Loading...
HomeMy WebLinkAboutBLAIR CONSTRUCTION WATER MAIN REPLACEMENT FOR FORT GORDON RECREATION AREA AT THURMOND LAKE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE Augusta, Georgia Prepared for Augusta-Richmond County Commission Drew Goins Interim Director, Augusta Utilities Department ., Augusta Utilities Department 360 Bay Street Suite 180 Augusta, Georgia July 23, 2009 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE Augusta, Georgia Augusta-Richmond County Commission The Honorable Deke S. Copenhaver Mayor Betty Beard Corey Johnson Joe Bowles Alvin Mason Calvin Holland Joe Jackson Jerry Brigham Jimmy Smith J. R. Hatney Don Grantham Drew Goins Interim Director, Augusta Utilities Department Augusta Utilities Department 360 Bay Street Suite 180 Augusta, Georgia July 23, 2009 SECTION IB P BB A NA NP CO PB GC SGC TS-O TS TABLE OF CONTENTS TITLE # OF PAGES 2 11 2 3 1 1 1 5 52 1 1 93 Instructions to Bidders Proposal Bid Bond Agreement Notice of Award Notice to Proceed Change Order Performance and Payment Bonds General Conditions Supplemental General Conditions Index to Technical Specifications Technical Specifications SECTION IB INSTRUCTION TO BIDDERS IB-Ol GENERAL All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposal must be filed with the OWNER on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the conformation of the ground; the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work; the general and local conditions; and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the OWNER, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director of Purchasing; Purchasing Department; Room 605; 530 Greene Street; Augusta, GA 30911 and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by facsimile or US mail to all prospective bidders (at the respective addresses furnished for such purposes), not later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREP ARA TION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. IB-I Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. IB-05 BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the CONTRACTOR to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB-06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The OWNER may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The OWNER reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the OWNER that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. IB-07 PERFORMANCE BOND At the time of entering into the contract, the CONTRACTOR shall give bond to the OWNER for the use of the OWNER and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the OWNER harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the OWNER and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the OWNER. IB-2 SECTION P PROPOSAL DATE: Gentlemen: In compliance with you 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: WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: and /100 dollars ( ). The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (10) calendar days after the date of written notice to proceed, and that he will complete the work within one hundred and fifty (150) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: Addendum No. Addendum Date Enclosed is a bid guarantee consisting of amount of in the Respectfully Submitted, Firm Address BY: TITLE: , ~I I I I I I J l I :.1 I I I I I I I SECTlON P PROPOSAL DATE: Vc~~ 6'.& r- /0 / 2== '7 / Gentlemen: In compliance with you 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: WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totali.J.cg: Five Hundred Forty Four Thousand Four Hundred Dollars r;,e ~c/~d' ~~ /i",r -a""'Vfc'd/ ~/~ ~/-~~d -:2>~4--r;; Eleven / $544,400.11 and EkvePJ /100 dollars (I s ~f) ~oc::> ,.tf The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that be will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (10) calendar days after the date of written notice to proceed, and that he will complete the work within one hundred and fifty (150) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: Addendum No. N6Nlildum Date /.J;;,~e a bid bond Enclosed is a bid llliarantee consishnol.~ro ofbi.tPamoun6-.6)64.'44~dC:!' tJ tJ /' Z 11 / . / -L.- /- // .-/'/ //-d, &7.2--) /0 c;? PT- ou:;/ ~~...",~.7_.,,-/ (r::>r,rrv ~.__n_' I I I in the ilmount of Respectfully Submitted, , '734/r- ~"'fh./c..,4~;,..-;? " ..:;z:::nL / / Firm ---;z:.o, hcr;>)< ?/c:::> Address ~ / /7 ,?c;~7 ~-=-4:' / tJ;:>/"r ,/ / BY:i(~ f)~R,~~ TITLE: ?/e5 ;ot.,-r--r -, 1 , , \ I \ I \ r \ \ I \ l \ I ,'- i ~~ , r- : Vv : r~. i r:~ r W6 r-- I W.7 I I 1'- I I \<\1-8 r I ' W-9A -L BID SCHEDULE TO ACCOMP ANY THE PROPOSAL OF BIDDER: 7~r ~,./,f.f;-vc:l;c:>~I'/.:z:;1-[ , ADDRESS: 7, c? - /)<:.oX ? 7C7 ~ &/~"-"">, ~ 7c:?