Loading...
HomeMy WebLinkAboutBLAIR CONSTRUCTION BENSON ROAD For ... ,;., . BID AND CONTRACT DOCUMENTS AUGUSTA UTiliTIES DEPARTMENT ROADWAY IMPROVEMENTS FOR BENSON ROAD Project No.: 90110 Bid Item No.: 06-145 Augusta, Richmond County, Georgia June 12, 2006 Prepared by 4210 Columbia Road Suite 16-A Martinez, GA 30907 A~(;s7>;jrcE;' " ~DEVELOPMENT. LLC Tel: (706) 863-8010 Fax: (706) 863-8011 mail@onesourcedev.com Land Planning - Environmental Services - Surveying - Consulting Engineering - Stormwater Management (05-02057 R) IF · BID AND CONTRACT DOCUMENTS For AUGUSTA UTILITIES DEPARTMENT ROADWAY IMPROVEMENTS FOR BENSON ROAD Project No.: 90110 Bid Item No.; 06-145 AUGUSTA-RICHMOND COUNTY COMMISSION The Honorable Deke S. Copenhaver Mayor Betty Beard Marion F. Williams Joe Bowles C. Keith Brown Calvin Holland, Sr. Andy Cheek Jerry Brigham Jimmy Smith J. R. Hatney Don A. Grantham Frederick L. Russell Administrator Max Hicks, Director Augusta Utilities Department OneSource Development. LLC Martinez, Georgia Land Planning - Environmental Services - Surveying Consulting Engineering - Stormwater Management June 12,2006 (05-02057 R) . ,.... J AUG-02-2006 10:23 ARC PURCHASING P.02/02 nc~c~vcu. 01 ~Juo ~;vUi -~vn'Mn~LLi "~OO; ~Auc , "A ~~~Jlt{jJF~b~ 9M: fi~ (?bnJ. g;r~ ADDENDUM TO: FROM: DATE: All Bidders Geri A. Sams August 2, 2006 SUBJECT: ADDENDUM #1 BID ITEM #06-145: Roadway Improvements for Benson Road for Augusta UtiUties BID OPENING DATE: Thursday, August 24, 2006 @ 3:00 P.M. Please note the following change to your bid package: NOTICE OF CHANGE OF BID DATE: The bid date has been changed from Tuesday, August 8,2006 to Thursday, August 24, 2006 @ 3:00 p.m. The extent of questions received and changes required to drawings and specifications has necessitated this extension of the bid date. Revised drawings and specifications will be distributed to plan holders at no additional apense. Bidders on this Project are hereby notified that this Addendum shall be attached to and made part of the above-named Bid Package, dated June 12,2006. Acknowledge receipt of this addendum by inserting its number and date on page P-l of the PROPOSAL and returning it with your bid. Please acknowledge r-eceipt of this addendum in your bid package. If you have any question s regarding this correspondence, please contact me at (706) 821-2422_ cc: Tameka AlIen~ Interim Deputy Administrator Max Hicks~ Director, Utilities Department YvoIUle Gentry, DEE Coordinator Room 605 - 530 Greene Street. AugusUl., Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.au~sta...a.~ov Register at www dem~ndstaJ'.Mm Ilntlllllier for automatic: bid notification TnTOI D VI':> ~m<JI~Jlt QlFtjxltmment SUi: [peN- ~ClAIIt1, Q&;ee/-lYJ' ADDENDUM TO: FROM: All Bidders Geri A. Sams DATE: August 16, 2006 SUBJECT: ADDENDUM #2 . . BID ITEM #06-145: . Roadway Improvements for Benson R,oad for Augusta Utilities BID OPENING DATE: Thursday, August 31, 2006 @ 3:00 P.M. Please note the following change to your bid package: NOTICE OF CHANGE OF BID DATE: The bid date has been changed from Thursday, August 24, 2006 to Thursday, August 31, 2006 @ 3:00 p.m. Revised drawings and specifications will be distributed to plan holders at no additional expense. These revised drawings and specifications will be distributed to plan holders by Fed Ex. Bidders on this Project are hereby notified that this Addendum shall be attached to and made part of the above-named Bid Package, dated June 12,2006. Acknowledge receipt of this addendum by inserting its number and date on page P-l of the PROPOSAL and returning it with your bid. Please acknowledge receipt of this addendum in your bid package. If you have any question s regarding this correspondence, please contact me at (706) 821-2422. cc: Tameka Allen, futerim Deputy Administrator Max Hicks, Director, Utilities Department Yvonne Gentry, DBE Coordinator Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aue:ustaga.gov Register at www demandstar com I sup'p1ier for automatic bid notification AP AC questions Dated July 31, 2006 Please answer or clarify the following issues: (1) Are the pavement markings on this project to be paint or thermoplastic? ~ See revised note no. 6 ou dwgs. C6.1 to C6.6. (2) Plan sheet C3.4 shows 98 1.f. of 48"pipe between structures A-4 & A-3, but sheet C3.7 shows 112 1.f. between the same 2 structures. Which is correct? ~ See revised plans. (3) Plan sheet C3.4 shows 194Lf. of 60' pipe between structures A-3 and A-2, but sheet C3.7 shows 182 Lf. between the same 2 structures. Which is correct? ~ See revised plans. (4) Plan sheet C3.6 shows a line of24" pipe from structure F-1 to an existing weir inlet near the project limits at STA.O+OO on Richmond Hill Road. Is this line of pipe included in the 24 "pipe quantity in the bid proposal? ~ See revised Quantity Table (dwg. C1.6) and Grading & Drainage Plan (dwg. C3.6 & C3.8) (5) Plan sheet C2.7 shows a 12" water line that tees off at approx. STA.36+88. There is a fire hydrant at the end of this 12" line, but there is no 12" x 6" reducer indicated. Also, the size of the plug just beyond the fire hydrant is not indicated. Please clarify. ~ See revised plan. END OF SECTION 3 5 these items. ITEM 12 - Tapping sleeve and valves shall be measured individually (each) and shall include costs for sleeve, valve, associated hardware, valve boxes, temporary plugging/draining of pipeline, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM 13 - 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 14 - 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. ITEM 15 - AC water main crossings shall be measured individually (each) and shall include costs for AC pipe cutting, removal, disposal, excavation, ductile iron piping, sleeves, backfill and property restoration. No additional payment shall be made for these items. ITEM 16 - Clay sewer crossings shall be measured individually (each and shall include costs for pipe cutting, removal, disposal, excavation, ductile iron sewer piping, sleeves, backfill and property restoration. No additional payment shall be made for these items. ITEMS 17 & 18 - Water service connections shall be measured individually (each) and shall include costs for piping, water 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. IV. l\1ISCELLANEOUS ALL ITEMS - Measurement and payment as per Georgia Dept. of Transportation (GDOT), current Standards and Specifications. V. LUMP SUM CONSTRUCTION Includes but is not is not limited to the items described in the bid schedule, in place, complete and installed in accordance with applicable standards. No separate or additional payment shall be made for these items. VI. SANITARY SEWER . ITEM 1 - 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 2 - Pre-cast manholes shall be measured individually (each) and 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. ITEM 3 - 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. C5.1 C5.3 C6.1-C6.6 Revised "Vegetative Practices". "Project Data" (Disturbed Area) revised. Note no. 6 revised. PROPOSAL P-2 thru P-4 TS-13 Description Replace Contract duration of one hundred fifty (150) calendar days with One Hundred Eighty (180) calendar days. Replace "Bid Schedule" in its entirety, with attached revision. Replace "Section TS:"13 - Measurements and Payment" in its entirety, with attached revision. Pa1!e No. P-l 7 9 D-10 Storm Drain Pipe, 60", H 10-15, complete with bedding 44 LF D-11 Storm Drain Pipe, 66", H 10-15, complete with bedding 66 LF D-12 Flared End Section 18" 4 EA D-13 Flared End Section 30" 2 EA D-14 Flared End Section 36" 2 EA D-15 Catch Basin, GP 1 4 EA D-16 . Catch Basin, GP 2 8 EA D-17 Drop Inlet, GP 1 26 EA D-18 Drop Inlet, GP 2 8 EA D-19 Junction Box, GP 1 1 EA D-20 Concrete Headwall ( 66" PIPE) 1 LS SUBTOTAL III. WATER SYSTEM W- 6" diameter ductile iron water transmission main Class 180 LF \ 1A 350, standard joint, including Type II (No. 57 stone) beddinq W- 6" diameter ductile iron water transmission main Class 1 LF 1B 350, restrained joint, including Type II (No. 57 stone) bedding W- 8" diameter ductile iron water transmission main Class 40 LF 2A 350, standard joint, including Type II (No. 57 stone) beddinq W- 8" diameter ductile iron water transmission main Class 1 LF 2B 350, restrained joint, including Type II (No. 57 stone) beddinq W- 12" diameter ductile iron water transmission main Class 5,258 LF 3A 350, standard joint, including Type II (No. 57 stone) beddinq W- 12" diameter ductile iron water transmission main Class 1 LF 3B 350, restrained joint, including Type II (No. 57 stone) beddinq W-4 Jack & bore 16" diameter steel casing, minimum wall 70 LF thickness 0.375" with 8" diameter restrained joint ductile iron carrier pipe, Class 350 and end seals included W-5 Select backfill, GDOT Type I, Class I & II (sand/clay) - 4,200 CY measured by in place volume W-6 Miscellaneous ductile iron pipe fittings and connections 2,000 LB W-7 Fire hydrant, installed complete with valve, lead pipe, 9 EA joint restraint and blocking V. LUMP SUM CONSTRUCTION Note: Lump sum construction items include but are not limited to the following. L-1 Gabion Retaining Walls L-21 Mobilization L-2 Remove and reset fences, All types L-22 Demobilization L-3 Remove and reset gates, All types L-23 Bonds & Insurance L-4 Remove and reset storm sewer, All types L-24 Flowable Fill L-5 Reconnect drain pipe L-25 Foundation backfill, GDOT Type II, for additional unclassified excavation L-6 Reconnect water services L-26 Sodding L-7 Reconnect sanitary sewer services L-27 Rip-Rap, dumped L-8 Reconstruct wall, height varies L-28 Silt Fence, TP A L-9 Remove and reset signs, type varies L-29 Silt Fence TP C L-10 Remove and reset water sprinkler systems, L-30 Hay bales, staked complete L-11 Remove and reset water meters L-31 Unsatisfactory soil excavation & disposal L-12 Remove and reset water valve, size varies L-32 French drains, 4", including aggregate & filter fabric, complete L-13 Remove and reset yard lamps, type varies L-33 Granite screenings L-14 Remove and reset mailboxes, type varies L-34 #4 aggregate L-15 Property restoration L-35 Geotextile filter fabric Maintenance of all erosion and sediment control L-16 (temporary grassing, construction exits, rip-rap, L-36 Slope stabilization blanket sediment traps, miscellaneous erosion control structures) L-17 Traffic control L-37 Portland cement (for roadway subgrade stabilization, mixed in place) L-18 Raise to grade manholes and valve boxes L-38 4" Aggregate surface course drive/parking L-19 Miscellaneous grading L-39 4" thick concrete sidewalk, 3000 psi mix, GDOT 9031-W L-20 Shoring * All items which must be removed by the contractor during construction and which are not specifically SUBTOTAL shown to be paid for otherwise, are to be removed without additional payment. All costs for this removal and resetting (if necessary) shall be included in pay item "Lump Sum Construction. 11 AUG-25-2006 15:57 ARC PURCHASING P.02/03 @P"~1#C7JW11~ &~ent ~ ~~ ~n-J. {fjf'~- ADDENDUM TO: FROM: Geri A. arns DATE: August 5, 2006 SUBJECT: ADDEfUM #3 BID ITEM #06-145: Roadway Improvements for Benson Road fOT Augusta Utilities BID OPENING DATE: Thur$day~ August 31~ 2006 @ 3:00 P.M. I Please note the foll~wing change to your bid package: In reference to the PIJns and Specifications entitled "Roadway Improvements for Benson Road", Augusta, Richmond eoJnty, Georgia", dated February 10,2006, prepared by OneSource Development, LLC, 4210 Columbia Rdad, Suite 16-A, Martinez, GA 30907, the following is hereby made a part of the Contract Documents: I- I I Clarification: f Questions fotwarded by H2MHILL-LG by faxi dated August 23, 2006. A. Questions - from Ja es C. Johnson (Reeves Construction): I plans and proposals on Monday. Addendum was numbered #2, was this to be so, should we make that change on our own? 8, 2006 addendum was "No.2". 1. We received ne Addendum #3? a. August 2. Question #9 fro the list of Pre-Bid questions States: Drawing C3.4 s a note at the top of the page concerning installation of two sanitary sewer manholes & co necting pipe by either the sewer contractor or the roadway contractor. Is this installation of t e manholes and pipe in this contract? Where are the installation & manhole details for this rk? Answers: ) Yes, now made part ofthis contract exclusively. b) Per AUD Standard Details. Not included in plan set. My question is: ~ the initial proposal sheets, this item was clearly listed as a pay item, now that it is IIExclusively"jpart of this contract; the pay item has been removed. How are we supposed to bid this? I . a. Sanit...J Sewer was included in the Bid Schedule as Section VI; CHANGE nnits for S-I toiiF., S-l to Ea., 8-3 to V.F. Room 605 - 530 Greene Street, Augusta, Georgia 30911 : (706) 821-2422 - Fax (706) 821-2811 I WWW.3U1mstaJra.l!ov ~gister at www.demandstar oom/~pplier for al1tomanc bid notification I . AtJG-29-2005 17: 25 ARC PURCHASING P.02/04 ~ ffjlf"f(()(J{f/Rml,QJlt YlF~Jftment E)<<} @~" ~;"J. ~ ADDENDUM TO: FROM: DATE: SUBJ: All Bidders GeriA. Sams August 29, 2006 ADDENDUM #4 BID ITEM #06-145: Roadway Improvements for Benson Road for Augusta Utilities BID DUE: Thursday, August 31, 2006 @3:00 p.m. Please note the following change to your bid package: Answers to questions nos. 4 & 5 (.. . not originally rec'd with fax on 8-23-06) . 4. "Under Misc., M-3.. u" a. The erosion control items listed in Section V. Lump Sum Construction axe redundant, as there is already a single lump sum pay item for Erosion Control, Complete. This should not affect bid amount. 5. "On pg. CS.IO, section...... a. Please refer to City of Augusta's "Stormwater Management Technical Manual", Development Document #6, Part ill, Sec. m: Soil & Rock Structures (see attached). In reference to the Plans and Specifications entitled "Roadway Improvements for Benson Road", Augusta, Richmond County, Geqrgja", dated February 10,2006, prepared by OneSource Development, LLC, 4210 Columbia Road, Suite 16-A, Martinez, GA 30907, the following is hereby made a part of the Contract DocUll'lents: Clarification; Questions forwarded by CH2MHllL-LG by fax; dated August 23, 2006. A. Questions - from James C. Johnson (Reeves Construction): 1. We received new plans and proposals on Monday. Addendum was numbered #2, was this to be Addendum #37 If so, should we make that change On our own.? a. August 18,2006 addendum was "No.2", 2. Question #9 from the list of Pre-Bid questions States: Drawing C3.4 has a note at the top of the page concerning installation of two sanitary sewer manholes & connecting pipe by either the Sewer contractor OJ.' the roadway contractor. Is this installation of the manholes and pipe in this contract? Where are the installation & manhole details for this work? Answers: a) Yes, now made part of this contract exclusively. b) Per ADD Standard Details. Not included in plan set. Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821.2811 b'WW .1I\1lruStal!'a,g:ov llllgister at 'WWWdemaodRtaT.oom/.'lpplier for Ql1tornatic bid notitieation 'A~G-29-2006 17:26 ARC PURCHASING P.04/04 STORM..W ATER MANAGEMENT PLAN TECHNICAL MANUAL Development Document #6 Augusta-Richmond County Commission STORM-WATER MANAGEMENT PLAN TECHNICAL MANUAL TABLE OF CONTENTS Section III SOIL AND ROCK STRUCTURES: Click on ,any of the topics to go 'directly to that seetion. ~ - I II 1;;~1~t"t::: tali"Oard"s l)l''''l'- t.. _ ..., wit 3.01 General: Soil and rock structures shall include earthen embankments for roadways, earth and/or earthrock structures for dam construction, dikes, containment embankments. and structural earth berms for the support of facilities or structures, impoundment of water, or diversion of runoff. Earth and earthrock structures do not include landscaping berms. For earthen dam construction, sufficient design information regarding the construction of the proposed impoundment embankment shall be provided. This data shall include the suitability of the materials and design cross-sections to ensure geometric stability of the structure. Soil for embankments impounding water shall have at least 15% clay content and be compacted to a minimal of 95% of standard proctor dry density at or near optimum moisture content. For Aarthen structures, design data shall include sufficient information to indicate the stability of the .il structure and provisions to prevent piping, excess seepage, etc. Earthen structures that must comply with the GA Safe Dams Act shall be submitted to the Deoartment of Natural Resources Dam Safety Division for review. 1rthen structures will also include the construction of swales. The type of erosion control practices required for construction of swales will depend on the velocity of runoff for the design storm. Construction of swales shall be accomplished in accordance with the Manual for Erosion and Sediment Control in Georgia. Section IV GRASSING 4.01 Temporary and permanent grassing are required to comply with the Soil Erosion and Sedimentation Control Ordinance adopted by Augusta-Richmond County Commission Grassing schedules shall be submitted in accordance with the Manual for Erosion and Sediment Control. Section V FENCING 5.01 TABLE OF CONTENTS TC-l (02057-R) TABLE OF CONTENTS SECTION TITLE PAGE NO. BID DOCUMENTS Invitation to Bid ......................................................................... 1-1 thru 18 Instructions to Bidders................................................................ IB-l thru IB-3 Proposal (Bid Form) ................................................................... P-l thru P-4 Bid Bond .......................... ............. ............... .............................. BB-l thru BB-2 CONTRACT DOCUMENTS Contract Agreement ................................................................... CA-l thru CA-3 Performance Bond...................................................................... PB-l thru PB-2 Payment Bond ............................................................................ PTB-l thru PTB-3 Certificate of Owner's Attorney................................................. COA-l General Conditions..................................................................... GC-l thru GC-52 Supplemental General Conditions.............................................. SGC-l Notice of Award ......................................................................... NA-l Notice to Proceed................ ...... ............ .........................; ........... NP-l Construction Change Order ........................................................ CCO-l Certificate of Substantial Completion ........................................ CSC-l thru CSC-2 Waiver of Lien........................................................................... WL-l Application for Payment ............................................................ AP-l thru AP-2 INDEX TO TECHNICAL SPECIFICATIONS I Clearing and Grubbing 2 Excavating and Backfilling 3 Graded Aggregate Base 4 Graded Aggregate Surface Course 5 Bituminous Paving 6 Concrete Construction 7 Grassing Bermuda 8 Erosion, Sedimentation & Pollution Control Measures 9 F10wab1e Fill 10 Curbs and Gutters, Concrete 11 Concrete Pavement 12 Water Distribution System 13 Measurement and Payment 4 Invitation To Bid Bids will be received at this office until 3:00 p.m., Tuesday, August 8, 2006. Bid Item #06-145 Roadway Improvements for Benson Road for Augusta Utilities Department Bid's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta, GA 30911. Plans and specifications for the project can be made available upon request to Digital Blue Print. The fees for the plans and specifications which are non-refundable is $150.00. Scope: This project consist of construction of approximately 5000 LF of two lanes asphalt roadway extending from Richmond Hill Road to the proposed Augusta Utilities Department Complex site. Also includes the widening and restriping of approximately 1000 LF of Richmond Hill Road. The project will include construction of a regional stormwater detention basin, a new water main, and storm drainage. Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30904. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy, the Owner is providing the opportunity to view plans online (www.digbluCDrint.com) at no charge through Digital Blueprint (706-821-0405) beginning Thursday. June 22, 2006. Bidders are cautioned that submitting a package without review or Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. 'Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory pre bid conference will be held on Tuesday, July 18, 2006 @ 10:00 a.m. in the conference room of the Procurement Department. All questions must be submitted in writing to the office of the Procurement Department by fax at 706.821-2811 or by mail. The last day to submit questions is Friday, July 21, 2006 by 4:00 p.m. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification smtement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% perfonnance bond and a 100% payment bond will be required for award. Bidders will please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments that may be required by the bid are material conditions of the package. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta Commission. Please mark bid number on the outside of the envelope. Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program contact the Office of the Disadvantage Business Enterprise at 706-821-2406 GERI A. SAMS, Procurement Director Publish: Augusta Chronicle Metro Courier June 22, 29, July 6, 13,2006 June 28, 2006 cc: Tameka Allen Max Hicks Wes Byne Clifford Carey Yvonne Gentry Interim Deputy Administrator Utilities Department Utilities Department CH2M Hill DBE 1 . . EMPLOYEE CONFLICT OF INTEREST: It shall be unethical for any City of Augusta busineSs or participant directly or indirectly in a procurement contract when the employee or official knows that: . . (a) the employee or official9r any.member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the p'U!Chase of goods and services from businesses which a member of the Commission or other City of Augusta employee has- a financial interest is.authorized as per C.C.G.A. 36-1-14, or the procurement contract is awarded pursuant to O.C.GA 45-10-22 and 45-10-24, or the transaction is excepted from said restrictions by a.c.G.A. 45-10-25; (b) Any other person, business, 'or organization ~th whom the employee or official of any member .of an employee's or officials immediate family is negotiating or has an arrangement concerning prospectiVe employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who. holds a substantial interest or financial interest in a disclosed blind trust shan not be deemed to -~haveaconflictofinterest_withreganLto.matterspertainingtothatsubstantialinte.rest.or.finlIllcial_______ _____ interest 1, (vendor) -;3/C-I':"" 0~-I-r",c--h".:::-r /- :::::z:;::,t:-', information contained in thf; bid specifications. ' have read and 'Wlderstand the Vendor Name: . -Z>1c;./'-' ~rfrt/c.'/--' ~='7' - L~c , /' Address: ?o. /?7-='/C- ")/ c:::::> c:::v~}/ G.4- / Phone #: (7~) &bg - 1'''75 c:. Fax # (70<0) 8to'B .:- /8S-:;- Signai1>re: 0/JJ;~_ If !ff<k:_Q / Bid Item Number and Name: O~ -- fc1-c:;- ~.rO-1' R~c;J7 - . ~/ ,-'ov-e-e-r-l- ~ City & "State: Date: gf~(p t I . THIS FROM MUST BE SUBMITTED WITH RFQ PACKAGE. NO EXCEPTION(S) WILL BE GRANTED 2 SEALED BIDS SELECTION METHOD A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see g 1-10-45 - Sealed Proposals; 1-10-46- Professional Services; 1-10-47 - Quotations; 1 ~ 1 0-49 - Sole Source Procurement; and 1-10-50 - Emergency Procurements, of this chapter). Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (product Specifications), and all contractual terms and conditions, applicable to the procurement. Pre-bi[l conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Procurement Director deems appropriate, together with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance with g 1-10-5 (Public -Acc-esi,-tiYPtocUfemenrIiif6rmatiori):~---------.---~------ ------------ ____mm_m__m________ -------- ____m______.. -------..c.Bid-acceptanceand -bid--evaluation-:Providedthatthe-bids-are-deliveredtb-the-PtoctltemeI1tDirectbrat .the--~----.. time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award snall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. The main advantage of using life-cycle costing is that both initial costs and related costs for the life of the item are considered. When the criterion for awarding the contract is based on lowest responsive bidder, it may mean that the contract specifications are just minima Ily compl~ed with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-time could eat up any savings made if the Procurement process considers only the initial cost. Under no circumstance will anv bid be accepted by fax or email. All bids must be labeled and received in the Procurement office by the due date and time. There will be no exceptions made for anv late. lost by the post office or express carrier. or misdirected submittals. Please be aware that vendors shall be removed from the vendor list for the following reasons: (1) Declining to offer bids for the period of time listed in specifications. (2) Suspension for the following shall not be for less than three (3) months or more than three (3) years: (a) Failing to satisfactorily meet terms, agreements, or contracts made with the Procurement department or the using agency. (b) Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti-trost statutes, or any other crime which indicates a lack 6fbusiness integrity or honesty. ( c) Violating contract provisions or failing to perform without good cause or any other cause which the Procurement Director deems to be so serious as to affect the responsibility of a contractor, including disbarment or suspension from a vendor list by another government entity. 4 P~FERENCE FOR LOCAL SUPPLIERS AND CONTRACTORS (a) Augusta encourages the use oflocal suppliers of goods, services and construction products whenever possible. Augusta also vigorously supports the advantages of an open competitive market place. Nothing in this Section shall be interpreted to mean that the City Administrator or Purchasing Director is restricted in any way from seeking formal bids or proposals from outside the Augusta market area. (b) When the quotation or informal bids selection method is used by the Purchasing Director or using agency head to seek fIrms to quote on Augusta commodity, service and construction products, local firms should be contacted, if possible, first. Then if the Purchasing Director or using agency head believes that there may not be at least three qualifIed informal bidders, quotes shall be sought from outside the Augusta market area. (c) In the event ofa tie of bid (see 1-10-43 (h)), when all other factors are equal, the City Administrator is encouraged to select the bid from within the local market area. The City Administrator shall retain the flexibility to make the award of contract to a bidder outside of the local market area if evidence supports collusive bidding in favor of a local source. Cd) The local vendor preference policy shall be applied when the lowest local bidder is within 5% or $10,000, whichever is less, of the lowest non-local bidder. The lowest local bidder will be allowed to match the bid of the lowest non-local bidder; if matched, the lowest local bidder will be awarded the contract. F or purposes of this section, "local bidder" shall mean a business which: 1) Has had a fIxed office or distribution point located in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and 2) Holds any business license required by the Augusta-Richmond County Code and 3) _ElllR!()Y~_lltJ<::!l:s.L~~_(!Lfun tim~_~1pR!())'~~,~qrJ\y()j~)p_<gt~~e~J:IlPl()yee~_:vvllOse _p~ary _'___'__'_ residence is in Augusta, or if the business has no employees, the business shall be at least fIfty percent . __n____ (50%}owned-by-one or more persons whose primaryresidenceisin-Augustac~----~----- -. ---~----- BACKGROUND INFORMATION ON VENDORS. The Department Head and! or the Administratoris directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability ofthe goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. INSPECTION OF PURCHASES. The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifIcations set forth in the pertinent purchase order or contract. The Procurement agent may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications. Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly, or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (4) The quality of performance on previous contracts, 5 -- ---- ---, -"- -~--------------~-,------ -,--,- - The Disadvantaged Business ~EnterpriseLanguage for llidslii~s-oeen]iiauae-d. -----Please-filjfeth-~it~tneDBE-form:nfrerequired~to-be-completed~audiucluded-aspart---~-_._- of your bid. 7 Section 11- DBE Utilization A. Obligation: Bidders are required to make all efforts that are reasonable to ensure that M/WBEs and SBEs have full and fair opportunities to compete for performance by complying with the requirements of this clause. Included in these requirements is the achievement of the mandatory utilization of Disadvantaged Business Enterprises (DBEs) in the performance of work under this Contract, and/or substantiation that there is a good faith effort to ensure that DBEs have the maximum opportunity to participate in the performance of work under this Contract. Contractors shall not discriminate on the basis of race, ethnicity, national origin or gender in the award and performance of the work under this contract. Good Faith Effort Documentation - Techniques used by a bidder/proposer to seek M/WBEs and SBEs participation as subcontractor or supplier required to fulfill the bid/proposal requirements. Such good faith efforts of a bidder/proposer include, but are not necessarily limited to, the following actions: a) Describing efforts to target identified divisions of work identified in the bid specifications b) Attending the pre-bid meetings _cL~e~din.g ~r faxing letters to all M/WBEs andSBEs at theprequalification meeting, as wellas those onfue list-providecrby-staffnoTIessthaii- seven days pnortofue-Quafifi-cation-Statemeni---- --~ ------deadline~--------------- ___n_____________________________ -------------- ------------ d) Providing a telephone log of follow-up phone calls made to M/WBEs and SBEs concerning the project, including dates and times of calls, names of individuals placing and receiving calls and results of the calls. e) Providing a written statement indicating good faith negotiations with any competitive M/WBEs and SBEs bids and specifically identifying the MlWBEs and SBEs. f) Including a complete list of all M/WBEs and SBEs bids received, noting names, addresses and bid amounts. g) Providing all reasons for rejected bids. h) Stating whether any bonding requirement was waived and, if not, why. i) Utilizing the service of the Disadvantaged Business Enterprise office in identifying qualified M/WBEs and SBEs. In completing the Proposed DBE Participation form, please remember that proposed goals are not limited to first, second and third tier subcontracting. Successful contractors have creatively applied viable methods such as mentor/protege relationships and supply purchases to meet M/WBEs and SBEs participation goals. The contractor is responsible for ensuring that M/WBEs and SBEs perform commercially useful work at the level of the contract commitment. Reporting Requirement In cases where the successful bidder uses a minority subcontractor or vendor, the bidder shall indicate the percentage of the invoiced amount that such minority subcontractor or vendor performed. The bidder shall submit this form directly to the Disadvantaged Business Enterprise Office. Bidders may contact the Disadvantaged Business Enterprise Office at (706) 826-1325 for questions or clarifications on the reporting policy. 