, connection to water main, all associated valves and fittings, excavation, asphalt/concrete cutting, installation, normal backfill, concrete thrust restraint, and testing. H. Tie to Existing Water Main, AUD Pay Item W-16: 1. Basis of Measurement: Per each. 2. Basis of Payment: Shall include costs for piping, connections, dewatering, asphalt/concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. 1.3 REFERENCES A. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for Ductile Iron Pipe, fire hydrants, and water main disinfection. B. Georgia Department of Transportation Standard Specifications for Construction of Transportation Systems. C. ASTM International: 1. ASTM D698 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3 (600 kN- m/m3)). 2. ASTM 674 — Standard Practice for Polyethylene Encasement for ductile iron pipe for water and other liquids. D. Ductile Iron Pipe Research Association (DIPRA). Site Water Distribution 02512-2 r E. American Water Works Association: 1. AWWA C104-American National Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. 2. AWWA C110 - Ductile Iron and Grey Iron-Fittings, 3-inch through 48-inch. 3. AWWA C1 11 -American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 4. AWWA C116— Protective Fusion — Bonded Epoxy Coatings Interior& Exterior Surface Ductile Iron /Gray-Iron Fittings. 5. AWWA C151 -American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water. 6. AWWA C153—Ductile-Iron Compact Fittings for Water Service. 7. AWWA C500 - Metal-Seated Gate Valves for Water Supply Service. 8. AWWA C502 Dry-Barrel Fire Hydrants. 9. AWWA C509 - Resilient-Seated Gate Valves for Water-Supply Service. 10. AWWA C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances. 11. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs; 60,000 psi tensile strength. 12. ASTM A563—Standard Specification for Carbon and Alloy Steel Nuts. 13. ANSI/AWWA C105/A21.5 American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. 14. ANSI/AWWA C150/A21.50-96 1996 or latest version, American National Standard for Thickness Design of Ductile Iron Pipe. 15. ANSI/AWWA C509-94 1994 or latest version Resilient-Seated Gate Valves for Water-Supply Service (includes addendum C509a-95) 16. ANSI/AWWA C550-90 1990 or latest version Protective Epoxy Interior Coating for Valves and Hydrants F. Underwriters Laboratories Inc.: 1. UL 246 - Hydrants for Fire - Protection Service. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Augusta Utility Department Standards and Specifications, latest edition. 1.5 SUBMITTALS A. Pipe Submittals: 1. Refer to Section 02600. 2. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum, include the following: a. Testing dates. b. Piping systems and section(s) to be tested. c. Method of isolation. d. Method of conveying water from source to system being tested. e. Calculation of maximum allowable leakage for piping section(s)to be tested. Site Water Distribution 02512-3 3. Certifications of Calibration: Approved testing laboratory certificate if pressure gauge for hydrostatic test has been previously used. If pressure gauge is new, no certificate is required. B. Fire Hydrant: 1. Hydrant—submittal to confirm the following material requirements. a. Break flange or safety top type. b. Nominal 5-1/4-inch main valve opening with 6-inch bottom connections. c. Conform to AWWA C502. d. Two 2-1/2-inch hose nozzles. e. One 4-1/2-inch pumper nozzle. f. Operating Nuts: 1-1/2-inch National Standard pentagon nut. g. Mechanical joint inlet connection. h. Yellow above ground line. 2. Main Valve: a. Depth of Bury: 4 feet. b. Equip with 0-ring seals. c. Valve opens left. C. VALVES, TAPPING SLEEVES, OTHER WATER MAIN APPURTENANCES 1. Submit catalog cuts of system components. 2. Verify that submitted product meets Augusta Utilities Department Standards & Specifications. PART 2 PRODUCTS 2.1 WATER PIPING A. PVC Water Main: 1. Diameter: 8", C900 PVC DR-18. 2. Fittings: Ductile iron, standard thickness; mechanical joint and epoxy coated. 3. Joints: Restrained joint, external. a. Push-on Joint: Rated at minimum working pressure equal to pipe material design. b. PVC Restrained Joint: 1) Manufactured proprietary joint that mechanically restrains pipe to adjoining pipe. 2) Manufacturers and Products: a) Uni-flange, Series 1350. b) EBAA Iron, Series 2800. c) Engineer approved equal. Site Water Distribution 02512-4 2.2 WATER SERVICE LINES: A. Copper Tubing: ASTM B88, Type K, annealed; 1" Diameter (Residential)/2" Diameter(Commercial): 1. Service saddle to be ductile iron double strap type. 2. Corporation stops to be Ford or Engineer approved equivalent with a taper thread inlet and flared copper outlet. 2.3 GATE VALVES A. Valves must conform to AWWA C509(latest version). Valves to be open left. B. Manufacturers: U.S. Pipe Metro—Seal 250 Resilient Seated Gate Valve or Engineer approved equal. C. Valve Box(Screw Type): Tyler/ Union 6850 series, M & H E-2702, Mueller H10364 or Engineer approved equal. Provide extensions, as required. Cast "water" on valve box cover. D. Gate valves must me full body ductile iron. 2.4 HYDRANT A. Hydrant: 1. Break flange or safety top type. 2. Nominal 5-1/4-inch main valve opening with 6-inch bottom connections. 3. 6-inch restrained joint ductile iron pipe. 4. Mechanical joint 8-inch by 6-inch tee (poly wrapped) 5. Conform to AWWA C502. 6. Two 2-1/2-inch hose nozzles. 7. One 5-inch stroz nozzle. 8. Operating Nuts: 1-1/2-inch National Standard pentagon nut. 9. Mechanical joint inlet connection. 10. Yellow above ground line. 11. Maximum of one (1) riser allowed, eighteen (18) inches or less. 12. Approved Manufacturer and Product: a. Mueller; #A-24018 b. M&H Figure 129T c. American AVK 2700 Series B. Main Valve: 1. Depth of Bury: 4 feet. 2. Equip with 0-ring seals. 3. Valve opens on clockwise/counterclockwise rotation as specified on drawings. 4. U.S. Pipe Metro-Seal 250 Resilient Seated Full Body Ductile Iron Gate Valve or Engineer approved equal. Site Water Distribution 02512-5 (-°ti, 2.5 BEDDING AND COVER MATERIALS A. Bedding: Type Al, as specified in Section 02060. B. Cover: Type S1, as specified in Section 02055. 2.6 ACCESSORIES A. Concrete for Thrust Restraints: Concrete to be Class 'A' concrete, as per Georgia Department of Transportation Standard Section 500, 3000 psi at 28-day compressive strength. Design slump: 2 0 4 inches. PART 3 EXECUTION 3.1 EXAMINATION A. Verify all existing utilities as to their location and invert elevation. B. Inspect pipe and fittings to ensure no cracked, broken, or otherwise defective materials are being used. 3.2 PREPARATION A. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, remove burrs. B. Remove scale and dirt on inside and outside before assembly. C. Prepare pipe connections to equipment with flanges or unions. D. Trench Grade: 1. Grade bottom of trench by hand to specified line and grade, with proper allowance for pipe thickness and pipe base, when specified. Trench bottom shall form a continuous and uniform bearing and support for pipe between bell holes. 2. Before laying each section of pipe, check grade and correct irregularities found. Grade may be disturbed for removal of lifting tackle. E. Bell (Joint) Holes: At each joint, dig bell holes of ample dimensions in bottom of trench, and at sides where necessary, to permit joint to be made properly and to permit easy visual inspection of entire joint. 3.3 BEDDING A. Excavate and backfill pipe trench in accordance with Section 02324. Allow for aggregate pipe bedding where specified. Site Water Distribution 02512-6 3.4 INSTALLATION — PIPE A. General: 1. Provide and use proper implements, tools, and facilities for safe and proper prosecution of Work. 2. Lower pipe, fittings, and appurtenances into trench, piece by piece, by means of a crane, slings, or other suitable tools and equipment, in such a manner as to prevent damage to pipe materials, protective coatings and linings. 3. Do not drop or dump pipe materials into trench. B. Maintain separation of water main from sanitary sewer piping in accordance with Augusta Utility Department Standards and Specifications, unless otherwise shown in plans. C. Cleaning Pipe and Fittings: 1. Remove lumps, blisters, and excess coal tar coating from bell and spigot ends of each pipe. Wire brush outside of spigot and inside of bell and wipe clean, dry, and free from oil and grease before pipe is laid. 2. Wipe ends of mechanical joint pipe and fittings and of rubber gasket joint pipe and fittings clean of dirt, grease, and foreign matter. . ry D. Laying Pipe: 1. Direction of Laying: Lay pipe with bell end facing in direction of laying. For lines on an appreciable slope, face bells upgrade at discretion of Engineer. 2. Mechanical Joint, Push-On Joint, and Restrained Joint Pipe: After first length of pipe is installed in trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Keep ends clear of backfill. After each section is jointed, place backfill as specified to prevent movement. 3. Take precautions necessary to prevent floating of pipe prior to completion of backfill operation. 4. When using movable trench shield, take necessary precautions to prevent pipe joints from pulling apart when moving shield ahead. 5. Do not allow foreign material to enter pipe while it is being placed in trench. 6. Close and block open end of last laid section of pipe to prevent entry of foreign material or creep of gasketed joints when laying operations are not in progress, at close of day's work, or whenever workers are absent from job. E. Joining Push-On Joint Pipe and Mechanical Joint Fittings: 1. Join pipe with push-on joints and mechanical joint fittings in strict accordance with manufacturer's recommendations. The process of mechanized pipe joining must be approved by Owner and Engineer. 2. Provide special tools and devices, such as, special jacks, chokers, and similar items required for installation. Site Water Distribution 025127 (-."°\ 3. Lubricate pipe gaskets using lubricant furnished by pipe manufacturer. No substitutes will be permitted. 4. Clean ends of fittings of dirt, mud, and foreign matter by washing with water and scrubbing with a wire brush, after which, slip gland and gasket on plain end of pipe. If necessary, lubricate end of pipe to facilitate sliding gasket in place, then guide fitting onto spigot of pipe previously laid. F. Cutting Pipe: 1. General: Cut pipe for inserting valves, fittings, or closure pieces in a neat and workmanlike manner without damaging pipe or lining and so as to leave a smooth end, at right angles to axis of pipe. 2. Pipe: Cut pipe with milling type cutter or saw. Do not flame cut. 3. Dressing Cut Ends: Dress cut end of mechanical joint pipe to remove sharp edges or projections, which may damage rubber gasket. Dress cut ends of push-on joint pipe by beveling, as recommended by manufacturer. G. Line and Grade: 1. Minimum Pipe Cover: 4 feet, unless otherwise indicated. 2. No high points will be allowed between air valves. 3. Deviations exceeding 6 inches from specified line or 1 inch from specified grade will not be allowed without express approval of Engineer. 4. Pipeline sections that are not installed to elevations shown or installed as approved by Engineer shall be reinstalled to proper elevation. H. Thrust Restraint: 1. Restrained joints only. Use of thrust blocking will not be allowed as restraint unless specifically identified on plans and approved by the Owner and Engineer. 3.5 HYDROSTATIC TESTING A. Pipeline Hydrostatic Test: 1. General: a. Notify Owner in writing 3 days in advance of any testing. Perform testing in presence of Owner or Engineer b. Test newly installed pipelines. Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance. c. Furnish testing equipment and perform tests in manner satisfactory to Owner and Engineer. Testing equipment shall provide observable and accurate measurements of leakage under specified conditions. d. Isolate new pipelines that are connected to existing pipelines. e. Conduct tests on entire pipeline after trench has been backfilled. Testing may be done prior to placement of asphaltic concrete or roadway structural section. Site Water Distribution 02512-8 f. Contractor may, if field conditions permit and as determined by the Owner, partially backfill trench and leave joints open for inspection and conduct an initial service leak test. Hydrostatic test shall not, however, be conducted until backfilling has been completed. g. Owner shall provide gauge for pipeline hydrostatic test. h. Contractor shall not work on sections of the successfully tested line without the Owner's representative present. 