Loading...
HomeMy WebLinkAboutL-J INC 1200 BLOCK OF BROAD STREET SANITARY SEWER AND STORM DRAIN SEPARATION PROJECT Ja dr5of 1 CONTRACTTDOCUMENTS AND SPECIFICATIONS FOR 1 • 1200 BLOCK OF BROAD STREET SANITARY SEWER AND STORM DRAIN SEPARATION PROJECT Augusta, Georgia The Honorable Deke S. Copenhaver, Mayor 1 Commissioners: Matt Aitken 1 Corey Johnson Joe Bowles Alvin Mason Bill Lockett Joe Jackson 1 Jerry Brigham Jimmy Smith J.R. Hatney Don A. Grantham Tom Wiedmeier, P.E. Director, Augusta Utilities Department I Augusta Utilities Department 360 Bay Street Suite 180 1 Augusta, GA 30901 MARCH 2010 1 1 1 1 1 g,u G E R G .; I A el eve O .0 Faxed /Mailed ' TO: All Bidders Phyllis Mills, Quality Assurance Analyst Tom Weidmeiie�r, Augusta Utilities Department FROM: Geri Sams A"'' Procurement Director DATE: July 16, 2010 SUBJ: Clarification of Bid Specifications BID ITEM: 10 -140 Broad Street Sanitary Sewer Install for Augusta Utilities Department DUE DATE: Wednesday, July 28, 2010 at 3:00. P.M. ADDENDUM NO.1 Bidders are hereby noted that this Addendum shall be attached to and made part of the above referenced Bid Package. Procurement Forms will be sent certified mail. 1 After the mandatory pre -bid meeting held on July 9, 2010, the following items were clarified: 1. Asphalt Patch detail is included in Section D — AUD Standard Details 2. No trenches shall be Left open during non - working hours. Contractor shall ensure all areas are safe for pedestrian access. 3. Prices for Curb & Gutter shall be included in line item W -16 and S -30 of the Bid Schedule. No separate line item will be included for payment. t 4. Costs for temporary and permanent striping are to be included in the price for Item P -1 on the Bid Schedule as referenced in the Sanitary Sewer Measurement and Payment Section. 5. Square yardage calculation shall be based on a standard width of seven (7) feet for payment purposes. 6. Reference the Sanitary Sewer Measurement and Payment section for installing Storm Sewer. The following items were revised in the Contract Documents and Specifications: 1 Section P — Proposal: A revised Bid Schedule is attached. Section SC — Special Conditions: SC -28, Augusta Engineering Department Storm Sewer System Standards and Specifications and General Conditions, GC -26 Payment For Pipe Culvert Installation, Number 1, Delete the following text "and replacing the pavement as specified in accordance with GDOT Standard 1401." SC -28, Augusta Engineering Department Storm Sewer System Standards and Specifications and General Conditions, GC -27 Pipe Culverts, Delete the third paragraph. 1 SC -28, Augusta Engineering Department Storm Sewer System Standards and Specifications and General Conditions, GC -29 Relocated Water Meters, Delete Section. Please acknowledge addendum in your submittal END ADDENDUM 1 Room 605 - 530 Green Street, Augusta Georgia 30911 (706) 821 -2422 - Fax (706) 821 -2811 Addendum 1 Bid Item #10 - 140 www.augustaga.gov Register at www.demandcrar cnm / cnnnt;Pr f r.r a„+.,,,,n+;. 1 1 1 GE G I A 1 Attachment B Listed below is a consolidated listing of the Statement of Non - Discrimination, Non- Collusion Affidavit of Prime Bidder /Offeror, Conflict of Interest and Contractor Affidavit and Agreement. Please complete, date, notarize and return pages 1-3 of Attachment B with your submittal. Statement of Non - Discrimination The undersigned understands that it is the policy of Augusta- Richmond County to promote full and equal business opportunity for all persons doing business with Augusta- Richmond County. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ' ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta- Richmond County. The ' undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor /supplier utilization. ' The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta- Richmond County's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding /contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of 1 understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non- discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non- discrimination as made and set forth herein shall be and are hereby ' deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling the City of Augusta to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future 1 contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. 1 1 ' Bid 10 -140 Broad Street Sanitary Sewer Install Project Page 7 of 14 Attachment B - Page 2 of 3 Non- Collusion of Prime Bidder /Offeror By submission of a bid, 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. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and ' fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. ' Conflict of Interest By submission of a bid, 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 ITB, and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub - consultant(s) has any interest that would conflict in any manner or degree with the performance related to this ITB. ' By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: t (a) The prices in the bid 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 bid 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 bid for the purpose of restricting competition. For any breach or I 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 full amount of such fee, commission, percentage, gift, payment or consideration. 1 1 Bid 10 -140 Broad Street Sanitary Sewer Install Project ' Page 8 of 14 1 1 Attachment B - Page 3 of 3 Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13- 10 -91, 1 stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States 1 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 0.C.G.A 13- 10 -91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A 13 -10 -91 on the Subcontractor Affidavit provided in Rule 300- 10- 01 -.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform ' such service. Georgia Law requires your company to have an E- Verify*User Identification Number on or after July 1, 2009. ' For additional information visit the State of Georgia website: https: / /e- verifv.uscis.00v /enroll/ and /or http: / /www.dol.state.ga.us /pdf /rules /300 10 1.pdf 2.30E341 ' E- Verify • User Identification Number The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta Richmond County Board of Commissions specifications which 1 govern this process. In addition, the undersigned agrees to submit all required forms 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. r - 1, Compa5y ame xz e 1 BY: Authorized Officer or Agent (Contractor Signature) VICE 1 ti?ekrr Title of Authorized Officer or Agent of Contractor �IGNAQ , Go00w1, 1 Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE Zd DAY OF 3t tyV , 20 IQ n 1 11 Cii . ((2&u, NOTARY SEAL Notary Public My Commission Expires: 311 2..Q1 4 Please complete, date, notarize and return pages 1 -3 of Attachment B with your submittal 1 Rev. 11/13/09 1 Bid 10 -140 Broad Street Sanitary Sewer Install Project 1 Page 9 of 14 1 G E O R G I A 1 STATE OF GEORGIA - COUNTY OF RICHMOND BID /RFP /RFQ# I0 - 140 SUBCONTRACTOR AFFIDAVIT 1 By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of ' services under a contract with l -�, INC. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the ' United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10 -91. ' MEW 4148 E - Verify * User Identification Number ' 110141 8N at∎I fjttcc -n oel l e7otiA165, &IC. Co pany Na l " 140 : A`Gtized Officer or Agent (Contractor Signature) 111 Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an �� L N t✓ NDE1ZSn nt E- Verify*User Identification Number on or after July 1, 2009. ' Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE For additional information: State of Georgia http: / /www.dol.state.oa.us /pdf /rules /300 10 1.pdf DAY OF ALAI 2010 https: / /e- verifvuscis.ctov /enroll/ Notary Pu•lic t My Commission Expires: 1 15120 l 4 NOTARY SEAL ' If there are no subcontracting opportunities the form must be executed (write N/A, sign, date anti notaxtz). Note: The successful vendor will submit the above form to the Procurement Department no ! Lor Man five ' (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote Me date forms are to be received) REV. 12/30/09 1 Bid 10 -140 Broad Street Sanitary Sewer Install Project t Page 10 of 14 1 1 G E O R G I A 1 In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON- COLLUSION AFFIDAVIT OF SUBCONTRACTOR ' r; understanding, I, N esl� L. NENDt%�.S certify that this bid or proposal is made without prior unde tan d g, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. 1 understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to ' sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e), 1402t -oa co os -truer o,4 f A65bC,tAle.5 11ac. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further ' states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer o f 1-1o12. 400 C ow ItO LC1I o,..) is bona fide, and that no one has gone ' to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to a other bidder, that the material shall be at a higher price. . 1 ign ture of Authorized Company Representative 1.ISN R I NtSNIP> osoNi P(1,651:96 K'C Title Sworn to and subscribed before me this 2e day of �GIL y , 20 10 Notary Signat r e Notary Public: 5 /hGtiy G. t y , Print Name) 1 County: (ZI( t4 LA r'3 SG Commission Expires: 315 2-014- NOTARY SEAL If there are no subcontracting opportunities the form must be executed (write N /A, sign, date and notarize). Note: The successful vendor will submit the above form 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,) REV. 12/30/09 Bid 10 -140 Broad Street Sanitary Sewer Install Project ' Page 11 of 14 RUG -13 -2010 15:20 ARC PURCHASING P.03/06 • 1 1 1 G f O x G I. A STATE OF GEORGIA COUNTY OF RICHMOND BID}RFP/RF 1 Q 1 SUBCONTRACTOR AFFIDAVIT 1 By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A.13 -10.91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with - , on behalf of Augusta Richmond County 1 Board of Commissioners has registered with and is participating in a federal work authorization program* fany of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by. the • United States Department of Homeland Security to verify information of newly hired employees, pursuant to the immigration Reform and Control Act of 1986 (RCA), P.L. 99 -8O31, in accordance with the apphmbility provisions and deadlines established in 0. C. G. A 13- 10-91. i-k N 474$ 1 E Verify * User In lumber e ; z00% Cons+ett.Cfidn Q. Aisottaks fnt. Y• -• Officer or Agent (Contractor Signature) — Pre t Title of Authorized Officer or Agent of Contractor Georgia Law require your company to have an k en ✓ y L. Weft c4e(4 o,r B�vkli 'U:rer Identification Number an or stwc Juyn 1 Printed Name of Authorized Officer or Agent i ' ' SUBSCRIBED AND SWORN BEFORE ME ON THIS THE For sai tionai information' State of Georgia hadh aws w istway maz sgefigua 4. C 0 . Y OF � � za, httos:�� .e ss.9 n om ? , �•--- 1 Notary Public My Commission Expires: 7 / �•■•■ //6 _ NOTARY SERE. If there are no subcontracting opportunities the form must be executed (write NIA, sign, date and notarize). 1 Note: Thesuccessfut venclorwiff submit the above Fenn to the Procurement Dep tt eent no lesterthatt five (S) days altar receiving the "Lotter ofRecommendaBon" ({vendor's fetter wilt the del* forms are to be Rev.1 1MO MO Item #10 -140 Broad Stet SatidorySeerer fn i Pacts 2 at 5 1 1 AUG-13-2010 15.20 ARC PURCHASING P.@4/06 • G 'd R G t A In accordance with the Laws of Georgia, the fotie n+ing affidavit Is required by ali vendors NON- COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, 4eAt L . (4e4dier4 cin certify that this bid or proposal is made without prior understanding, I agreement or connection with any corporation, firm or person submitting a bid for the same wtxk, labor or swiftest* be done or the supper, materials or equipment to be furnished and Is in ail respects fair and without collusion or fraud. t understand collusive bidder is s_violation of state and federal law and can result in fares, prison senterces ' and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that t am authored to sign this bid cr proposal for the bidder; Affent further states that pursuant td C G.4. §ectiqn 3841-21 (d) and (e), Non; zsA Coyly - i w: ,04 a. lttsuCta Inc- has riot, by itself or with others, directly or indirectly, ' prevented or attempted to prevent competition in sJch bidding or proposals byany means v4hatsoever.Afffantfurther states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project byany means whatever, nor has Ate caused or induced another tC withdraw a bid or offer for the work. Affrant further states that the said offer r of 7 23 e 471(7• ! is bona fide. and that no one has gage ' to any supplier and attempted to get such person or company to furnish the materials to the bidder on or If furnished to any r bidder, that the materiel shaft be at a higher price. 7 . re of Authorized Company tepresetive il e ciev k Title Swami. . }..: are this day of 20 N • > Signature 1 Notary Public: . 40041,0„) {Print Name} County: tC/(t..Mml} ' Commission Expires: p b i L 4Z /G _ NOTARY SEAL K thane are no subcontracting opportunities the form must be executed (write NIA, stn. dato. and notarise Note: The successful vendor submitdre above form to the Procur nrant enspertment no.letertbenfve ' (5) days after receiving the "Letter of Recommendation" (Vendor's /earn w!g denote the date AMPS are to be received) Rev. 1/06/10 Bid Item #10 -110 Brand Street SanrtarySawer Install ' Page 9of5 AUG-13 -2010 15 :20 ARC PURCHASING P.05/06 AB 5 is a 0.. v, i g IC\ f es 01 A flE p a d 0. ,� • - ' 3 i 4 - f _- A Z N +ra L 14 s o Ji m ' Q — v two p t. in -b- (N i i ;c1 a a ..'›- g 1 w a � e 0 =g .6-/III: _� r °w , �N Z 111 z''' s a a x A A O a to `$ M 0� ..a!va n n s c • {j 1�G 1tl `` L p r a Z J , P i i I Ii • 1 lila 1 m co z ig , 1 RUG -13 -2010 15:20 ARC PURCHASING P. 06/06 ta r, ill i IQ 1... i t V SA 1 z , Ili = a 0 .5 c .0 e I i ' � ..� a Ills i 1 8 13 • a I 1 a . k� Era a E a� • .. . miu 0 u, i i i • $ a aC z a a !g I S gJ d Q D. 2 gm ° gi g : 1 AO 2 C' V I a ge W :m E t 0 1 a „ Z cn a fi '4 N. "o a a u ■ 3 c O I sU � \ w 't I t I ....-..:._ r I v S a s c w 0, CO Z o . 1 • TOTAL P.06 I k 1 SECTION IB ' INSTRUCTIONS TO BIDDERS IB -01 GENERAL 1 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. 1 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 EXANIINATION 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 should be in writing addressed to the Geri A. Sams, Director of Purchasing; Purchasing Department; Room 605; 530 Greene Street; Augusta, GA 30911 and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, 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. 1 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 1 1B -1 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 1 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 good proposals are asked for in ood faith, and awards will be made as soon as practicable, p 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. 1 1 1 1 1 1 1 1 1 1 IB -3 1 II 1 SECTION P 1 I PROPOSAL III Date: 1141 S Zo I O I yZ, Gentlemen: 1 In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, 1 equipment and materials, and to perform all work for the project referred to herein as: IN 1200 BLOCK OF BROAD STREET SANITARY SEWER 1 AND STORM DRAIN SEPARATION PROJECT III In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule 1 attached hereto and totaling: --Ei d StAt-e"/ i g II 0 ndre a�, Thtr4- i f I c) Sand WI I, 141441# d -, , , •, , 1 And -4 /100 Dollars Dr yl t 235, 957. II I 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 II required by the contract documents. I The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten LIM calendar days after the date of written notice to proceed, and that he will complete the work within Sixty (60) 1 calendar days after the date of such notice. 1 The undersigned acknowledges receipt of the following addenda: II Addendum No. Addendum Date 1 l /Ilk,' 10 _ 1 II Enclosed is a bid guarantee consisting of A el Q OP) q_V in the I Amount of ________ T PStLetrii- of 7bIAL 131T) - u Res ectfll Submitted, Respectfully - -_. L. T, trJC. Firm 120 Sto,420.itne Da.,51E- 40S II 1 By: Ad. Pt w i OA boa � W 1 7T1LE: P1144.1 000 • 1 P -1 III 1 II 0 7:2 ' 4 903929" 1_ - INC 01f03, 0811712010 ._,, .Lc Fit�c PURCH S ma P.01 1 0112-1-17--, g . ., III G ti ?- 0 A 1 August 13, 2010 P (803) 929 -7625 I I.3, Inc At Heavy Headsmen 220 Steneridge Dr, Suite 405 I Cohuubia, SC 29210 Ref Bid Item #10 -140 Brad Street Seaitmy Sewer mil For the City of Augusta - Utflitiet Department 1 Dear Mr. He sdeison, Mundt you o r oou submiva i m response to bid item #10-140, Broad Street Sanitary Sewer Install For the City of I U Department. After the department reviewed yo urpaoitage, it ants Wooed that tae cumubative toad that you have listed on the bid schedule form that was submitted with your package is incorrect. The cumulative total should be $238,987.41 inroad of else amount which is listed u 5238,97599. 1 have attached a copy of the Extended Tabulation Sheet for your 2nview. 1 wish to call your attention to Article 6,1 -10-43 (g) (2) oldie Augssta 1 Richmond County Code as it relates to the sabmimies of your bid -•dn3 a) Afar me bld .p lag, corrections to bids emit be permitted Daly to the attest that the bidder as sew by dear sod emveetag evidence that a mistake of a non jadpneatai ebartuder was mode, 1 the Nature of the merry. and the bid pries mushy batended. Otherwise av tb:ages is bid prices or provides' other du& be bids prejudicial to tare usenet of Aagtuts- Rlebmmtd County or fair maspoittlas eftwattet I Please be advised that the city would lase to give you the option to approve or reject the change to the Contractor's Bid Tab to reflect the revised amount of $238, 987.41. Pleats be advhred this is not a laid award. We me requesting that you reply to this request by signing below and foxing this page back to 706 - 821 -2811 by Monday, August 2009 4. 0 0 p.m. 1 S • Adekt-: Date: accept the revved total D WILL NOT accept the revised total I We sincerely appreciate your y participating in our bid process. Please do not hesitate to contact us at (706) 821 -2422 if teem are any questions ooh this itemm. 1 ye Geri A. Sams, Director Mat INC. I t DcPm°nee 220 3TONERIDGE DR., Sf i1TE 405 GAS/ow COLUMBIA, S.C. 29210 1 Ataachments (as indicated) cc Tom Wiedmeier, Director, Utilities Depsrtme rt Room 605 - 530 Greene Street, Augusta Georgia 30901 (706) 831.2422 - Fax (706) 521 -21111 Register at for automatic bid notification 1 I s• PAGE 2 0 2 2103 08/17/2010 07.24 803929 - J INC °.� «1� ue. v� ARC PURCHASING P.62 1 ,..- BID ITEM #10 -140 /'\, Block of Broad Street Sanitary Sewer Storm Drain Separation Project Wednesday, July 28, 2010, Bld 3:00 Open P ing M ! . %�. r �,� � ♦ " l e i 5 r .i . t' T. '� ,` I '"*' ' , ' '' " ' v ''' v 9" . • ° tom � �q` T 4":" ' x � . = .. i .f 6y'n• 4 ' i / * .4 14 . q N 1 oK Water . mice. Intl �' !'