9 ATTACHMENT A (proposed DBE Participation Form) Augusta-Richmond County is aware that some projects will not have sub-contracting opportunities and will be 100% self-performing. If this applies to your Company, you must indicate on the bottom of Attachment A & B that you are "100% self-performing", sign your name, and return the forms with your bid package. If there is sub-contractor/supplier participation, complete "Attachment A" indicating each D BE sub- contactor/supplier you will use for this contract. Each sub-contractor/supplier must be registered with Augusta-Richmond County. The form must be signed and returned with your bid package. Jf you have any questions, please contact the Disadvantaged Business Enterprise Depar1ment at 706- 821-2406 . -- ---~"--'~--"""'-'---'---~---'----~-----'--~--'------'-----~~~---.'---'-~-~--------:-'--- ATTACHMENT B (Letter of Intent to Perform) Augusta-Richmond County is aware that some projects will not have sub-contracting opporhmities and will be 100% self-performing. If this applies to your Company, you must indicate on the bottom of Attachment B that you are "100% self-perfonn.ing", sign your name, and return the forms with your bid package. If there is sub-contractor/supplier participation, you must complete an individual "AttachmentB" for each DBE sub-contactor/supplier you will use for this contract. Each sub-contractor/supplier must be registered with Augusta-Richmond County. The forms must be signed by the sub-contractor(s) and returned with vour bid packal!e. If you have any questions, please contact the Disadvantaged Business Enterprise Department at 706-821- 2406. Revised 1/24/06 13 . - -. __v_ 4~ ...." IV"CQO.l~O::> BLAIR CONSTRUCTION #2853 P.OO2f002 i\TTACHMEN'r rJ PROJECT ~o-7 :::Z;;.Q'-~~ OG - /?!- s- 4,.. ?~"'1__..., A c> -d BID J.T&M NQ. l.ErTER OF INTENT TO PERFORM' AS A SUeCDNSllLTANTISUBCONTRACTOR/SUPPUJ:8 TO: ~.e4,.... tG,-.04~i' ~ d~~1 (NAME OF PROPOSER). I I I A. The unduslgncd intends U> peFf<Jrm wl>rk in cunnection wim the ~ove pmjt:d in the foJkrwing capacity (c:h~k I.lne): An individTJ<11 A pal'Tn.ersh ip V A C01'PQI"atitln . __. A j(lint venture El. The OBE Sr.2bJIl ot'the undersigned is f;rmfirmc:d u,tollows: By attachment Qf a CUJ'rtmt CertifICate of Certitic:ation is:med by the Departm~!..~_ Trnnsportati~_ ______ __________ ______ ______ ~----.---""7------- . -"- By ottadlll1el]!__~f..ll_~rr~LCcrtificlltiOtlissUed bytheD,sadvantagcQBllSiiless - --~- c___.__________ EnrerpJisc-Offlce---- C. The undersigned is prepared tc puHmn .he fOllowing worl< in Conn~tfllo with the ilbovc pl'Qiect - M..-Ij Qil 5+_" /"";12 / 6-v.:., / _ ~-A"./" ,..-,.# - ,...~p e".c.(;:~ , I /- D. The lmdersigned stares thal they wirr he perfbrmi"lL ;2. 7 . % oflhe roW Jlrojo;ct. E. The undersigned will sublet and/or sward ---E?_.... f)/r, oftfJis subcontract to non-DBE CQlltrac:torll aJ1.d lor nOfl-DBE sUJ:lpliers. The undersfgned will enter Into a formal 8(lJ't>>ment for the abOVe defiCrfbed work witty the Proposer CIted above conditioned upon the ex~curionot iI contract for the project cited Jleretn betWeen the ~ropoSl;!rand Augusts-Rfchmond County. ~ :)", -::z:,~ By: -;;;;.4.- .,s;,.~7 ,/ ~';"7 Signature 01 Aum.....I1""re..MOlUve . (DSe C(t"tor ro. 'mfName) . o Con",,,,.,, wi. po"""" 1~0% 01 mI. conll'act Si.n.. BY<f1U(~ ~ ~ (;'d d(;~:VO 90 08 5n'v' 08/51/2006,08:50,FAX 7066679905 Harris Trucking & Cons. @003/003 (J)epartment of rrransportation HAROLD E. L1NNENKOHL COMMISSIONER (404) 656-5206 DAVID E. STUDSTILL, JR., P.E. CHIEF ENGINEER (404) 656-5277 State of qeorgia # 2 Capito[ Square, S. 'VtJ. fltfanta, qeorgia 30334-1002 LARRY E. DENT PUTY COMMISSJONER (404) 656-5212 EARL L. MAHFUZ TREASURER (404) 656-5224 April 14, 2006 Mr. Jeffery B.arris, p,.esjd~nt Jeffery Harris Trucking Inc Po Box 14311 Augusta,cGA -30909--~--~ .-----Dear.Mr;-Harris:-----------------n------~-------- The Georgia Department of Transportation has reviewed your updated Georgia Uni arm Certification Disadvantaged Business Enterprise (DBE) application. Our evaluat~on of the infor ~tion submitted with your request for certification indicates that your finn. has' met the criteria 0 tlined .in Federal Regulations 49 CFR, Part 26.. Accordingly, your firm has been certified for a period of three (3) years beginning wi of this letter and the expiration date is April 14, 200Q. Your Vendor JD Code is: 2HA819 Your firm has been certified to provide the following services as outlined in the North American Industry Classification System (NAICS): NAICS Code 48411 General Freight Trucking Local You. will receive an annual Affidavit and Personal Financial 8t tement (PFS) approximately thirty days prior to. your firm's certification annivers date. TIlls Affidavit and PFS must be completed, signed and returned to our offi e before your anniversary date in order to continue your firm's eligibility as a DBE. . If at any time during the year there is a change in ownership and/or control of y ur firm, you are required to notify this office of such change immediately in writing. ~ . iniStrator " . CEFjcjs ATTACHMENT C (Contractor's Statement of DBE Utilization Form) The completion of this form is the responsibility of the awardee of the contract. Complete the form indicating the DBE's utilization for the requested pay period. This information identifies the actual DBE sub-contractors/suppliers, types of work performed, actual dollar value of work/services and suppliers. To avoid delay of payments this form must accompany all pay requests. 15 Good Faith Effort Checklist The purpose for the Good Faith Effort Checklist is to indicate all necessary and reasonable steps taken to ensure DBEs and local small business enterprises have the maximum opportunity to compete for and participate in all contracts! sub-contracts. Revised 1/24/06 17 INSTRUCTIONS TO BIDDERS GENERAL All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposal Must be filed with the OWNER on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the WQJl<:,Jhe_~9J1fQIillflli~rLoJJh~gI"Q!lIlcl, th(U;~h<:!nlGleJ,_qualilyandquantitY__QfJhe_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-th-ereof-mrder-the-contta-cc-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. 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; 350 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. 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. INSTRUCTIONS TO BIDDERS lB-I PERFORMANCE BOND At the time of entering into the contract, the CONTRACTOR shall give bond to the OWNER for the use of the OWNER and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, ,machinery, skills and terms, for saving the OWNER harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the OWNER and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive and 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. PROGRAM MANAGER CH2M HILL is the Program Manager for the proiect described herein; address is 360 Bay Street. Suite 100, Augusta, GA 30901 MINORITY AND ECONOMICALL Y DISADVANTAGED BUSINESS SUPPORT It is the intent of the August-Richmond County Commission to increase the involvement of qualified minority and economically disadvantaged business in the contracted work of County Government. / In an effort to support this intention, this project is offered to all qualified firms. The bids will be evaluated based on qualifications, price and construction time. With all other items being considered equal, the contract, if awarded, will be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as SUBCONTRACTORS on this project. The bidders shall include with their bid a statement of qualification for themselves and/or any qualified SUBCONTRACTORS explaining why they should be considered a minority or economically disadvantaged firm. If the firm does not fall into this category, no information is necessary. INSTRUCTIONS TO BIDDERS IB-3 '.' PROPOSAL DATE: lZ,?v;-I- 3/ 2-o0{p , / . . Gentlemen: . . In .compliance witb. your invitation for bids, the undersigned hereby proposes to furnish . all labor, equipment and materials, and perform all work for the project referred. to herein as: AUGUSTA UTll.JTIES DEPARTMENT ROADWAY IMPROVEMENTS FOR BENSON ROAD Project No. 90110 in strict accordance with.the Contract Documents and inconsideration of the amounts showrlon the bid schedule attached hereto and t~taIing: ~Q M,/j,~ /b."l!e #-t-ecl71?; r-t~e ~J_J ;'f";~. r;;,...~:I'"1!!eI hA h've' and f;;z /100 dollars ( $ ~ 2/'33c::r, tPS-5'"".- , . I . ). . ._________:.___The.undersigned hereby. agrees .tha~_upon.:written.. acceptance .oftbis.bid,he~wi11..within_.____.__ . 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that ~ - ..----k-....:'I-.-..---.-..l.-tb:--1.;c-..-d- .-.. .t.. .-.. ;,;.-.3 b th. ....... d ts . ue wu proVlue e von or guaran ees.tequrr~ y -e-COfiLicicr ocurn:en::--------------. ------------- The undersigned. hereby agrees that, if awarded the contract, he will commence the work within ten (10) calendar days after the date of written notice to proceed.., and that he will complete the work within One Hundred Fifty (150) calendar days after the date of such notice. The undersigned aclOlowledges receipt of the following addenda: Addendum No. Addendum Date I B//I~(p Z. . gflb/O(,;. 3 8 tz./-t 0'= 4- 8l2-~'10lP Enclosed is a bid guarantee consisting of c:.... in the amount of /0% 0/2 ?i,::! (I 'fff d 13o"7cl . s-s-) 2- J f/ crt?:5 - I / Respectfully Submitted, -g~:.- ~~$..f/v-c:..ho...,.. ~~ , / Finn Name ' ~D. f30..,c /)0 &c--?,/ C:;;.4- 3DBc>,'7 , Address. I BY: .(d~tf-~. TITLE: \f, c.e ----;::> rr::s , de-7 i-- . PROPOSAL P-l 10-10 Storm Drain Pipe; 60", H 10-15, complete with bedding 44 LF C/ - ~ / "/ ~ :::.=.- "7c::r 13 0-11 Storm Drain Pipe, 66", H 10-15, complete with bedding 66 LF 238~ /~?r14- ~ 0-12 Flared End Section 18" 4 EA C:4o ~ Z5""cP2- ~ 0-13 Flared End Section 30" 2 EA BS'S- ~ /)// ~ 0-14 Flared End Section 36" 2 EA I/l-D& ~ Zgl2. ~ 0-15 Catch Basin, GP 1 4 EA :;z.4-7 '7' 9'7 "7'/1'7 BB - 0-16 Catch Basin, GP 2 8 EA 2g/S- ~ 22-~"2-1 ~ D-17 Drop Inlet, GP 1 26 EA ~ ~ s- / rI-(P (3:::- 2505' - D-18 Drop Inlet, GP 2 8 EA 2ho~ ~ 20 B cf-B, ?:!!::. 0-19 Junction Box, GP 1 1 EA ZcP&>1 ~ /.0 2-~/ - D-20 Concrete Headwall (66"PIPE) 1 LS . c:;>C:> . <=> /~Z~C> - /cl-2~ ~ . SUBTOTAL 4S'J ~ ~ . -----_._~---~----_._----._-_.__._._---..._----_.~-_._.-.--. ---_._--,-----,---,._~--_..~._--_.._-~. ------.,.-.,.--------.--.---------------- -----/--._----~ ----III:-WATER-SYSTEM-----;----------------------------- - --------------~--~.~----~-,.__._-~_._-------------------- W- 6" diameter ductile iron water transmission main Class 180 LF 10~ 40 1A 350, standard joint, including Type \I (No. 57 stone) 2~7S- - beddina W- 6" diameter ductile iron water transmission main Class 1 LF rfo ~ 1B 350, restrained joint, including Type II (No. 57 stone) 20 -- 20 beddinQ W- 8" diameter ductile iron water transmission main Class 40 LF /0 0# c>C> 2A 350, standard joint, including Type \I (No. 57 stone) ZI - c::;:::> - beddina W- 8" diameter ductile iron water transmission main Class 1 LF 2w~ 2~ 4=- 2B 350, restrained joint, including Type II (No. 57 stone) beddina W- 12" diameter ductile iron water transmission main Class 5,258 LF ~I /3'7~/S- ~ 3A 350, standard joint, including Type II (No. 57 stone) 2h - beddina W- 12" diameter ductile iron water transmission main Class 1 LF 3S- ~cy. 3~~ 3B 350, restrained joint, including Type II (No. 57 stone) beddina ' W-4 Jack & bore 16" diameter steel casing, minimum wall 70 LF ~~ 5"D thickness 0.375" with 8" diameter restrained joint ductile 22/ - /~5o/ - iron carrier pipe, Class 350 and end seals included W-5 Select backfill, GDOT Type I, Class I & II (sand/clay) - 4,200. cy ~o =0 measured by inplace voh.irne 0- 2-/00 - W-6 Miscellaneous ductile iron pipe fittings and connections 2,000 LB 2~ DC> 53DO - W-7 Fire hydrant, installed complete with valve, lead pipe, .9 EA SO 2= joint restraint and blocking 300'7' ~ 2,/ogg - 9 V. LUMP SUM CONSTRUCTION Note: Lump sum construction items include but are not limited to the following. Remove and reset signs, type varies Remove and reset water sprinkler systems, complete - L-1~1----~-- - - --- Remove and~resetwater- meters-~~-----~ -- -------- --- L -31~-~- -- Unsatisfactory~soilexcavation &- disposal-- - --- !.:...12------ --Remove-and-reset-water valve;-size varies--------~ L::-_32__Er~l'!c:;tLC:lr::.ajT!~,~:,jn..c:.l1.J.cfing-,lggr~g~~~_____~ filter fabric, complete Granite screenings L-1 L-2 L-3 L-4 L-5 L-6 L-7 L-8 L-9 L-10 L-13 L-14 L-15 L-16 L-17 L-18 L-19 Gabion Retaining Walls L-:21 Mobilization Remove and reset fences, All types L-22 Demobilization Remove and reset gates, All types L-23 Bonds & Insurance Remove and reset storm sewer, All types L-24 Flowable Fill Reconnect drain pipe L-25 Foundation backfill, GOaT Type II, for additional unclassified excavation Reconnect water services L-26 Sodding Reconnect sanitary sewer services L-27 Rip-Rap, dumped Reconstruct wall, height varies L-28 Silt Fence, TP A L-29 Silt Fence TP C L-30 Hay bales, staked Remove a~d reset yard lamps, type varies L-33 Remove and reset mailboxes, type varies Property restoration Maintenance of all erosion and sediment control (temporary grassing, construction exits, rip-rap, sediment traps, miscellaneous erosion control structures ) Traffic control #4 aggregate Geotextile filter fabric L-34 L-35 L-36 Slope stabilization blanket L-37 Portland cement (for roadway subgrade stabilization, mixed in place) 4ft Aggregate surface course drive/parkinb 4" thick concrete sidewalk, 3000 psi mix, GDOT 9031-W Raise to grade manholes and valve boxes L-38 Miscellaneous grading L-39 L-20 Shoring * All items which must be removed by the contractor during construction and which are not specifically SUBTOTAL shown to be paid for otherwise, are t6 be removed without additional payment All costs for this removal and resetting (if necessary) shall be included in pay item "Lump Sum Construction. . .--- 2-1 /31- Ow:::> - I. . 11 '.~ ." BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Blair Construction, Inc. , P. O. Box 770, Evans, Georgia 30908 as Principal, hereinafter called the Principal, and the Western Surety Company of CNA Plaza, Chicago, 11160685 , a corporation duly organized under the laws ofthe State of South Dakota , as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St., Room 605, Augusta, Georgia 30911 as Obligee, hereinafter called the Obligee, in the sum of 1 0% of bid - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars ($ 10% of bid ) , for the payment of which sum well and truly to be made, the said Principal and the said - ~--Surety;-bindourselves;- our- heirs;-executors;-administrators;- successorsand-assigns;-jointly and -severally;firmly~by 1hese~presents.------ -- WHEREAS, the Principal has submitted a bid for Roadway Improvements for Benson Road NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with thetenns of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 8th day of Auqust 2006 Blair Construction, Inc. _ POBox 770, Evans, Georgia 30809 (Seal) , . .