2. Procedure: a. Maximum filling velocity shall not exceed 0.25 foot per second, calculated based on the full area of pipe. b. Expel air from pipe system during filling. Expel air through air release valve or through corporation stop installed at high points and other strategic points. c. Test pressure shall be one and a half times system operating pressure, but in no case less than 200 psi as measured at low point of pipeline. d. Apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. e. Maintain hydrostatic test pressure continuously for 2 hours minimum, adding additional make-up water only as necessary to restore test pressure. f. Determine actual leakage by measuring quantity of water necessary to maintain specified test pressure for duration of test. g. If measured leakage exceeds allowable leakage or if leaks are visible, repair defective pipe section and repeat hydrostatic test. 3. Allowable Leakage: Maximum allowable leakage shall not exceed amount stated in AWWA. 3.6 INSTALLATION - FIRE HYDRANTS A. General 1. Install hydrants in accordance with Sections 3.7 and 3.8 of AWWA C600, unless specified otherwise. B. Excavation 1. Excavate to subgrade. Fill over excavated areas with foundation stabilization material. Tamp to provide firm foundation. C. Base Block 1. Place on firm, level subgrade to ensure uniform support. D. Installation of Hydrants 1. Locate hydrants to provide accessibility and to minimize potential damage from vehicles. Site Water Distribution 02512-9 a. Relocate improperly set hydrants. b. Hydrant Located behind Curbs: Set barrel so pumper nozzle or hose nozzle caps are a minimum of 18 inches from gutter face of curb. c. Hydrant Located in Space between Curb and Sidewalk: Not less than 8 inches, clear from sidewalks. d. Hydrant Located between Sidewalk and Property Line: Minimum clearance 8 inches from sidewalk. e. Set hydrants so safety flange is a minimum of 2 inches above finished ground or sidewalk level. 2. Place hydrant on base block carefully to prevent the base block from breaking. 3. Joints shall conform to Section 3.4 of AWWA C600 when cast or ductile iron pipe is used. 4. Maintain hydrant in a plumb position during subsequent Work. 5. Hydrant valve not to exceed 4 feet from main line tee unless specifically approved by the Owner's representative. E. Gravel for Drainage: 1. Place #57 stone around base block and hydrant bottom in accordance with Section 3.7 of AWWA C600. F. Concrete Thrust Blocking 1. Place blocking after hydrant is set in final position and joined to pipe. Per AUD Detail 1.2 2. Concrete thrust block shall have a minimum of 4 square feet of bearing area against undisturbed earth. G. Ductile iron restrained joint type joint pipe 1. Install ductile iron restrained joint pipe between main line tee and fire hydrant. 3.7 SERVICE CONNECTIONS A. Install water service in accordance with Augusta Utility Department Standards and Specifications. B. Install water service to existing meter. Connect new service line to existing meter. Coordinate with Augusta Utilities Department Inspector. 3.8 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Flush and disinfect system in accordance with Section 02516. Site Water Distribution 02512-10 ! END OF SECTION Site Water Distribution 02512-11 SECTION 02730 SANITARY SEWER PIPING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary sewer pipe and fittings. 2. Underground pipe markers. 3. Connection to existing manholes. 4. Wye branches and tees. 5. Sanitary Laterals. B. Related Sections: 1. Section 02324- Trenching: Excavation, bedding and backfill requirements for trenching required by this section. 2. Section 02732—Sanitary Sewer and Manhole Testing.: Pressure, infiltration, and deflection tests. 3. Section 02731 —Sanitary Manholes: Concrete manholes, frames and lids for sanitary sewer. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Sanitary Sewer Pipe, AUD Item S-1: 1. Basis of Measurement: By the linear foot for various pipe sizes, materials and depth of bury. 2. Basis of Payment: Includes excavation, bedding, pipe, fittings, and backfill. 1.3 REFERENCES A. ASTM International: 1. ASTM C12 - Standard Practice for Installing Vitrified Clay Pipe Lines. 2. ASTM A74-Standard Specification for Cast Iron Soil Pipe and Fittings. 3. ASTM A746 - Standard Specification for Ductile Iron Gravity Sewer Pipe. 4. ASTM C76 -Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. 5. ASTM C425- Standard Specification for Compression Joints for Vitrified Clay Pipe and Fittings. 6. ASTM C443 - Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. 7. ASTM C564- Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 8. ASTM C700 - Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated. 9. ASTM C828 - Standard Test Method for Low-Pressure Air Test of Vitrified Clay Pipe Lines. Sanitary Sewer Piping 02730- 1 10. ASTM C923 - Standard Specification for Resilient Connectors between Reinforced Concrete Manhole Structures, Pipes and Laterals. 11. ASTM C1479 - Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installations. 12. ASTM D2235 - Standard Specification for Solvent Cement for Acrylonitrile- Butadiene-Styrene (ABS) Plastic Pipe and Fittings. 13. ASTM D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. 14. ASTM D2564 - Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping Systems. 15. ASTM D2729 - Standard Specification for Poly (Vinyl Chloride) (PVC)Sewer Pipe and Fittings. 16. ASTM D2751 - Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings. 17. ASTM D2855 - Standard Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 18. ASTM D3034 - Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 19. ASTM F477 - Standard Specification for Elastomeric Seals (Gaskets)for Joining Plastic Pipe. B. American Water Works Association: 1. AWWA C110 -American National Standard for Ductile-Iron and Grey-Iron Fittings, 3 in. Through 48 in. (75 mm through 1200 mm), for Water and Other Liquids. 2. AWWA C111 -American National Standard for Rubber-Gasket Joints for Ductile- Iron Pressure Pipe and Fittings. 3. AWWA C153 -American National Standard for Ductile-Iron Compact Fittings for Water Service. 4. AWWA C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances. C. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.4 SUBMITTALS A. Permits: Submit copies of construction permits obtained for this Work. B. Product Data: Submit catalog cuts and other pertinent data indicating proposed materials, accessories, details, and construction information. C. Submit reports indicating field tests made and results obtained. D. Manufacturer's Installation Instructions: 1. Indicate special procedures required to install Products specified. 2. Submit detailed description of procedures for connecting new sewer to existing sewer line and directional drilling, or pipe jacking installation. E. Manufacturer's Certificate: Certify products meet or exceed specified requirements. Sanitary Sewer Piping 02730-2 1.5 CLOSEOUT SUBMITTALS A. Project Record Documents: Record location of pipe runs, connections, manholes, cleanouts, and invert elevations. B. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with Sections 841 and 846 of GDOT Standard Specifications. B. Maintain one copy of document on site. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing Work of this section with minimum 3 years documented experience. _._ 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver and store valves in shipping containers with labeling in place. B. Block individual and stockpiled pipe lengths to prevent moving. C. Do not place pipe or pipe materials on private property or in areas obstructing pedestrian or vehicle traffic. D. Do not place pipe flat on ground. Cradle to prevent point stress. E. Store UV sensitive materials out of direct sunlight. 1.9 FIELD MEASUREMENTS A. Verify field measurements and elevations are as indicated. 1.10 COORDINATION A. Coordinate Work with Augusta Utilities Department. Convene pre-installation meeting minimum of one week prior to starting Work of this Section. B. Notify affected utility companies minimum of 72 hours prior to construction. Sanitary Sewer Piping 02730-3 f' PART 2 PRODUCTS 2.1 SANITARY SEWER PIPE AND FITTINGS A. PVC Flexible Joint Plastic Pipe: ASTM D3034, Type PSM, Poly(Vinyl Chloride) (PVC) material; bell and spigot style rubber ring sealed gasket joint. 1. Pipe Class: C905 DR 35 2. Fittings: PVC conforming to pipe specifications. 3. Joints: ASTM F477, elastomeric gaskets. B. Ductile Iron Gravity Sewer Pipe: ASTM A746, bell and spigot ends. 1. Pipe Class: Pressure Class 350, AWWA C150& C151. 2. Fittings: Ductile iron, AWWA C110. Compact fittings, AWWA C153. 3. Joints: Rubber gaskets per AWWA C111. 4. Lining: Protecto 4OITM by Vulcan Painters for all ductile iron pipe,joints, and fittings in accordance with specifications provided by Protecto 401 2.2 FLEXIBLE PIPE BOOT FOR MANHOLE PIPE ENTRANCES A. Furnish materials in accordance with authority having jurisdiction. B. Flexible Pipe Boot: ASTM C923, ethylene propylene rubber(EPDM), Series 300 stainless steel clamp and stainless steel hardware. 2.3 UNDERGROUND PIPE MARKERS A. Plastic Ribbon Tape: Detectable brightly colored green continuously printed with "SANITARY SEWER" in large letters, minimum 6 inches wide by 4 mils thick. 2.4 MANHOLES A. Manholes: As specified in Section 02731 —Sanitary Manholes and indicated on Drawings; cover inscribed with "SANITARY SEWER". 2.5 CONCRETE AND GROUT A. Concrete: Class AA-1 Concrete conforming to Section 500 of the GDOT Standard Specifications. 1. Compressive strength of 3,000 psi at 28 days. 2. Air entrained and vibrated. 3. Water cement ratio of 0.44. 4. Slump Lower Limits 2 inches. Upper Limits of 4 inches. 5. Minimum cement content of 675 pounds per cubic yard. B. Grout: Non-shrink, non-metallic in accordance with Section 834 of GDOT Standard Specifications with a compressive strength of at least 5,000 psi at 3 days. Sanitary Sewer Piping 02730-4 2.6 BEDDING AND COVER MATERIALS A. General: Conform to Section 02324- Trenching for bedding and backfill around and on top of pipe. B. Bedding for Rigid Pipe (CIP, DIP, VCP, and RCP): Clean sand, slightly silty sand, or slightly clayey sand having a Unified Soil Classification of SP, SP-SM or SP-SC. C. Bedding for Flexible Pipe (PVC, ABS): Clean course aggregate Gradation No. 57 conforming to Sections 800 of the GDOT Standard Specifications. PART 3 EXECUTION 3.1 EXAMINATION A. Verify existing sanitary sewer utility main size, location, and inverts are as indicated on Drawings. 3.2 EXCAVATION AND BEDDING A. Excavate pipe trench in accordance with Section 02324 -Trenching. B. Excavate to lines and grades shown on Drawings or required to accommodate installation of encasement. C. Dewater excavations to maintain dry conditions and preserve final grades at bottom of excavation. D. Provide sheeting and shoring in accordance with Section 02324-Trenching. E. Place bedding material at trench bottom, level continuous layer not exceeding 8-inch compacted depth; compact to 95 percent per Section 02324-Trenching. 3.3 INSTALLATION -PIPE A. Install in accordance with manufactures instructions and as indicated on Drawings. B. Install plastic pipe, fittings, and accessories in accordance with ASTM D2321. C. Install VCP, fittings, and accessories in accordance with ASTM C12. D. Install RCP, fittings, and accessories in accordance with ASTM C1479. E. Install CIP and DIP, fittings, and accessories in accordance with applicable portions of AWWA C600. F. Seal joints watertight. Sanitary Sewer Piping 02730-5 /r'N"' G. Lay pipe to slope gradients indicated on Drawings with maximum variation indicated slope of 1/8 inch in 10 feet. Begin at downstream end and progress upstream. H. Ensure entire pipe is supported by bedding. I. Assemble and handle pipe in accordance with manufacturer's instructions except as modified on the Drawings or by Engineer. J. Keep pipe and fittings clean until work is completed and accepted by Engineer. Cap open ends during periods of work stoppage. K. Lay bell and spigot pipe with bells upstream. L. Connect pipe to existing sewer system as indicated on Drawings at existing manhole or using doghouse manhole connection per Section 02731 —Sanitary Manholes. M. Place haunching material, rod, and tamp per Section 02324—Trenching to eliminate voids. N. Install underground marking tape continuously per standard detail. 