*: 41 ' ing u' n L connection, Complete 17 EA ' $ 675.00 $ 11,475.00 8" Dia. PVC, San Sewer Pipe SDR 35, depth 0-6', Inc. Type f 11 (No. 67 Stone) bedding material 740 tF $ 2453 $ Select Badcfitt, GDOTType t, Class t & 1I ( Y), 18,152.20 I measured in-place volume 350 a $ 31.50 Pre -Cast an r Man • , DO - td 10114, ype i, 1 025.00 depth 0-6; (46 "die.) 3 $ 1,856.25 $ 5,S I 6" Sanitary Saver Servke, Complete 17 $ 590.63 $ 10 0 04 0.71 Ti. New San Sewer to Existing Manholes, Diameter es 1 S 1.667.50 $ 1,68750 12" Dia., DIP, Storm $ewer Pipe, depth 0-6' 15° Diu , RCP, Storm Sewer Pipe, 5 0-6' $ 25.15 $ ,58 232 $ 25.65 $ y &50t130 >� 1S" Dia., RCP, Storm Sewer Pipe, depth 6-8' 67 $ 27.00 $ 1 15 Dia_, RCP, Storm Sewer Pipe. depth 8 - 10' 1,155.00 15" Dia, RCP, Stone S torewer t >i 302 $ 27.00 1 8454.00 1. c � < ton ype i, ass!, It (sand pe, depth 240 clay, 5 39.38 $ 9,451.20 600 III measured in -place volume l Pre-Cast Sturm Manhole, GD6?T Std 163 ' +1, 'type I, de'ptli 3038 $ 18 228.00 MIR 6.6`, (48 "dla. $ 015.00 $ Pr Storrs Ma " '' , • • 101 ype 1, • . ,, 2.025.00 I 6-8', (Werra.). 2 111 5 2.025.00 5 koso.06 Pre !- Storm Manhole, door • r .-1- TYpa 1, de . 8-10', (4a" dia.) 4 • - • nectar ' , • m Man ole,1 - cr. ng 5 S26 00 $ 2,520.00 1 Cone, ring and ever 1 4570 $ 10.24 As. hilt Overlay, i • F,1,3" Thiele, Mininiurts 2.,70X1.24 5 $ 46 2, 796.86 9 6.00 7 inducting r of 2.5" GAB and placement of of 1 bituminous task coat Recycled Asphalt Concrete - • , Ineiu . ne 8ltureireous 1255 $ 27.90 S 35 014.50 Material I 100 TO N $ 112.50 S I '.00 Lump Seine 1 LS $ 31,515,00 $ . Contract Tout a Total Submitted on Bld Schedule g , f $ ?. I Difference In Actual = 23 973.99 '-� $ 11.42 1 Ct l > r 1 ie., W INC. WErn:WERiDGE DR,,, SUITE 406 COLUMBIA, S.C. 29210 1 TOTAL P.02 l 1 1 1 BID SCHEDULE 1200 BLOCK OF BROAD STREET SANITARY SEWER AND STORM DRAIN SEPARATION 1 PROJECT Estimated Unit Total I Item Description Quantity Units Price Price WATER New 1" short side water service, installed I W -16 includin' re- connection, Com.lete 17 EA L, 7..S 1 / 475.o0 I/ Water Total = / / t 4 7$, 00 I SANITARY SEWER 8" dia. PVC, san. sewer pipe SDR 35, depth 0 -6', inc. Type II (No. 67 stone) S -1A bedding material 740 LF 2453 /8 /5. 29 I Select backfill, GDOT Type I, Class I & II / S -18 (Sand /Clay), measured in -place volume 350 CY 31. £0 /, Q 2S, 60 1 S- Pre-cast san. sewer manhole, GDOT STD D 20A 1011A, Type 1, depth 0 -6', (48" dia.) 3 EA _ 1 , 851. S ,, 4.8.76 S -30 6" sanitary sewer service, complete _ 17 EA 590,0 /0 040,77 I Tie new san. sewer to existing manholes, / S -33 diameter varies 1 EA J 447.50 I (,8 7, so I Sanitary Sewer Total = 4( 4 , f� STORM SEWER 12" dia., DIP, storm sewer pipe, depth 0- _ 6' 33 LF '48. /5 1 6 8g. 9S 15" dia., RCP, storm sewer pipe, depth 0- 6' 232 LF 25. (05 5 9s 80 15" dia., RCP, storm sewer pipe, depth 6- '1 8' 8' 67 L F 2 / 15" dia., RCP, storm sewer pipe, depth 8- 10' 302 LF 27.00 8 , /6 ' 15" dia., RCP, storm sewer pipe, depth 10 -12' 240 LF 39. 3 $ 9 4.5 7 . w Select backfill, GDOT Type 1, Class 1 & II I (Sand /Clay), measured in -place volume 600 CY 30.38 �� 2Z 00 Pre -cast storm manhole, GDOT STD 1011A, Type!, depth 0 -6', (48" dia.) 1 EA 20 ZS, 00 2 02.s 00 I Pre -cast storm manhole, GDOT STD 1011A, Type I, depth 6-8', (48" dia.) 2 EA 2, 0ZS.00 4 OSo.00 Pre -cast storm manhole, GDOT STD 1 1011A, Type I, depth 8 -10', (48" dia.) 1 EA 2520.00 2 Doghouse/Connector storm manhole, including base, cone, ring and cover 1 EA 2. 700.00 2 , 700. 00 1 Storm Sewer Total = 5704761 V PAVEMENT 1 Asphalt overlay, type F, 1.5" thick, P 1 `r�t� - minimum 4570 SY 7D. 2.4 0 7580 1 Addendum 1 Bid Item #10 -140 I BID SCHEDULE 1200 BLOCK OF BROAD STREET SANITARY SEWER AND STORM DRAIN SEPARATION . 1 PROJECT _ Estimated Unit Total I Item Description Quantity Units Price Price Graded aggregate base, 10.5" thick, 7' wide and asphalt patch 2.5" thick, including removal of 2.5" GAB and 1 P -2 placement of bituminous tack coat 1255 SY 27.4o o 3,5; 0/4, 5o Recycled asphalt concrete leveling, 1 P -3 including bituminous material 100 TON 1/2,, 50 1/ / 250. Pavement Total = 1 LUMP SUM 9 3 , 00. 3 0 Lump Sum Construction 1 LS 31 31 c oo.00 1 Lump Sum Total = 331 Soo. o0 Total Contract Amount (Water, Sanitary Sewer, Storm Sewer, Pavement, Lump I Sum) = / ' 2:30 0 LUMP SUM CONSTRUCTION I • Mobilization, Demobilization • Bonds, Insurance • Remove and Reset Storm Sewer, Lengths & Sizes Vary I • Remove and Reset Signs, Type Varies • Remove and Reset Yard Lamps, Type Varies • • Erosion and Sediment Control, Complete U • Traffic Control • Raise Manholes and Valve Boxes to Grade • Disposal of Existing Pipes and Structures Removed I NOTES: 1. Lump Sum items will include items listed above but will not be limited to only those listed. 2. For a complete description of bid items refer to the measurement and payment sections I and technical specifications. 3. All Storm Sewer items shall reference the sanitary sewer measurement and payment section. 4. Item P -2, for square yardage calculations shall be based upon a standard width of seven I (7) feet as referenced in the measurement and payment section. This is for payment purposes only. 1 1 1 I Addendum 1 Bid Item #10 -140 1 I ' _ ^ . y SECTION BB BID BOND 1 KNOW ALL MEN BY THESE PP,ESENTS, that we, L -J, Inc. as Great American.. Principa), Insurance Company and as Surety, are hereby held firmly bound 1 unto the Augusta-Richmond County Commission of Augusta, Georgia as Owner in the Penal sure of _ten . percent „ qd. bid (107 of hi d ) for the payment of 1 which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executers, administrators, successors aid assigns. 1 Signed this 28th day of, July , 2010 - The condition of the above obligation is such that whereas the Principal has submitted to I the Augusta-Richmond County Commission of Augusta, Georgia, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for the 1200 1 BL!. OF BROAD • .ET ... AN ARY SEWER „AND STORIVi DrtA,IN S.F ATION PROJECT, for Augusta, Georgia in accordance with plans and 1 specifications of the AUGUSTA 1ITES DEPARTMENT. . NOW, TH]ER.b?ORE, a) If said Bid shall be ref ected or in the alternate, ' b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall famish a bond for his faithful performance of said contract, and I for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation. shalt be void, otherwise the same shat] remain in force and effete t; if being expressly understood and agreed that the I liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 1 The Surety, for value re'ceive, " reby s tip iii 1 ares and agrees that the obligations of said Surety and its bond shall be in no way unpaired or affected by any extension of the time within which the Owner may accept such Aid; and. said Surety does 1 hereby waive notice ofany-such extension. ..., BB - I ' IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of tttem as are corporations have caused their craporate seals to be hereto ' affixed and these presents to be signed by their proper officers, the day and year first set forth above. • Signed and sealed this 28th day of J my , 20 10 . Witness L-J, Inc. (Seal) - . (principal) ttest By .�(/,( �"'� (Seal} MVO /040/10, ('Title) At MILD GOO Pi2ey► ' Wilness Great American Insurance Company (Sod) (Sores) P ('Title) Laura W. Dennison, . Attorney-in-Fact • BB -2 I GREAT AT AMERICAN INSURANCE COMPANY ® Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513- 369 -5000 • FAX 513 - 723 -2740 I The number of persons authorized by this power of attorney is not more than TWO No. 0 16226 I POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, I undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power 1 C. CRISS WILLIAMS, JR BOTH OF BOTH LAURA W. DENNISON COLUMBIA, SOUTH CAROLINA $75,000,000. • I This Power of Attorney revokes all previous powers issued on behalf of the attorney(s) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of FEBRUARY 2009 . Attest GREAT AMERICAN INSURANCE COMPANY 1 1 STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KIrCHIN (513 -412 -4802) On this 20TH day of FEBRUARY 2009 , before me personally appeared DAVID C. KITCHIN, to me known, being I duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. 1 1 This Power of Attomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company I by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be.and hereby is authorize4 from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, I as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, I or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. I CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attomey and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. 1 Signed and sealed this 28th day of July , 2010 . 1 1 S1029Y (10/08) P UG US T NOTICE OF AWARD G£OR GA DATE: 9/28/10 CONTRACTOR: L -J, Inc. ADDRESS: 220 Stoneridge Dr. Ste. 405 Columbia SC 29210 City State Zip Code PROJECT: 1200 BLOCK OF BROAD STREET PROJECT NO: 200901 At a meeting of the Augusta Commission held on (Date) 9/21/10 1 you were awarded the Contract for the following Project: 1200 Block of Broad Street Sanitary Sewer and Storm Drain Separation Project Enclosed please find 6 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. t Very truly yours, Augusta Utilities Department, EE .Ineering Division 4(Ar Project Engineer Reciept of this NOTICE OF AWARD is here y ac nowledged is, t e 30 day of 2 her , 2010 j� Z. � hIC . I ic t'icc- s1i)iG Contractor By Title ' Please sign and return one copy of this Noti e of Award Acknowledgement to: Augusta Utilities Department Attn: Jody Crabtree 360 Bay Street, Suite 180 Augusta, GA 30901 1 1 1 ' SECTION A AGREEMENT ' THIS AGREEMENT, made on the 4 day of (,G1oM/L, Zo/n by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA - RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and L -J, Inc. party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations hereinafter 1 named, agree as follows: ARTICLE I - SCOPE OF THE WORK 1 The CONTRACTOR hereby agrees to furnish all of the materials, equipment and labor necessary to perform all of the work shown as a part of the: 1200 BLOCK OF BROAD STREET SANITARY SEWER AND STORM DRAIN SEPARATION PROJECT ' and, in accordance with the requirements and provisions of the General and Supplemental General Conditions attached, which are hereby made a part of this agreement. In addition, the unit prices shall be fixed upon contract approval for the entirety of the project. ' CONTRACTOR shall be compensated in accordance with the compensation provisions below and in accordance with the rates established in Bid Item 10 -140 or as may be amended and approved by OWNER. ARTICLE II - TIME OF COMPLETION /LIQUIDATED DAMAGES The work to be performed shall be reviewed with the CONTRACTOR prior to OWNER issuing the notice to proceed. Once both parties have agreed, in writing, to the work described, a written notice ' to proceed shall be issued by OWNER. Work shall be commenced within 10 calendar days after the date of the notice to proceed. All work shall be completed within the calendar days specified in the statement of work with all such extensions of time as are provided for in the contract documents. 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 1 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 is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. 1 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 and no/100s ($1,000.00) 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 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. 1 It is further agreed that time is of the essence for this Contract, and the specifications wherein a definite portion and certain length of time is fixed, if additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. Points of Contact and Direction ' All administrative deliverables including notices, certificates and permits required under this Agreement shall be submitted to the OWNER. All technical deliverables required shall be submitted to OWNER technical point of contact (POC) noted below. Any administrative or technical direction received from these individuals, unless received in the form of a revision to this Agreement, shall be considered informational only and shall not be binding by the parties. All notices and actions by OWNER under this Agreement shall be submitted to the CONTRACTOR POC identified below. 1 OWNER Technical POC: AUD Assigned Project Engineer CONTRACTOR POC: 1 ARTICLE III - PAYMENT (A) The Contract Sum The OWNER shall pay to the CONTRACTOR for the performance of the Contract the 1 amount as stated based upon rates stated in the Bid Item 10 -140 . Fixed Unit Rate Services — Compensation for services rendered on the basis of fixed unit rates shall be at the rates established as specified in the Bid Item 10-140 . Unless otherwise 1 stated, these rates are firm for the period of performance and include all elements of labor, overhead, other direct costs and profit. Total compensation under this Agreement currently is $ 23 8,987.41 . 1 (B) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the OWNER an estimate covering the quantities used toward completion of work which has been completed from the start of the project and including the last working day of 1 the preceding month, together with such supporting evidence as may be required by the OWNER. This estimate shall include only the unit prices as set forth in the Bid Schedule. 1 On the vendor run following approval of the invoice for payment, the OWNER shall after deducting previous payments made, pay to the CONTRACTOR 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the OWNER until the fmal completion 1 and acceptance of all work under the Contract. 1 1 A -2 1 ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT 1 (A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the OWNER' s designated representative shall within 10 days make such inspection, and when he finds the work acceptable under the Contract fully performed, ' he will promptly issue a final certificate for the work, 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 OWNER 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 regarding the work done, 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. 1 (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the OWNER Representative so certifies, the OWNER shall upon certification of the OWNER representative, and ' without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. 1 Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. ' Entire Agreement This Agreement supersedes all prior agreements and understandings and may only be changed by 1 written revision executed by both parties. 1 1 1 1 1 A -3 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, 1 each of which shall be deemed an original, in the year and day first mentioned above. I OWNER: AUGUSTA, GEORGIA ® +a �� ®��a4 C MO b 1 ,� �1 •• C� • •••• 1 ATTEST: 4'. ' ,sQ' p' S . , • & • S • 1 M'B y: 0 `"(--" k—- Y � 4 'JJa _ ,, 1� - • • .. Ape Honorable Deke Copenhaver Lena J. Bonner I • •• I' • w , v i • WI I P t1f h O .fl • 1996 EST. • b � c� ` 0 ® 0 ..• v Mayor Clerk of the Co N •••.••••••••• i 1 Date: t v (7--C ( t 0 Date: /014/7d 4 u GEOR ®a` 1 APPROVED AS TO FORM: DEPARTMENT APPROVAL: 1 By: I L 1 By: a-w..� , l�u, -..... 4 Tom Wiedmeier, P.E. 1 Attorney Director, Augusta Utilities Department Date: Ic %z /1(1 Date: to j r r —o � 1 1 CONTRACTOR: L - 1l C . 1 i C ATTEST: SEAL By: 1 LI I ■ a _(1 \-- By: , • J011DA N 1 Name: ' It H�i� GDD DW id N ame: VifY N. Title: V IcE p,Le Es De M Title: S EG2E14/ 1 Date: l0 /41/0 Date: /0 /¢ /fo 1 1 1 1 A -4 2) Obtain a bid or bids for completing the Contract in accordance with its terms and I conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, I and make available as Work progresses (even through there should be a default a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the 1 contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the I total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. 1 Any suit under this bond must be instituted before the expiration of two (2) years from I the date on which final payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or I corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. 1 Signed an f October 20 gn d sealed this 4th day o 10 . I 1 Witness All, C %j//fA,. L-J, Inc. (Seal) (Principal) 1 Attest , i - By do I �)arvtit W. �o(UW/, S� (Title) ku-w w45 £CanwiN, V. P. 1 Witness (/" V 1 ' Great American Insurance(Seal) (Surety) Company 1 a i ttest it �_ � � i 1 lb 1 ,/12 BY A /, ,,A: LLLLL/ (Seal) I (Title) Laura W. Dennison, Attorney -in -Fact 1 1 PB -2 2) The above named Contactor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs 1 or expenses of any such suit. 3) No suit or action shall be commenced hereunder by any claimant, 1 a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days 1 after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After expiration of one (1) year following the date on which Contractor 1 ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so 1 as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 1 4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed on record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. 1 1 1 1 PB -4 1 1 GREAT AMERICAN INSURANCE COMPANY® 1 Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513- 369 -5000 • FAX 513 - 723 -2740 The number of persons authorized by this power of attorney is not more than TWO I POWER OF ATTORNEY No. 0 16226 KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than I onc is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute ort behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power I C. CRISS WILLIAMS, JR BOTH OF BOTH LAURA W. DENNISON COLUMBIA, SOUTH CAROLINA $75,000,000. I This Power of Attorney revokes all previous powers issued on behalf of the attorneys) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of FEBRUARY 2009 . I Attest GREAT AMERICAN INSURANCE COMPANY V: v ' .. Assistant Secretary Divisional Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (513- 4124602) On this 20TH day of FEBRUARY 2009 before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. 1 I ""` • KAREN L. GROSHEIM NOTARY PUBLIC, STATE OF OHIO . .,V MY COMMISSION EXPIRES 02 -20 -11 ""' This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company I by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, I as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, U or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the sane force and effect as though manually affixed. I CERTIFICATION I , STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. 1 Signed and sealed this 4th day of October , 2010 1 t� s; f n 29Y- trojafa> M.,„....•.. ;1 ,istawb'erretary F ry ` iti NOTICE TO PROCEED 1 -1 DATE: TO: Name 1 Attn:Firm Contact Address 1 City, State 30901 111 1200 BLOCK OF BROAD STREET SANITARY SEWER AND PROJECT: STORM DRAIN SEPARATION PROJECT NO: You are hereby notified to commence WORK in accordance with the Agreement dated 1 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, Augusta Utilities Department, Engineering Division Project Engineer 1 Receipt of this NOTICE TO PROCEED is hereby acknowledged Th is, the day of , 2010 Contractor: By: Title: Please sign and return one copy of this Notice to Proceed Acknowledgement to: 1 Augusta Utilities Department Attn: Engineering Division 360 Bay Street, Suite 180 1 Augusta, GA 30901 1 1 1 Revision Date Mush 2010 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, 1 reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFES SIONAL'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. 1 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. 