- ~_ "'_ 1 trincipaJ U~'t/'-I< ~/'Jr : .. \,./,~ ~rC!S,-J'B -;rf- , Title ~~.5'~.~~ Witness Witness Western Surety Company By 73~~{/~~ Buck Leigh Attorney-in-Fact n't~ AOd<~/ y;J(_ S-0054/GEEF 12/00 FRP AGREEMENT This Agreement, made on the Ninth of November, 2006, by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, party of the first part hereinafter called the OWNER, and BLAIR CONSTRUCTION, INC., party of the second part hereinafter called the CONTRACTOR. WITNESSETH, that the CONTRACTOR, and the OWNER, for the considerations hereinafter named, agree as follows: ARTICLE 1 - SCOPE OF THE WORK The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and describe in the specifications for the project entitled: AUGUSTA UTILITIES DEPARTMENT ROADWAY IMPROVEMENTS FOR BENSON ROAD Project No.: 90110 And in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE 2 - TIME OF COMPLETIONILIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the OWNER to the CONTRACTOR to proceed. All work shall be completed within 180 calendar days with all such extensions of time as are provided for the General Conditions. It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. CONTRACTOR agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the CONTRACTOR and the OWNER, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the consideration for the awarding of this contract, to pay the OWNER the sum of two hundred and fifty and noll OOs ($250.00) 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. AGREEMENT CA-I payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall consist a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the PROFESSIONAL, so certifies, the OWNER shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that is shall not constitute a waiver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. (SEAL) OWNE]UGUSTA, GEORGIA By: ( ~r- 7fIi As its Mayor ~g 1 EJ.jl ?/a{. ;JT:~ 1fi ~ rk $dT-Y W ~~.'7 W ltness (SEAL) CONTRACTOR: BLAIR~ONS~UC~ By.~: As its \It.~e... Pres;dt!!-? ATTEST: Address ~o. 1.319)< 7::>0 i!J~ II1J4J(ffr- ~ ~'S.~~ 8-=-""f. C;;;.;<I- 3=80'7' I Witness .:: AGREEMENT CA-3 Contractor has by written agreement dated , entered into a contract Bond No. 929410830 PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A-311 KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, Western Surety Company, CNA Plaza, Chlcaflo, illinois 60685 (Here Insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St:lMunicipal Building, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, in the amount of Two Million Three Hundred Thirty Nine Thousand Six Hundred Fifty Five and 45/100 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -. Dollars ($ 2,339,655.45 .). for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents. WHEREAS, with Owner for Roadway Improvements for Benson Road Project No.: 90110 (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by OneSource Development, LLC, 4210 Columbia Road, Suite 16-A Martinez, GA 30907 (Here Insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S-1219/GEEF 10/99 Page 1 of 2 PERFORMANCE BOND 929410830 NOW, THEREFORE, THE CONDITION OF THIS OBLlGA TION is such that, if Contractor shall promptly and faithfully perfonn said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner, Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having perfonned Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly I) Complete the Contract in accordance with its tenns and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its tenns and conditions, and upon detennination by Surety of the lowest responsible bidder, or, if the Owner elects, upon detennination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the Signed and sealed this '7 -r.!:f day of ~ec-e..-- k.,- ,2=(,,::>, ~ <5.. --:D~ (Witness) m~dY'.cA 3~ (Witness) contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The tenn "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors ofthe Owner. Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Seal) (Principal) (d~Yt... ~9-- \kc.e P,-e'7(de-"'"7'+- (Title) Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Seal) (Surety) ~,~ L,'4:,~ Buck Leigh, Attorney -Fact (Title) CIS by Georgia Resident Agent R~ (S2, "Et~e..6-~___ S-1219/GEEF 10/99 Page 2 of 2 LABOR AND MATERIAL PAYMENT BOND Bond No. 929410830 Conforms with The American Institute of Architects A.I.A. Document No. A.311 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commsission, 530 Greene St./Municipal Building, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Two Million Three Hundred Thirty Nine Thousand Six Hundred Fifty Five and 45/100 - - - - - - - - - - - - - - Dollars ($ 2,339,655.45 ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated , entered into a contract with Owner for Roadway Improvements for Benson Road Project No. 90100 (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by OneSource Development, LLC, 4210 Columbia Road, Suite 16-A Martinez, GA 30907 (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S-1220/GEEF 10/99 Page 1 of 2 LABOR AND MATERIAL PAYMENT BOND 929410830 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal 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 or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials Signed and sealed this ? -rrl day of ~__Le", ~P.- s .~~ (Witness) ~~cY~)V< (Witness) S-1220/GEEF 10/99 Page 2 of 2 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 Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (I) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. , .?~. Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 :. (Seal) (Principal) " 'iI ,!, I( _(J~f( ~Qv- Ve&.e' pres{~e~ (Title) c . Western Surety Company, CNA Plaza, Chicago, illinois 60685 (Seal) (Surety) '.~ f E~ I fL:.1~ Buck Leigh, Attorney- . act (Title) Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Thomas M Albus, Buck Leigh, Individually of Columbia, SC, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of March, 2006. WESTERN SURETY COMPANY -/2Lif~ Paul . Bruilat, Semor Vice President State of South Dakota County of Minnehaha } ss On this 23rd day of March, 2006, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. November 30, 2006 +~~~~~~~~~~~~~~~~~~~~~~~~+ ~ D. KRELL ~ I I $~NOTARY PUBLIC~$ I SOUTH DAKOTA I I I +~~~~~~~~~~~~~~~~~~~~~~~. A.d ~~Ii' My commission expires . CERTIFICATE I. L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this ? 7!f. day of ~e.ce-- be.- . ~. WESTERN SURETY COMPANY q. ~{~1~_ Form F4280..Q!..Q2 ate. 12/4/2006 T~me. 4.22 PM ._-.... ACORQ To. Blair @ 9,17068681855 Paqe. 002-003 CERTIFICATE OF LIABILITY INSURANCE DAlE (MMlDDIYYYY) 12/04/2006 THIS CERTIFICATE IS ISSUED AS A MA ITER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. PRODUCER (770)246-8300 FAX (770)246-8301 Sutter, Mclellan & Gilbreath, Inc. 1424 North Brown Road Suite 300 Lawrenceville, GA 30043-8107 INSURED Blai r Construction, Inc. Southern Asphalt, LLC P. O. Box 770 Evans I GA 30809 INSURERS AFFORDING COVERAGE INSURER A National Trust Insurance INSURER B: FCCI Insurance Group INSURER c: INSURER D: INSURER E: NAlC# 18290 COVERAGJ;S THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. II~ rrfs~l lYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE Pg'ifJli,~~N LIMITS 0 GENERAL lIABILITY CPPOO04476 02/14/2006 02/14/2007 EACH OCCURRENCE $ 1 OOO,OOC '"X"" COMMERCiAl GENERAL LIABILITY DAMAGE TO RENTED $ 50,00C r-- :=J CLAIMS MADE m OCCUR $ 5,00C MED EXP (Anyone person) f-- 1 000,000 A PERSONAl & mv INJURY $ r-- 2,OOO,00C GENERAL AGGREGAlE $ f-- GEN'L AGGREGAlE LIMIT APPLIES PER. PRODUCTS - COMP/OP AGG $ 2,000,OOC n POLICY [Xl j~& n LOC AUTOMOBILE lIABILITY , .,- CA 0005458 02/14/2006 02/14/2007 COMBINED SINGLE LIMIT X- (Ea accident) $ 1. 000, OOC N-JY AUTO r---- AlL OWNED AUTOS BODILY INJURY I-- $ SCHEDULED AUTOS (Per person) C B X- HIRED AUTOS BODILY INJURY, ~ $ NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per aCCIdent) . GARAGE lIABILITY AUTO ONLY - EAAcCIDENT $ ~ ANY AUTO '. OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSlUMBRELlA LIABILITY UMBOO02841 02/14/2006 02/14/2007 EACH OCCURRENCE $ 5,000 OOC ~ OCCUR D CLAIMS MADE -, AGGREGAlE $ 5,000,000 B $ ~ DEDUCTIBLE $ RETENTION $ $ WORKERSCOMPENSA~ONAND 010-M:05A-54981 02/14/2006 02/14/2007 X I -1X~N~% I 10m- EMPLOYERS' LIABILITY 1,000,000 A ANY PROPRIETORIPARTNERlEXECUTIVE E.L. EACH ACCIDENT $ OFFICERlMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 " yes. describe Ul'!der 1.000,000 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER ~ESCRlPTlON OF OPERA~ONS' LOCA~ONS 'VEHICLES' EXCLUSIONS ADDEO BY ENDORSEMENT' SPECIAL PROVISIONS roj: Benson Road Roadway Improvements, Augusta, GA Contract Amount $2,339,655.45 Augusta GA Commission Room 605, Municipal Building August, GA 30911 CA ON SHOULD ANY OF THE ABOVE DESCRIBED POUClES BE CANCELLED BEFORE THE~ EXPIRA~ON DAlE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NO~CE TO THE CER'TlFICAlE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NO~CE SHALL IMPOSE NO OBLIGA~ON OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATlVES. AUTHORIZED REPRESENTATlVE ~?-...e c rtf. u ACORD 25 (2001/08) @)ACORD CORPORATION 1988 ate. 12/4/2006 Time. 4:22 PM To: B1air @ 9,17068681855 "..~ Paqe: 003,003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does. not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions ofthe policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constiMe a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively an:end, extend or alter the coverage afforded by the policies listed thereon. ...... .,. ACORD 25 (2001/08) CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned S--+~ ~~ ~ ~ ~ R:sJ , the duly authorized and acting legal representative of the CITY OF AUGUSTA, GEORGIA, do hereby certify as follows: I have examined the attached Contract(s) and Performance and Payment Bond(s) and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions, and provisions thereof. Attorney for Owner Date: 1?-/t7 (6 b CERTIFICATE OF OWNERS ATTORNEY COA-l Revision Date August 2001 GENERAL CONDITIONS ARTICLE I--DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order-- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of GENERAL CONDITIONS GC-1 of 52 Revision Date August 200 I be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative- The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR orwith any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work-Work to be paid for on the basis of unit prices. Work-The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. GENERAL CONDITIONS GC-3 of 52 Revision Date August 2001 ARTICLE 2-PRELlMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. An estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. A preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in GENERAL CONDITIONS GC-5 of 52 Revision Date August 2001 ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: GENERAL CONDITIONS GC-7 of 52 Revision Date August 2001 ARTICLE 4-AVAILABILlTY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS A vailability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. Other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. Any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER ) GENERAL CONDITIONS GC-9 of 52 Revision Date August 200] because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 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 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. GENERAL CONDITIONS GC-11 of 52 Revision Date August 200] 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWN ER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: GENERAL CONDITIONS GC-13 of 52 Revision Date August 2001 PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis oftheir not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. GENERAL CONDITIONS GC-15 of 52 Revision Date August 2001 'ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CON- TRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work orthe performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of GENERAL CONDITIONS GC-17 of 52 Revision Date August 2001 PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to payor to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, GENERAL CONDITIONS GC-19 of 52 Revision Date August 200] hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. All employees on the Work and other persons and organizations who may be affected thereby; 6.20.2. All the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in GENERAL CONDITIONS GC-21 of 52 Revision Date August 2001 as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending GENERAL CONDITIONS GC-23 of 52 Revision Date August 200 I ARTICLE 7---0THER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching ofthe 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 nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GENERAL CONDITIONS GC-25 of 52 Revision Date August 2001 SIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations ofthe Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. GENERAL CONDITIONS GC-27 of 52 Revision Date August 200 I ARTICLE 1 Q--CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect ofthis paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRAC- TOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GENERAL CONDITIONS GC-29 of 52 Revision Date August 200 I 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 discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs incluCling the following: GENERAL CONDITIONS GC-31 of 52 Revision Date August 2001 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 indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. A mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. A fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. For costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.2.2. For costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all S.ubcontractors shall be fifteen percent, 11.6.2.3. No fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. When both additions and credits are involved in anyone change, the adjustment in CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 1,1.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as GENERAL CONDITIONS GC-33 of 52 Revision Date August 2001 ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims . submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may.determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion ofthe Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GENERAL CONDITIONS GC-35 of 52 . Revision Date August 2001 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. GENERAL CONDITIONS GC-37 of 52 Revision Date August 2001 Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. GENERAL CONDITIONS GC-39 of 52 Revision Date August 200 I Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that 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 exhaus- tive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1. The Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. The Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: . 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the GENERAL CONDITIONS GC-41 of 52 Revision Date August 2001 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part ofthe Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. , 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CON- I TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. GENERAL CONDITIONS GC-43 of 52 Revision Date August 2001 Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). 