~7 I AUGUSTA UTILITIES DEPARTMENT - WATER SYSTEM PROJECT STANDARD BID SCHEDULE \ WATER MAIN r;~~--;::;-~: Does Not Apply to this pcoject \ \ i \ \ W-1B \ LUl.e Hem Does Not Apply to this Project \~ Line Item Does Not Apply to this Project \ ' \ WolD \ Line Item Does Not Apply to this Project \--~- - \ I W-1E \ Line ltem Does Not Apply to this pcoject \ W-1F Line Hem Does Not Apply to this Project \ LF I \ \ -~ \ ~ I \ I LF LF LF LF , ., i ~=\ LF \ LF \ \ W-1G \ --- \ \N-1H \ \ \N-1I \ 1--' \ W-l} r W-ZA ~-2B \ I Line Item Does Not Apply to this Project LF \ \ \ -l \ l \ J \ -_\ \ \ . \ --+-----1 \ \ \ Line Item Does Not Apply to this Project LF Line Item Does Not Apply to tIlis Project Line Hem Does Not Apply to this Project I ' \ LF \ 'I _---LI ---- LF \ LF I Line Item Does Not Apply to this Project LUl.e Item Does Not Apply to this Project I '\ \ I \ \ \ LF Line Item Does Not Apply to this Project W-2C \ \ LF \ \ ~ W-2~_ \ Line Hem Does Not Apply to this Project \ W-2E \ Line Item Does Not Apply to this Project \ I \ \ L_ W - 2F \ Line ]tem Does Not A pp 1 Y to this Project .c---- LF p-2 t' .,' BID BOND KNOW ALL BY THESE PRESENTS. !hat lIe, Blair Construction, Inc. of pO Box 770, Evans, Georgia 30809 (hereinafter called the Principal), as Principal, and Western Surety Company (hereinafter called the Surety), as Surety are held and firm Iy bound unto City Of Auqusta. GA 530 Greene Street Augusta, Ga 30901 (hereinafter called the Obligee) in the penal sum of 10% of Bid Amount Dollars ($ 10% bid amount ) for the payment of which the Principal and the SUl'ety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLlGA TION IS SUO-l. That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Water Main Replacements for Fort Gordon R~cr~Ation ArPA NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect Signed and sealed this 16th day of October , 2009 (~%~7 ~ r---..... ; ~~~--r..- Blair Construction, Inc. (Seal) Prineipal Witness I t uJ.lCjJ~~ r?~~ ~C"/rck~-7~ Title '11/1 ~ /(~~- -(J~/ Witness Western Surety Company { By 6/J.LK / .v-r/ Buck Leigh /' Attorney-in-Fact S.OOS3/GEEF 10/99 Westet 11 Surety Company POWER OF ATTORNEY A I' OINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, Thal WESTERN S' having its principal office in the City of Sioux Falls, and St makc, constitute and appoint TY COMPANY, a South Dakota corporation, is a duly organized and existing corporation . -,oulh Dakota, and that it does by virtue of the signature and seal herein affixed hereby Thomas 1\1 Albus, Buck Leigh, lndio... )ually of Columbia, SC, its true and lawful Attomey(s)-in-Fact with, nower and authority hereby conferred to sign, seal and execute for and on its behalfbonds, undertakings and other obligatory instrumcnts of similar 0<1:' - 'n 1 ~ n1imited Amounts - and to bind it thereby as fully and to the salTIC cxtent as if su- : Attorney; pursuant to the authority hereby given, are hereby 1. '>!mcnts were signed by a duly authorized officer of the corporation and all the acts of said : ond eonfirmed. This Power of Attorney is made and exccuted pursuam : the shareholders of the eorporation. : hy authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by In Witness Whereof, WESTERN SURETY COMPAI<, "caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 17th day of October, 2006. (~'t;:f~?!~ ~.' '.> ~ A""/;-) ~. .', . .' 'l' ~ '- ,,~:':;'nit~~O~~~ "'-~ WESTERN SURETY COMPANY ~~";O'V;"P=;d'", State of South Dakota County of Minnehaha } ss On this! 7th day of October, 2006, before me personal':- '''Ie 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 Dako::, ,; he is the Senior Viee President of WESTERN SURETY COMPANY described in and which executed the above instrument: that he knows the sc;d ,<I corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority givcn by the Board of Dii ,)f said corporation and that he signed his name thereto pursuant to like aU[hority, and acknowledges same to be the act and deed of said corporat i, ': My commission expires November 30, 2012 +r..~&,.....,....~"....~~",~.,. ~ D. KRE, , ~~NOTARY P: '~SOUTH O.L , +.........,.....,.."..,..,...A.t..,..,...,- :.?~............ + .r .. , .,.~~ "A' SEAL r >, , .r .r ',.....~..,..,6ot... + ~ ~'P"blk CERTrFICA TE r. L. Nelson, Assistant Secretary of WESTERN SUR: ,'OMPANY do hereby eertify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporatiO\' ,. :nled 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 -16th-- day of Orrnhpr ,~. -,-,,#;~Ajf'"1-"';-......... <f'.+ 0...... "0.' !~%~~O"'.'~"" ~ ::\~ ""~:j ~~":_<7f WESTERN SURETY COMPANY F O~m P d:2 80-09-06 g. ~~I~SW"'ry , AUGUSTA UTILITIES DEPARTMENT WATER SYSTEM PROJECT - MEASUREMENT AND PAYMENT WATER MAIN ITEMS W-IA through W-3J - 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, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. No additional payment shall be made for these items. ITEM W-4 - Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, carrier piping, and installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfilL No additional payment shall be made for these items. ITEM W -5 - Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume. The maximum trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM W-6 - Miscellaneous pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation including normal joints and gaskets, mechanical joint restraint, etc., regardless of materiaL No additional payment shall be made for these items. ITEM W-7 - Transition couplings shall be measured individually (each) and shall include costs for couplings, soil surface preparation, connection to water main, excavation, asphalt/ concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-8 - Fire hydrants shall be measured individually (each) and shall include costs for hydrants, soil surface preparation, connection to water main, all associated valves and fittings, concrete pad (if required), excavation, asphalt/ concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEMS W-9A through W-12 - All