3.4 CONNECTION TO EXISTING MANHOLE A. Core drill existing manhole to make clean opening. Using pneumatic hammers, chipping guns and sledgehammers is not permitted. B. Install watertight neoprene gasket and seal with non-shrink concrete grout. C. Prevent construction debris from entering existing sewer line when making connection. 3.5 MANHOLE INSTALLATION A. Install manholes in accordance with Section 02731 —Sanitary Manholes. 3.6 INSTALLATION - SANITARY LATERALS A. Construct laterals from wye branch to terminal point at right-of-way or as indicated on Drawings. B. Where depth of main pipeline warrants, construct riser type laterals from wye branch. C. Maintain 4-foot minimum depth of cover over pipe. D. Maintain minimum 5-foot separation distance between laterals. E. Install watertight plug, braced to withstand pipeline test pressure thrust, at termination of lateral. Install temporary marker stake extending from end of lateral to 24 inches above finished grade. Paint top 6 inches of stake with fluorescent green paint. Sanitary Sewer Piping 02730-6 3.7 BACKFILLING A. Backfill around sides and to top of pipe in accordance with Section 02324-Trenching. B. Maintain optimum moisture content of backfill material to attain required compaction density. 3.8 FIELD QUALITY CONTROL A. Request inspection prior to and immediately after placing bedding. B. Perform test on sanitary sewage system in accordance with Section 02732®Sanitary Sewer and Manhole Testing and local code. Perform the following tests: 1. Gravity Sewer Testing: a. Low pressure air test. b. Infiltration test. 2. Deflection Testing of Plastic Piping. 3. Manhole Testing: Vacuum Test. 4. Notify Engineer and Owner 72 hours_in advance of test and have witness test. C. Compaction Testing: In accordance with Section 02324 -Trenching. D. When tests indicate Work does not meet specified requirements, remove work, replace, and retest. 3.9 PROTECTION OF FINISHED WORK A. Protect pipe and aggregate cover from damage or displacement until backfilling operation is in progress. END OF SECTION Sanitary Sewer Piping 02730-7 THIS PAGE INTENTIONALLY LEFT BLANK Sanitary Sewer Piping 02730-8 SECTION 02731 SANITARY MANHOLES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Precast reinforced concrete manholes and structures with tongue-and- groove joints with masonry transition to frames, lids, grates, anchorage, and accessories. 2. Masonry manhole and structure sections with masonry transition to frames, lids, grates, anchorage, and accessories. 3. Cast-in-place concrete manholes and structures with masonry transition to frames, lids, grates, covers, anchorage, and accessories. 4. Structure connections to existing public utility lines. 5. Bedding and backfill materials. B. Related Sections: 1. Section 02324 - Trenching: Excavating and backfilling for manholes, structures, and foundation slabs. 2. Section 02732—Sanitary Sewer and Manhole Testing. 3. Section 02730—Sanitary Sewer Piping: Connections to manholes. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Manholes, AUD Item S-6: 1. Basis of Measurement: By each for various structure types, sizes, materials and depth of bury. 2. Basis of Payment: includes excavating, bedding, concrete foundation slab, concrete structure sections, brick or concrete masonry structure construction, brick masonry transition to frame, frame and cover, forming and sealing pipe inlets and outlets, backfilling, and testing. B. Manholes Additional Depth, AUD Item S-7: 1. Basis of Measurement: By vertical foot for various structure types, sizes, and materials. 2. Basis of Payment: Includes excavating, bedding, concrete foundation slab, concrete structure sections, brick or concrete masonry structure construction, brick masonry transition to frame, frame and cover, forming and sealing pipe inlets and outlets, backfilling, and testing. 1.3 REFERENCES A. American Concrete Institute: 1. ACI 530/530.1 - Building Code Requirements for Masonry Structures and Specifications for Masonry Structures. Sanitary Manholes 02731 -1 ti B. ASTM International: 1. ASTM A48 - Standard Specification for Gray Iron Castings. 2. ASTM C32 - Standard Specification for Sewer and Manhole Brick (Solid Masonry Units Made From Clay or Shale). 3. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. ASTM C55 - Standard Specification for Concrete Brick. 5. ASTM C443—Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber gaskets. 6. ASTM C478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. 7. ASTM C497 - Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 8. ASTM C857 - Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. 9. ASTM C890 - Standard Practice for Minimum Structural Design Loading for Monolithic or Section Precast Concrete Water and Wastewater Structures. 10. ASTM C891 - Standard Practice for Installation of Underground Precast Concrete Utility Structures. 11. ASTM C913 - Standard Specification for Precast Concrete Water and Wastewater Structures. 12. ASTM C923 - Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals. 13. ASTM C990 - Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. C. National Precast Concrete Association: 1. NPCA Quality Control Manual for Precast Plants. 2. NPCA Plant Certification Program. D. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.4 SUBMITTALS A. Shop Drawings: 1. Standard Fabrication: Indicate structure locations, elevations, sections, equipment support, piping sizes, and elevations of penetrations. 2. Custom Fabrication: Indicate design, construction and installation details, typical reinforcement and additional reinforcement at openings for each custom type, size and configuration. B. Product Data: Submit manhole frames and lids, accessories, component construction, features, configuration, dimensions, and joint data. C. Manufacturer's Certificate: Certify products meet or exceed specified requirements. Sanitary Manholes 02731 -2 D. Project Record Documents: Record actual locations of manholes and structures with rim and invert elevations. E. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.5 QUALITY ASSURANCE A. Obtain precast concrete utility structures from single source. B. Perform Work in accordance with Sections 500, 668, 834, 853 and 866 of GDOT Standard Specifications. C. Maintain one copy of document on site. 1.6 QUALIFICATIONS A. Manufacturer: Certified by NPCA Plant Certification Program prior to and during Work of this section. B. Installer: Company specializing in performing work of this Section with minimum five years experience. C. Design custom utility structures under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of Project location. 1.7 DELIVERY, STORAGE AND HANDLING A. Comply with precast concrete manufacturer's instructions and ASTM C913 for unloading, storing and moving precast manholes and drainage structures. B. Store precast concrete manholes and drainage structures to prevent damage to Owner's property or other public or private property. Repair property damaged from materials storage. C. Mark each precast structure by indentation or waterproof paint showing date of manufacture, manufacturer and identifying symbols, and numbers shown on Drawings to indicate its intended use. 1.8 ENVIRONMENTAL REQUIREMENTS A. Masonry Work: Maintain materials and surrounding air temperature to minimum 50 degrees F prior to, during, and 48 hours after completion of masonry work. B. Cold Weather Requirements: ACI 530/530.1. Sanitary Manholes 02731 -3 PART 2 PRODUCTS 2.1 PRECAST REINFORCED MANHOLES AND STRUCTURES A. Precast Manhole and Structure Sections: Reinforced precast concrete in accordance with ASTM C478. 1• Joints for Precast Manholes and Structures for Sanitary Utility Sewer Service: O-ring rubber gaskets in accordance with ASTM C443. 2. Joints for Precast Manholes and Structures for Other Utility uses: Butyl rubber gaskets in accordance with ASTM C990. 2.2 MASONRY CONSTRUCTION A. Concrete Brick: ASTM C55, Grade S, Type II - Non-moisture controlled; except that the absorption of brick shall not exceed 10 lbs/cubic foot. B. Clay or Shale Brick: ASTM C32, Grade SW, solid units. C. Mortar: Conform to Section 608, 830 and 834 of GDOT Standard Specifications. Do not add more water than is necessary to make a workable mixture. D. Grout: Non-shrink, non-metallic in accordance with Section 834 of GDOT Standard Specifications with a compressive strength of at least 5,000 psi at 3 days. 2.3 CAST-IN-PLACE CONCRETE A. Concrete: Class AA-1 Concrete conforming to Section 500 of the GDOT Standard Specifications. 1. Compressive strength of 3,000 psi at 28 days. 2. Air entrained and vibrated. 3. Water cement ratio of 0.44. 4. Slump Lower Limits 2 inches. Upper Limits of 4 inches. 5. Minimum cement content of 675 pounds per cubic yard. 2.4 FRAMES AND COVERS A. Manufacturers: 1. Barry Pattern and Foundry Co., Inc. 2. East Jordan Iron Works. 3. McKinley Iron Works. 4. Neenah Foundry Co. 5. Substitutions: Equal per 002113 - Instructions to Bidders.. B. Product Description: Grey cast iron ASTM A48, Class 30B; size and shape as indicated on Drawings. Live load rating of HS 20 in paved areas. C. Cover shall be stamped "SANITARY SEWER" as applicable. D. Watertight manhole covers shall be used in areas prone to flooding. Locked manhole covers shall be used in isolated areas or areas prone to vandalism. Sanitary Manholes 02731 -4 r 2.5 CONFIGURATION A. Provide size and shape as indicated on Drawings. B. Foundation Slab: Cast-in-place or precast reinforced concrete integral with bottom section, level top surface. 2.6 ACCESSORIES A. Steps: Conform to local agency requirements, minimum 12 inches wide spaced vertically 16 inches on center. B. Strap Anchors: Stainless steel capable of supporting pipe or accessories indicated on Drawings, minimum 1 inch wide x 1/8 inch thick. C. Geotextile Filter Fabric: Type 1 Engineering fabric in accordance with GDOT Standard Specifications; non-woven, needle punched, non-biodegradable, and rot-proof. 2.7 BEDDING AND BACKFILL MATERIALS A. Bedding: Clean course aggregate Gradation No. 57 conforming to Section 800 of the GDOT Standard Specifications. B. Backfill around Structures: As specified in Section 312316.13 -Trenching. PART 3 EXECUTION 3.1 EXAMINATION A. Verify items provided by other Sections of Work are properly sized and located. B. Verify built-in items are in proper location and ready for roughing into Work. C. Verify correct size of manhole and structure excavation. 3.2 PREPARATION A. Coordinate placement of inlet and outlet pipe or duct sleeves required by other Sections. B. Do not install manholes and structures where site conditions induce loads exceeding structural capacity of manholes or structures. C. Inspect precast concrete manholes and structures immediately prior to placement in excavation to verify manholes and structures are internally clean and free from damage. Remove and replace damaged units. 3.3 INSTALLATION —GENERAL A. Excavation and Backfill: Sanitary Manholes 02731 -5 1. Excavate and backfill for manholes and structures in accordance with Section 02324- Trenching in location and to depth shown. Provide clearance around sidewalls of manhole or structure for construction operations, backfill, and placement of geotextile filter fabric if required. 2. When groundwater is encountered, prevent accumulation of water in excavations. Place manholes or structures in dry trench. 