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. GENERAL CONDITIONS GC-45 of 52 Revision Date August 2001 notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site orfor 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, electto terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. GENERAL CONDITIONS GC-47 of 52 Revision Date August 2001 ARTICLE 16--DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. 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. . GENERAL CONDITIONS GC-49 of 52 Revision Date August 200 I 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any provIsion of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24-hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, iffailure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. GENERAL CONDITIONS GC-51 of 52 SUPPLEMENTARY GENERAL CONDITIONS CONTRACTOR'S Liability Insurance Insurance shall be written with limits of liability shown below or as required by law, whichever is greater: . Commercial General Liability (per occurrence) Each Occurrence . General Aggregate . Products . Personal & Adv Injury . Fire Damage · Automobile Liability (any auto) Combined Single Limit . Excess Liability (Umbrella) Each Occurrence . Workers Compensation . Employer Liability $ 1,000,000 $ 2,000,000 $ 2,000,000 $ 1,000,000 $ 500,000 $1,000,000 $5,000,000 Statutory Limits $ 1,000,000 Benson Road Drawing List CS.1 Cover Sheet C1.1 Project Index C 1.2 Easement Plat C1.3 Design Criteria C1.4 Typical Sections C1.5 Vertex Data & Superelevation Tables C1.6 Quantity Table C2.1 - C2.9 Plan & Profile (Benson Rd) C2.10 - C2.11 Plan & Profile (Richmond Hill Rd) C3.1 - C3.5 Grading & Drainage Plan (Benson Rd) C3.6 Grading & Drainage Plan (Richmond Hill Rd) C3.? - C3.8 Miscellaneous Profiles C4.1 Off-site Detention Pond C4.2 Off-site Detention Pond Drainage Basins C5.1 ES. & P.C. Coding & Details (Initial) C5.2 ES. & P.C. Coding & Details (Intermediate) C5.3 ES. & P.C. Coding & Details (Final) C5.4 - C5.9 Erosion, Sedimentation & Pollution Control Plan C5.10 Erosion, Sedimentation & Pollution Control Plan (Pond) C5.11 Erosion, Sedimentation & Pollution Control Notes C6.1 - C6.6 Traffic Signing Plan C6.? Signs Table SUPPLEMENTARY GENERAL CONDITIONS SGC-l NOTICE OF A WARD DATE: November 20,2006 CONTRACTOR: Blair Construction, Inc. ADDRESS: 4308 Evans to Locks Rd. Evans City GA State 30809 Zip Code PROJECT: Roadway Improvements for Benson Road PROJECT NO: 90110 At a meeting of the Augusta-Richmond County Commission you were awarded the Contract for the following Project: held on (Date) November 9,2006 Project #90110, "Roadway Improvements for Benson Road" Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office 10 days from the date of this letter, excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate; an original and two copies is permissible. Very truly yours, Augusta Program Management Team ~"2.~- 01,,2/11 Hill Reciept of this NOTICE OF AWARD is hereby acknowledged this, the day of 2006 Contractor By Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Title Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 NA-1 NOTICE OF AWARD.DOC _ NOTICE TO PROCEED e~:'G DATE: TO: Name Attn:Firm Contact Address1 City, State 30901 PROJECT: Roadway Improvements for Benson Road PROJECT NO: 90110 You are hereby notified to commence WORK in accordance with the Agreement dated on or before , and you are to complete the WORK within consecutive calendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Augusta Program Management Team Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the day of , 2005 Contractor: By: Title: Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 NP-1 15-NOTICE TO PROCEED.DOC CONSTRUCTION CONTRACT CHANGE ORDER CO NUMBER BID ITEM DATE PROJECT TITLE AUDROADWA Y IMPROVEMENTS FOR BENSON ROAD ORIGINAL CONTRACT DATE PROJECT NUMBER 90110 I OWNER AUGUSTA-RICHMOND CO(TNTY ,S::OMMISSION .P9_~~~~~~n .......{ Deleted: I The following changej.s. ~C:~C:~l.'!1:~~.e.!~ .t!'.ef,!~~rac:~.~~~ .t.~c:.~~.~y~.p.:'!ie~!:......... n nu..... n~: :....f Deleted: order Description of Change (for a more detailed description see attached proposal): ..,{ Deleted: proposal I 1 1 PAYEE TOTAL AMOUNT OF THIS CHANGE ORDER $ The contract time will be INCREASED by Q calendar days as a result of this change. I ORIGINAL CONTRACT ,i\~!~?~J~X.mmnnnn.nmnnnmnn.........n.....L..nn..mm__.nm..mn.......{ Deleted: COST PREVIOUS CHANGE ORDER (INCREASE) $ THIS CHANGE ORDER (INCREASE) $ I TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $ FUNDING NUMBER/ACCOUNT NUMBER CCO-! CERTIFICATE OF SUBSTANTIAL COMPLETION DATE OF ISSUANCE '" OWNER: CITY OF AUGUSTA. GEORGIA CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To CITY OF AUGUSTA. GEORGIA OWNER And To CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. CERTIFICATE OF SUBSTANTIAL COMPLETION CSC-I WAIVER OF LIEN Contractor ( ) hereby indemnifies and agrees to save Owner (City of AUGUSTA, GEORGIA) harmless from all liens, or claims or rights to enforce liens, against the property of Owner or the improvements to be erected thereon arising out of any work to be performed or labor or materials to be furnished under this Agreement for the project described as: AUGUST A UTILITIES DEPARTMENT ROADWAY IMPROVEMENTS FOR BENSON ROAD Project No.: 90110 Neither final payment by Owner nor acceptance of the improvements erected hereunder shall constitute a waiver of this indemnity, and if any such lien or claim for lien shall at any time be filed, Contractor shall refund to Owner all moneys Owner may be compelled to pay in discharging such lien including all costs and reasonable attorneys fees. CONTRACTOR DATE NOTARY PUBLIC DATE WAIVER OF LIEN WL-l APPLICATION FOR PAYMENT NO._ To: CITY OF AUGUSTA. GEORGIA (OWNER) From: (CONTRACTOR) Contract: AUGUSTA UTILITIES DEPARTMENT ROADWAY IMPROVEMENTS FOR BENSON ROAD Project: OWNER's Contract No. ENGINEER's Project No. For Work accomplished through the date of: l. 2. 3. 4. 5. Original Contract Price: Net change by Change Orders and Written Amendments (+ or -): Current Contract Price (1 plus 2): Total completed and stored to date: Retainage (per Agreement): 10_% of completed Work: $ __ % of stored material: $ Total Retainage: Total completed and stored to date less retainage (4 minus 5): Less previous Application for Payments: DUE THIS APPLICA nON (6 MINUS 7): $ $ $ $ $ $ $ $ 6. 7. 8. Accompanying Documentation: CONTRACTOR'S Certification: The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied on account to discharge CONTRACTOR's legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through _ inclusive; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective. Dated CONTRACTOR By: State of County of Subscribed and sworn to before me this day of Notary Public My Commission expires: Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated ENGINEER By: APPLICA nON FOR PAYMENT AP-I AUGUSTA UTILITIES DEPARTMENT ROADWAY IMPROVEMENTS FOR BENSON ROAD Project No.: 90110 INDEX TO TECHNICAL SPECIFICATIONS SECTION TITLE 1 2 3 4 5 6 Clearing and Grubbing Excavating and Backfilling Graded Aggregate Base Course Graded Aggregate Surface Course Bituminous Paving Concrete Construction ._____ ____1_____ _________ GrassingBermuda_____ _________________________________________________________ _______ ____ 8 9 10 11 12 Erosion, Sedimentation & Pollution Control Measures Flowable Fill Curbs and Gutters, Concrete Concrete Pavement 13 Water Distribution System Measurement and Payment (08-02057 R) SECTION TS-l CLEARING AND GRUBBING -01. . SCOPE: Clearing and grubbing shall consist of the removal and disposal of all trees, brush, stumps, logs, grass, weeds, roots, decayed vegetable matter,.posts, fences, stubs, rubbish and all other objectionable matter resting on or protruding through the original ground surface and occurring within the construction limits or rights-of-way of any excavation, borrow area, or embankment. -02. CONSTRUCTION :METHODS: 1. CLEA.Rm"G: Clearing shall consist of the felling and cutting up, or the trimming of trees, and the satisfactory disposal of the trees and other vegetation together with the down timber, snags, brush and rubbish occurring within the areas to be cleared. Trees and other vegetation, except such individual trees, groups of trees, and vegetation, as may be indicated on the drawings to be left standing, and all stumps, roots and brush in the areas to be cleared sll.alroe'cuf OffbnefboCaoovethe:- original- groundsurface:- lndi vi dual- trees and. groups of _.trees _designatedJo.heJeft standing .Wi thinfl<::a[~Q ar~3:~.~all_b~~~d ..91. allJ).!:.~ches to such heights and in such manner as may be necessary to prevent interference with the construction operations. All limbs and branches required to be trimmed shall be neatly cut close to the whole of the tree or to main branches, and the cuts thus made shall be painted with an approved tree wound paint. Individual trees, groups of trees, and other vegetation, to be left standing, shall be thoroughly protected by barriers or by such other means as the circumstances require. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures and installations, and to those under construction, and so as to provide for the safety of employees and others. 2. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted roots from the site as indicated on the drawings. In foundation areas, stumps, roots, logs or other timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to a depth of not less than 18 inches below any sub grade, shoulder or slope. All depressions excavated below the original ground surface for or by the removal of stumps androots, shall be refilled with suitable material and compacted to make the. surface conform to the surrounding ground surface. -03. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to clearing and grubbing shall become the property of the Contractor and may be sold by him, provided such disposal is otherwise in accordance with these specifications. All incombustible matter removed shall be hauled away and deposited at locations approved by the Owner. Combustible matter may be burned or may be disposed of as stated above. Burning shall be done at such time and such manner as to prevent fire from spreading and to prevent any damage to adjacent cover and shall further be subject to all requirements of Local, State and Federal Governments pertaining to the burning. No burning will be allowed on the site unless all fires are kept under constant attendance by persons having equipment necessary to prevent the spreading of fire. Such equipment shall include, at the minimum, a bulldozer or front end loader, and an approved pump and hose connected to an acceptable source of water. Disposal by burning shall be kept under constant attendance until all fires have burned out or have been extinguished. TS-l-l April, 2001 . SECTION TS-2 EXCAVATION AND BACKFILLING -01. SCOPE: This section covers all excavation, trenching and backfilling for pipe lines and structures, complete. -02. EXISTING IMPROVEMENTS: The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines ;-ga:s-lines~w-a:ter--lines , --sewers,-gultefs and~othet~draihs--encountered;-and -repair-ta-the' -- ------ -.. . ---- satisfaction-of-theRngineer-any~aerial,-surface-oLsubsurfaceimprovements_ damaged_duringJhe_...___~____ course of the work. Where and if shown on the plans, thelocations and existence or nonexistence of underground utilities are not guaranteed. The Contractor shall contact the various utility companies to determine and/or verify such inforrnation prior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed. Work shall not commence within Augusta right-of-way until a Right-of-Way Encroachment Permit is obtained from the Public Works Department. -03. EXCAVATION: All excavation of every description and of whatever substances encountered shall be perforrned to the depths indicated on the drawings or as specified herein. Excavation shall be made by the open cut method except as otherwise specified or shown on the drawings. . Excavation methods shall generally meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and braced. Except where otherwise indicated, trench bottoms shall be not less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6 inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug after the TS-2-1 April,2001 Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below finished grade. No sheeting shall be removed. until the excavation is substantially backfilled as hereinafter specified. c. . Water Removal: Where water is encountered, it shall be prevented from accumulating in excavated areas by pumping, well-pointing and pumping, or by other means approved by the Engineer as to capacity and effectiveness. Water. removed from excavations shall be discharged at points where it will not cause injury to public or private property, or the work completed or in progress. All efforts to prevent sedimentation shall be made. Under no circumstances shall trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water shall not be allowed to rise in unbackfilled excavations after pipe or structures have been placed. D. Blasting: Explosives are to used only within legal limitations. Before explosives are -------used;all-necessarypenni ts-forthis-work shall-be-securedan d aU-precauti ons-taken---- in the blasting operations to prevent damage to private or public property or to persons.. The Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be set off within 50 feet of pipe already laid in the trench. E. Tree Protection: Care shall be exercised to protect the roots of trees to be left standing. Within the branch spread ofthe tree., trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly and backfill placed as soon as possible. -04. BACKFILLING: Trenches and other excavations shall not be backfilled until all required tests are performed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No material shall be used for backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth with an exceptionally high void content. Backfilling within Augusta right-of-way shall conform to Georgia Department of Transportation and City of Augusta specifications. . Fbr backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely divided material free from debris, organic material and stone, and may be suitable job excavated material or shall be provided by the Contractor from other sources. The backfill shall be placed in TS-2-3 SECTION TS-3 GRADED AGGREGATE BASE COURSE -01. SCOPE: Tbis section covers a graded aggregate base course to receive bituminous paving under another section, complete. -02. GENERAL SPECIFICATIONS: The graded aggregate base course shall conform to all applicable specifications of Section 300 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation, Latest Edition. -03. PREPARATION OF SUB GRADE: The sub grade to receive the graded aggregate base course shall be constructed in accordance with requirements of Section 209 of tbe Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. -04. MATERIALS & CONSTRUCTION FOR BASE COURSE: Materials and construction for the graded aggregate base course shall be in accordance with Section 310 of tbe Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. TS-3-1 SECTION TS-4 GRADED AGGREGATE SURFACE COURSE -01. SCOPE: This section covers a graded aggregate surface course to a driveway or parking area, complete. -02. GENERAL SPECIF1CATIONS: The graded aggregate surface course shall conform to all applicable specifications of Section 318 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation, Latest Edition. -03. PREPARATION OF SUBGRADE: ----.....---, - -. .. .