1 General Requirements - Sections of Division I of the Specifications. I Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. Notice o Award - T he written notice by OWNER to the apparent successful bidder stating that upon Y PP g on p 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) I fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to p erform CONTRACTOR'S obligations under the Contract Documents. OWNER - Augusta, Georgia, and the Augusta.. Richmond County Commission. Partial Utilization - Placing a portion of the Work in service for the purpose for which it is intended or for a I 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. Project - The total construction of which the Work to be provided under the Contract Documents may be the 1 whole, or a part, as indicated elsewhere in the Contract Documents. Project Area - The area within which is 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 who is assigned to the 1 site or any part thereof. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specifically I 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. GC -2 Page 2 of 50 1 Revision Date Much 2010 ARTICLE 2 - PRELIMINARY MATTERS 1 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. 1 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 o f Contract Time , Notice to Proceed: 1 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 I 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. 1 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 I 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 an appropriate 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 Page 4 of 50 1 Rev IsionDate Mud, 2010 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 II 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 1 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, 1 3.6.2. A Change Order (pursuant to paragraph 10.3), or 3.6.3. A Work Change Directive (pursuant to paragraph 10.4). GC -6 Page 6 of 50 1 RevisionDate Man hM10 ARTICLE 4 - AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 1 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 1 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. 1 Physical Conditions: 1 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 (except Underground Facilities) that have 1 been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such 1 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: 1 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 1 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 1 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 1 that the conditions at the Site are not materially different from those indicated in the Contract Documents or are 1 GC -8 Page 8 of 50 1 Revision Date Mora 2010 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 1 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 1 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 I 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 If 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 1 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. 1 1 1 1 1 1 1 GC -10 Page 10 of 50 1 RevielonDate Muds 2010 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 1 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 I 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 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. I 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 I protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise rovided in the Supplementary Conditions, OWNER shall purchase and P PP �' � P 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, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured's or 1 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 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 I 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 GC -12 Page 12 of 50 1 Revision Date Mesh 1010 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 I 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. I Partial Utilization Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions ary py p p ns 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, 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, disease or death, or injury to or I 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 may be liable, whether or not it is caused in whole or in part 1 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 ' GC -14 Page 14 of 50 1 Revision Date Mach 2010 1 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 1 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 1 shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. 1 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 1 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. 1 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. I 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 I 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 pro- vision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's I 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. 1 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 I provisions of the General Requirements applicable thereto. Substitutes or "Or- Equal" Items: 1 GC -16 Page 16 of 50 1 Revision Date March 2010 1 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 1 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 1 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. 1 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 1 be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate I 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 1 pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: ' 6.12. CONTRACTOR shall P a Y 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 I 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 1 infringement of such rights. Permits: 1 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution 111 of the Work. All permit costs shall be included in the base bid. Permits, if any, which 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 1 GC -18 Page 18 of 50 1 Revi®onDele Mani, 010 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 1 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: 1 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 I off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, I roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. I 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 I 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 I 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 desi ate a responsible member of its organization whose duty shall be gn P g tY the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise 1 designated in writing by CONTRACTOR to the Project Manager. 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 is to be issued to document the consequences of the changes or variations. ' GC -20 Page 20 of 50 1 Rev4Wa Date March 2010 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, I 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 and PROFESSIONAL and their consultants, agents and employees from and against I all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of 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) 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 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 ' GC -22 Page 22 of 50 1 ReAmnDate • Mneh 2010 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 I 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 of any 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 non- apparent 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 I 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 1 in respect of such coordination. 1 1 1 1 GC -24 Page 24 of 50 1 ReWdonDate Mai h2010 ARTICLE 9--- PROFESSIONAL'S STATUS DURING CONSTRUCTION 1 OWNER's Representative: 9.1. PROFES SIONAL 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 I 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 I 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. I Project Representation: Re resentation: 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 I 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 t 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 I 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 I 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. i ' GC -26 Page 26 of 50 1 RavIdanData n� 2010 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 1 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 1 Subcontractors, any agents or employees, or any other persons performing any of the Work. 1 1 1 1 1 1 1 1 1 1 ' GC -28 Page 28 of 50 i Revision »a Much 2010 ARTICLE 11- CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) P ( J J 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 PROFES SIONAL 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 I 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 • yW rkcove y y � 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 1 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 1 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 I 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. 1 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 I 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. 1 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. 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 GC -30 Page 30 of 50 1 Revision Date March 2010 ' thereof -all in accordance with terms of said rental agreements. The rental of any such equipment, machine gz' Y rY 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 I 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 I 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, 1 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 I 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. 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 1 GC -32 Page 32 of 50 1 qua. Much 2010 11.8.1. The allowances include the cost to CONTRACTOR less any applicable trade discounts of � Y pp discounts) 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: 1' 1.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, I 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 I 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. 1 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. 1 1 1 1 1 1 1 1 GC -34 Page 34 of 50 1 RevleknDate Meah2010 1 ARTICLE 13-- WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, 1 REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 1 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 1 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. 1 Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated I 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. 1 Tests and Inspections: I 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority urisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 1 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. 1 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 1 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 1 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 1 body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFES SIONAL if so specified). 1 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFES SIGNAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given 1 PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. I 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. 1 GC -36 Page 36 of 50 1 Revision Date March2010 removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. 1 Acceptance of Defective Work: 1 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 1 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 1 recommendation of final payment, 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 1 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 Correct 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 I 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 1 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 I 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 1 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 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. 1 Neglected Work by CONTRACTOR: 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, 1 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 1 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 1 GC -38 Page 38 of 50 1 Revision Data Much 2010 1 ARTICLE 14- PAYMENTS TO CONTRACTOR AND COMPLETION 1 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. 1 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 1 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 1 ' 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. 1 CONTRACTOR's Warranty of Title: 1 143. 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. 1 Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for 1 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 1 application. OWNER shall, within thirty -one calendar days of presentation to him of the application for payment with PROFES SIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 1 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 1 observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF - ES SIONAL'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 I 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 1 Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that 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 1 GC-40 Page 40 of 50 1 Revision Date 1 Much 3010 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. 1 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. 1 Partial Utilization: 1 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 1 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 1 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 Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing 1 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 I 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 PROFES SIONAL 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. 1 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 I 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 I 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 I completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending fmal payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and I 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 • GC -42 Page 42 of 50 1 Revision Date ' March 2010 Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and fmal 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 fmal 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 fmal 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. 1 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 I 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 I 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). 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 -44 Page 44 of 50 1 Revision Date Much 2010 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 I 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 P P P g 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; 15.43. For all claims, costs, losses and damages incurred in settlement of terminated contracts with 1 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 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 ' GC-46 Page 46 of 50 1 Revlon Date mm62oio 1 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 1 commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All 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. 1 1 1 1 1 1 1 GC-48 Page 48 of 50 1 Revision Data M1=112010 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: t 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of I 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: I 17.9. Procedures to Prevent Overflows Durin g Sanitary Sani 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. I 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 1 waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following 1 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 no tification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. ' 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. GC -50 Page 50 of 50 1 I SECTION SC SPECIAL CONDITIONS 1 SC -01. SCOPE OF THE WORK: The project referred to in the Agreement shall consist of furnishing all materials, labor, I machinery, etc. necessary to replace the existing sanitary sewer main including manholes, and the addition of a new sanitary sewer line complete with manholes, and a new storm sewer line complete with junction boxes and property restoration on the 1200 Block of Broad Street. 1 SC -02. LIST OF DRAWINGS: The following drawings, prepared by The Augusta Utilities Department comprise the plans for 1 the project: SHEET NO. TITLE DATE I C -1 Cover Sheet January 2010 C -2 General Notes January 2010 1 C-3 Existing Conditions April 1, 2009 C-4 Site Plan January 2010 C -5 Sanitary Sewer & Storm Sewer Plan & Profile January 2010 C -6 AUD Standard Details January 2010 SC -03. BONDS: I The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his P Yin P performance and payment bonds. I SC -04. CONTRACTOR'S LIABILITY INSURANCE: 1 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 1 General Aggregate $ 2,000,000 Products $ 2,000,000 Personal & Adv Injury $ 1,000,000 I Fire Damage $ 500,000 Automobile Liability (any auto) Combined Single Limit $ 1,000,000 Excess Liability (any auto) Each Occurrence $ 5,000,000 I Workers Compensation Statutory Limits Employer Liability $ 1,000,000 I SC -05. PROJECT SIGN: The Contractor will provide and install one (1) project sign at a prominent location on the construction site as directed by the Engineer. The sign will carry in a prominent manner the names of the 1 project, the Owner, and the names 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 1 manner 8 -feet above the ground. The full size stencil shall be approved along with colors before SC -1 1 1 SC -11. EXISTING STRUCTURES AND UTILITIES: The existence and location of structures and underground utilities shown on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor prior to starting construction. The Contractor will be held responsible for any damage to existing utilities and 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. SC -12. 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. SC -13. 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. - 1 SC -14. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MLJTCD) 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. The Contractor will be held responsible for any damages caused by negligence, or by improper placement or failure to display danger signs and road lanterns. 