3. Where possibility exists of watertight manhole or structure becoming buoyant in flooded excavation, anchor manhole or structure to avoid flotation. B. Place foundation slab, trowel top surface level. C. Place precast manhole sections plumb and level, trim to correct elevations, anchor to foundation slab. D. As Work progresses, install steps and other fabricated metal items. E. Install cast-in-place manholes and structures supported at proper grade and alignment as shown on Drawings. F. Cut pipe to connect to structure as indicated on Drawings. G.Grout base of shaft sections to achieve slope to exit piping. Trowel smooth. Contour to form continuous drainage channel as indicated on Drawings. H. Set cover frames and covers level without tipping, to correct elevations. 3.4 PRECAST CONCRETE MANHOLE AND STRUCTURE INSTALLATION A. Install underground precast utility structures in accordance with ASTM C891. B. Lift precast manholes and structures at lifting points designated by manufacturer. C. When lowering manholes and structures into excavations and joining pipe to units, take precautions to ensure interior of pipeline and manhole or structure remains clean. D. Set precast manholes and structures bearing firmly and fully on stone bedding, 8-inch minimum thickness, compacted to 95 percent maximum density per Section 02324- Trenching or on other support system shown on Drawings. E. Assemble multi-section manholes and structures by lowering each section into excavation. Install rubber gasket joints between precast sections in accordance with manufacturer's recommendations. Lower, set level, and firmly position base section before placing additional sections. F. Remove foreign materials from joint surfaces and verify sealing materials are placed properly. Maintain alignment between sections by using guide devices affixed to lower section. G. Joint sealing materials may be installed on site or at manufacturer's plant. Sanitary Manholes 02731 -6 H. Verify manholes and structures installed satisfy required alignment and grade. I. Remove knockouts or cut structure to receive piping without creating openings larger than required to receive pipe. Fill annular space with non-shrink grout. 3.5 MASONRY MANHOLE AND STRUCTURE INSTALLATION A. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. B. Lay masonry units in running bond. Course one unit and one mortar joint to equal 8 inches. C. Form flush mortar joints. D. Lay masonry units in full bed of mortar, with full head joints, uniformly jointed with other Work. E. Install joint reinforcement 16 inches on center. F. Place joint reinforcement in first and second horizontal joints above base pad and below cover frame opening. 3.6 CAST-IN-PLACE CONCRETE MANHOLE AND STRUCTURE INSTALLATION A. Prepare crushed stone bedding or other support system shown on Drawings to receive foundation slab as specified for precast manholes and structures. B. Erect and brace forms against movement in accordance with Sections 441, 500 and 860 of GDOT Standard Specifications. C. Install reinforcing steel as indicated on Drawings and in accordance with Section 500 and 511 of GDOT Standard Specifications. D. Place and cure concrete in accordance with Section 430 of GDOT Standard Specifications. 3.7 CONNECTION TO EXISTING SEWER WITH MANHOLE A. Stake out location and burial depth of existing sewer line in area of proposed manhole or structure. B. Carefully excavate around existing sewer line to adequate depth for foundation slab installation. Protect existing pipe from damage. Cut out soft spots and replace with granular fill compacted to 95 percent maximum dry density per Section 312316.13 - Trenching. C. Prepare crushed stone bedding or other support foundation slab as specified for precasmanholes and structures.Drawings, to receive Sanitary Manholes 02731 -7 D. Install manhole or structure around existingpipe in accordance paragraphs specified herein. p p with the appropriate E. Block upstream flow at existing manhole or structure with expandable plug. F. If flow is excessive, pump flow around new manhole to existing downstream manhole. G. Use hydraulic saw to cut existing pipe at manhole or structure entrance and exit and along pipe length at a point halfway up the outside diameter on each side of the pipe. Bottom half of pipe shall remain as manhole flow channel. Saw cut to have a smooth finish with top half of pipe flush with interior of manhole or structure. H. Connection to existing pipes or structure may need to be performed during non-peak flow times, coordinate with Owner and Engineer. 3.8 SANITARY MANHOLE DROP CONNECTIONS A. Construct drop connections into sanitary manholes in accordance with Drawings. 3.9 CASTINGS INSTALLATION A. Set frames using mortar and masonry as indicated on Drawings. Install radially laid concrete brick with 1/4 inch thick vertical joints at inside perimeter. Lay concrete brick in full bed of mortar and completely fill joints. Where more than one course of concrete brick is required, stagger vertical joints. B. Do not install more than 3 courses of brick or more than 12 inches of masonry. 3.10 FIELD QUALITY CONTROL A. Perform soil compaction tests in accordance with Section 02324-Trenching. B. Perform hydrostatic tests in accordance with Section 02732—Sanitary Sewer and Manhole Testing. 1. Notify Engineer 72 hours in advance of test and have witness test. C. Test cast-in-place concrete in accordance with ASTM C39. D. Test concrete manhole and structure sections in accordance with ASTM C497. E. Vertical Adjustment of Existing Manholes and Structures: 1. Where required, adjust top elevation of existing manholes and structures to finished grades shown on Drawings. 2. Reset existing frames, grates and covers, carefully removed, cleaned of mortar fragments, to required elevation in accordance with requirements specified for installation of castings. 3. Remove concrete without damaging existing vertical reinforcing bars when removal of existing concrete wall is required. Clean vertical bars of concrete and bend into new concrete top slab or splice to required vertical reinforcement, as indicated on Drawings. Sanitary Manholes 02731 -8 4. Clean and apply sand-cement bonding compound on existing concrete surfaces to receive cast-in-place concrete. END OF SECTION Sanitary Manholes 02731 -9 THIS PAGE INTENTIONALLY LEFT BLANK Sanitary Manholes 02731 - 10 SECTION 02732 SANITARY SEWER AND MANHOLE TESTING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Gravity Sewer Testing: a. Low-pressure Air Test. b. Exfiltration Test. c. Infiltration Test. 2. Deflection Testing of Plastic Piping. 3. Manhole Testing: a. Vacuum Test. b. Exfiltration Test. B. Related Sections: 1. Section 02731 —Sanitary Manholes. 2. Section 02730 - Sanitary Sewer Piping. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT f A. Testing of Sanitary Sewer Pipelines and Manholes: 1. Work of this Section will not be measured for payment but is included in the unit cost of other work. 1.3 REFERENCES A. ASTM International: 1. ASTM C828 - Standard Test Method for Low-Pressure Air Test of Vitrified Clay Pipe Lines. 2. ASTM C924- Standard Practice for Testing Concrete Pipe Sewer Lines by Low-Pressure Air Test Method. 3. ASTM C1244 - Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum)Test Prior to Backfill. 4. ASTM D2122 - Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings. 1.4 SUBMITTALS A. Submit the following prior to start of testing: 1. Testing procedures. 2. List of test equipment. 3. Testing sequence schedule. 4. Provisions for disposal of flushing and test water. Sanitary Sewer and Manhole Testing 02732- 1 5. Certification of test gauge calibration. 6. Deflection mandrel drawings and calculations. B. Test Reports: Indicate results of manhole and piping tests. PART 2 PRODUCTS - Not Used PART 3 EXECUTION 3.1 EXAMINATION A. Verify that manholes and piping are ready for testing. B. Verify trenches are backfilled. C. Verify pressure piping concrete reaction support blocking or mechanical restraint system is installed. 3.2 PIPING PREPARATION A. Flush and clean piping. B. Assist Engineer in lamping gravity piping. 1. Engineer will perform lamping operation by shining light at one end of each pipe section between manholes; observe light at other end; reject pipe not installed with uniform line and grade 2. Remove and reinstall rejected pipe sections; re-clean and assist engineer with re- lamping. C. Plug outlets, wye-branches, and laterals; brace plugs to resist test pressures. 3.3 FIELD QUALITY CONTROL A. Notify Engineer 72 hours in advance of tests and have witness tests. 3.4 TESTING GRAVITY SEWER PIPING A. Low-pressure Air Test: 1. Perform test in accordance with applicable portions of ASTM 828 and ASTM 924. 2. Test each section of gravity sewer piping between manholes. 3. Introduce air pressure slowly to approximately 4 psig. 4. Determine groundwater elevation above spring line of pipe. For every foot of groundwater above spring line of pipe, increase starting air test pressure by 0.43 psig; do not increase pressure above 10 psig. 5. Allow pressure to stabilize for at least five minutes. Adjust pressure to 4 psig or increased test pressure as determined above when groundwater is present. Start test. Sanitary Sewer and Manhole Testing 02732-2 6. Determine test duration for sewer section with single pipe size from table. Do not make allowance for laterals. the following Nominal Pipe Minimum Test Length for Min. Time for Size Time Time (ft) Longer Length (inches) (min:sec) (sec) 4 1:53 597 .190L 6 2:50 398 .427L 8 3:47 298 _ .760L 10 4:43 239 1.187L 12 5:40 199 1.709L 15 7:05 159 2.671L 18 8:30 133 3.846L 21 9:55 114 5.235L 24 11:20 99 6.837L 27 12:45 88 8.653L 30 14:10 80 10.683L 33 15:35 72 12.926L 36 17:00 66 15.384L 7. Record drop in pressure during test period; when air pressure has dropped more than 0.5 psig during test period, piping has failed; when 0.5 psig air pressure drop has not occurred during test period, discontinue test and piping is accepted. 8. When piping fails, determine source of air leakage, make corrections and retest; test section in incremental stages until leaks are isolated; after leaks are repaired, retest entire section between manholes. B. Exfiltration Test: 1. Test pipe larger than 36 inch diameter with exfiltration test not exceeding 100 gallons for each inch of pipe diameter for each mile per day for each section under test. Perform test with minimum positive head of 2 feet. C. Infiltration Test: 1. Use only when gravity piping is submerged in groundwater minimum of 4 feet above crown of pipe for entire length being tested. 2. Maximum Allowable Infiltration: 100 gallons per inch of pipe diameter for each mile per day for section under test; include allowances for leakage from manholes. 3.5 DEFLECTION TESTING OF PLASTIC PIPING A. Perform vertical ring deflection testing on PVC and ABS sewer piping after backfilling has been in place for at least 30 days but not longer than 12 months. B. Allowable maximum deflection for installed plastic sewer pipe is limited to 5 percent of original vertical internal diameter. Sanitary Sewer and Manhole Testing 02732-3 C. Furnish rigid ball or mandrel with diameter not less than 95 percent of base or average inside diameter of pipe as determined by ASTM standard to which pipe is manufactured. Measure pipe in compliance with ASTM D2122. D. Perform deflection testing using properly sized rigid ball or'Go, No-Go' mandrel. E. Perform test without mechanical pulling devices. F. Locate, excavate, replace, and retest pipe exceeding allowable deflection. 3.6 TESTING MANHOLES A. General: Test using air whenever possible prior to backfilling to assist in locating leaks. Make joint repairs on both outside and inside of joint to ensure permanent seal. Test manholes with manhole frame set in place. B. Vacuum test in accordance with ASTM C1244 and as follows: 1. Plug pipe openings; securely brace plugs and pipe. 2. Inflate compression band to affect seal between vacuum base and structure; connect vacuum pump to outlet port with valve open; draw vacuum to 10 inches of Hg; close valve; start test. 3. Determine test duration for manhole from the following table: Manhole Diameter 4 feet Test Period 60 seconds 5 feet 75 seconds 6 feet 90 seconds 4. Record vacuum drop during test period; when vacuum drop is greater than 1 inch of Hg during test period, repair and retest manhole; when vacuum drop of 1 inch of Hg does not occur during test period, discontinue test and accept manhole. 