- .._~ The sub grade to receive the graded aggregate surface course shall be constructed in - -accordance withTequirements ofS ection-209 of the Stan dard-SpecificationsforRoadsand-Bridges--- of the Georgia State Department of Transportation. , -04. MATERIALS & CONSTRUCTION FOR SURFACE COURSE: Materials and construction for the graded aggregate surface course shall be in accordance with Section 310 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. TS-4-1 SECTION TS-5 BITUNlINOUS PAVING -01. SCOPE: This section covers the replacement of pavement for water line cuts in roads and driveways, complete and asphalt overlay of existing roadways. -02. GENERAL: After installation of the water lines and compaction requirements are met,. 1 0..5" of graded aggregate base shall be installed and compacted in accordance with Section TS-4. The top 2.5" of the graded aggregate base material shall be removed and replaced with Type "B" asphalt binder upon installation of the asphalt cap. A 1-1/2" overlay of Type "P" asphalt will be applied for a 50' width along transverse cuts and for the width of street in longitudinal cuts. Asphalt driveway patches will be 2 inches thick on compacted subgrade. This also applies to cuts -through- asphalt-valley-gutters: --.---.-- - -----.-..--.-.-------------- -=('fI----------.SjrASO~ACLIN!ITATID~S: No bituminous mixtures shall be applied for surface treatment between October 21st and April 10th, except as directed by the Engineer. -04. vVEA THER LIMIT A TIONS: Bituminous mixtures shall not be produced or placed during rainy weather, when the subgrade or base course is frozen or shows any evidence of excess moisture nor when the moisture on the surface to be paved would prevent proper bond nor when the air temperature is less than 45 degrees F. in the shade away from artificial heat. -05. APPLICABLE SPECIF1CA TIONS: All work and materials required under this section of the specifications shall conform to the applicable sections of the Standard Specifications of the Augusta Utilities Department -06. SUB GRADE: The sub grade shall be prepared as specified under the sections of the above specifications covering sub grade preparation. -07. SURFACE COURSE: 1. ASPHALT CONCRETE: The asphalt concrete mixture shall conform to the Georgia Department of Transportation, Standard Specifications for Highway Construction, for Type B asphalt binder for pavement patches and Type F asphalt concrete for pavement overlays. The job mix shall be approved by the engineer and no material shall be used until approved. 2. TRANSPORTATION MU DELiVER ~:{: Tne mixture shall be transported from the mixing plant to the point of use in approved vehicles. Loads shall not be or such size or weight as TS- 5-1 SECTION TS-6 CONCRETE CONSTRUCTION -01. SCOPE: This section covers' concrete construction, complete, including reinforcemen t thereof. FORMS: -02. Forms shall be of wood, metal, structural hardboard or other suitable material that will produce the required surface finish. Forms placed for successive pours for continuous surfaces shall be fitted to accurate alignment to assure a smooth completed surface free from irregularities, and shall be sufficiently tight to prevent the loss of mortar. No forms shall be left permanently in place without approval of the Engineer. Holes resulting from removal of form ties shall be filled solid within 12 hours afterremovalof forms with cement mortar. . -03. uREINFORCINGuANUENlBEDDED"1\1ETALS:-nn------------ Bar reinforcement shall be intermediate grade new billet steel conforming to the requirements of the ASTM Designation A15. All bars % inch and larger shall be deformed bars confonning to ASTM Designation A305. Detailing, fabrication and tagging of reinforcement shall be done in accordance with ACI "Manual of Standard Practice for Detailing Reinforced Concrete Structures" (ACI 315), except that where longer laps are indicated on the design drawings, the drawings shall govern. Wire fabric reinforcement shall consist of steel wire conforming to the requirements of ASTM Designation A185. Anchor bolts and structural shapes shall conform to ASTMDesignation A36. Exposed surfaces of embedded steel shall be given one shop coat of Red Lead Iron Oxide conforming for Federal Specification IT -P-86c, Type IT, unless otherwise noted on the drawings. Anchor bolts and miscellaneous steel items to be embedded in concrete shall be accurately placed in accordance with the drawings, and adequately secured in position to prevent dislodgement during concrete placing operations. Anchor bolts shall be protected after concrete has been placed and set by daubing with grease, wrapping with burlap, and covering bolts with wooden boxes. -04. CONCRETE: All concrete shall be equivalent to ready mix concrete manufactured and delivered in accordance with the requirements of ASTM Designation C94 and having a compressive strength at 28 days of 3,000 psi, except as noted herein. The concrete manufacturer shall assume the responsibility of the design of the concrete mix in accordance with Alternate No.2 of ASTM C94. Air entrained concrete shall be used for all concrete. TS-6-1 SECTION TS-7 GRASSING BERMUDA -01, GENERAL: A. DESCRIPTION 1. This section covers the furnishing of all labor and materials and the performance of all work required to assure the establishment of a temporary cover of grass where required on all disturbed areas of the site not intended for paving, and a dense permanent cover of grass on all disturbed areas of the site owned by the City of Augusta which are not intended for paving. -02. PRODUCTS: .__...._.A._.-'-__MAlERIALS__.~___._______._.___._..______ 1. The following material shall be as specified by the II Standard Specifications," published by the' State -Department of Transportation of Georgia, latest edition. Agriculture Lime ................................. Article 882.02 Fertilizer ....................................... Article 891.01 Sod ........................................... Article 890.03 Seed. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . Article' 890.01 -03. EXECUTION: A. CONSTRUCTION 1. GROUND PREPARATION: Final grades shall be as existed prior to construction. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate uniform drainage after establishment of the turf. Graded surfaces will be maintained in a smooth and even condition until the required cover is established. 2. After the areas to be grassed have been brought to an even and smooth grade, they shall be thoroughly loosened to a depth of at least 6 inches by plowing, . discing, harrowing, or other approved methods until the tillage is acceptable as suitable for planting. During tillage operation, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations. Any operations of m~ '7 1 l~-I-l 6. All areas seeded for temporary or permanent grass shall be unifonnly mulched with hay or straw at the rate of 2 ~ tons per acre, except where hydroseeding is employed using a cellulose mulch mixed with the seed and fertilizer. C. TE"tv1PORARY GRASS: Temporary grass shall be used when directed by the Engineer to control erosion where permanent grassing cannot be planted. 1. Temporary grass shall be a quick growing species such as rye grass suitable to the area and season. Seeding shall be done in accordance with the permanent grassing requirements above, except that ground preparati on shall be the minimum required to provide a seed.bed where further grading will be required. Areas that require no further grading shall be prepared as described in "GROUND PREPARATION" above. Lime shall be omitted unless the area will later be planted in permanent grass without further grading, in which ca.seJim~_shall be applied <l~u:l~scril)~~L4boye._ EertilizeLshalLbe applied at the rate of 400 pounds per acre. Nitrogen shall be omitted. 2. In March or April of the following year, as soon as weather is suitable, all areas planted in temporary grass which are owned by the City of Augusta shall be thoroughly plowed up and grassed in accordance with the applicable permanent grassing method described above. 3. MAINTENANCE: The Contractor shall erect necessary warning signs and barriers, mow grassed areas, and repair or replace grassed areas failing to show a uniform growth of grass or damaged by his operations, and shall otherwise maintain the grass until final acceptance of the contract. Replacement of dried out or damaged grass shall be at the Contractor's expense. D. ACCEPTA.NCE 1. Grassed areas will be accepted when a 95% cover by permanent grasses is obtained and weeds are not dominant. 2. The work may be accepted in whole or in part as determined by the Engineer and the Owner. END OF SECTION TS-7-3 SECTION TS-8 EROSION, SEDIMENTATION & POLLUTION CONTROL ~ASURES -01. GENERAL: This section covers erosion, sedimentation and storm water pollution control measures as shown on the plan or required on the job and are intended to comply with the requirements of the Georgia Environmental Protection Division' s General Permit No. GAR 100002, latest edition. For the purpose of this project and as referenced in the GeneralPennit, the Owner and the Contractor are considered the "Primary Permittee," and the Contractor and all his subcontractors shall be considered the "Operator." The measures shown on the plans and specified herein are minimum requirements and may be augmented by the Engineer if positive control is not established for storm magnitudes up to and including a 25 year rainfall event. These specifications and the corresponding plans do not, in any way, relieve the Contractor of any obligations with respect to permits for wetlands, storm water, stream buffers, flood plains or any other local, state or federal requirements. -02. CONSTRUCTION SCHEDULE: The construction schedule is as shown on the Erosion, Sedimentation and Pollution Control Plan. -03. DEFINITIONS: All terms used in this section shall be interpreted in accordance with the definitions set forth in the General Pennit, some of which are restated as follows: A. "Best Management Practices (B1v1P' s)" means schedule of activities, prohibitions of practices, maintenance procedures and other management practices to prevent or reduce the pollution of waters of the state. B:MP's also include treatment requirements, operating procedures and practices to control site runoff, spillage or leaks, Sludge or waste disposal or drainage from raw material storage. . B. "Buffer" means the area ofland immediately adjacent to the banks of state waters in its natural state of vegetation, which facilitates the protection of water quality and aquatic habitat. C. "Construction Activity" means the disturbance of soils associated with clearing, grading, excavating, filling ofland or other similar activities which may result in soil eroSIOn. D. "Final Stabilization" means that all soil disturbing activities at the site have been completed, and that for unpaved areas and areas not covered by permanent structures, 1 OO%of the soil surface is uniformly covered in permanent vegetation with a density of 70% or greater, or equivalent permanent stabilization measures (such as the use of rip rap, gabions, permanent mulches or geotextiles) have been used. Permanent vegetation shall consist of: planted trees, shrubs, perennial vines; a crop of perennial vegetation appropriate for the time of year and region; or a crop of annual vegetation TS-8-1 G. To the extent necessary, sediment in run-off water shall be trapped by the use of debris basins, silt traps, silt barriers, or simil.ar measures until the disturbed area is stabilized. H. Adequate provisions shall be provided to minimize damage from smface water to the cut face of excavations and the sloping surfaces of fills. 1. Cuts and fills shall not endanger adjoining property. J. Fills shall not encroach. upon natural water courses or constructed channels in a manner so as to adversely affect other property owners. -_m-h- - -05. K. Construction equipmentshall'cross flowing streams by means ofbridges or culverts, except when such methods are not feasible, provided in any case that such crossings shall be kept to a minimum and provided that the appropriate stream buffer variances and wetlands approvals have been obtained from the Environmental Protection :PivisjS?_~_@r:I2t~nd th~~~ry~_~f!-~~n~~E~,_~~sJ_~~~'\T~~______ __ _ -- ._-_._-----_..~,----- - Shoul clothe-specified erosi on,sedimentati on.andpolluti oncontroLmeasuresproye_to____ be inadequate, additional measures as directed by Engineer shaH be provided for treatment or control of any source of sediments. Additional adequate sedimentation control facilities to retain sediments on site or to preclude sedimentation ofadjacent waters shall be implemented. M. Except when a prior variance has been obtained from EPD or where a drainage structure must be constructed with adequate erosion control measures, no construction activities shall be conducted within a 25 foot buffer along the tops of banks on all state waters nor within a 50 foot buffer along the tops of banks on all state waters classified as "trout streams." If required for construction purposes, a buffer variance will be applied for by the Owner. N. Whenever possible, proposed storm water piping systems and detention ponds shall be constructed prior to other earth disturbing operations. The storm water piping and detention system shall then be used as a means to control erosion and sediment on the site. o. Sediment basins of the temporary nature shall be constructed as shown on plans and as required to retain sediment on the site. All temporary sediment basins shall be maintained in accordance with the "Manual for Erosion and Sediment Control in Georgia," latest edition and then removed when final stabilization is attained. U .l . Where erosion due to wind is likely to be of concern, trees or groups of trees and bushes should be left standing, wherever possible, to serve as windbreaks. ELEl\1ENTS OF THE PLAN: The minimum requirements for the prevention of erosion and sedimentation for this site are depicted on the plans and specified herein. The elements of the plan are discussed as follows, and are listed in chronological order, as far as is practical. The construction activities should proceed in the order listed. TS-8-3 -06. INSPECTIONS. SA:MPLING & MONITORING: The Contractor shall be aware that the Owner may contract with a third party to perform additional site inspections of erosion, sedimentation and pollution control measures and also procure samples of storm water runoff for testing in accordance with the requirements of the EPD .' General Permit No. GAR 100002. Third party inspections and samplings shall not relieve the Contractor of any obligations with respect to these specifications or that required by the EPD General Permit GAR 100002. Should any inspections determine that there are deficiencies in the Contractor's work, then corrective action will be required as directed by the Engineer' or Owner. A. Contractor's Requirements. With respect to inspections, sampling and monitoring for compliance with EPD General Permit, the Contractor shall, at a minimum, be responsible for the following: 1. Each day when any type of construction activity has taken place on site, qualified personnel provided by the Contractor shall inspect: a) all areas on the site where petroleum products are"stored, used or handled for spills and leaks from vehicles and equipment; b) all locations on the site where vehicles enter or exitthesitefor evidence of off-site sediment tracking; andc)alLsilt q.~~_~J:ention b~i!1~,~t!:.~E~2.Qarri~rs, etc. for evidence of failures, potential failures or excess silt accumulati on. -~--_._--~~~--_._._-~.-~----_._--- -..