1 SC -15. SURVEYS: The Engineer will provide horizontal control points and benchmarks on the plans. From the I information thus provided, the Contractor shall develop and make all detail surveys needed for construction lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. SC -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 l otherwise specified. B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: SC -3 1 1 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. SC -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 I th e duties c for g removal or other rpoquiri discharge which over se or no additional of defective allow materials sh all be for any mad Th inspector se s at ng all tim have of their ful permission to take samples of the materials that mayor may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the 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, sand, 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 1 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 -5 1 M SC -25. BASIS OF PAYMENT: As explained in the section Instructions to Bidders and paragraphs 11.91, 11.92 and 11.93 of the General Conditions, payment for all items of construction will be made at the total of the actual number of units installed at the unit prices stated in the Bid Schedule to the Proposal. Partial payments will be made based on the actual number of units of work completed during the month and in -place at the unit prices stated in the Bid Schedule. SC -26. COMPLIANCE WITH LAWS, CODES, REGULATIONS, ETC.: Supplementing the provision of the General Conditions, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: 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: 1 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 t 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 SC -7 1 1 1 SC -27. AUGUSTA ENGINEERING DEPARTMENT STORM SEWER SYSTEM STANDARD, 1 SPECIFICATIONS AND GENERAL CONDITIONS: STANDARD & SPECIFICATIONS All storm sewer system (pipe, manholes, junction boxes, catch basins, inlets, etc.) and appurtenances shall conform to Georgia Department of Transportation Construction standards and specifications. Additionally, bedding material, when required, and select backfill shall comply with these regulations. All storm sewer system shall be installed in compliance with 1 Georgia Department of Transportation and specifications. I All road cut excavation shall conform to the Augusta Engineering Department Road Cut Detail. All backfill shall be compacted in lifts no more than eight (8) inches, loose measure, spread and I compacted uniformly to 95% of the maximum laboratory dry density of modified proctor. The top 12 inches of the backfill shall be compacted to at least 100% of the maximum laboratory dry density of modified proctor. 1 1 1 1 1 1 1 1 1 1 1 GC -33. SOD 16 1 GC -34. STORM DRAIN PIPE 16 GC -35. SUB - CONTRACTORS 16 I GC -36. SUPERVISION BY CONTRACTOR 16 GC -37. CHANGES IN THE WORK 16 GC -38. CHANGES IN CONTRACT PRICE 17 1 GC -39. CORRECTION OF WORK 17 GC-40. SUBSURFACE CONDITIONS 18 I GC-41. SUSPENSION OF THE WORK, TERMINATION AND DELAY 18 GC -42. INDEMNIFICATION 20 GC-43. SEPARATE CONTRACTS 20 1 GC-44. SUBCONTRACTING 21 GC-45. GUARANTEE / WARRANTY 21 I GC-46. ORDER AND DISCIPLINE 21 GC-47. AS -BUILT DRAWINGS 22 GC-48. ESTIMATE OF QUANTITIES 22 1 GC-49. EXISTING STRUCTURES AND UTILITIES 22 GC -50. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS 22 I GC -51. PRIOR USE BY OWNER 22 GC -52.. CLEANING UP 23 GC -53. SALVAGE MATERIALS 23 1 GC -54. MAINTENANCE OF TRAFFIC 23 GC -55. FLAGGING 24 I GC -56. TRAFFIC DETOURS 24 GC -57. MAINTENANCE OF ACCESS 25 GC -58. SPECIAL EVENTS 25 1 GC -59. EROSION CONTROL AND RESTORATION OF PROPERTY 25 GC -60. SAFETY AND HEALTH REGULATIONS 26 1 GC -61. WARRANTY 26 GC -62. PRECONSTRUCTION CONFERENCE 26 1 1 1 1 I GC 2 of 26 Augusta Engineering Department 1 1 Engineer to the Contractor during construction. 14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to the successful Bidder. I 15. NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work. 16. OWNER: A public or quasi- public body or authority, corporation, association, t partnership or individual for whom the work is to be performed. 17. PROJECT: The undertaking to be performed as provided in the Contract Documents. 18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the e ' Owner who is assigned to the project site or any part thereof. 19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules, and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor; which illustrate how specific portions of the work shall be fabricated or installed. 1 20. SPECIAL CONDITIONS: Modifications and/or additions to the General Conditions of a specific nature generally aimed at the specific contract of which it is a part. I 21. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of a technical nature or materials, equipment, construction systems, standards and workmanship. 22. SUBCONTRACTOR: An individual, firm or corporation having a direct contract with I the Contractor or any other Subcontractor for the performance of a part of the work at the site. I 23. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction of the project or a specified part can be utilized for the purposes for which it is intended. 1 24. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the General Conditions of a specific nature generally aimed at the specific contract of which it is a part. 25. SUPPLIERS: Any person, supplier or organization who supplies materials or equipment 1 for the work, including that fabricated to a special design, but who does not perform labor at the site. I 26. WORK: All labor necessary to produce the construction required by the Contract l GC 4 of 26 Augusta Engineering Department 1 1 equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of this contract, shall affect 1 or modify any of the terms or obligations herein contained. 6. All storm pipes, manholes, junction boxes, catch basins, inlets, misc pre -cast products and appurtenances shall comply with Georgia Department of Transportation (GDOT) standards and specifications. Storm pipes and other products shall be from current GDOT approved plants and stamped per GDOT inspection certification requirements. 1 Submittal of data sheet, issued by the source (plant), containing pipe manufacturing and inspection data will be required at the time of arrival of material at project site. 1 GC - 4. SPECIFICATIONS, STANDARDS AND OTHER DATA: All references in this document, (includes all papers, writings, documents, drawings, or 1 photographs used, or to be used, in connection with this document), to State Highway of Georgia, State Highway Department, Highway Department, or Department when the context thereof means the Georgia Department of Transportation means, and shall be deemed to mean, Augusta. Richmond County, Augusta Richmond County Commission- Council Department of Engineering Services. The data, together with all other information shown on these plans, or indicated in any way thereby, whether by drawings or notes or in any other matter, are based upon field investigations and are believed to be indicative of actual conditions. However, the same are shown as information only, are not guaranteed, and do not bind Augusta Richmond County, Georgia in any way. Only the actual quantities completed and accepted will be paid for. The attention of the bidder is specifically directed to Subsections 102.04, 102.05, and 104.03 of the Standard Specifications, of the Georgia Department of Transportation, current edition, which will be part of this contract. 1 This project is based on, and shall be constructed in accordance with, the State of Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges, current edition and any supplements thereto. All of these specifications shall be considered as though fully contained herein. In cases where conflicts arise within these_ specifications, they will be revised to resolve such conflict. Until the conflict is resolved, 1 the interpretation of the Engineer shall control the situation. GC - 05. DESIGN ALTERATION The commission- council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment or reduction in payment shall be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in writing, by the Engineer. 1 GC 6 of 26 Augusta Engineering Department 1 1 1 4. Materials, supplies or equipment shall be in accordance with samples submitted by the Contractor and approved by the Engineer. 1 5. Materials, supplies or equipment to be incorporated into the work and purchased by the Contractor of the Subcontractor will be subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. 1 GC - 09. INSPECTION AND TESTING: 1 1. All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards. 2. The Contractor shall provide, at his expense, the necessary testing and inspection services required by the Contract Documents, unless otherwise provided. The Contractor shall employ a qualified materials testing laboratory to monitor more fully the quality of 1 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 ENGINEER MAY ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE 1 QUALITY OF THE WORK. All test results are to be submitted to the Engineer. No separate payment will be made 1 for employing the testing laboratory or any required tests. 3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public 1 authority having jurisdiction require any work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Engineer 1 timely notice of readiness. The Contractor will then furnish the Engineer the required certificates of inspection, testing or approval. 3. Neither observation by the Engineer nor inspections, tests or approvals by persons other 1 than the Contractor shall relieve the Contractor from his obligations to perform the work in accordance with the requirements of the Contract Documents. 1 5. The project will be inspected by the Engineer or his/her representative. The Engineer and his representatives will at all times have access to the work. In addition, authorized 1 representatives and agents of any participating Federal or State Agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such 1 access and observation of the work and also for any inspection or testing thereof. 6. If any work is covered contrary to the written request of the Engineer, it must, if 1 requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 1 7. If any work has been covered which the Engineer has not specifically requested to 1 GC 8 of 26 Augusta Engineering Department 1 1 1 NOTE: No concrete shall be placed until all required equipment such as slump cone, curing compound and dispensor, etc., all in good working condition, are on the site. Inspectors must be given a minimum one -hour advance notice. No concrete shall be placed without the Inspector present unless otherwise directed by the Engineer. All concrete shall be placed during the Inspectors normal working hours, 8:30 a.m. to 5:00 p.m. unless otherwise directed by the Engineer. Formed surfaces shall receive finish immediately after removing forms. Forms shall be removed as provided in Section 500 of GA.DOT Specifications. GC - 12. CONSTRUCTION: Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb, header curb, etc.) shall be paid for in the unit price bid for curb and gutter unless otherwise noted. 1 At locations where new pavement is to be placed adjacent to existing pavement, without an overlay, or where curbing is to be placed across paved parking lots, a joint shall be sawed on a line to ensure pavement removal to be neat. Compensation will be incidental to primary pay item. Where curb and gutter is used and the shoulder elevations are higher than adjacent I ground, the actual direction of drainage runoff shall be determined by the Contractor. He shall make such provisions as necessary to ensure that no ponding is caused by the new construction. He may place additional fill to provide drain inlets. Compensation will be under the price bid for the appropriate pay item. Driveway profiles may also be altered allowing the concrete pad to slope down outside the back of the curb line not to exceed I an algebraic difference of 0.07. This should be used primarily on the high side of super- elevated curves. The Contractor should use caution with standard variance and place special emphasis on hydraulic considerations. 1 The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use on this project shall be reclaimed in accordance with Subsection 107.23 and 1 Section 160 of the GADOT Standard Specifications and page PPA -1 of this document. All storm drain pipe, side drain pipe, pipe culvert wing -walls, steps, retaining walls, curbs ' and gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as a removal pay item will be removed as Clearing and Grubbing, Grading Complete, or Grading Per Mile or Lump Sum Construction.. ' Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to remain within the right of way. ' Curb cut ramps in accordance with Standard 9031 -W are to be used at all street intersections on this project. GC 10 of 26 Augusta Engineering Department 1 1 GC -16. SURVEYS, PERMITS AND REGULATIONS: 1. The Contractor lines shall furnish all land surveys and establish all base Ines for locating the principal component parts of the work together with a suitable number of benchmarks i and stacking information adjacent to the work as shown in the Contract Documents. From the information gathered by the Contractor, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. 2. The Contractor shall carefully preserve benchmarks, reference points and stakes and in case of 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. 3. The contractor shall re- establish property survey pins for parcels affected by new established right -of -way. This work shall be considered incidental to "As- built" plan preparation and will be paid as part of "As- built" plan pay item. This work shall be done by or under direct supervision of a qualified Georgia Licensed Professional Land Surveyor (PLS). I 4. Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the ' Owner, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, he shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in GC 43, Changes in the Work. GC - 17. PROTECTION OF WORK, PROPERTY AND PERSONS: 1. The Contractor will be responsible for initiating, maintaining and supervising all safety 1 precautions and programs in connection with the work. He will take all necessary precautions for the safety of and will provide the necessary protection to prevent damage, injury or loss to all employees on the work and other persons who may be affected 1 thereby, all the work and all materials or equipment to be incorporated therein, whether in storage on or off the site or other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for 1 removal, relocation or replacement in the course of construction. 2. The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection. He will notify the owners of adjacent utilities when prosecution of the work may affect them. The Contractor will remedy all damage, injury or loss to any property GC 12 of 26 Augusta Engineering Department 1 1 GC -22. LANDSCAPING: All the requirements of Section 702 of the Georgia Department of Transportation q n 70 g p p Specifications, current edition, are applicable to this project except as follows: there will ' be no separate pay for staking, including Perimeter Staking and for Spring Application of Fertilizer. All costs shall be included in prices bid for Landscape Items. Bag grown plants are not acceptable. GC - 23. MISCELLANEOUS DRAINAGE STRUCTURES: All miscellaneous drainage structure such as Catch Basins, Drop Inlets, Manholes, Junction Boxes, Spring Boxes, Drain Inlets, Special Inlets, etc., whether standard or I special design shall be paid for Per Each. There will be no separate payment for additional depth unless specifically shown as a pay item. ' NOTE: All Catch Basins, Drop Inlets, Manholes, exposed Junction Boxes, etc., with concrete top -slabs shall include manhole rings and covers. The Contractor shall install the manhole rings and covers such that the steps can be easily accessed. GC - 24. PATCHING AND REPAIR OF MINOR DEFECTS: Where needed, the contractor is required to patch and repair existing potholes, minor pavement defects, and base failures in accordance with the Specifications. 1 GC - 25. PAVEMENT CUTS: All pavement cuts shall be sawed with a neat vertical edge, regardless of material, 1 consistently straight enough that a roller can follow the edge precisely to achieve the desired compaction. Irregular edges will not be accepted. Payment shall be included in the price of the pipe. GC - 26. PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement and replacing the pavement as specified in accordance with GDOT Standard 1401. 2. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See GDOT Standard 9031 -L). GC - 27. PIPE CULVERTS: Unless otherwise noted, all storm drain, longitudinal and stub pipes are to be reinforced concrete. All required pipe culverts shall be in accordance with Standard 1030 -D. 1 1 GC 14 of 26 Augusta Engineering Department 1 1 fence if necessary. No separate payment will be made for this work except when shown as a separate pay item. GC - 32. SAW CUTS: When matching existing conditions, saw cuts shall be used as required by Augusta - Richmond County. Compensation will be incidental to primary pay item. Only saw cuts in Portland Cement Concrete, which are shown, as separate contract pay items will be paid for separately. No saw cuts in asphaltic concrete will be paid for separately. Unless specifically noted this does not apply to pipe trenches. 1 GC - 33. SOD: 1 Sod will not be paid for separately when used to match or replace sod on adjacent lawns as replacement in kind. See GDOT specifications, subsection 700.04 E. GC - 34. STORM DRAIN PIPE: Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete and shall include 0-ring gaskets. GC -35. SUB CONTRACTORS: ' The Contractor shall furnish the official name, plus the name and telephone number of the 24 -hour emergency contact of all firms he proposes to use as Subcontractors in the work. This information is to be furnished at the Preconstruction Conference. However, no work shall be done on this project by a Subcontractor until the Contractor receives approval of his Subcontractor(s) from the Engineer. NOTE: All submissions shall include the following information for each Subcontractor: 1) Name of Subcontracting Firm 2) Description of Work To Be Done 3) Contact Person's Name and 24 Hour Phone Number GC -36. SUPERVISION BY CONTRACTOR: , 1. The Contractor will supervise and direct the work. He will be solely responsible for the P Y P means, methods, techniques, sequences and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representative at the site. The supervisor shall have full authority to act on the behalf of the Contractor and all ' communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work 1 GC - 37. CHANGES IN THE WORK: 1 1. The Owner may at any time as the need arises, order changes within the scope of the GC 16 of 26 Augusta Engineering Department 1 1 he shall have the power and is hereby authorized to make an equitable deduction from the 1 stipulated price. GC SUBSURFACE CONDITIONS: 1. The Contractor shall promptly and before such conditions are disturbed, except in the event of an emergency, notify the Owner by written notice of: 1.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. 1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. I 2. The Owner shall promptly investigate the conditions and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required, for performance of the work, an equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless he has given the required written notice; provided that the Owner may, if he determines the facts so justify, consider and 1 adjust any such claims asserted before the date of final payment. GC SUSPENSION OF THE WORK, TERMINATION AND DELAY: 1. The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the ' Contractor, by written notice to the Contractor. The Engineer shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract price, an extension of the contract 1 time, or both, directly attributable to any suspension. 