5. When vacuum test fails to meet 1 inch Hg drop in specified time after repair, repair and retest manhole. C. Exfiltration Test: 1. Plug pipes in manhole; remove water in manhole; observe plugs over period of not less than 2 hours to ensure there is no leakage into manhole. 2. Determine groundwater level outside manhole. 3. Fill manhole with water to within 4 inches of top of cover frame. Prior to test, allow manhole to soak from minimum of 4 hours to maximum of 72 hours; after soak period, adjust water level inside manhole to within 4 inches of top of cover frame. 4. Measure water level from top of manhole frame; at end of 4 hour test period, again measure water level from top of manhole frame; compute drop in water level during test period. 5. Manhole exfiltration test is considered satisfactory when drop in water level is less than values listed in table below: Sanitary Sewer and Manhole Testing 02732-4 A „ Allowable Leakage (Inches for Manhole Manhole Diameter 4 Depth (feet) 4 feet 5 feet 6 feet 0.1 0.11 0.14 0.17 6 0.17 0.21 0.26 8 0.23 0.29 0.35 10 0.28 0.35 0.42 12 0.34 0.43 14 0.51 _ 0.40 0.50 0.60 16 0.45 0.56 0.68 18 0.51 0.64 0.77 20 0.57 0.71 0.86 22 0.62 0.78 0.93 24 0.68 0.85 1.02 26 0.74 0.93 giumn 28 0.79 0.99 0:85 1.19 30 1.06- 1.28 6. When unsatisfactory test results are achieved, repair manhole and retest until resul meets criteria; repair visible leaks regardless of quantity of leakage. t END OF SECTION Sanitary Sewer and Manhole Testing 02732-5 THIS PAGE INTENTIONALLY LEFT BLANK Sanitary Sewer and Manhole Testing 02732-6 SECTION 02733 TV INSPECTION OF SEWER PIPELINES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipeline flushing and cleaning. 2. TV inspection of sewer pipelines. 3. Audio-video taping of pipeline interior. B. Related Sections: 1. Section 02733- Sewer and Manhole Testing. 2. Section 02730 - Sanitary Sewer Piping. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. TV Inspection of Sewer Pipelines: 1. Work of this Section will not be measured for payment but is included in the unit cost of other work. 1.3 REFERENCES A. Electronics Industries Association (EIA). 1.4 SUBMITTALS A. Submit completed DVD's, identified by number, project name, street name, right-of-way property name, and manhole numbers. B. DVD's become property of Owner. C. Submit cleaning and television inspection logs for each section of sewer line to be rehabilitated and three copies of color video for work performed. Include the following as minimum information: stationing and location of lateral services, wyes or tees, clock references, pipe joints, infiltration/inflow defects, cracks, leaks, offset joints, and other information required to assess condition of sewer. D. Submit a specific, detailed description of proposed bypass pumping system to include written description of plan and addressing quantity, capacity, and location of pumping equipment. Submit spill plan to address any spills that might occur. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with local agency having jurisdiction. CCTV Inspection of Sanitary Sewer Piping 02733- 1 B. Use cameras with video output capable of producing minimum of 600 lines f horizontal resolution at center; optimum imagery with minimum illumination; and meet orequirements of EIA Standard Video Signal. 1.6 QUALIFICATIONS A. Applicator: Company specializing in performing work of this Section with minimum three years documented experience. PART 2 PRODUCTS 2.1 DVD A. Audio track containing simultaneously recorded narrative commentary and evaluations of operator describing in detail condition of pipeline interior. PART 3 EXECUTION 3.1 PREPARATION A. Flush and clean pipeline interiors to remove sludge, dirt, sand, stone, grease, and other materials from pipe to ensure clear view of interior conditions. B. Intercept flushed debris at next downstream manhole by use of weir or screening device; remove and dispose of debris off site. C. Furnish materials, labor, equipment, power, and maintenance to implement a temporary bypass pumping system around work area for time required to complete TV inspection. 3.2 APPLICATION A. Closed-Circuit TV Camera System: 1. Utilize cameras specifically designed and constructed for closed-circuit sewer line inspection. Utilize camera equipment with pan and tilt capability to view each lateral connection at multiple angles. 2. Utilize camera capable of moving upstream and downstream; minimum 1,000 feet horizontal distance with one setup; direct reading cable position meter. 3.3 FIELD QUALITY CONTROL A. Pipeline Inspection: 1. Audio-video sections of sewer pipeline between manholes designated. 2. Identify and record locations of flat grades, dips, deflected joints, open joints, broken pipe, protrusions into pipeline, and points of infiltration. 3. Locate and record service connections. 4. Record locations of pipeline defects and connection horizontal distance, in feet, and direction from manholes. CCTV Inspection of Sanitary Sewer Piping 02733-2 5. Video with pipe section plugged as to view 100 percent of inside pipe diameter; use flow control methods as specified for bypass pumping system to eliminate surcharging and reduce flow. END OF SECTION CCTV Inspection of Sanitary Sewer Piping 02733-3 THIS PAGE INTENTIONALLY LEFT BLANK CCTV Inspection of Sanitary Sewer Piping 02733-4 SECTION 02740 FLEXIBLE PAVEMENT STRUCTURES PART 1 GENERAL 1.1 SUMMARY A Section includes asphaltic concrete paving for roadway patches and asphalt driveways. B Related Sections: 1. Section 02760 — Flowable Fill Material 1.2 UNIT PRICE— MEASUREMENT AND PAYMENT A. Roadway Patch (Flowable Fill 12" TK, 7' Wide and Asphalt Patch 2.0" TK) including Placement of Bituminous Tack Coat, AUD Item P-11.: 1. Basis of Measurement: Per Square Yard. 2. Basis of Payment: Shall include costs for flowable fill, graded aggregate base, bituminous tack coat, asphalt, installation, and excavation. The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. 1.3 REFERENCES A. Georgia Department of Transportation Standard Specifications— Construction of Roads and Bridges. B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 SUBMITTALS Product Data: Submit product information and mix design. 1.5 QUALITY ASSURANCE 1. Perform Work in accordance with Georgia Department of Transportation standards. 2. Mixing Plant: Conform to Georgia Department of Transportation standards. 3. Obtain materials from same source throughout. 4. Maintain one copy of each document on site. Flexible Pavement Structures 02740-1 5. Work must be coordinated in advance with the Augusta, Georgia Engineering Department. PART 2 PRODUCTS 2.1 MATERIALS A. Asphalt Cement: In accordance with Georgia Department of Transportation Standard Specifications Sections400 — Hot Mix Asphaltic Concrete Construction, or Section 402— Hot Mix Recycled Asphaltic Concrete, Section 820.01 —Asphalt Cement, and associated sections. B. Aggregate for Wearing Course Mix: In accordance with Georgia Department of Transportation Standard Specifications Sections 802.02 and 802.03. C. Fine Aggregate: In accordance with Georgia Department of Transportation Standard Specifications Sections 802.01 and 802.03. D. Mineral Filler: In accordance with Georgia Department of Transportation Standard Specifications Sections 883.01. E. Bituminous Prime Coat (as necessary): In accordance with Georgia Department of Transportation Standard Specifications Section 412— Bituminous Prime Coat. F. Bituminous Tack Coat: In accordance with Georgia Department of Transportation Standard Specifications Section 413 — Bituminous Tack Coat. 2.2 ASPHALT PAVING MIX A Use dry material to avoid foaming. Mix uniformly. B. Surface Course: 12.5mm superpave asphalt (2.0" TK) —in accordance with Georgia Department of Transportation Standard Specifications Section 400/402. 2.3 SOURCE QUALITY CONTROL AND TESTS A. Submit proposed mix design of each class of mix for review prior to beginning of Work. B. All asphalt compaction testing will be as per Georgia Department of Transportation Methods GDT 39 or GDT59. C. Frequency of Compaction Tests: Two (2)tests per cut/patch, at locations directed by Augusta Utilities Department representative. Provide compaction reports to Engineer. PART 3 EXECUTION Flexible Pavement Structures 02740-2 3.1 EXAMINATION A. Verify gradients and elevations of base are correct. 3.2 PREPARATION —TACK COAT A. Apply tack coat in accordance with Georgia Department of Transportation Standard, Section 413. B. Application rate of tack coat: 0.05 gal/sy. 3.3 PLACING ASPHALT PAVEMENT A. Install Work in accordance with Georgia Department of Transportation standards. B. Place to compacted thickness identified in construction plans. C. Compact pavement by rolling to 97% of theoretical maximum density. Do not displace or extrude pavement from position. Hand compact in areas inaccessible to rolling equipment. D. Perform rolling with consecutive passes to achieve even and smooth finish - without roller marks. E. Assuresurface.smooth transition from new pavement surface to existing pavement 3.4 TOLERANCES A. All tolerances to conform to Georgia Department of Transportation Standard Specifications Section 400 and associated sections. 3.5 PROTECTION OF FINISHED WORK A. Immediately after placement, protect pavement from mechanical injury for 24 hours or until surface temperature is less than 140 degrees F. 3.6 SCHEDULES A. Asphalt Pavement (Surface Course, 12.5mm): Install 2" thick. Refer to Augusta Utilities Department "Pavement Patch — Road Crossings"detail on plan sheet 1.4. END OF SECTION Flexible Pavement Structures 02740-3 SECTION 02750 CONCRETE CONSTRUCTION PART 1 GENERAL 1.1 SUMMARY A. Section includes concrete sidewalks, driveways and curb &gutter. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Remove and Reconstruct Concrete Drive, AUD Item P-6. 1. Basis of Measurement: Per Square Yard. 2. Basis of Payment: Shall include costs for existing driveway removal and disposal, 3000 psi concrete, delivery& placement, subgrade preparation, base material & compaction, formwork, testing, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative at no additional cost. B. Remove and Reconstruct Concrete Sidewalk, AUD Item P-5. 1. Basis of Measurement: Per Square Yard. 2. Basis of Payment: Shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, delivery & placement, subgrade preparation, base material & compaction, formwork, testing, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative at no additional cost. C. 6" x 24" Concrete Curb and Gutter Removal and Replacement, AUD Item P-9. 1. Basis of Measurement: Per Linear Foot. 2. Basis of Payment: Shall include costs for existing curb & gutter removal and disposal, concrete, placement, subgrade preparation, formwork & finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative at no additional cost. 1.3 REFERENCES A. ACI 304 (American Concrete Institute) - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. B. ASTM C33- Concrete Aggregates. C. ASTM C94- Ready Mix Concrete. D. ASTM C150 - Portland Cement E. ASTM C260 -Air-Entraining Admixtures for Concrete. F. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete. G. ASTM C494 - Chemical Admixtures for Concrete. Concrete Construction 02750- 1 H. ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. i. ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. J. Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges. K. Augusta Utility Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation Standard Specifications Section 441 and 500 and as specified on drawings. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Form Materials: As specified in Georgia Department of Transportation Standard Specifications, Section 500. 2.2 CONCRETE MATERIALS A. Concrete driveways shall be constructed as indicated on plans with materials in accordance with Section 500 of the Georgia Department of Transportation Standard Specifications. 2.3 CONCRETE MIX A. Georgia Department of Transportation Class 'A' Concrete: 3000 psi compressive strength at 28 days. B. High early strength concrete may be used, if mix design is approved in advance by Owner or Engineer. C. Curb and Gutter: Georgia Department of Transportation Class 'B' Concrete minimum. PART 3 EXECUTION 3.1 EXAMINATION A. Verify compacted subgrade is acceptable and ready to support paving and imposed loads. 