------- 2. These inspections must also occur after each rainfall event on the site and must be continued until such time that the project is complete and the site has achieved final stabilization. The Contractor shall document these daily inspections on a form provided by or approved by the Engineer and must submit these forms weekly and after each rainfall event to the Owner's designated representative. Additionally, should a deficiency in any of the erosion control measures be noted, the Contractor shall notify the Engineer within 24 hours. 3. Erosion and sedimentation control measures shall be inspected by a representative of the Owner beginning with the first earth disturbing activity . and continuing through final stabilization of the project site. Storm water monitoring, sampling and testing will be accomplished by personnel representing the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. The Contractor shall allow the monitoring agency access to the site at all hours of the day by providing a key to any locked gates and shall also coordinate these services by notifying the monitoring agency when: a) the first rainfall event of 0.5 inch or more in 24 hours occurs on the site after the clearing and grubbing operations have been completed in the drainage area of the location selected as the representati ve sampling location; and b) whenever a rainfall event that reaches or exceed 0.5 inch that occurs either 90 days after the first sampling event or after all mass grading operations have been completed in the drainage area for the representative sampling location. B. Subcontractor's Requirements: Subcontractors shall be considered as acting under the direction of the Contractor in his role as the Operator under the EPD General Permit. The Contractor shall insure that all subcontractors comply with the PeITI'it. Subcontractors shall be responsible, at a minimum, for the following: TS-8-5 SECTION TS-9 FLOW ABLE F1LL -01. SCOPE: The work covered by this section of specifications consists of furnishing all labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of flowable fill work, complete, in strict accordance with this specification and the applicable drawings, and subject to the terms and conditions of the Contract. -02. FLOW ABLE FILL MIX DESIGN: The mixes fall into the categories of "very flowable" and "less flowable," which is controlled by the amount of water that is added. IThe less flowable mix should be used when it is desirable to put traffic back on a roadway quickly (usually 8 to 10 hours) or when being used to backfiILpipeswhich-':~m:tl~l~11Q?ot" oUL9LpQ_~iJj.Q1LclQ~to_th~ _b'pQY<lI11~ff~~t.Qf th~~~D'JJ2~~b)~ fil) ____________ mix. This mix will still self-consolidate around pipes without any "honeycomb" areas. Adding . -waferf6-UowaDlefilffo oEtain tne Clesirca. plastlc-eh-atactetistics-willTioCcompromisethe-qualityof---..-----..~- the hardened flowable fill. . Less Flowable:Mix (:Mix 1) Weights Volume Reference Min. 50 lbs Cemen t -0.25 ASTM CI50, Type I or IT Min. 600 lbs. Fly Ash 4.24 ASTM C618, Class C SSD 2500 lbs Sand 15.17 55gal. 458lbs Chlorides Water 7.34 Clean, potable, < 500 ppm Total Cubic Feet 27 Above values are based on specific gravities - cement 3.15, fly ash 2.27, sand 2.64, and water 1.00. Anticipated unconfined compressive strength is 80 psi at 28 days and 150 psi at 56 days. For "very flowable" fill (1vIix 2), add 10 gallons of water per cubic yard of Mix L -03. INST ALLA TION OF FLOW ABLE FILL: The trench shall be prepared and the pipe joints placed as normal. There should be at least 6 inches of .f1owable fill above any utility line. Once the pipe is covered, it will be sufficiently anchored and water may be added to the remaining flowable fill to ease placement without danger of floating the pipe. If it is important to quickly return traffic to the roadway, the flowable fill mixture shall not be altered by the addition of water. TS-9-1 SECTION TS-IO CURBS AND GUTTERS, CONCRETE -01. SCOPE: This section covers construction of Portland cement concrete curbs and gutters, complete. I . -02. CONCRETE: Concrete and the equipment, workmanship and materials therefor shall conform to the applicable requirements of the "Concrete Construction" section, except as hereinafter specified. Concrete shall have a slump of not more than 3 inches. The concrete mixtures shall.have an air content by volume of 4.5 percent, plus or minus 1.5 percent,. based on measurement made on concrete immediately after discharge from the mixer. . -03. MATERIArs:----'. - --.- - A. Provide materi als, not specifically described but required for proper completi on of the work of this Section, as selected by the Contractor subject to the approval of the Engineer. -04. EXECUTION: A. SUBGRADE PREPARATION 1. The subgrade shall be constructed true to grade and cross section. The sub grade shall be of materials equal in bearing quality to the sub grade under the adj acent roadway or street and shall be placed and compacted to conform with applicable requirements of "Graded Aggregate Base Course". with the following modifications. The sub grade for curb and gutter shall extend in all cases at least one foot in width back of the curb or gutter or valley pavement. The sub grade shall be tested for grade and c:ross section by means of a template extending the full width of the curb, gutter, or combination curb and gutter. The sub grade shall be maintained in a smooth, compacted condition, in conformity with the required section and established grade until the concrete is placed. In cold weather, the sub grade shall be prepared and protected so as to produce a subgrade free from frost when the concrete is deposited. B. FORMS 1. Forms shall be of wood or steel, straight, and of sufficient strength to resist springing during depositing and consolidating the concrete. The outside forms shall have a height equal to the full depth of the curb or gutter. The inside form TS-10-1 Expansion joints shall be provided in curb and combination curb and gutter at the ends of all returns. Expansion joints at least one half inch in width shall be provided at intervals not exceeding fifty feet. Expansion joints shall be provided in nonreinforced concrete gutter at the locations indicated. D. CONSTRUCTION L Curbs, Gutters and Combination .Curband Gutters: Shall be of the dimensions and sections shown on the drawings. 2. Reconstruction: Where the plans provide for reconstruction of existing curb or combination curb and gutter and the limit of new work specified does not fall on a joint, the entire section shall be removed and the new curb, combination curb and gutter or entrance pavement shall join the old curb at the first joint line beyond the specified limit. .3~._. PlacingGoncrete:--The faces andadj acentedges.ofabuttingrigid pavements and.." stnrctures shall be_paint~ciY{jJh an _~QRrQ.ved bitu:rm!l0~S)11.g~Iig1RriQrJ()_plft9i]1g_ concrete. Concrete shall be placed in the forms to the specified depth in six inch layers and thoroughly consolidated by tamping and spading so that there are no rock pockets at forms, and mortar entirely covers the top surfaces. Concrete may be compacted by means of mechanical vibrators. 4. Finishing: The edges of the gutter and top of the curb shall be rounded with an edging tool to a radius of one-fourth inch and the surfaces shall be floated and finished with a smooth wood float until true to grade and section and uniform in texture. The floated surfaces shall then be brushed with a fine hair brush with longitudinal strokes. Immediately after removing the front curb form, the face of the curb shall be rubbed with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. The surface, while still wet, shall be brushed in the same manner as the gutter and curb top. The top surface of gutter and entrance shall be finished to grade with a wood float. Except at grade changes or curves, the finished surfaces shall not vary, from the testing edge of a ten foot straightedge, more than one-eighth inch for gutter and entrance and one-fourth inch for top and face of curb. Irregularities exceeding the above shall be satisfactorily corrected. Visible surfaces and edges of the finished curb, gutter, and combination curb and gutter shall be free of blemishes and fonn and tool marks, and shall be uniform in color, shape, and appearance. 5. Curb fonning machines for constructing curb and gutter will be approved based on trial use on the job. Use of the equipment shall be discontinued at any time during the construction if the equipment produces unsatisfactory results, and the work shall be removed and reconstructed for the full length between regularly scheduled joints. Removed ponions shall be disposed of as directed. TS-IO-3 applied shall be adequately. protected ror seven days from pedestrian and vehicular traffic and from any other action which might disrupt the continuity of the membrane. Any area covered with curing compound and damaged by subsequent construction operations within the seven day period shall be res prayed as specified above at no additional expense to the Owner. 4. Protection: After curing, debris shall be. removed and the backfill shall be placed as'indicated. The completed curb~ gutter, and combination curb and gutter shall be protected from damage until. accepted. The Contractor shall repair damaged concrete and clean concrete discolored during construction. Curb, gutter, and combination curb and gutter that are damaged shall be remove and reconstructed for the entire length between regularly scheduled joints, not by refinishing the damaged portion. Removed damaged portions shall be disposed of as directed. F. SEALING JOINTS 1. The sealing-of expansionjoints-incurb.and-gutter sections. will not be required. .____~_~__ c~~~____ __lLIlx_~~p ansion jg!!ltJ!?:~~.ri~Lp!.:~~ru~@g~er th~.E_smqe~~i~cur~(t.~hall ~~_. trimmed flush with the surface. Expansion joints in the valley pavement shall be sealed with an approved joint sealer, confonning to Federal Specification SS-S- 164. The joint opening shall be thoroughly cleaned of all foreign material before the sealing material is placed. The sealing shall be done in such manner that the material will not be spilled on the exposed surfaces of the concrete. Any excess material on the exposed surfaces of the concrete shall be removed immediately and the exposed concrete surfaces cleaned. TS-IO-5 SECTION TS-ll CONCRETE PAVEMENT -01. SCOPE: A. This section covers the construction of concrete pavements. The work shall consist of a pavement composed of Portland cement concrete constructed on a prepared sub grade in accordance with these specifications, and in the areas and to the typical cross sections shown in the plans. The Contractor is to provide for the construction and completion in every detail of the work described. The Contractor shall furnish al1'labor, materials, equipment, tools, transportation and supplies required to complete the work in accordance with the plans, specifications, and tenns of the contract documents. B. ____G_oJlgE~je:_p~y~!!1_enj_~SJI1stru~~~~!L~~all~on!9~~~_9l1 2:~sp~ct~t()_ ~~~_s~cti on "Concrete Construction" of these specifications. The requirements below ----~-------~--~-----shall-be-considered -addi tional:requirements-forpavement:----- ----~- - ---------- -02. SUBMITTALS AND APPROVALS: A. Concrete and other materials specified shall be furnished from sources of supply approved by the Engineer. The Contractor shall submit a "Proposed Paving Construction Plan," showing joint types and locations, and a statement of proposed sequence and schedule of paving operations. This submittal shall also include a brief description of paving equipment to be used,. -03. PRODUCTS: A. MATERIALS 1. Concrete shall be composed of Portland cement, aggregates, and water confonning to the section of these specifications on Concrete Construction except as noted below. 2. The concrete shall have the following percentages of entrained air: (a) For 1-112 inch maximum size aggregate, entrained air content shall be 5 +/- percent by volume. (b) For: 3/4 or 1 inch maximum size aggregate, entrained air content shall be 6 +/- percent by volume. TS-11-1 the freshly placed concrete in one complete pass of the machine. The slipfonn paver shall be operated with as nearly a continuous forward movement as possible, with stopping and starting of the paver held to a mmlmum. 5. CONCRETE PLACEMENT: Concrete shall be deposited and consolidated in such a mann~r as to prevent the fonnation of voids or honeycomb pockets. However, overconsolidation of the concrete so as to cause segregation of aggregates shall be avoided. 6. JOrnTS: Contractionjoints, expansionjoints, and constructionjoints shall be placed as indicated on the approved "Proposed Paving Construction Plan," specified above. Depth of contractionjoints shall be equal to at least one-fourth the depth of the slab and may be installed by ei ther hand-forming, or by sawing. If sawing is used, the joints shall be cut as soon as the saw will not ravel the edges and in no case more than 24-hours-after thepavementhasbeenplaced~-'- .. -----------_._----~--~-_.,----._-----_.-~.__.,-------~- --_._------'--_._--------_._-----_..._------_.~-----~-_.~_._------~_.-_._- - ._-------,-------- 7. FINISHING: The finishing sequence of all slabs shall consist of striking off and consolidating, floating, straight-edging and final surface finishing. Adding water to the surface of the concrete to assist in finishing operations shall not be permitted. A unifonn, gritty, non-slip finish shall be provided using a stiff-bristled broom or by the use of a burlap drag just before the water sheen disappears. 8. CUR.IN"G: Curing shall be as specified under "Concrete Construction" of these specifications. TS-11-3 SECTION TS-12 WATER DISTRIBUTION SYSTEM -01. SCOPE: This section covers all work associated with the water distribution system. -02. GENERAL: The Contractor/Developer is responsible for verifying the exacUocation, size and material of any existing water facility proposed for connection or use by the project. All work that occurs in the public right-of-way shall comply with the Augusta- Richmond County Planning Commission "Development Documents" (latest version) and Public Works Department's Right -of-Way Encroachment Guidelines (latest version). Any field changes that occur in~thepublicright::of...way and-are not specifically related to-water or sewer items shall-be- __.._._coordinated~with_ the .BublicWorksDepartment..______~ _____________________ _~_________ -03. STANDARDS FOR WATER MAINS: ( \ A. COVER 1. Standard depth of cover is 4 feet below existing and proposed road surface (and areas designed for normal traffic loading) unless otherwise approved by the Augusta Utilities Department. 2. Minimum cover to finished grade over water mains shall be 36 inches. Minimum cover under ditch bottoms shall be 24 inches. These must be approved by the Augusta Utilities Department on a case:"by-case basis. B. HORIZONTAL SEPARATION 1. Ten (10) feet to any existing or proposed sanitary sewer/force main, storm sewer or sewer manhole (less than 10 feet requires pipe material to be Ductile Iron Pipe (DIP) for both Water Main and Sewer/Force Main unless otherwise approved by the Augusta Utilities Department). 2. Fifteen (15) feet to buildings, top of bank of lakes/streams/creeks, other structures (10 feet absolute minimum - only when unavoidable, and pipe material is required to be DIP). TS-12-1 shall be allowed. PVC C900 (most current date), Class 200, SDR-14 with cast iron equivalent a.D.s, gasket bell end with elastomeric gaskets shall be allowed for water mains 6" through 10" (solvent weld joints are not permitted). Galvanized pipe shall be seamless, American made, Schedule 80 and shall conform with the AS1M Specifications. Flanged DIP shall have threaded ductile iron flanges and shall conform to the requirements of A 'vVW A C1l5 .oatest version). All flanges shall -be Ductile Iron Class ISO, ANSI B 16.5 (latest version). Flanges shall be flat faced and all joints shall use 1/8 inch black neoprene full-faced gaskets. 4. Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement lined in accordance with A WW A C104/ ANSI A21.4 (latest version). DIP shall have 1116" cement mortar lining with rubber gasket push-on joints or mechanical joints. Mechanical joint glands shall be ductile iron. Tee bolts and nuts shall be Cor-Ten steeC--RuooeigasKetjoinfs "snall confoITIi-rb-AWWA"C111/ANSr "~--~"--:-~-A21;-H- (latest~version);~- and--shall---be-fumished~-by--- the ""pipe . - manufacturer with the pipe. A non-toxic vegetable soap lubricant shall be supplied with the pipe in sufficient quantities for installing the pipe. The lubricant shall be approved by NSF for use with potable water mains. 5. Pipe classes designated previously in this standard are minimum allowed. Actual pipe class shall be determined based upon the installation and the use intended. Pipe shall be appropriately labeled on the drawings. All PYC pipe for potable water service shall bear the approved stamp of the National Sanitation Foundation. Copper wire (12 gauge, bare single strand) shall be attached along the top of all buried PYC water lines, wrapped around service corporations and stubbed up into all valves boxes for locating purposes. 6. DIP shall be required in the following circumstances: a. Within 10 feet of sanitary and storm pipes. b. Within 15 feet of structures (near side of concrete footing), or top of bank of lakes/streams/creeks. c. Crossings over or under sewers, gas and storm pipes with less than 18 inches separation, with no joint allowed within 10 feet of crossing. TS-12-3 methods. e. Mains may be tapped as long as the tapping line is smaller than the tapped line unless otherwise approved by the Augusta Utilities Department. Equal size line connections approved by the Augusta Utilities 'Department shall require that a tee be cut into the main where possible. Tees are also required at locations dictated by the Utilities Director. Tapped connections in pipe and fittings shall be made in such a manner as to provide a watertight joint and adequate strength against pull-out. Tapping Sleeves and Valve shall be ductile iron, mechanical joint. Tapping sleeves and valves are required for all taps 4 inches and greater. Taps less than 4 inches shall be provided with a service saddle meeting the requirements of these specifications-Valves shalLbeprovided onalLtaps. Tapping_ ____________ ___h _______ ___ ____ ____.sleeves~~~~_be a minimu~_~~!ee~ fr~m ~~pe)o2nt~~____~_______ f. Schedule 40 PVC shall only be used as sleeves for the installation of service line tubing under all pavement areas. Use in the water distribution system or other areas are not acceptable. g. Unspecified transitions from DIP to PVC are not allowed. Material for transition shall be indicated and specified and must be approved by the Augusta Utilities Department. h. All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused. B. VAL YES, FITTINGS AND APPURTENANCES 1. Gate valves, 4 inches to 16 inches, shall be the resilient seat type conforming to A WW A C509 (latest version). V alves larger than 16inches shall be gear operated butterfly valves, conforming to A WW A C504 (latest version). Wafer valves shall not be accepted. 2. Valves shall OPEN LEFT if installed south of Gordon Highway (SR 10), or OPEN RIGHT if installed north of Gordon Highway. Valves shall be provided with valve stern extensions to within 6 inches of TS-12-5 American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water ANSI/A WW A C150/A21.50-96 1996 or latest version American National Standard for Thickness Design of Ductile-Iron P~e . ANSI/A WW A Cl15/A21.15-94 1994 or latest version American National Standard for Flanged Ductile-Iron Pipe With Threaded Flanges ANSI/A WW A Cll1/A21.11-95 1995 or latest version American National Standard for Rubber-Gasket Joints for Ductile- Iron Pressure Pipe and Fittings ANSI/A WW A C153-98 1998 or latest version -American -Nati onal-Standard-forDucti1e-Iron-and-Gray- Iron----- __~_~_Fit:tings, 3in~JhIQl1,gh_4.SjD,_.c75 mm.1.hIQ.l,lghJ..~QQ.mm),J9l. Water __ and Other Liquids ANSI/AWWA C104/A21.4-95 1995 or latest version American National Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water C. FIRE HYDRANTS 1. Fire hydrants shall be provided in all water mains, transmission and distribution systems. Accepted models are Mueller #A-240 1 8, M&H Figure 29T A WW A Compression Type-Dry Top-Traffic Model 150 . psi working pressure, 300 psi testing pressure. Kennedy K-81D will also be accepted. All fire hydrants shall be ordered safety yellow body with white bonnet and caps. Fire hydrants shall be spaced such that the radius of protection will not be more than 500 feet. In certain areas, closer spacing may be required by the Fire Marshal. 2. Each hydrant shall be left turn opening and capable of delivering a flow of at least 500 gallons per minute with a residual design pressure of not less than 20 psi, or a higher flow as required by the Fire Marshal. Multiple fire hydrants with looped mains and/or larger main sizes may be required to provide water for higher flow demand. Flow tests shall be performed to verify the specified fire flow demand. 3. Fire hydrants shall be of the dry barrel break-away type conforming to A VlWA C502 (latest version), with two 2 1/2 inches threaded hose nozzles and one 4112 inch threaded pumper nozzle. Hose and pumper TS-12-7 Protective Epoxy Interior Coating for Valves and Hydrants D. WATER SERVICE LINES AND TAPS 1. Tapping sleeves and tapping crosses shall be of a heavy body ductile iron, mechanical joint suitable for a working pressure of 150 psi for sleeves and crosses larger than 14-inch (200 psi for sleeves and crosses equal to or less than 14-inch), as approved by . the Augusta Utilities Department. 2. No direct service taps shall be allowed. All service line taps shall be . supplied with corporation stops. Service line tubing shall be rolled of soft continuous and seamless. copper Type K conforming to A WW A C800 and ASTM B-88 (latest version). ----.---3;--------Gorporation.Stops-and-Main-Gonnectors:-.. -- .. %" FB600 - 3 Ford or Equal 1" FB600 - 4 Ford or Equal Taper Thread fulet by Flare Copper Outlet Eighth Bends: %" LA02 -33 Flare 1/8 Bend %" LA04 - 33 Compression 1/8 Bend I" LA02 - 44 Flare 1/8 Bend 1" LA04 - 44 Compression 1/8 Bend 4. Minimum size for residential use shall be one (1) inch. The service line shall be laid in a straight line and be of a continuous piece of pipe from corporation to curb cock. The curb cock shall be located 6 inches behind and 8 inches below the top of new curb or edge of asphalt. Where service connects to DIP or any pressure-rated pipe, service saddles must be used. Brass double strap tapping saddles shall be used. U-bolt type straps are not acceptable. All water service taps on the main shall be spaced at a minimum distance of 18 inches apart and a minimum of 18 inches from a bell or fitting. If two or more taps are required at a minimum spacing, they shall be offset 450 alternatively. Services greater than one (1) inch shall be seamless galvanized. 2" services shall have two 2" 90-degree galvanized elbows per Augusta Utilities' 2 Inch Water Service detail. Services shall not exceed over 100 feet from the main to the meter. Where possible, meter shall be placed in unpaved area as close to the TS-12-9 . should give special consideration to meter layout so as to satisfy these requirements. When no alternative is available but to locate in asphalt, the top of box shall be flush with the asphalt surface. Meters' shall not be located in low areas that normally receive storm water.. The box shall also be located outside of parking stalls. The box and lid should be traffic bearing, but located outside of a commonly trafficked area. F. BACKFLOW PREVENTION DEVICES 1. Backflow prevention devices shall be provided, as required by the Utilities Director and as set forth in these Standards. All inigation systems, water services and fire lines for dustrialJoffice/commercial industri al/office/commerci aI, schools, mobile home parks, multi- family residences and any other locations as determined by the Utilities Director shall require suitable backflow prevention assemblies on the customer side of service lines (domestic, irrigation, - iri-d firer~Backflow-devices-sliallbe-tested bY acertified personana------------- ~----.. --------- -~--~-------.--~--theresultsfurnished-tothe-A ugustaUtilities-Departmentpri or~toany----:_.--------~-- water use. Residential development shall install a ''Dual Check" Backflow Device on the customer's side of service line at the point of tie-in to the water meter. The plumber or builder tying service into the set meter will submit the test results for the backflow prevention device to the Augusta Utilities Department's Inspector prior to acceptance and any water use. 2. Backflow prevention device assemblies shall be the latest approved product of a manufacturer regularly engaged in the production of this type equipment. All assemblies shall be as approved by the America Society of Sanitary Engineering (ASSE), The American National Standards Institute (ANSI), The American Water Works Association (A WW A), Foundation for Cross Connection Control and Hydraulic Research of the University of Southern California, and the Georgia State Plumbing Code. 3. Type and size of assemblies shall be indicated on the drawings. 4. Backflow prevention device ownership and maintenance responsibilities shall be as set forth in the appropriate ordinances. The Contractor shall document that the backflow prevention device has been tested by a qualified technician. A copy of the technician's certification must be attached to the test results and submitted to the Augusta Utilities Director. TS-12-11 . c. Mechanical restraint systems shall be required at each fitting involving a change of direction and as specified in the approved plans. Concrete thrust blocks will be allowed in lieu of mechanical restraint systems. d. Backfill shall be free of boulders and debris, and shall comform to Georgia Department of - Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall belaid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department's Inspector. e. Fire hydrants shall be installed true and plumb with the center ofthepumpernozzlefacingtowardtheroad.-Hydrants shall --------- ___I}QLR~pL~c~~Jfl the si~~~alk. __ The contractor "YJ1LJ:~_~_________ responsible for moving hydrants placed in sidewalks. -- f. All valves shall be placed according to plans. Valve stems shall be installed plumb. Valve stem extensions are required as described in these specifications. Airrelief valves shall be installed at all high points in the water main where air can collect, as shown on the plans or as directed by Augusta Utilities. List of Specifications: ANSI/A WW A C600-93 1993 or latest version Installati on of Ductile-Iron Water Mains. . and Their Appurtenances ANSI/A WW A C60S-94 30-JAN-1994 or latest version Underground Installation of PolyVinyl Chloride (PVC) Pressure Pipe and Fittings for Water ANSI/A WW A C512-92 1992 or latest version. Air Release, AirNacuum and Combination Air Valves ror Water Works Service g. Handling and Storing of Materials: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe TS-12-13 , . shall use mechanical joint pipe with retained glands through length of casing. The water main shall be strapped to 8 foot long treated wooden skids with metal straps throughout length of casing. The ends of the casing shall be sealed with brick and mortar. (4) Reaction Blocking: All plugs, caps, tees, bends and other fittings shall be provided with adequate reaction blocking as shown on the drawings. Reaction blocking shall be made to bear -directly against the undisturbed trench wall. Where trench conditions are, in the opinion of the Engineer, unsuitable for reaction blocking, the Contractor shall provide tied joints to adequately anchor the piping as shown on the drawings. All the rods and clamps shall be given a bituminous protective coating. ________________~_______j.------CQIJ.ll~c:tion to ExistiIlg~Ystem:_AILc;oI!nections to ~~igi~K mains shall be made under the direct supervision of the Augusta Utilities Department's Inspector. Valves on existing mains shall be operated by or under direct supervision of Augusta Utilities Department personnel. Tapping sleeves and valves shall be pressure tested prior to tapping. If service to existing customers must be cut off, the Augusta Utilities Department shall be notified at least three (3) days in advance to make necessary notifications. The Contractor shall disinfect and secure appropriate - Utilities Department clearances and samples for any service interruptions which occur as a result of a Contract requestfor shut down or error. The clearances shall be obtained within 72 hours of reacti vati on. If cut-off of service is required, the Contractor shall be ready to proceed with as much material pre-assembled as possible at the site to minimize the length of service interruption. Augusta Utilities reserves the right to postpone service cut-off if, in the opinion of the Utilities Director, the Contractor is not ready to proceed on schedule. No customer should be without water for more than four (4) hours. The Owner/Developer shall arrange for temporary services to Customer if water will be shut off for more than four holirs. Local chlorination will be required for all pipe and fittings TS-12-15 ~ . used for pressure testing must be potable water with an adequate chlorine residual. Water lines shall be tested by valve sections. Maximum allowable leakage shall be as determined in accordance with current A WW A specifications. The standard duration of test is four (4) hours. _ Testing procedures shall meet or exceed A WW A C600 (latest version) requirements. Any portions of the main which fail the test shall be replaced or adjusted until the entire new main passes the test criteria. The pressure and leakage test shall be done concurrently. 3. Augusta Utilities shall be notified at least 24 hours in advance to schedule bacteriological testing of water mains. The Contractor shall replace or adjust components of the pipeline which fail the test. Clearance is required fram the Utilities Department before - the Augusta Utilities Department will allow the main to be put into servIce. _____~~__~~____~IImn~_g!atelylQllowing.th~P!~~s~re ~~!,~!l_~Lbefore agy ~~~k will ~~__________~__~_ accepted for payment, the Contractor shall perform a leakage test. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof necessary to maintain the specified leakage test filled with water to within 5 psi of the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L= SDIP 133200 L = Allowable leakage in gallons per hour. S = The length of pipe in the section tested. D = The nominal diameter of the pipe in inches. P = The average test pressure during the leakage test in pounds per square inch gauge. The leakage test shall be conducted in accordance with A WW A Standard C-600, Section 4.1 (latest version). 5. All piping complete with fittings and appurtenances shall be sterilized as specified in the applicable sections of A WW A Specification C651 (fatest version) "Disinfecting Water Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not TS-12-17