2. If the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment 1 for the benefit of his creditors or if a trustee or receiver is appointed for the Contractor or for any of his property or if he files a petition to take advantage of any debtor's act to reorganize under the bankruptcy or applicable laws or if he repeatedly fails to supply 1 sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to subcontractors or for labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the work or if he disregards the authority of the Engineer, or if, in the opinion of the Engineer, the Contractor fails to make satisfactory progress in prosecuting the work, or if he otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his Surety a minimum of ten (10) days from delivery of a written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the ' GC 18 of 26 Augusta Engineering Department 1 1 GC-42. INDEMNIFICATION: I 1. The Contractor will indemnify and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses I including attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense is attributable to bodily injury, I sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting there from; and is caused in whole or in part by any negligent or willful act or omission of the Contractor and Subcontractor, anyone directly or indirectly I employed by any of them or anyone for whose acts any of them may be liable. 2. In any and all claims against the Owner or the Engineer or any of their agents or employees, by an employee of the . Contractor, Subcontractor, anyone directly or I indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the I amount or type of damages, compensation or benefits payable by or for the Contractor or . any Subcontractor under Workman's Compensation acts, disability benefit acts or other employee benefits acts. 1 3. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, 1 drawings, opinions, reports, surveys, change orders, design or specifications. GC SEPARATE CONTRACTS: 1 1. The Owner reserves the right to let other contracts in connection with this Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and I storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. If the proper execution or results of any part of the Contractor's work depends upon the work of any other Contractor, the. Contractor shall I inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. I 2. The Owner may perform additional work related to the Project by himself or he may let • other contracts containing provisions similar to these. The Contractor will afford the other Contractors who are parties to such contracts (or the Owner, if he is performing the 1 additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of the work and shall properly connect and coordinate his work with theirs. I 3. If the p erformance of additional work b Y other Contractors or the Owner is not noted in P the Contract Documents prior to the execution of the Contract, written notice thereof 1 shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves him in additional expense or entitles him to an extension of the contract time, he 1 may make a claim therefore as provided in Sections GC -44 and GC -45. I GC 20 of 26 Augusta Engineering Department I 1 GC -47. AS -BUILT DRAWINGS: The Contractor shall furnish a complete, legible set of "as- built" plans, prepared and certified by a qualified Georgia Licensed Professional Land Surveyor (PLS), to Augusta 1 Engineering Department seven (7) days prior to the date of the Final Inspection. The Director of Engineering Department or his/her designee shall review the submitted as- built plans for accuracy, legibility, completeness, and conformity with approved 1 construction plans. Upon approval of submitted as- built, three(3) hard copies and one electronic (CD- in GA State plan coordinate) copy shall be submitted to Engineering Department for record and Director of Engineering signature. There shall be no separate payment unless otherwise shown. GC ESTIMATE OF QUANTITIES: 1. The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or 1 diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for 1 claims or liability for damages. GC EXISTING STRUCTURES AND UTILITIES: 1 1. The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor 1 before starting work. The Contractor shall be held responsible for any damage to and for maintenance and protection of existing utilities and structures. 1 GC -50. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: 1 1. The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included 1 under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on all progress estimates. 1 GC - 51. PRIOR USE BY OWNER: 1 1. Prior to completion of the work, the Owner may take over the operation and/or use of the uncompleted project or portions thereof. Such prior use of the facilities by the Owner shall not be deemed as acceptance of any work or relieve the Contractor from any of the 1 requirements of the Contract Documents. GC 22 of 26 Augusta Engineering Department i 1 The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travel way. This applies to initial installation and the continuing maintenance and operation of the facility. At least one- 1 lane, two -way, traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with MUTCD, current edition and GDOT Standard 9102. The Contractor shall rovide all temporary traffic control devices needed to safely direct P P az'Y traffic through the construction area. All temporary traffic control devices are to be placed in accordance with Georgia P Y P Department of Transportation Standards and Specifications or as directed by the 1 Engineer. I GC - 55. FLAGGING: Flaggers shall be provided as required to handle traffic, as specified in the Plans or gg P q P Special Provisions, and as required by the Engineer. I All Flaggers shall meet the requirement of part 6F of the MUTCD Current Edition and q must have received training and a certificate upon completion of the training from a ' Department approved training program. Failure to provide certified Flaggers as required above shall be reason for the Engineer suspending work involving the Flagger(s) until the Contractor provides the certified Flagger(s). Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jacket, and shall use a Stop /slow paddle meeting the requirements of Section 6F -2 of I the MUTCD Current Edition for controlling traffic. The Stop /slow paddle shall have a shaft length of seven (7) feet minimum. In addition to the stop /slow paddle, a Flagger I may use a 24 -inch square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. Signs for Flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD Current Edition. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the Flagger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. GC - 56. TRAFFIC DETOURS: Where detours are required and in accordance with Section 150 of the GDOT Standard 1 Specifications and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for this project to the Engineer. This plan shall include details of staging and rerouting of traffic including estimated length of time for use of the detours. 1 1 GC 24 of 26 Augusta Engineering Department 1 1 GC -60. SAFETY AND HEALTH REGULATIONS: 1. The Contractor shall comply with the Department of Labor Safety and Health 1 Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31 -596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91 -54). GC - 61. WARRANTY: Unless otherwise specified, all contract work is subject to a 18 -month warranty. The 18- month warranty is hereby modified to include the following: Any repairs, corrections or modifications performed within the last six months of the original 18 -month warranty shall have the original 18 -month warranty extended 180 calendar days past the date of such repairs, corrections or modifications. GC - 62. PRECONSTRUCTION CONFERENCE: 1. A preconstruction conference shall be held at an acceptable time to the Owner and the 1 Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements of the Contract Documents. 111 l . 1 1 1 1 1 1 GC 26 of 26 Augusta Engineering Department 1 REVISED SEPTEMBER 8, 2004 ITEM W -15 through W -16 — Long and short side water service connections shall be measured individually (each) and shall include costs for piping, 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. ITEM W -17 - Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. ITEM W -18 — Tie -ins to existing lines shall be measured individually (each) and shall include costs for piping, dewatering, asphalt/concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM W -19 - All cut -in gate valves shall be measured individually (each) and shall include costs for valves, valve boxes /vaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for this item. 1 ITEM W -20 - Cut and plug existing water line shall be measured individually and shall include all costs associated with cutting into an existing line and plugging it as detailed in the plans and specifications. No additional payment shall be made for this item. I ITEM W -21 — Miscellaneous concrete shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. PAVEMENT STRUCTURES ITEM P -1 - Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P -2 - Aggregate base (10 'A" thick) and asphalt patch (2 %2" thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 1 /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. No additional payment shall be made for r 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. 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. I ITEMS P -5 through P -6 - Concrete sidewalk and driveways 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. No additional payment shall be made for these items. ITEM P -7 — Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt, installation, site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. 1 WMP -2 0 .13 GUS z f = REVISED SEPTEMBER 8, 2004 1 CFORG 1 AUGUSTA UTILITIES DEPARTMENT 1 SANITARY SEWER PROJECT - MEASUREMENT AND PAYMENT SANITARY SEWER ITEMS S -1A through S -16I - All piping line items shall be measured in linear feet and shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs for closed circuit camera inspection of the sanitary sewer system, including mobilization, demobilization, inspection, video tape copies, and field reports. No additional payment shall be made for these items. ITEM S -17 Jack and bore line items shall be measured in linear feet and shall include costs for casing I piping, carrier piping, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these items. ITEM S -18 - Select backfill shall be measured in cubic yards for both Types I and II 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 standard trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM S -19 - Miscellaneous pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation except normal joints and gaskets regardless of material. No additional payment shall be made for these items. ITEMS S -20A through S -20F and S -23 — Pre -cast manholes shall be measured individually (each) and I shall include costs for manholes, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing as specified. 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. No additional payment shall be made for these items. ITEMS S -21A through S -21F, S-22A through S-22F, S-24 through S -25 - 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. I ITEMS S -26A through S -26F — 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 -27A through S -27F — 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 - — Outside drop piping shall be measured individually (each) and shall include the costs for all items associated with the drop manhole detail, exclusive of the manhole or manhole extensions. No additional payment shall be made for these items. 1 SMP -1 1 REVISED SEPTEMBER 8, 2004 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. No additional payment shall be made for these items. ITEM P4 - 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 through P -6 - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. Payment shall include all removal and disposal costs. No additional payment shall be made for these items. ITEM P -7 - Asphalt driveway replacement shall be measured in square yards and shall include I costs for asphalt, installation, and site preparation, including necessary subgrade preparation, base removal, and base installation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. I ITEM P-8 - Curb and /or gutter placement shall be measured in linear feet and shall indude costs for concrete, installation, site preparation, formwork, and finishing. Payment shall include all removal and disposal costs. No additional payment shall be made for these items. ITEM P -9 - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, 1 installation, site preparation, formwork, and finishing. Payment shall include all removal and disposal costs. No additional payment shall be made for these items. I ITEM P -10 - Raised edge asphalt curb shall be measured in linear feet and shall include costs for removal and disposal of existing asphalt curb, site preparation and installation. Payment shall include all removal and disposal costs. No additional payment shall be made for these items. 1 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 - Class A Concrete shall be measured in cubic yards and shall include costs for excavation, labor, equipment, and concrete material placement. No additional payment shall be made for these items. I 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 M4 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be 1 verified by trench volume calculation. No additional payment shall be made for these items. SMP - 3 1 1 SECTION TS -0 1 INDEX TO TECHNICAL SPECIFICATIONS SECTION 31 11 00 Clearing and Grubbing 31 23 00 Excavation and Fill 31 25 00 Erosion and Sedimentation Controls 33 05 01.02 Ductile Iron Pipe and Fittings 33 05 01.12 Gravity Sewer Pipe and Fittings 33 05 13 Manholes 33 13 00 Disinfecting of Water Utility Distribution 1 1 1 1 1 1 1 1 TS-0 1 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 PART 3 EXECUTION 3.01 SCHEDULING OF CLEARING A. The Contractor shall clear at each construction site only that length of the right -of -way, permanent or construction easement which would be the equivalent of two week's pipe laying. This length shall be determined from the Contractor's Progress Schedule. B. The Engineer may permit clearing for additional lengths of the pipe line provided that temporary erosion and sedimentation controls are in place and a satisfactory stand of temporary grass is established. Should a satisfactory stand of grass not be possible, no additional clearing shall be permitted beyond that specified above. 1 C. A satisfactory stand of grass shall have no bare spots larger than one square yard. Bare spots shall be scattered and the bare area shall not comprise more than one percent of any given area. 3.02 CLEARING AND GRUBBING 1 A. Clear and grub no more than 3 feet on each side of the pipeline before excavating. Remove all trees, growth, debris, stumps and other objectionable matter. Clear the construction easement or road right -of -way only if 1 necessary. B. Materials to be cleared, grubbed and removed from the Project site include, 1 but are not limited to, all trees, stumps, roots, brush, trash, organic matter, paving, miscellaneous structures, houses, debris and abandoned utilities. 1 C. Grubbing shall consist of completely removing roots, stumps, trash and other debris from all graded areas so that topsoil is free of roots and debris. Topsoil is to be left sufficiently clean so that further picking and raking will not be 1 required. D. All stumps, roots, foundations and planking embedded in the ground shall be 1 removed and disposed of. Piling and butts of utility poles shall be removed to a minimum depth of two feet below the limits of excavation for structures, trenches and roadways or two feet below finish grade, whichever is lower. E. Landscaping features shall include, but are not necessarily limited to, fences, p g Y cultivated trees, cultivated shrubbery, property corners, man-made improvements, subdivision and other signs within the right -of -way and easement. The Contractor shall take extreme care in moving landscape features and promptly re- establishing these features. CLEARING AND GRUBBING 31 11 00 2 REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1 SECTION 3123 00 EXCAVATION AND FILL PART 1 GENERAL 1 1.01 SCOPE A. The work under this Section consists of furnishing all labor, equipment and 1 materials and performing all operations in connection with the trench excavation and backfill required to install the waterlines as shown on the Drawings and as specified. B. Excavation shall include the removal of an trees, stumps, brush, debris or Y � s P> > other obstacles which remain after the clearing and grubbing operations, I which may obstruct the work, and the excavation and removal of all earth, rock or other materials to the extent necessary to install the pipeline and appurtenances in conformance with the lines and grades shown on the 1 Drawings and as specified. C. Backfill shall include the refilling and compaction of the fill in the trenches 1 and excavations up to the surrounding ground surface or road grade at crossing. D. The trench is divided into five specific areas: 1. Foundation: The area beneath the bedding, sometimes also referenced 1 to as trench stabilization. 2. Bedding: The area above the trench bottom (or foundation) and below the bottom of the barrel of the pipe. 1 3. Haunching: The area above the bottom of the barrel of the pipe up to a specified height above the bottom of the barrel of the pipe. 4. Initial Backfill: The area above the haunching material and below a plane 18 inches above the top of the barrel of the pipe. 5. Final Backfill: The area above a plane 18- inches above the top of the 1 barrel of the pipe. E. The choice of method, means, techniques and equipment rests with the Contractor. The Contractor shall select the method and equipment for trench excavation and backfill depending upon the type of material to be excavated and backfilled, the depth of excavation, the amount of space available for operation of equipment, storage of excavated material, proximity of man -made improvements to be protected, available easement or right -of -way and prevailing practice in the area. 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 2.02 BEDDING AND HAUNCHING MATERIALS A. Unless specified otherwise, bedding and haunching materials shall be crushed stone as specified below. B. Crushed stone utilized for bedding and haunching shall meet the requirements of the Georgia Department of Transportation Specification 800.01, Group I (limestone, marble or dolomite) or Group II (quartzite, granite or gneiss). Stone size shall be between No. 57 and No. 4, inclusive. 1 C. Earth materials utilized for bedding and haunching shall be suitable materials selected from materials excavated from the trench. Suitable materials shall be clean and free of rock larger than 2- inches at its largest dimension, organics, I cinders, stumps, limbs, frozen earth or mud, man-made wastes and other unsuitable materials. Should the material excavated from the trench be saturated, the saturated material may be used as earth material, provided it is allowed to dry properly and it is capable of meeting the specified compaction requirements. When necessary, earth bedding and haunching materials shall be moistened to facilitate compaction by tamping. If materials excavated from the trench are not suitable for use as bedding or haunching material, provide select material conforming to the requirements of this Section at no additional cost to the Owner. D. Filter Fabric Woven Type 1 . 