'fT B. Verify gradients and elevations of base are correct. Concrete Construction 02750-2 3.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. 3.3 FORMING A. Forms shall be assembled, placed and maintained as per Georgia Department of Transportation Standard Specifications, Sections 441 and 500. 3.4 PLACING CONCRETE A. Mix and deliver concrete in accordance with Georgia Department of Transportation Standard Specifications, Sections 441 & 500. B. Place concrete in accordance with Georgia Department of Transportation Standard Specifications, Sections 441 and 500. 3.5 JOINTS A. Place joints in accordance with Georgia Department of Transportation Standard Specifications, Section 441 and 500. 3.6 FINISHING A. Concrete shall be finished in accordance with Georgia Department ofTransportation Standard Specifications, Sections 441 and 500. 3.7 PROTECTION A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. B. Do not permit pedestrian or vehicular traffic over pavement for 7 days minimum after finishing, unless high early strength concrete is used. C. Protective measures for high early strength concrete sections will be coordinated with Contractor on a case by case basis. END OF SECTION f,.�. Concrete Construction 02750-3 SECTION 02760 FLOWABLE FILL MATERIAL PART 1 GENERAL 1.1 SUMMARY A. Section includes the basic requirements for furnishing and placing flowable fill (controlled low strength material). B. Related Sections: 1. Section 02740— Flexible Pavement Structures 2. Section 02750— Concrete Construction. 1.2 REFERENCES A. Georgia Department of Transportation Standard Specifications for the Construction of Transportation Systems, 2001 Editions. B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.3 UNIT PRICE— MEASUREMENT AND PAYMENT, AUD Item M-1: 1. Basis of Measurement: Per cubic yard. 2. Basis of Payment: Shall include costs for all materials, labor, equipment, and excess materials. To be used for utility conflicts and to be approved by Augusta Utility Department representatives prior to installation. 2 PRODUCTS 2.1 MATERIALS A. All materials used in the production of flowable fill shall be in compliance with Georgia Department of Transportation Standard Specifications. B. Flowable fill to be an excavatable mix design per Georgia Department of Transportation Section 600. PART 3 EXECUTION 3.1 EXAMINATION A. Verify utility lines are installed to correct line and grade. Assure subgrade is properly compacted. Flowable Fill Material 02760- 1 3.2 PLACING CONCRETE A. Place flowable fill only as directed by Owner or Engineer. B. Discharge flowable fill directly from the truck into the area to be filled. 3.3 FINISHING A. Finish with a square shovel. 3.4 PROTECTION A. Material will self-consolidate. Flowable fill displaces any extra water not needed for maximum density. Make any provisions necessary for this "bleed water"to run-off and away from the surface of hardened fill. B. Do not subject flowable fill to freezing conditions within 30-hours of placement. END OF SECTION Flowable Fill Material 02760-2 SECTION 02822 FENCE REMOVAL AND REPLACEMENT, NEW, REPLACED IN-KIND PART 1 GENERAL 1.1 SUMMARY A. Section includes fence framework, fabric, and accessories; excavation for post bases; concrete foundation for posts as applicable, for fence and gate removal and replacement, new, in-kind 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Chain Link Fence removal and replacement, new 4-foot high, AUD Item M-6. 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include all costs associated with removal and replacement of the existing fence or gate with new materials of like quality as necessary for water main installation. B. Wooden Picket Fence, AUD Item M-6. 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Shall include all costs associated with removal and replacement of the existing fence or gate with new materials of like quality as necessary for water main installation. 1.3 REFERENCES A. ASTM A121 -Zinc-Coated (Galvanized) Steel Barbed Wire. B. ASTM A123 -Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products. C. ASTM A153-Zinc Coating (Hot-Dip) on Iron and Steel Hardware. D. ASTM A392-Zinc-Coated Steel Chain-Link Fence Fabric. E. ASTM A824- Metallic Coated Steel Marcelled Tension Wire for Use with Chain Link Fence. F. ASTM B429-Aluminum-Alloy Extruded Structural Pipe and Tube. G. ASTM C94 - Ready-mixed Concrete. H. ASTM F567- Practice for Installation of Chain-Link Fence. I. ASTM F668 - Poly (Vinyl Chloride) (PVC) Coated Steel Chain Link Fence Fabric. J. ASTM F900 - Industrial and Commercial Swing Gates. K. ASTM F934- Standard Colors for Polymer-Coated Chain Link Fence Materials. Fences and Gates 02822—1 L. ASTM F1043 - Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework. M. ASTM F1083 - Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures. N. ASTM F1184 - Industrial and Commercial Horizontal Slide Gates. O. CLFMI (Chain Link Fence Manufacturers Institute) - Product Manual. 1.4 SUBMITTALS A. Product Data: Submit data on fabric, posts, wood members, accessories, fittings and hardware. B. Samples: Submit two samples of fence fabric and posts, illustrating construction and colored finish. Provide shop drawing and materials list for wood privacy fence. C. Manufacturer's Installation Instructions: Submit installation requirements for fence and gate posts, fabrics, gates, and accessories. 1.5 QUALITY ASSURANCE A. Work to be performed by an installer with minimum 5-years experience installing like fencing of comparable size. Contractor to submit and receive approval of shop drawings prior to installation. 1.6 DELIVERY, STORAGE AND HANDLING A. Fence fabric and accessories shall be delivered to the construction site in packed cartons or firmly tied rolls. B. Each package shall be identified and shall bear the manufacturer's name. C. Store fence fabric and accessories in a secure and dry place. PART 2 PRODUCTS 2.1 PRODUCT DESCRIPTIONS A. Chain Link Fence: Shall be 4' high chain link fence (PVC coated). B. Wood Picket Fence: Shall be replaced with new materials as necessary, using materials of like quality. C. Temporary Fence: Shall be 4' high (minimum) chain-link fence per Georgia Department of Transportation Standard 9031N (no top rail). Fences and Gates 02822—2 2.2 MATERIALS AND COMPONENTS A. Chain Link Fence: To consist of: • 9 Gauge chain link fabric (PVC coated —color: gray) 0 2-1/2" schedule 40 line post O 1-5/8" schedule 40 top rail • 3" schedule 40 terminal post • 7 gauge bottom tension wire B. Fabric Wire (Steel): ASTM A392 zinc coated wire fabric and ASTM F668 PVC coated. C. Wood Picket Fence: Shall be like type and quality. D. Concrete: Class 'B' as per Georgia Department of Transportation Standard 500. E. Temporary Fence: Refer to Georgia Department of Transportation Standard 9031 N. No concrete footings required for temporary fence. 2.3 ACCESSORIES A. Caps: Galvanized pressed steel; sized to post diameter, set screw retainer. B. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings; galvanized steel. C. Gate Hardware: Center gate stop and drop rod, Mechanical keepers; three 180 degree gate hinges, non lift-off type, per leaf and hardware for padlock. D. Wood fence accessories to be designed for use with pressure treated pine. 2.4 GATES A. General 1. Gate types, opening widths and directions of operation shall be as shown on the Drawings. 2. Refer to Georgia Department of Transportation Standard Specifications Section 643. 3. Gates shall be designed for operation by one person. PART 3 EXECUTION 3.1 INSTALLATION A. Install chain-link framework, fabric, accessories and gates in accordance with ASTM F567. 3.2 SCHEDULE A. Contractor shall coordinate construction activities with removal, resetting or replacement of all fences. Fences and Gates 02822—3 /'-'`e E. Contractor shall provide temporary fencing as necessary for protection of pets, property, etc. No section of property, easement, etc. shall be left without secure fencing overnight. No separate payment. END OF SECTION • Fences and Gates 02822—4 SECTION 02924 GRASSING AND MULCHING PART 1 GENERAL 1.1 SUMMARY A. Section includes preparation of subsoil; hydroseeding; mulching; fertilizer; and maintenance. B. Related Sections: 1. Section 02311 - Grading. 2. Section 02324—Trenching. 1.2 UNIT PRICE— MEASUREMENT AND PAYMENT A. Temporary Grassing, AUD Item LS-5: 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes all temporary grassing, mulching, soil preparation, maintenance, etc. required to establish temporary vegetation in accordance with plans and Georgia Department of Transportation Standard Specifications Sections 163 & 700. B. Permanent Grassing (Seed), AUD Item LS-5: 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes all permanent grassing, mulching, soil preparation, maintenance, etc. required to establish permanent vegetation in accordance with plans and Georgia Department of Transportation Standard Specifications Sections 163 & 700. 1.3 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.4 MAINTENANCE SERVICE A. Maintain seeded areas immediately after placement until grass is well established and exhibits vigorous growing condition. Refer to the manual for Erosion & Sediment Control in Georgia. B. Maintain mulched area as to assure all disturbed areas are completely covered with mulch. C. Contractor is responsible for ensuring adequate watering for vegetation growth and maintenance if weather conditions do not provide sufficient rainfall. Grassing&Mulching 02924- 1 D. Contractor is responsible for replacing all mulched and seeded areas if disturbed by erosion, on-going construction, etc. until permanent vegetation is established per the Manual for Erosion and Sediment Control in Georgia and as specified in Article 3.5 Schedule. 1.5 REFERENCES A. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. B. Georgia Department of Transportation Standards and Specifications, 2001 edition. C. Manual of Erosion and Sediment Control in Georgia, latest edition. 1.6 SUBMITTALS A. Prior to seeding, the contractor shall submit a proposed permanent grassing plan including species, water and fertilization schedules, and planting rates. PART 2 PRODUCTS 2.1 TEMPORARY SEED MIXTURE A. Seed Mixture: 1 See seed mixture shown on Soil Erosion Control Detail sheet. 2.2 ACCESSORIES A. Lime: As noted in Manual for Erosion and Sediment Control in Georgia, latest edition. B. Fertilizer: Recommended for grass; of proportion necessary to eliminate any deficiencies of topsoil to the following proportions: Nitrogen 10 percent, phosphoric acid 10 percent, soluble potash 20 percent. C. Water: Clean, fresh and free of substances or matter capable of inhibiting vigorous growth of grass. 2.3 SOIL MATERIALS A. Topsoil meeting Georgia Department of Transportation Standards and Specifications, Section 814 and 893. Topsoil striped on-site may be stockpiled for re-use as approved by Augusta Utilities Department representative. Grassing&Mulching 02924-2 PART 3 EXECUTION 3.1 EXAMINATION A. Verify prepared soil base is ready to receive the Work of this section. 3.2 PREPARATION OF SUBSOIL A. Prepare sub-soil to eliminate uneven areas and low spots. Maintain lines, levels, profiles and contours. Make changes in grade gradual. Blend slopes into level areas. B. Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated sub-soil. C. Scarify subsoil to depth of 3 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted sub-soil. 3.3 HYDROSEEDING A. Hydroseeding is an acceptable method of grassing/mulching. Georgia Department of Transportation Standard Specification Section 700.3.05.F will govern hydroseed applications. B. Apply fertilizer, mulch and seeded slurry with hydraulic seeder at specified rate within one hour after being combined in hydroseeder. C. After application, apply water with fine spray immediately after each area has been hydroseeded. Saturate to 4 inches of soil and maintain moisture levels two to four inches. D. For areas inaccessible to hydroseed apparatus, contractor to refer to Georgia Department of Transportation Standards and Specifications, Section 700 for seeding applications. 