1. Filter fabric associated with bedding shall be a polypropylene woven fabric. The fabric shall be a high modulus type with good separation capabilities. The fabric shall be inert to biological degradation and naturally occurring chemicals, alkalies and acids. 2. The fabric shall have an equivalent opening size EOS of 20 to 45. The fabric shall also conform to the minimum property values listed in the 1 following table: 1 Fabric Property Unit Test Method Minimum Value Grab Tensile Strength lbs. ASTM D 200 4632 Grab Tensile % ASTM D 30 (max.) Elongation 4632 Mullen Burst Strength psi ASTM D 400 3786 1 Trapezoid Tear lbs. ASTM D 75 I 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1 PART 3 EXECUTION 3.01 GENERAL A. Excavate to lines, grades, and dimensions shown and as necessary to accomplish Work. Excavate to within tolerance of plus or minus 0.1 foot, except where dimensions or grades are shown or specified as maximum or minimum. Allow for forms, working space, granular base, topsoil, and similar items, wherever applicable. Trim to neat lines where concrete is to be deposited against earth. B. Do not overexcavate without written authorization of Engineer. 3.02 UNCLASSIFIED EXCAVATION A. Excavation is unclassified. Complete all excavation regardless of the type, nature, or condition of the materials encountered. 3.03 CLASSIFIED EXCAVATION A. Excavation is classified; see Article Definitions for classifications. Notify 1 Engineer whenever rock is encountered. B. Before beginning rock excavation, comply with following requirements: 1. Remove overlying material as common excavation and expose rock surface for examination by Engineer. ' 2. Demonstrate that removal of remaining material classifies as rock excavation unless waived by Engineer. 3. Assist Engineer with measurement and documentation of rock 1 excavation. C. Predrilling and blasting may be allowed prior to removal of overburden if, in Engineer's opinion, top -of -rock line can be clearly defined after excavation. Acceptance of this method will be based on the following demonstration: ' 1. Predrill, blast, and excavate initial 100 -foot long test section. 2. Excavate minimum of two 20 -foot long trenches to apparent rock line immediately adjacent to predrilled section for comparison. 1 D. In event of disputed quantities, excavate additional correlation trenches to apparent rock as considered necessary by Engineer to resolve dispute. ' Engineer reserves right to stop predrilling and blasting if, in Engineer's opinion, experience indicates that accurate determination of rock quantities is not possible by this method. 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 D. Depth 1. The trenches shall be excavated to the required depth or elevation which 1 allow for the placement of the pipe and bedding to the dimensions shown on the Drawings. ' 2. Where rock is encountered in trenches for pipelines, excavate to the minimum depth which will provide clearance below the pipe barrel of 8- inches for pipe 18- inches in diameter and smaller and 12- inches for larger pipe, valves and manholes. E. Excavated Materials 1 1. Excavated materials shall be placed adjacent to the work to be used for backfilling as required. Top soil shall be carefully separated and lastly placed in its original location. 2. Excavated material shall be placed sufficiently back from the edge of the excavation to prevent caving of the trench wall, to permit safe access along the trench and not cause any drainage problems. Excavated ' material shall be placed so as not to damage existing landscape features or man-made improvements. 1 3.05 SHEETING, BRACING AND SHORING A. Sheeting, bracing and shoring shall be installed in the following instances: ' 1. Where sloping of the trench walls does not adequately protect persons within the trench from slides or cave -ins. 1 2. In caving ground. 3. In wet, saturated, flowing or otherwise unstable materials. 4. Where necessary to prevent damage to adjoining buildings, structures, 1 roadways, pavement, utilities, trees or private properties which are required to remain. 5. Where necessary to maintain the top of the trench within the available 1 construction easement or right -of -way. B. In all cases, excavation protection shall strictly conform to the requirements of the Occupational Safety and Health Act of 1970, as amended. C. Timber: Timber for shoring, sheeting, or bracing shall be sound and free of 1 large or loose knots and in good, serviceable condition. Size and spacing shall be in accordance with OSHA regulations. 1 D. Steel Sheeting and Sheet Piling: Steel sheet piling shall be the continuous interlock type. The weight, depth and section modulus of the sheet piling shall be sufficient to restrain the loads of earth pressure and surcharge from 1 existing foundations and live loads. Procedure for installation and bracing ' 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 E. Following review by the Engineer regarding the proximity of permanent buildings and structures to the blasting site, the Engineer may direct the Contractor to employ an independent, qualified specialty sub- 1 contractor, approved by the Engineer, to monitor the blasting by use of seismograph, identify the areas where light charges must be used, conduct pre -blast and I post -blast inspections of structures, including photographs or videos, and maintain a detailed written log. 1 3.07 DEWATERING EXCAVATIONS A. Dewater excavation continuously to maintain a water level two feet below the I bottom of the trench. B. Control drainage in the vicinity of excavation so the ground surface is properly pitched to prevent water running into the excavation. I C. There shall be sufficient um in equipment, in ood working order, P P g g g I available at all times, to remove any water that accumulates in excavations. Where the utility crosses natural drainage channels, the work shall be conducted in such a manner that unnecessary damage or delays in the prosecution of the work will be prevented. Provision shall be made for the I satisfactory disposal of surface water to prevent damage to public or private property. 1 D. In all cases, accumulated water in the trench shall be removed before placing bedding or haunching, laying pipe, placing concrete or backfilling. I E. Where dewatering is performed by pumping the water from a sump, crushed stone shall be used as the medium for conducting the water to the sump. Sump depth shall be at least two feet below the bottom of the trench. I Pumping equipment shall be of sufficient quantity and/or capacity to maintain the water level in the sump two feet below the bottom of the trench. Pumps shall be a type such that intermittent flows can be discharged. A standby I pump shall be required in the event the operating pump or pumps clog or otherwise stop operation. 1 F. Dewater by use of a well point system when pumping from sumps does not lower the water level two feet below the trench bottom. Where soil conditions dictate, the Contractor shall construct well points cased in sand wicks. The I casing, 6 to 10- inches in diameter, shall be jetted into the ground, followed by the installation of the well point, filling casing with sand and withdrawing the i casing. 1 I 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 C. At each joint, excavate bell holes of ample depth and width to permit the joint to be assembled properly and to relieve the pipe bell of any load. 1 D. After the pipe section is properly placed, add the haunching material to the specified depth. The haunching material shall be shovel sliced, tamped, vigorously chinked or otherwise consolidated to provide uniform support for 1 the pipe barrel and to fill completely the voids under the pipe, including the bell hole. Prior to placement of the haunching material, the bedding shall be clean and free of any water, loose rocks, boulders or dirt clods. E. Water Mains 1 1. Ductile Iron Pipe a. Unless otherwise shown on the Drawings or specified, utilize earth materials for bedding and haunching. Bedding shall meet ' . the requirements of Type 2, 3, 4 and 5 of AWWA C150/151 Standard Laying Conditions. b. Unless specified or shown otherwise, bedding shall meet the ' requirements for Type 2 AWWA C150 /151 Standard Laying Conditions. Unless specified or shown otherwise for restrained joint pipe and fittings, bedding shall meet the requirements for 1 Type 3 AWWA C150/151 Standard Laying Conditions. c. Where the depth of cover over the piping exceeds 9 feet, the pipe bedding shall meet the requirements of Type 4 Pipe Bedding. Where the depth of cover over the piping exceeds 14 feet, the pipe bedding shall meet the requirements of Type 5 AWWA C150 /151 ' Standard Laying Conditions. d. Type 4 or Type 5 Pipe Bedding called for on the Drawings, specified or ordered by the Engineer, shall meet requirements for Type 4 or Type 5 AWWA C150/151 Standard Laying Conditions, utilizing crushed stone bedding and haunching material. F. Manholes: Excavate to a minimum of 12- inches below the planned elevation ' of the base of the manhole. Place and compact crushed stone bedding material to the required grade before installing the manhole. 1 G. Excessive Width and Depth 1. Water Mains: If the trench is excavated to excess width, provide the next higher type or class of pipe bedding, but a minimum of Type 4 AWWA C150 /151 Standard Laying Conditions. 2. If the trench is excavated to excessive depth, provide crushed stone to place the bedding at the proper elevation or grade. 1 I 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1 site, if approved by the Engineer. If such spreading is allowed, the site shall be left in a clean and sightly condition and shall not affect pre - construction drainage patterns. Surplus rock from the trenching operations shall be removed from the site. 1 D. If materials excavated from the trench are not suitable for use as backfill materials, provide select backfill material conforming to the requirements of this Section. 1 E. After initial backfill material has been placed and compacted, backfill with final backfill material. Place backfill material in uniform layers, compacting I each layer thoroughly as follows: 1. In 6 -inch layers, if using light power tamping equipment, such as a « jumping jack" 2. In 12 -inch layers, if using heavy tamping equipment, such as hammer with tamping feet. 3. In 24 -inch layers, if using a hydra - hammer. r F. Settlement: If trench settles, re -fill and grade the surface to conform to the I adjacent surfaces. G. Final backfill shall be compacted to a minimum 90 percent of the maximum P P dry density, unless specified otherwise. 1 3.13 ADDITIONAL MATERIAL A. Where final grades above the pre - construction grades are required to maintain minimum cover, additional fill material will be as shown on the Drawings. Utilize excess material excavated from the trench, if the material is suitable. If excess excavated materials are not suitable, or if the quantity available is not sufficient, provide additional suitable fill material at no cost to the owner. 3.14 BACKFILL UNDER ROADS A. Compact backfill underlying pavement and sidewalks, and backfill under dirt and gravel roads to a minimum 95 percent of the maximum dry density. The top 12- inches shall be compacted to a minimum of 98 percent of the maximum dry density. 1 1 1 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS D. Comply with applicable codes, ordinances, rules, regulations and laws of local, municipal, state or federal authorities having jurisdiction. 3.19 DISPOSAL OF SPOIL A. Dispose of excavated materials, which are unsuitable or exceed quantity needed for fill or backfill, offsite. B. Dispose of debris resulting from removal of underground facilities as 1 specified in Section 02 41 00, Demolition, for demolition debris. C. Dispose of debris resulting from removal of organic matter, trash, refuse, and junk as specified in Section 31 10 00, Site Clearing, for clearing and grubbing debris. 1 END OF SECTION 1 1 1 1 1 1 1 1 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 Erosion and Sedimentation Control Act of 1975 as amended (OCGA § 12 -7 -1, et. seq.), local ordinances, other permits, local enforcing agency guidelines, and these Specifications. D. Basic Principles: 1 1. Coordinate the land disturbance activities to fit the topography, soil types, and conditions. 2. Minimize the disturbed area and the duration of exposure to erosive 1 elements. 3. Provide temporary or permanent stabilization to disturbed areas immediately after rough grading is complete. ' 4. Safely convey run -off from the site to a stable outlet to prevent flooding and damage to downstream facilities resulting from increased runoff from the site. 5. Retain sediment on -site that was generated on -site. 6. Minimize encroachment upon watercourses. 1 E. Implementation: 1. The Contractor is solely responsible for the control of erosion within the ' Project site and the prevention of sedimentation from leaving the Project site or entering waterways. 2. The Contractor shall install temporary and permanent erosion and 1 sedimentation controls which will ensure that runoff from the disturbed area of the Project site shall pass through a filter system before exiting ' the Project site. 3. The Contractor shall provide temporary and permanent erosion and sedimentation control measures to prevent silt and sediment from entering the waterways and designated wetland areas. The Contractor 1 shall maintain an undisturbed vegetative buffer a minimum of 25 feet from the top of the bank. 4. The Contractor shall limit land disturbance activity to those areas shown on the Drawings. 5. The Contractor shall maintain erosion and sedimentation control ' measures within disturbed areas on the entire site at no additional cost to the Owner until the final acceptance of the Project. Maintenance shall include mulching, re- seeding, clean -out of sediment barriers and 1 sediment ponds, replacement of washed -out or undermined rip rap and erosion control materials, to the satisfaction of the Owner and Engineer. 6. All fines imposed for improper erosion and sedimentation control shall 1 be paid by the Contractor. 1 I EROSION AND SEDIMENTATION CONTROLS 31 25 00 2 REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 2.05 PLASTIC FILTER FABRIC A. Plastic filter fabric shall conform to the Georgia Department of Transportation Standard Specifications, Section 881, for filter fabrics. B. Plastic filter fabric shall be an approved product on the Georgia Department of 1 Transportation Qualified Product List No. 28, latest edition. 1 2.06 GRASSING A. Grassing materials shall meet the requirements of the Georgia Department of Transportation Standard Specifications, latest edition; as shown in the table: Material Section No. Topsoil 893.01 Seed and Sod 890 Fertilizer 891.01 Agricultural Lime 882.02 Mulch 893.02 Inoculants 893.04 1 B. Seed species shall be provided as shown on the Drawings. 1 C. Mulch Binder: Mulch on slopes exceeding 3 (horizontal) to 1 (vertical) shall be held in place by the use of a mulch binder, as approved by the Engineer. ' The mulch binder shall be non -toxic to plant and animal life and shall be approved by the Engineer. ID. Water: Water shall be free of excess and harmful chemicals, organisms, and substances which may be harmful to plant growth or obnoxious to traffic. Salt or brackish water shall not be used. Water shall be furnished by the 1 Contractor. PART 3 EXECUTION 3.01 GENERAL A. Temporary and permanent erosion and sedimentation control measures shall prevent erosion and prevent sediment from exiting the site. If, in the opinion of the Owner, Engineer, or state inspector, the Contractor's temporary erosion and sedimentation control measures are inadequate, the Contractor shall provide additional maintenance for existing measures or additional devices to control erosion and sedimentation on the site at no additional cost to the 1 Owner. l EROSION AND SEDIMENTATION CONTROLS 31 25 00 4 REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 3. Sediment barriers shall be installed as shown on the Drawings and as directed by the Owner or Engineer. 4. Sediment barriers shall be maintained to ensure the depth of impounded sediment is no more than one -half of the original height of the barrier or as directed by the Engineer. Tom, damaged, destroyed, or washed -out barriers shall be repaired, reinforced, or replaced with new material and installed as shown on the Drawings and as directed by the Owner or Engineer. 5. Accumulated sediment shall be removed from the barrier and replaced and stabilized on -site as directed by the Owner or Engineer. 6. Sediment barrier shall be removed once the disturbed area has been stabilized with a permanent vegetative cover and the sediment barrier is no longer required as directed by the Engineer. 7. All non - biodegradable parts of the barrier shall be disposed of properly. 1 8. The disturbed area created by barrier removal shall be permanently stabilized. 1 C. Sediment Boxes: All inlet grates shall be covered with sediment boxes during grading operations and shall remain so covered until all open areas are permanently stabilized against erosion. 3.03 EROSION CONTROL A. Rip Rap 1. Rip rap shall be placed as shown on the Drawings and as directed by the ' Engineer. Rip rap shall be placed at all points where natural vegetation is disturbed on the banks of active streams. Compact backfill and place rip rap to prevent subsequent settlement and erosion. This requirement applies equally to construction alongside a stream as well as crossing a stream or drainage ditch. 2. When trenching across a stream or drainage ditch, place rip rap over the entire disturbed area upstream and downstream of the trench excavation. Place rip rap across creek bottom, across creek banks, and extend rip rap placement five feet beyond the top of each creek bank. 3. Preparation of Foundations: The ground surface upon which the rip rap is to be placed shall be brought to the correct lines and grades before placement is commenced. Where filling of depressions is required, the 1 new material shall be compacted with hand or mechanical tampers. Unless at creek banks or otherwise shown or specified, rip rap shall begin in a toe ditch constructed in original ground around the toe of the 1 fill or the cut slope. The toe ditch shall be two feet deep in original ground, and the side next to the fill or cut shall have that same slope. After the rip rap is placed, the toe ditch shall be backfilled and the 1 excess dirt spread neatly on the site. 1 EROSION AND SEDIMENTATION CONTROLS 31 25 00 6 REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 a. Permanent stabilization shall be provided as shown on the Drawings and conforming to these Specifications to control erosion on the site. Permanent stabilization shall be provided to all areas of land disturbance within seven calendar days of the completion of land disturbance for any area greater than 0.25 acre. b. Where permanent stabilization cannot be immediately established because of an inappropriate season, the Contractor shall provide temporary stabilization. The Contractor shall return to the site at 1 the appropriate season to provide permanent stabilization in areas that received only temporary stabilization. 3. Grassing shall meet the requirements of Section 700 of the Georgia Department of Transportation Standard Specifications, latest edition, unless specified otherwise. 4. Seed rate, fertilization and other requirements shall be provided as shown on the Drawings. 1 3.04 CLEAN -UP A. Dispose of all excess erosion and sedimentation control materials in a manner 1 satisfactory to the Owner and Engineer. B. Final clean-up shall be performed in accordance with the requirements of these Specifications and to the satisfaction of the Owner and Engineer. 1 END OF SECTION 1 1 1 • 1 1 1 1 EROSION AND SEDIMENTATION CONTROLS 31 25 00 8 REVISION AUGUST 2009 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 c. B 16.21, Standard Specification for Nonmetallic Flat Gaskets for Pipe Flanges. d. D882, Standard Test Method for Tensile Properties of Thin Plastic Sheeting. e. D1330, Standard Specification for Rubber Sheet Gaskets. f. D1922, Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. g. D2000, Standard Classification System for Rubber Products in 1 Automotive Applications. h. D4976, Standard Specification for Polyethylene Plastics Molding and Extrusion Materials. 5. Ductile Iron Pipe Research Institute (DIPRA). 1.02 SUBMITTALS 1 A. Action Submittals: I 1. Shop Drawings: Marking plan and details of standard pipe section showing dimensions, pipe joints, fitting and special fitting pressure rating and thickness, size, coating and lining data. 1 B. Informational Submittals: 1. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum, include the following: a. Testing dates. 1 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. 2. 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. I PART 2 PRODUCTS 2.01 MATERIALS 1 A. Pipe: 1. General: a. Centrifugally cast, grade 60 -42 -10 iron. b. Meet requirements of AWWA C150, C153 and C111. c. Lined and coated as specified. DUCTILE IRON PIPE AND FITTINGS 33 05 01.02 2 REVISION JULY 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS E. Lining: 1. Pipe and fittings for clean water applications shall be cement -lined and asphaltic seal coated in accordance with AWWA C104. 2. Pipe and fittings for wastewater applications shall be lined with 40 -mil ceramic epoxy, as manufactured by Induron. F. Coating: Asphaltic type, 1 mil thick, in accordance with AWWA C151, C115, C110 and C153. G. Polyethylene Encasement: I 1. Virgin polyethylene raw material conforming to requirements of ASTM D4976. 2. Elongation: 800 percent, minimum, in machine and transverse direction (ASTM D882). 3. Tensile Strength: 3,600 psi, minimum. 4. Dielectric Strength: 800V per mil- thickness, minimum. 5. Propagation Tear Resistance: 2,550 -grams force (gf), minimum, in machine and transverse direction (ASTM D1922). 6. Tube form, conforming to AWWA C105. 7. Film shall have minimum thickness of 0.008 inch (8 ml). H. Bolting: 1. Bolts for flanged connections shall be carbon steel, ASTM A307 g A307, Grade A hex bolts and ASTM A563, Grade A hex head nuts. 1 2. Bolts for grooved end connections shall be manufacturer's standard. I. Gaskets: 1. Gaskets for flat faced 150 and 250 psi working pressure flanges shall be 1/8 inch thick, red rubber (SBR), hardness 80 (Shore A), rated to 200 degrees F, conforming to ASME B16.21, AWWA C207, and ASTM D1330, Grades 1 and 2. 2. Gaskets for grooved end joints shall be Halogenated butyl, conforming to ASTM D2000 and AWWA C606. 2.02 SOURCE QUALITY CONTROL 1 A. Factory Tests: In accordance with AWWA C104, C105, C110, C111, C115, C150, C151, C153 and C606. 1 1 DUCTILE IRON PIPE AND FITTINGS 33 05 01.02 4 REVISION JULY 2008 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 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. 1 D. 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. 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. E. 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. 1 DUCTILE IRON PIPE AND FITTINGS 33 05 01.02 6 REVISION JULY 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1. General: a. Notify Owner in writing 5 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. f. Contractor may, if field conditions permit and as determined by I 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 I 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 C600. END OF SECTION 1 I DUCTILE IRON PIPE AND FITTINGS 33 05 01.02 8 REVISION JULY 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS j. C700, Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated. k. D16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. 1. D1248, Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. m. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. n. D2241, Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR Series). o. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. p. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. q. D3212, Standard Specification for Joints For Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. r. E329, Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. s. F477, Standard Specification for Elastomeric Seals (Gaskets) for 1 Joining Plastic Pipe. t. F679, Standard Specification for Poly(Vinyl Chloride) (PVC) Large- Diameter Plastic Gravity Sewer Pipe and Fittings. 1.02 DEFINITIONS 1 A. CCTV: Closed Circuit Television. B. SDR: Standard Dimension Ratio. 1 1.03 SUBMITTALS A. Action Submittals: 1. Information on gasket polymer properties. 2. Tee fabrication details. 3. Application methods, application requirements, and chemical resistance data for coating and lining products. 4. Quick setting grout design mix if required. B. Informational Submittals: 1. Certificates: a. Manufacturer's Certificate of Compliance attests that products furnished meet requirements of this section. I GRAVITY SEWER PIPE AND FITTINGS 33 05 01.12 2 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1. In accordance with ASTM D3034. 2. Joints: Integral bell and spigot, in accordance with ASTM D3212. 3. Minimum SDR: 35 4. Cell Classification: 12454 -B or 12454 -C, as defined by ASTM D1784. 5. Fittings: SDR 35 minimum wall thickness. 6. Gaskets: Factory fabricated rubber compression type with solid cross section in accordance with ASTM F477. Lubricant for joining pipe as approved by pipe manufacturer. B. 18 -Inch through 36 -Inch Diameter: 1. In accordance with ASTM F679. 2. Joints: Integral bell and spigot, in accordance with ASTM D3212. 3. Minimum SDR: 26 4. Minimum Pipe Stiffness: 115 psi when tested in accordance with ASTM D2412. 5. Cell. Classification: Minimum 12454 -C, as defined by ASTM D1784. 6. Fittings: Wall thickness no less than wall thickness of equivalent size of pipe. 7. Gaskets: Factory fabricated rubber compression type with solid cross 1 section conforming to ASTM F477. 2.02 DUCTILE IRON PIPE (DIP) A. Pipe: 1. Conform to ASTM A746. 2. Thickness Class: As shown on Drawings 3. Joints: Push -on with rubber gaskets conforming to AWWA C111. Lubricant for joining pipe as approved by pipe manufacturer. 4. Fittings: Ductile iron conforming to AWWA C110, lined and coated same as pipe. B. Lining: 1. Ceramic Epoxy: a. 40 -mil nominal lining consisting of ceramic particle- reinforced novolac epoxy, such as Protecto 401 by the Vulcan Group with installation by U.S. Pipe. b. Line interior of bell and exterior of spigot in joint sealing areas with 6 to 10 mils of specified lining. 1 c. Surface Preparation: SP 10 near -white abrasive blast. d. Pinhole Detection: 2,500 volts minimum over 100 percent of lined surfaces. C. Polyethylene Wrap and Tape for Ductile Iron Pipe: I GRAVITY SEWER PIPE AND FITTINGS 33 05 01.12 4 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 C. Shrinkage shall be less than 0.01 percent when tested in accordance with ASTM C596. 2.09 SOURCE QUALITY CONTROL 1 A. Pipe Fittings: 1. Tees: a. Shop fabricated by pipe manufacturer. b. Tee stubs shall not protrude inside sewer pipe. c. Joints: Same as joints used on sewer pipe. d. Insert-a -tee PVC fitting. 2. Caps and Plugs: a. Gasket and Joint: Same as pipe specified. b. Banded or otherwise secured to withstand test pressures involved without leakage. I PART 3 EXECUTION 3.01 EXAMINATION 1 A. Notify Owner/Engineer immediately of manufacturing imperfections or damage caused by improper handling. I B. Verify size, pipe condition, and pipe class prior to installation of pipe. C. Repairs to RCP storm sewer pipe section will be allowed, only if approved in writing by Owner/Engineer. Damaged pipe which, in opinion of Owner/Engineer, cannot be repaired, will be rejected and removed from the Project Site. 3.02 PREPARATION 1 A. Pipe Distribution: Do not distribute more than 1 week's supply of materials in advance of laying, unless otherwise approved by the Owner. 1 B. Inspect pipe and fittings prior to lowering into trench to ensure no cracked, broken, or otherwise defective materials are being used. 1 C. Remove foreign matter and dirt from inside of pipe and fittings and keep clean during and after laying. Wash ends of section clean with wet brush prior to 1 joining sections of pipe. 3.03 INSTALLATION 1 A. General: 1 GRAVITY SEWER PIPE AND FITTINGS 33 05 01.12 6 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 13. Take precautions to prevent "uplift" or floating of line prior to completion of backfill operation. 14. Connections between one pipe material and another shall be by means of flexible compression collar, installed in accordance with the manufacture's recommendations, or concrete closure collar. D. Connection to Structure or Manhole: 1. Locate standard pipe joint within 1.5 feet of outside face of structure for pipe 18 inches and smaller and within one pipe diameter for pipe 21 inches and larger. 2. Plug or close off pipe stubbed with watertight plug. 3. Connect PVC pipe to manhole with pipe to manhole connector in accordance with manufacturer's recommendations. 1 E. Crossing Waterlines: Where sewer crosses less than 18 inches below waterline, use ductile iron or PVC pressure pipe for crossing. F. Ductile Iron Pipe: 1. Cutting and Dressing of Ductile Iron Pipe Ends: 1 a. Cut at right angles to centerline of pipe to leave smooth end, without damage to pipe. b. Use only approved mechanical cutter. c. Taper cut end of pipe to be used with rubber gasket joints by grinding or filing 1/8 inch back at an angle of approximately 30 degrees with centerline of pipe. d. Remove sharp or rough edges. e. Abrade cut ends with grinding wheel and apply lining repair material. Use only compatible repair materials provided by pipe lining manufacturer. Allow repair lining to harden and cure before installation. 2. Polyethylene Wrap: a. Before installing wrap, clean pipe exterior of foreign material. b. Cut wrap approximately 2 feet longer than pipe section. c. Overlap wrap approximately 1 foot; seal joints with adhesive tape. d. Tape entire circumference of pipe at 3 -foot intervals along pipe. e. Repair rips, punctures, or other damage to polyethylene with adhesive tape. f. When fittings cannot be practically wrapped in a tube, use a flat sheet or split tube of polyethylene. Securely tape seams. 1 3.04 SERVICE CONNECTION TEES A. Install as shown on Drawings. 1 GRAVITY SEWER PIPE AND FITTINGS 33 05 01.12 8 REVISION SEPTEMBER 2008 1. AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 3.06 CLEANING A. Clean each section of completed sewer pipeline prior to testing. B. Place screen or dam in downstream manhole of section being cleaned to catch debris. C. Remove material from each manhole section before cleaning the next section downstream. D. Method: As approved by Engineer. E. Cleaning water may be discharged into existing sewer system after screening and removal of debris. 1 3.07 TESTING 1 A. General: 1. Notify Owner in writing 5 days in advance of testing. Perform testing in I presence of Owner's Representative. 2. Pipe 18 inches in diameter and smaller shall be tested for leakage using a low pressure air test performed in accordance with the applicable sections of the Uni -Bell UNI- B -6 -98, latest version. 3. Pipe over 18 inches in diameter shall be tested for leakage using a low pressure air test performed in accordance with the applicable sections of the Uni -Bell UNI- B -6 -98, latest version. 4. Individual joints may be tested on pipe 36 inches in diameter and larger with Owner's written approval. 5. Pipe shall successfully pass leakage test prior to acceptance 6. Test sections of constructed sewer between stations only after service connections, manholes, and backfilling are completed. Testing shall be done prior to placement of asphaltic concrete or roadway structural section. 7. Isolate new pipelines that are connected to existing pipelines. Install ' pipe plugs as required to allow section of new pipe to be pressure tested. 8. Plug wyes, tees, stubs, and service connections with gasketed caps or plugs securely fastened or blocked to withstand internal test pressure. Such plugs or caps shall be removable, and their removal shall provide socket suitable for making flexible jointed lateral connection or extension. 9. Furnish testing equipment and perform tests as approved by Engineer. Testing equipment shall provide observable and accurate measurement of leakage under specified conditions. ' • GRAVITY SEWER PIPE AND FITTINGS 33 05 01.12 10 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 1. General: a. Test installed pipeline for deflection by pulling a mandrel through sewer without aid of mechanical pulling device. b. Perform test at least 10 days after trench backfill and compaction have been completed. c. Owner shall supply mandrel for testing up to and including 12- inch pipe. 2. Mandrel: a. Full circle, solid or rigid odd number of legs (minimum 9 legs) steel cylinder with pulling rings at each end. b. Diameter: Sized to allow only as much initial deflection for ' ultimate deflection of 5 percent. 3. Correcting Deficiencies or Obstructions: a. Excavate to springline of pipeline and replace and recompact pipe zone material. b. Internal pipe rerounding or vibration will not be allowed. c. If pipe does not pass mandrel test after replacement of pipe zone 1 material and trench backfill, re- excavate and replace pipeline. 3.08 INSPECTION (TO IDENTIFY FAILURES) I A. Television Pipeline Inspection: 1 1. General: a. Internally inspect sewer pipelines by closed circuit television (CCTV) after completion of pipeline cleaning and testing. b. Conduct inspection in presence of Owner. 2. Procedure: a. Provide complete and continuous taped record and digital log of inspection. b. Format: Digital Video Disk (DVD), color c. Television Camera Equipment: 1) Rotating lens or pan and tilt. 2) Resolution: Minimum 350 lines per inch. 3) Focal Distance: Adjustable through a range of 6 inches to infinity. 4) Remote - Reading Footage Counter: Accurate to less than 1 percent error. 5) Lighting: Sufficient to provide clear, in -focus picture of entire inside periphery of pipe, and minimizes reflection. d. Pull camera at uniform rate, stopping to properly document defects. Maximum pull of camera shall not exceed 30 feet per minute. • 3. Quality Standard: GRAVITY SEWER PIPE AND FITTINGS 33 05 01.12 12 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS C. Deficiencies Requiring Correction: a. Variations in alignment greater than specified herein. b. Joint separations greater than allowed by pipe manufacturer. c. Visible infiltration. d. Presence of debris or foreign objects. e. Obvious damage or defects in pipeline. END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 1 I GRAVITY SEWER PIPE AND FITTINGS 33 05 01.12 14 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1 p. F594, Standard Specification for Stainless Steel Nuts. 1.02 SUBMITTALS A. Action Submittals: 1 1. Shop Drawings: a. Cast -in -Place Manholes: Details of construction. ' b. Precast Manholes: Details of construction. c. Precast Base, Cones, and Top Slab Sections: Details of construction. ' d. Manholes. Over Existing Piping: Plans and schedule for diverting flow. ' B. Informational Submittals: 1. Proposed curing method for cast -in -place concrete structures. 2. Precast Manhole Sections: Manufacturer's results of tests performed on ' representative sections to be furnished. (if required) 3. Certified load test data for precast manhole steps. (if required) ' 4. Plan for diversion of flow during installation of manhole over existing piping. PART 2 PRODUCTS 2.01 PRECAST MANHOLES 1 A. Riser Sections: 1. Minimum 48 inches in diameter. 1 2. Fabricate in accordance with ASTM C478. 3. Minimum Wall Thickness: 4 inches or 1/12 times inside diameter, ' whichever is greater. 4. Top and bottom shall be parallel. 5. Joints: Tongue - and - groove 1 B. Cone Sections: 1. Provide eccentric cones. 1 2. Same wall thickness and reinforcement as riser section. 3. Top and bottom shall be parallel. C. Base Sections and Base Slab: 1 1. Base Sections: Base slab integral with sidewalls. ' MANHOLES 33 05 13 2 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1 B. Concrete: Furnish as specified in Supplemental Technical Specification Section 03 30 00, Cast -in -Place Concrete. 1 2.03 MANHOLE FRAMES AND COVER A. Ring and cover shall be USF -668 or pre- approved equal as shown in the drawing details. 2.04 WATERTIGHT FRAME FASTENERS A. Galvanize after fabrication in conformance with ASTM Al23. 2.05 MANHOLE FRAME TO STRUCTURE SEALS A. Gasket: 1. Extrude or mold from a high -grade rubber compound. 2. Comply with material test requirements of ASTM C923. 3. Minimum Thickness: 3/16 inch. 4. Minimum Unstretched Length: Sufficient to extend from the manhole frame, across a maximum of 12 inches of extension rings, to the I manhole cone section. 5. Fabricate bands for compressing sleeve against manhole from Type 304 stainless steel: a. Channeled Sheet: Minimum 16- gauge, ASTM A167. b. Round: 5/16 -inch diameter, ASTM A240. I B. Screws, Bolts, or Nuts: Stainless steel conforming to ASTM F593 and ASTM 594, Type 304. 1 C. Internal gasket or its appurtenances shall not extend into the manhole opening to restrict entry into or exit from the manhole. 1 D. Gasket shall be made only of materials that have been proven to be resistant to the following exposures and conditions: 1. Sanitary sewage. 2. Corrosion or rotting under wet or dry conditions. ' 3. Gaseous environment in sanitary sewers and at road surfaces including common levels of ozone, carbon monoxide, and other trace gases at the sites of installation. 1 4. Biological environment in soils and sanitary sewers. 5. Chemical attack by road salts, road oil, and common street spillages or solvents used in street construction or maintenance. I MANHOLES 33 05 13 4 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 2.08 FLEXIBLE JOINTS A. Manufacturers: 1. "Kor -N -Seal" flexible rubber boot with stainless steel accessories as manufactured by NPC, Inc., Milford, New Hampshire. 2. "PS 10" flexible gasket as manufactured by PressSeal Gasket Corporation. PART 3 EXECUTION 3.01 GENERAL A. Remove and keep all water clear from the excavation during construction and I testing operations. B. Place imported pipe base material on undisturbed earth; thoroughly compact 1 with a mechanical vibrating or power tamper. 3.02 EXCAVATION AND BACKFILL 1 A. Excavation: As specified in Section 31 23 16, Excavation. B. Backfill: As specified in Section 31 23 23, Fill and Backfill. 3.03 INSTALLATION OF PRECAST MANHOLES 1 A. Concrete Base: 1. Cast -in- Place: 1 a. Vibrate to densify concrete and screed so first precast manhole section to be placed has a level, uniform bearing for full circumference. 1 b. Deposit sufficient mortar on base to assure watertight seal between base and manhole wall, or place first precast section of manhole in concrete base before concrete has set. Properly locate 1 and plumb first section. 