3.4 MULCHING A. Apply mulch per Georgia Department of Transportation Standard Section 163. Mulch shall meet requirements set forth in Georgia Department of Transportation Standard Specifications, Section 893 for Grassing and Erosion Control. 3.5 SCHEDULE A. Grassing: All disturbed areas are to be grassed. Permanent grassing will be accepted when "final stablization" is achieved as defined in the Georgia EPD NPDES Regulations; "100% of soil surface is uniformly covered in permanent vegetation with a density of 70% or greater..." B. Temporary Mulching: Mulch shall be applied to all disturbed areas to a thickness of 3 inches. Mulch shall be maintained until permanent grassing is established. Grassing&Mulching 02924-3 END OF SECTION Grassing&Mulching 02924-4 0 ' OR G I A AUGUSTA UTILITIES DEPARTMENT MEASUREMENT AND PAYMENT WATER MAIN ITEMS W-1(A-Z)-All piping line items shall be measured in linear feet and shall include costs for piping and installation,locating wire,locating tape,normal joints and gaskets, trench excavation,trench protection,dewatering,bedding material,asphalt cutting,normal backfill,pressure and leakage testing,pipe sterilization,bacteriological testing,and flushing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-2(A-Z)-All piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire,locating tape,restrained joints and gaskets, trench excavation,trench protection, dewatering,bedding material,asphalt cutting,normal backfill,pressure and leakage testing,pipe sterilization,bacteriological testing,and flushing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-3(A-Z) -Jack and bore line items shall be measured in linear feet and shall include costs for casing piping,field lok gasket carrier piping,and installation. Shall also include costs for bore pit excavation,trench protection, dewatering,bedding material,asphalt cutting, end seals,casing spacers,normal backfill,pressure and leakage testing,pipe sterilization,bacteriological testing,and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT 2017 1 OF 11 ITEM W-4(A-Z) - MisceIlaneous pipe fittings shall be measured individually (each)and include costs for the complete fitting and installation including of ra and mechanical joint restraint, regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings unless otherwise specified on the plans or contract documents. All mechanical joint fittings shall be installed using approved restraining glands,no separate payment will be made for these restraining glands. Approved adapters shall be used where necessary to provide a transition between pipes and/or fittings of differing outside diameters. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Thrust blocking shall only be utilized, in addition to restraining glands,if specified on plans,when tying-into existing non-restrained pipe, or when approved by AUD Construction Inspector,and will be paid for under pay M- 2. ITEM W-5-Fire hydrants shall be measured individually(each) and shall include costs for hydrants,fire hydrant riser,restrained ductile iron lead pipe,polywrap,valve,valve box, fittings associated with connecting to water main,connection to water main,stone drain bed, soil surface preparation excavation,asphalt/concrete cutting,installation,normal backfill,and testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-6(A-Z) -All vertical gate valve line items shall be measured individually(each)and shall include costs for full body ductile iron valves,polywrap,hand wheel where specified,valve boxes/vaults,manholes,concrete collar, excavation,dewatering, asphalt/concrete cutting,all associated fittings,installation,normal backfill,and testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-7(A-Z)-All horizontal gate valve line items shall be measured individually (each) and shall include costs for full body ductile iron valves,polywrap,hand wheel where specified,valve boxes/vaults,manholes, concrete collar,excavation,dewatering, asphalt/concrete cutting,all associated fittings,installation,normal backfill,and testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-8 (A-Z)-All butterfly valve line items shall be measured individually(each)and shall include costs for full body ductile iron valves,polywrap hand wheel where specified, valve boxes/vaults,manholes,concrete collar,excavation, dewatering, asphalt/concrete cutting,all associated fittings,installation,normal backfill,and testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 20F11 ITEMS W-9 (A-Z) -All combination air valve, dual air valve, and air and vacuum valve line items shall be measured individually (each) and shall include costs for the specified air valve, brass fittings, copper tubing,PVC fittings,PVC schedule 80 pipe,painted air release pipe with cap,bollards,pipeline marker,manhole,concrete collar,excavation,dewatering, asphalt/concrete cutting,installation,normal backfill, and testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-10-Tapping sleeve and valves shall be measured individually (each) and shall include costs for tapping sleeve,tapping valve,associated hardware,polywrap,valve boxes, concrete collar, temporary plugging/draining of pipeline,excavation,dewatering, asphalt/concrete cutting,installation,normal backfill,and testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-11 - Check valves, Actuator valves, and Pressure Reducing Valves shall be measured individually (each) and shall include costs for valves,valve boxes/vaults, manholes,concrete collars,excavation, dewatering,asphalt/concrete cutting, all associated pipe and fittings,installation,normal backfill,and testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-12-All cut-in gate valves shall be measured individually(each) and shall include costs for full body ductile iron valves,valve boxes/vaults,concrete collar,manholes, excavation,dewatering,asphalt/concrete cutting,all associated fittings,installation,normal backfill,and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-13 (A-Z) - Long side water service connections shall be measured individually (each) and shall include costs for piping,all associated fittings, water meter connection, relocating water meter if necessary, dewatering,asphalt/concrete cutting(including service markings),installation: open cut and/or by torpedo,normal backfill,grassing,and property restoration. This line item shall include the cost of reconnection of any existing services,if required. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-14 (A-Z) -Short side water service connections shall be measured individually (each) and shall include costs for piping,all associated fittings,water meter connection, relocating water meter if necessary, dewatering,asphalt/concrete cutting(including service markings),installation: open cut and/or by torpedo,normal backfill,grassing, and property restoration. This line item shall include the cost of reconnection of any existing services,if required. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 3 OF 11 ITEM W-15-PoIyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in thickness.No additional payment shall be made for these items. ITEM W-16-Tie-ins to existing lines shall be measured individually (each) and shall include costs for cutting,removal of any needed existing pipe, dead-man thrust restraint with mass weight blocking to the existing line, and abandoning the existing line. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-17-Miscellaneous concrete shall be measured in cubic yards and shall include costs for 3,000 psi concrete, form work,installation, excavation, dewatering,soil stabilization,pipe stabilisation,asphalt cutting,and normal backfill.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-18-Abandon valve shall be measured individually (each) and shall include costs for closing valve,removing valve riser, removing valve collar, removing valve lid,filling with flowable fill or dirt, situational specific. No additional payment shall be made for these items. ITEM W-19-Adjust valve box to grade shall be measured individually (each) and shall include costs for adjusting the height of the riser and the lid,remove and replacing the concrete collar. No additional payment shall be made for these items. ITEM W-20-Adjust water meter to grade shall be measured individually (each) and should only include costs for fill dirt,dirt removal,grassing,and property restoration. No additional pay item shall be made for this item. SANITARY SEWER ITEMS S-1 (A-Z) -All gravity sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation,locating wire,locating tape,trench excavation,trench protection,dewatering,57 stone, asphalt cutting,normal joints and gaskets,normal backfill,infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-2(A-Z)-All force main sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation,locating wire,locating tape,trench excavation,trench protection, dewatering,bedding material,asphalt cutting,normal joints and gaskets,normal backfill,pressure testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 4 OF 11 (Th ITEMS S-3 (A-Z)-All force main sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation,locating wire, trench excavation, trench protection, dewatering,bedding material, asphalt cutting,restrained joints and gaskets, welded,fused,normal backfill,air testing. Ductile Iron Pipe shall be Ceramic Epoxy Lined. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-4(A-Z)-Jack and bore line items shall be measured in linear feet and shall include costs for casing piping,field lok gasket carrier piping,and installation. Shall also include costs for bore pit excavation,trench protection,dewatering, asphalt cutting, end seals, casing spacers,normal backfill,infiltration and exfiltration testing,and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-5-Miscellaneous pipe fittings shall be measured individually (each) and include costs for all sewer fittings and installation including polywrap and mechanical joint restraint,regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings and/or Flanged Fitting unless otherwise specified on the plans or contract documents. All mechanical joint fittings shall be installed using approved restraining glands,no separate payment will be made for these restraining glands. Approved adapters shall be used where necessary to provide a transition between pipes and/or fittings of differing outside diameters. Ductile Iron Pipe shall be Ceramic Epoxy Lined. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Thrust blocking shall only be utilised,in addition to restraining glands,if specified on plans,when tying-into existing non-restrained pipe,or when approved by AUD Construction Inspector,and will be paid for under pay Item M-2. ITEMS S-6(A-Z)-Pre-cast manholes shall be measured individually (each) and shall include costs for manholes,ring and cover as specified on the plans,risers,concrete collar, excavation,57 stone,dewatering, asphalt cutting,collars and boots,grouting and/or other connections,installation,normal backfill,and vacuum testing. Manhole vacuum testing shall include all costs for testing equipment,testing labor,mobilization,demobilization,and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-7(A-Z)-Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, dewatering, and backfill as specified by type and class. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 5 OF 11 ITEMS S-8(A-Z)-Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation. No additional payment shall be made for these items. ITEMS S-9(A-Z)-Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S-10-Outside drop piping shall be measured individually (each) and shall include the costs for all piping,fittings,joint restraints,brick dam, and 57 stone. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-11 - Dog house/connector manholes shall be measured individually (each) and shall include the costs for excavation,57 stone,dewatering,asphalt cutting,pipe cutting and removal,collars and boots,grouting and/or other connections,installation,normal backfill, and vacuum testing as specified. The costs for the manhole,ring and cover as specified on the plans,risers,and concrete collar shall-be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole Iine item Manhole vacuum testing shall include all costs for testing equipment,testing labor, mobih7ation, demobilization,and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-12-Sanitary sewer manhole tie-ins shall be measured individually (each) and shall include costs for cutting/coring of existing manholes,collars,rubber boots, any required gaskets,concrete collar,excavation, dewatering,soil stabilization,asphalt cutting,and normal backfill. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-13A-Sanitary sewer service long side connections shall be measured individually (each) and shall include costs for 6-inch PVC piping,concrete collar or precast concrete valve ring, PVC twist-off plug,mainline wye,6"wye,cleanout,plug,excavation, dewatering,asphalt/concrete cutting(including service markings),installation,normal backfill,and property restoration. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 6 OF 11 ('> ITEM S-13B-Sanitary sewer service short side connections shall be measured individually (each) and shall include costs for 6-inch PVC piping,concrete collar or precast concrete valve ring,PVC twist-off plug,mainline wye, 6" wye, cleanout, plug, excavation, dewatering, asphalt/concrete cutting (including service markings),installation,normal backfill,and property restoration. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-14-Concrete pipe encasement shall be measured in cubic yards and shall include costs for concrete,reinforcing steel when specified or detailed,form work,installation, excavation, dewatering,soil stabilization,pipe stabilization, asphalt cutting,and normal backfill. No additional payment shall be made for these items. ITEM S-15- Water main crossings shall be measured individually (each) and shall include costs for pipe cutting, excavation,ductile iron water piping,connection sleeves,normal backfill,and property restoration. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-16- Polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in thickness.No additional payment shall be made for these items. ITEM S-17-Cut and plug sewers shall be measured as lump sum and shall include costs for cutting of existing pipelines,plugging of existing pipelines with a restraint cap,excavation, dewatering, asphalt/concrete cutting,and normal backfill. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-18-Abandon manhole shall be measured individually(each) and shall include costs for removing the cone,filling the trough with flowable fill,and filling the remainder of the manhole with select fill or flowable fill,situation specific. No additional payment shall be made for these items. ITEM S-19-Adjust manhole to grade shall be measured individually(each) and shall include costs for adjusting the height of the riser,manhole ring and cover,remove and replacing the concrete collar. No additional payment shall be made for these items. ITEM S-20-Miscellaneous concrete shall be measured in cubic yards and shall include costs for 3,000 psi concrete,form work,installation,excavation, dewatering, soil stabilization,pipe stabilization, asphalt cutting,and normal backfill. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 7 OF 11 /Th PAVEMENT STRUCTURES ITEM P-1 -Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials,tack coat, and installation, temporary striping and permanent striping (replaced in kind),and markers (both temporary and permanent). AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-2-Aggregate base (101/2' thick) and asphalt patch (21/2" thick)shall be measured in square yards and shall include costs for existing pavement removal and disposal,all aggregates (regardless of type),21/2" graded aggregate base removal and disposal, bituminous tack coat,asphalt,installation,excavation,striping(both temporary and permanent),and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7)feet for payment purposes. AUD will coordinate materials testing,and be responsible for the cost of all passing-tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-3 -Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt(regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-4-Milling shall be measured in square yards and shall include all materials,labor, equipment,and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P-5-Concrete sidewalk shall be measured in square yards and shall include costs for existing sidewalk removal and disposal,3000 psi concrete,installation,site preparation, formwork,and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS P-6-Concrete driveways shall be measured in square yards and shall include costs for existing driveways removal and disposal,3000 psi concrete,installation,site preparation, formwork,and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 8 OF 11 (Th . ITEM P-7 e Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal,asphalt,tack coat,installation,site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-8-Curb and/or gutter placement shall be measured in linear feet and shall include costs for concrete,installation, site preparation,formwork,and finishing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-9-Curb and/or gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and/or gutter, concrete,installation,site preparation,formwork, and finishing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-10-Raised edge asphalt curb removal/replacement shall be measured in square yards and shall include costs for removal and disposal of existing asphalt curb, site preparation,tack coat,asphalt,and installation. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-11-Concrete Cap (8" thick) and asphalt patch(2" thick)shall be measured in square yards and shall include costs for select backfill,bituminous tack coat,asphalt, installation,excavation,striping(both temporary and permanent),and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of 4'plus the outside diameter of the utility for payment purposes. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-12-Residential Road Restoration(reference asphalt paving detail) shall be measured in square yards and shall include costs for select backfill,bituminous tack coat, asphalt,installation,excavation,striping(both temporary and permanent),and markers (both temporary and permanent). The square yardage calculation shall be based upon the limits of area shown for payment purposes. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 9 OF 11 MISCELLANEOUS ITEM M-1 -Flowable fill shall be measured in cubic yards and shall include costs for all materials,labor,equipment,and excess materials. No additional payment shall be made for these items. ITEM M-2-3000 psi concrete shall be measured in cubic yards and shall include costs for excavation,labor,equipment,formwork,and concrete material placement. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM M-3-Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment,and material removal and disposal. No additional payment shall be made for these items. ITEM M-4-Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation,stockpiling,removal and disposal charges. The volume of material included shall be the actual measured"in-place" volume. The maximum trench width used to calculate the volume will be 7 feet. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM M-5-Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal,stockpiling, disposal and any required permitting. No additional payment shall be made for these items. ITEM M-6 (A-Z) -Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for water line installation. No additional payment shall be made for these items. ITEM M-7-Fiber Optic Cable shall be measured in linear feet and shall include costs for conduit and installation,locating tape,trench excavation,trench protection, dewatering, asphalt cutting,and normal backfill. No additional payment shall be made for these items. LUMP SUM CONSTRUCTION ITEM LS-1-Mobilization,Demobilization includes,but is not limited to,performance of preparatory work and operations for the assembling and setting up necessary for work on the Project,such as shops,plants,storage areas,sanitary facilities,moving in of personnel and equipment,incidentals to the Project,and any other facilities,as required by the Specifications and special requirements of the Contract Documents,as well as by Laws and Regulations in effect at the Site. Partial payments will be made with 50 percent payable with the first pay application and the remaining 50 percent payable with the final pay application. No separate or additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 10 OF 11 ITEM LS-2- Bonds,Insurance includes all costs associated with obtaining any bonds or insurance required to perform the work in accordance with the plans and specifications and as required by local and state law. Partial Payments shall be made base on the percentage complete on the current pay application excluding payments made for mobilization (LS-1), bonds,insurance (LS-2),and temporary erosion and sediment control (LS-3). No separate or additional payment shall be made for these items. ITEM LS-3- Temporaiy Erosion and Sediment Control includes, but is not limited to, the installation,maintenance, and removal of all temporary erosion and sediment control measures as required by the engineer,local and state law,and in accordance with plans and specifications during construction to ensure no sediment leaves the construction site until a time at which final stabilisation is approved by the local issuing authority and/or the state. Partial Payments shall be made base on the percentage complete on the current pay application excluding payments made for mobilization(LS-1),bonds, insurance (LS-2),and temporary erosion and sediment control (LS-3). No separate or additional payment shall be made for these items. ITEM LS-4-Traffic Control includes,but is not limited to,all flaggers,labor,materials, equipment,and all other items necessary and incidental to completion of the work as required by all local and state laws and permits and in accordance with plans and specifications.Progress payments will be made based upon the percentage of estimated total time that traffic control will be required unless otherwise specified. No separate or additional payment shall be made for these items. ITEM LS-5-Permanent Grassing includes,but is not limited to, all labor,materials and maintenance required to establish permanent grassing on all disturbed areas in accordance with plans and specifications. Payment will not be made for this item until such a time that the Notice of Termination (NOT)has been filed and the grass is established to the satisfaction of the local issuing authority and/or the state.No separate or additional payment shall be made for these items. ITEM LS-6- As-built Survey includes all labor required to prepare an As-built Survey Drawing. The As- built Survey Drawing will be produced using Georgia State Plane Coordinates (GSPC) (NAD83,NAVD88)in accordance with the latest Georgia Minimum Technical Standards and to the satisfaction of the Engineer. Each Structure on the drawing shall have the Plans Structure Identification number,the corresponding GSPC,the top elevation of the structure, and the type of structure (ex. Water Valve, Fire Hydrant,or Manhole). Sewer.Manholes shall include rim and all invert elevations, diameter of the Manhole,and arty other information needed by AUD. Sewer Lines shall include invert elevations, size,material,slope,and length. Water Lines and Sewer Force Mains shall include size,material,Iength,and depth of the line. The As-built Survey shall be performed and sealed by a Georgia Licensed Surveyor. No Partial Payment will be made. Full Payment will only be made after a Sealed As-built Survey drawing,in PDF format and an AutoCAD version,is complete,received, and approved by AUD. No separate or additional payment shall be made for these items LS-7 AIlowance to be used only at the approval of the Owner. AUD MEASUREMENT&PAYMENT REVISED 2017 11 OF 11