2. Precast: 1 a. Place on compacted imported base material. b. Properly locate, ensure firm bearing throughout, and plumb first section. 1 B. Sections: 1 1. Carefully inspect precast manhole sections to be joined. I MANHOLES 33 05 13 6 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 • C. Steps: 1. Install manhole steps at 16 inches on center, plus or minus 1/4 -inch tolerance, and locate to provide a continuous vertical ladder. 2. Do not vary spacing between any two adjacent steps by more than 1/2 inch. 3. The distance between wall of manhole and center of rung, measured at the point of embedment, shall be not less than 4 inches or more than 1 6 -1/4 inches. 3.06 MANHOLE FRAMES AND COVERS 1 A. Set frames in bed of mortar with mortar carried over flange as shown. I B. Set tops of covers flush with surface of adjoining pavement or ground surface, unless otherwise shown or directed. C. Offsite manholes shall have bolt down frame integrally cast into the riser /cone section. 3.07 WATERTIGHT MANHOLES 1. Install frame fasteners at locations shown on drawings. 3.08 MANHOLE PIPING A. Drop Assembly (as shown in the drawing details): ' 1. Extend i e from the drop to a minimum of 3 feet beyond the manhole PP P Y ' excavation into the trench, and connect to sewer pipe with an adapter. 2. Support lower drop elbow with concrete monolithically - placed with manhole base. 1 B. Flexible Joints: 1. Provide in pipe not more than 1 -1/2 feet from manhole walls. 2. Where last joint of pipe is between 1 -1/2 and 6 feet from manhole wall, provide flexible joint in manhole wall. 1 C. Stubouts for Future Connections: 1. Provide same type and class of pipe as specified for use in service connection, lateral, main, or trunk sewer construction. Where there are two different classes of pipe at manhole use higher strength pipe. 1 I MANHOLES 33 05 13 8 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 G. Protect new concrete and mortar work for 7 days after placing concrete. 3.10 CONNECTIONS TO EXISTING MANHOLES A. Use the appropriate "boot" for connecting pipe diameter. 1 B. Core existing manhole bases or grouting as necessary. C. Clean all surfaces and apply a bonding agent. D. Re out to provide smooth flow into and through manholes. �' p � 1 E. Provide diversion facilities and perform work necessary to maintain flow during connection. 1 3.11 FIELD QUALITY CONTROL A. Vacuum Testing: ' 1. All manholes shall be tested using low - pressure vacuum methods according to ASTM C1244: 1 2. Repair manholes that do not meet the vacuum test, or do not meet specified requirements from visual inspection. 1 B. Testing Cast -in -Place Manhole Steps: 1. Test each step for a horizontal pullout load of 400 pounds with the load 1 applied over a width of 3 -1/2 inches and centered on the rung. 2. Apply the load at a uniform rate until the required test load is reached. 3. Provide suitable hydraulic jacks and gauges to perform the test. 1 4. Steps will be considered acceptable if they remain solidly embedded after application of test load and if no cracking or fracture of the step nor spalling of the concrete, masonry, or mortar is evident. 1 5. Replace, or reset and retest, steps failing to withstand required load. END OF SECTION 1 1 1 I MANHOLES 33 05 13 10 REVISION SEPTEMBER 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS PART 2 PRODUCTS 1 2.01 WATER FOR DISINFECTION AND TESTING A. Clean, uncontaminated, and potable. 1 B. Owner will supply potable quality water. Contractor shall convey in disinfected pipelines or containers. 2.02 CONTRACTOR'S EQUIPMENT A. Furnish chemicals and equipment, such as pumps and hoses, to accomplish ' disinfection. B. Water used to fill pipeline may be supplied using a temporary connection to ' existing distribution system. Provide protection against cross - connections as required by AWWA C651. 1 2.03 DISINFECTANT • A. The following disinfectant product(s) shall not be used: chlorine gas. I PART 3 EXECUTION 3.01 GENERAL A. Conform to AWWA C651 for pipes and pipelines, except as modified in these 1 Specifications. B. Disinfect the following items installed or modified under this Project, intended 1 to hold, transport, or otherwise contact potable water: 1. Pipelines: Disinfect new pipelines that connect to existing pipelines up 1 to point of connection. 2. Disinfect surfaces of materials that will contact finished water, both during and following construction, using one of the methods described in AWWA C652 and C653. Disinfect prior to contact with finished water. Take care to avoid recontamination following disinfection. 1 C. Prior to application of disinfectants, clean pipelines of loose and suspended material. 1 D. Allow freshwater and disinfectant solution to flow into pipe or vessel at a measured rate so chlorine -water solution is at specified strength. Do not place concentrated liquid commercial disinfectant in pipeline or other facilities to be ' disinfected before it is filled with water. 1 DISINFECTION OF WATER 33 13 00 UTILITY DISTRIBUTION 2 REVISION JULY 2008 1 AUGUSTA UTILITIES DEPARTMENT 1 STANDARD TECHNICAL SPECIFICATIONS 1 1. Inject disinfecting solution into pump and associated piping and circulate for a minimum 3 -hour period of time. At end of 3 -hour period, ' solution shall have a strength of at least 50 ppm free chlorine. 2. Operate valves and pump appurtenances during disinfection to ensure that disinfecting solution is dispersed into all parts of pump and lines. ' 3. If disinfecting solution contained in pump has a residual free chlorine concentration less than 50 ppm after the 3 -hour retention period, reclean pump, reapply disinfecting solution, and retest until a satisfactory test result is obtained. 4. After chlorination, flush water from pump until water through the unit is chemically and bacteriologically equal to permanent source of supply. ' 3.05 TANKS AND RESERVOIRS 1 A. Cleaning: 1. Clean interior surfaces using water under pressure before sterilizing. 1 Isolate tank or reservoir from system to prevent contaminating materials from entering the distribution system. Cleaning shall: a. Remove all deposits of foreign nature. 1 b. Remove all biological growths. c. Clean the slopes, walls, top, and bottom. d. Avoid damage to the structure.. e. Avoid pollution or oil deposits by workers and equipment. 2. Dispose of water used in cleaning in accordance with applicable regulations before adding disinfecting solution to tank or reservoir. ' B. Disinfectin g Procedure: In accordance with AWWA C652, unless herein 1 modified. Parts of structures, such as ceilings or overflows that cannot be immersed, shall be spray or brush disinfected. 1 3.06 DISPOSAL OF HEAVILY CHLORINATED WATER A. Do not allow flow into a waterway without neutralizing disinfectant residual. B. See the appendix of AWWA C651 or C652 as applicable for acceptable neutralization methods. ' 3.07 TESTING 1 A. Collection of Samples: 1. Coordinate activities to allow Samples to be taken in accordance with 1 this Specification. ' DISINFECTION OF WATER 33 13 00 UTILITY DISTRIBUTION 4 REVISION JULY 2008 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS E. If minimum Samples required above are bacterially positive, disinfecting procedures and bacteriological testing shall be repeated until bacterial limits are met. END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 • 1 1 1 I DISINFECTION OF WATER 33 13 00 UTILITY DISTRIBUTION 6 REVISION JULY 2008 1 21. The Developer /Contractor shall locate water services and valves by etching a "W" in the curb, or 1 in the pavement if no curb is available, and highlight the etching with blue paint per the APWA uniform color code (APWA, 2000). 22. All water meters shall be purchased from AUD. 23. Fire hydrants are to be located a minimum of one foot inside existing right -of -way. 24. Existing fire hydrants and meters that are removed shall be turned over to AUD. 25. Per AUD Specifications for backflow installations for non - residential development, a minimum "double- check" backflow- prevention device shall be installed° on the customer's side of all services. Fire lines require a "double detector" backflow device. Backflow devices shall be tested by a certified person within five (5) working days of installation and the results furnished to the AUD Engineering Division within 10 working days of installation prior to any water use. AUD shall be notified prior to testing. All fire hydrants shall require a Davidson ATV (Anti Terrorism Valve) or approved equal, at the time of installation, private or non private. 26. Per AUD Specifications for backflow installations, residential developments shall install a "dual check" backflow device on the customer's side of the service line at the point of tie -in to the water meter. 27. A reduced pressure zone (RPZ) backflow device will be required for high hazard locations. A 1 written request shall be submitted to AUD for the required backflow prevention device for a specific site. 28. Sewer force main shall be PVC C -900, class 200 or D.I.P., class 350, epoxy lined. If the main is PVC, then 12 gauge bare single strand wire shall be attached along the top of the main or detectable tape if approved by AUD Engineering staff. 29. All tie -ins to existing manholes shall be cored. All manholes require "K or N Seal" or equal rubber boots. 30. No connection shall be made to existing wastewater lines until the proposed line is inspected and approved by AUD's Engineering Division. The Contractor shall locate sanitary sewer services by etching an "S" in the curb, or in the P 31. pavement if no curb is available, and highlight the etching with green paint per the APWA uniform color code (APWA, 2000). 32. Wastewater clean-outs shall be installed at all individual services as shown in AUD- Detail #8 & #9, and shall not be installed under driveways or any paved areas without prior approval from AUD. Service lines to sanitary sewer main shall be bedded per these AUD Specifications and AUD Detail #8 & #9. ' 33. Finished floor elevations of all proposed buildings shall be a minimum of five (5) feet above the invert elevation of the wastewater main or manhole at the point of tie -in. In instances where this is not possible, a backwater valve shall be installed in the sewer service. 34. All wastewater manholes shall have an elevation drop of 0.2 foot across the inlet and outlet inverts. 35. Maximum sanitary sewer infiltration shall not exceed 100 GPD /inch of pipe diameter per mile. 36. A minimum 15' Utility Easement centered over all water lines and a minimum 20' Utility Easement centered over all wastewater lines shall be deeded to Augusta, Georgia at completion and acceptance of said lines. Easements containing both water and sewer shall total 30' in width, while maintaining minimum separation requirements as listed in AUD's Standards and Specifications. 37. If a conflict arises between the new work and the existing water and sewer facilities during the course of construction, it will be the responsibility of the, Owner/Developer /Contractor, at his expense, and not AUD's, to correct the discrepancy as directed by a representative of AUD. 38. All existing Augusta - Richmond County road structures such as storm manholes, inlet boxes, etc., shall be maintained and or adjusted as is appropriate to ensure proper utilization. 1 39. All materials deemed salvageable by AUD are the property of Augusta, Georgia and will be removed and stored on site in a secured area determined during construction by the contractor, and Augusta Utilities Department. 40. For private developments, AUD shall not be responsible for pavement patching and/or replacement and the site restoration whenever AUD performs repair, replacement, or installation work. 1 GN -2 1 I 1 II NOTES: a a • 1. MANHOLES 5' OR LESS IN DEPTH USE A 2' - 0" 4 . 4 • CONCENTRIC CONE SECTION. d 2. USE 6" WALL THICKNESS IF MANHOLE EXCEEDS 20' _ \ • IN DEPTH � j I .a 3. 1NVBRT CURVATURE TO HAVE AS LONG AS A ;. RADIUS AS POSSIBLE. • 4. TE O T O T H E S P R I N O U N E O F INE OF • �� V 1004 ) ' THE PIPE - PRECAST ONLY. i� I I 5. RING SHALL BE ANCHORED IN MINIMUM OF 4 4 PLACES BY USE OF HTII ANCHORS OR APPROVED • EQUAL 9 \ • MANHOLE RING AND COVER • . SEE STANDARD SPECS. 4 . © d 0 . • AUD DETAIL Ii4 o _ A n Q a _ - . PLAN VIEW 1 4 ft . .. 8" a 2 Ye TOP GRADE RING I I a I < 5" x 2 k " GRADE RINGS • 2' -0" AS REQUIRED V '_INSIDE DIA 1 I 4�� 4' - 0" INSIDEDIA. 4: a M ANHOLE S1 S • SEE SPECS. . 1 CONCRETE TO % • DIAMETER . v EXISTING SANITARY • 6" • SEWER 12" MAXIMUM E,:. �a• A py II Y A• • .. • ... A. '. O • 'r :. d .. • . S i�l'Ip1BA CENTER. EACH @ ./'TL ON • - Q .... • • V • v V ' • • 4 °.'' C N ER. EACH WAY • L 6' - 0 "A POURED IN PLACE TYPICAL SECTION CONCRETE 3000 PSI AUD DETAIL #2 I PRECAST MANHOLE NOT TO SCALE • 1 1 1 1 1 1 uni Till BASE DIMENSIONS 0 LENGTH G MIN I _I' f WIDTH ill THICKNESS 6" PRECAST BREAKOUT PRECAST OVER G OPENIN TO FTT - 1 I 1. I 1 H- PIPE — fi�l� i r- f ; : NO.4 REBAR 12" ON • ° 0 f a CENTER BOTH WAYS • :� t a • 1 a 4 . .• .. A w a. -Lill-- N I i iV- ITi�i1 i-i t i -L 1 P i� r �i- FRONT VIEW I 24" PRECAST !USER ADD ADDITIONAL PRECAST RISERS AS REQUIRED 1 x _ CUT OUT EXISTING j� f^ . i I lJ • � 11 bad PIPE TO FORM INVERT I —a. •-a- • .. : I 41 . ,, , . .,_ . 6" GRAVEL BED f , ' . I .irI • � �A r.Yfr1Y ;I . e.r• 'I Ire fl • a:I • IY 1. IY .1 I SIDE VIEW NOTES: 1 1. CONCRETE TO BE POURED AROUND PIPE PENETRATION FOR SEAL ON OUTSIDE 2. CONSTRUCTION SHALL BE IN ACCORDANCE WITH AUGUSTA UTIIITY DEPARTMENT STANDARDS, LATEST REVISION. AUD DETAIL #4 1 CONNECTOR MANHOLE OR DOG HOUSE MANHOLE NOT TO SCALE 1 1 1 1 1 1 i r . i A J l l l N OTE: STEP SHALL BE l W i MANUFACTURED BY OLNER T1RE II I AND RUBBER COMPANY OR ; ta t si"--� 0 APPROVED EQUAL ►0 0 0 Q 0 } \ II 1 7: ■ ■ o ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ .:. i i■ ■ ■_■ ■ :: ■:o ■ ■ o ■ ■ ■■■ ■ ■l 1 103/0 12" — SIDE VIEW 1 TOP VIEW io n.• 1 11 I—) AUD DETAIL #7 1 FRONT VIEW MANHOLE STEP NOT TO SCALE 1 1 1 1 I 1 1 1 . 1 COWACTED BACKFUL q 1 . 1-11 1 I I I I I= I --2 .1_ . -. .. - FifiMilt — fil II _:: . _,: . .:: . _: . _:: . .:: . _:: . -1 --- . TYPE 1, IA - 1A3 SELECT BACK - • - • - - FEL MAY BE REQUIRED 1 i 1 .." . _.- _.•• . _.• . ...•• . _.•• . _ ' . _ I CLASS 4 BACKFILL BY i g - • - • - APPROVE ONLY •• _ •• _. •• .. • _ •• _ •• ... " _. A 1 1 - • . - • - • - 0 I spRniguNg :.:::_.: -: 11 i . 1 4 1 1 , 1 L.: 71.: _... 1 i 1 i HAuNcENG -144- re4 Ltresiir D/2 -No. 57 BEDDING TO •SPIUNGLINE i I L'4';:;*._ Is ':"•" A iretif«Ve 1 BEDDING T' Aritigertitlil k eirt -1E is. . . TiNg1/44. , 1 - 1THVAR.411141W11 - ,1 ' -0- - 1#111141-Hi'll 11- " T I 6 'Tr I — In-- I * I FOUNDATION MAY BE REQUIRED I CLASS 1 BEDDING - NO. 57 STONE (DEPTH OF BEDDING VARIES BY PIPE DEPTH) NOTE: 1 1. TRENCH EXCAVATION, BACKFILL AND COMPACTION SHALL BE IN STRICT CONFORMANCE WITH SECTION 14.32.4.3 OF AUGUSTA UTILITIES DI3PARTMENT SPEaFICATMNS. I AUD DETAIL #11 • TYPICAL TRENCH EXCAVATION / DETAIL FOR SANITARY SEWER I NOT TO SCALE 1 1 1 . 1 1 TOP SOIL, WHERE REQUIRED NORMAL BACKFILL COMPACT TO 4' MIN. SEE NOTE 4 1 AT LEAST 95% MAX. DRY DENSITY EXISTING GRADE 1t 1 u � a D [ � ll � H� '-1I �' lop' ,,, ,- .'."i .1 M r i���������r�����j�� - - lk. Ad. !Ili-TU- T fil b 1' - 0' PIPE O. D. 1' - 0' 1 t 1 M A SELECT BACKFILL COMPACT TO AT LEAST 9896 MAX. DRY 1 %` DENSITY g li Ott 1i,eit Pidt;1,x,6„0:.I►i al Mr. 11ZPAlir..A10.Alr.,1111r., 1 :Aim 1 L SHA HI I UNDISTURBED EARTH OR ROCK SUBGRADE NOTES: I 1. THE BOTTOM OF THE TRENCH SHALL BE ACCURATELY GRADED TO PROVIDE UNIFORM BEARING AND SUPPORT FOR EACH SECTION OF PIPE ON UNDISTURBED SOIL AT EVERY POINT ALONG ITS ENTIRE LENGTH UNLESS UNSUITABLE SUBSOIL IS ENCOUNTERED AT THE NORMAL TRENCH SUBGRADE. IF SUCH MATERIAL IS ENCOUNTERED, THE CONTRACTOR SHALL REMOVE IT TO I THE DEPTH DIRECTED BY THE ENGINEER IN THE FIELD AND BACKFILL WITH DOT CLASS I, TYPE I, AND II MATERIAL IN 4 INCH LAYERS. 2. BOTTOM OF TRENCH SHALL BE FREE OF WATER PRIOR TO PLACING BEDDING. 1 3. COMPACT SELECT BACKFILL IN LAYERS NOT TO EXCEED 6 INCHES AND NORMAL BACKFILL NO TO EXCEED 12 INCHES. I 4. PROVIDE 4 INCHES OF TOP SOIL WHERE BEDDING 18 REQUIRED, SEE NOTE 5 AT GRAVEL AND PAVED AREAS. 5. GRAVEL AND PAVED DRIVEWAYS TO BE RESTORED IN KIND. SEE DETAIL PR -1, DRAWING NO. 13 I FOR ROADWAY REPLACEMENT. 6. CONTRACTOR IS SOLELY RESPONSIBLE FOR TRENCH SAFETY INCLUDING SHEETING AND SHORING WHERE REQUIRED. 1 7. TRENCH BOTTOM SHALL NOT BE LESS THAN 12 INCHES NOR MORE THAN 16 INCHES WIDER THAN THE OUTSIDE DIAMETER OF THE PIPE. 1 AUD DETAIL #36 TYPICAL TRENCH NOT TO SCALE 1 I I • 11 C f r1 A . . �p t. P P s " .:111 " W �uuuuunnnuunl 1. 1. 1. 1. 1.1.1.1.1.1.1.1.1.1.1.1 i i ii jlll l u i i i i i i i i�l ' 1 ' 1 iii � r g a Z , ' • 1 1 1 1 111 11 1 11 I I I I I 1 I I I I I I I I I I I I 1 11'1'1 .; a: f F s 3t !1!I;Ih�I ,. a n .:1. ' 1 I c7 1 r , I• s iIII lid e . : Milt - w� 'ti;y ._ . � to = eel • �+ n a j1 p11111u1r1111u 111111111u1 Z !111 ' 1111 F /�� ° r • m W . 111 1 � ;, � �� '��i � l � � �� ' � � i a f • z 1 111 - a ii �� � . i - I _.1 thin. ._. . �e�►� �/ .. z $ „ .. . _ 0�� " +� o5!IaPP1 . I. a q. t I :II a nuiv6lvl�lq m I lei- . ' R i a- . fill eg . 1 . : r-'a.r � 'e n li , a .,N , e Y 1 R a s 1 1._ r? � biN , i Ye gf . E: s i gg rc: i a ll i W e' c II 4. • 1 ftidI1flI 4 s. ob bib7 °1 .e m " w.. . 141 ya iixt j. � 11, ibl �% 1 • u T . `` ' r g = b ; - - 33 E ■ G1211111117111 x ...._ _ IN7 = _ � IE C - -. 1 1•11•1•1•1•1, . • i T t I I • MINIM I L �j I ..__ '- d . :� L et ..A � '� a rd' . : 17. ye I ii • • ,,,i1 /". , • 1 . 0 407 , sz , .. j i , 1 .1 I - t i A I $ it I A �g '$ V 15 II III 14 111 . J S e � • 6 1'1'1'1 ' al t ` 1 � � IY� + � 1 r , 1 1 ' 1 ' I I 1 1l + II I I IRI linounm•��I-1-11!Ijl'111 " i,` ;; ., •• y I 9-' - €_- -- 1- •-• . . • - �1. (1 _ 6 ' .111 a i . -� 1 _ Do o., E _ r J m III I . [ I . I . ' •1.m .,..=,, � wowed L e " 3 o 1111111 � , ; I � t • J� z 11111 ' PI 1 ; 1 .", .... .- . .. a � . .. .N..« k a .. e._ s- ' r 1. 11 11111l1 1 1 1 1 1 1 1 1 I fi �/,/111 1 y N c i 1 Y 1.... f �" a. s a • # t i i u i IF .nee io em .91101NL r $ � . • . 'OM 5 S . R • _ I : " . • - I 1 I i i * • 1 • ■ • k -,"' iii < 4 p 9 = a <q � b a a s a z a la eliiN am .g. 639 $ ,..17„ T S- a WI @ cJI� � S a ! !j fl 11:!, a a. fcia41 v0 �Y , I i g gi z 3 a �i � ne ! - ill -i ii a� , :1 ' : $ iil d c 3 W t w. ` g � 2 a 3 i b t c —o3 i ,d W . $18 7 4 Kg 6: e @ _ 5* 7.5gf 8 n6 E C9 1 2 W N e u si ,; m i ll 1 ac gr ti P g W ikeig< gii gi ;xW =wa wo,_ =a .!III igg R cPaz' 3199 376333 2 F o k"1W u 5 Wb 3 1 P' 7Ag2 - 030333 Cr gia $ a ^ s .ie - � � � � s � - A4 P °� m` a w n ill41/1 li IND ig gg. it !-6.va ge5 i i fi l E s N SA o 20{2 -6 036130 Z a I 3 g$ 2042.5 03S1d30 o& � " d rc n 20 -62 -1 0351A51 5 I + +e . y 4 g d .! ro�a y 33334 90-0 FS 93300 0300310111 130 010 1 ' § B '- r + + 9'0N 3111X9130 03000 z 03 o cc 00 k o N : n 340109 1 0 03000 ONY i0 � - n e u+ Q - 60.3 -9 11133934 01 53d010•A3N 010 = ° gg y l I �1 - , ( x K N_ [11 i \ ' X Itt it Er I [ [-- 8° \ te. 1 1!1 ( i rd %ET:4 i 11 5 :-" il 51 ''' 1 , 2 : i 14 ef SI y tr 1 w F 1 8. o ..j ) Ely . . -.ex � + c $ e W Pi t I 111 E7 s ,, i f s e 4. E s f ° a iii 0 I $ w G WSji = i. V W 1\4" Ilir wsi I F „' � 1g I � � . 4 PN '1. - I,. ,„ lc :15 i E0.1 -bi / IW 02 .IE d r ° ;ma fig 16 y i ¢ ;1411 / Y 3 LL / ;,- / 1 g = t *. - + x ; / 4 At ri 1 CI u v �N 4r i c 4,4 q ` ° ,.. l it oi q - g ,,,.--- s 1. ,,,!. I ! it _ \\\‘ s ..T. _ ,,,, 4 ‘I'S *CP 4S. 4. 0k. 4(4 ■ I t - gig ��'\ ''� ..A. /0 . ,7•= , .:C5- 1 i i 101 V 1 �` f: s ti) "�' I E b lib ® 4, i ,g i ifs, t I