valve line items shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/ concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-13 - Tapping sleeve and valves shall be measured individually (each) and shall include costs for sleeve, valve, associated hardware, valve boxes, temporary P-8 plugging/ draining of pipeline, excavation, dewatering, asphalt/ concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-14 - Check valves and vaults shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/ concrete cutting, all associated pipe and fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-15 through W-16 - Long and short side water service connections shall be measured individually (each) and shall include costs for piping, water meter connection, dewatering, asphalt/ concrete cutting (including service markings), installation, normal backfill, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. No additional payment shall be made for these items. ITEM W-17 - Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. ITEM W-18 - Tie-ins to existing lines shall be measured individually (each) and shall include costs for piping, dewatering, asphalt/ concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM W-19 - All cut-in gate valves shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/ concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for this item. ITEM W-20 - Cut and plug existing water line shall be measured individually and shall include all costs associated with cutting into an existing line and plugging it as detailed in the plans and specifications. No additional payment shall be made for this item. ITEM W-21- Miscellaneous concrete shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. PAVEMENT STRUCTURES ITEM P-l - Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P-2 - Aggregate base (10 lh" thick) and asphalt patch (2lh" thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2lh " graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. P-9 ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor, equipment, and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P-5 through P-6 - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P-7 - Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt, installation, site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P-8 - Curb and/ or gutter placement shall be measured in linear feet and shall include costs for existing curb and/ or gutter removal and disposal, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. ITEM P-9 - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. MISCELLANEOUS ITEM M-l- Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. ITEM M-2 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. ITEM M-4 - Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting. No additional payment shall be made for these items. ITEM M-5 - Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new P-IO materials of like quality as necessary for water line installation. No additional payment shall be made for these items. LUMP SUM CONSTRUCTION ITEM LS-l- Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. P-ll Section A Agreement THIS AGREEMENT, made on the _ day of , 20--, by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: WATER MAIN REPLACEMENTS FOR FORT GORDON RECREA nON AREA AT THURMOND LAKE and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION /LIQUIDA TED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the OWNER or to the CONTRACTOR to proceed. All work shall be completed within 150 calendar days with all such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. CONTRACTOR agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the CONTRACTOR and the OWNER, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the consideration for the awarding of this contract, to pay the OWNER the sum of one thousand and no/lOOs ($1,000.00) Dollars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence for each and every portion of this Contract, and the specifications wherein a definite portion and certain length of time is fixed, if additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. A-I ARTICLE III - PAYMENT (A) The Contract Sum The OWNER shall pay to the CONTRACTOR for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the OWNER's Engineer (hereinafter called, the PROFESSIONAL) an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/ or the Professional. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the OWNER shall after deducting previous payments made, pay to the CONTRACTOR 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the OWNER until the final completion and acceptance of all work under the Contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Professional shall witlUn 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the CONTRACTOR, including the retained percentage, shall be paid to the CONTRACTOR by the OWNER within 15 days after the date of said final certificate. (B) Before final payment is due, the CONTRACTOR shall submit evidence satisfactory to the Professional that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the 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 goverrlli1g final payment, except that it shall not constitute a waiver of claims. A-2 IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. (SEAL) OWNER: AUGUST A, GEORGIA By:_Cl--:r. 4 'f-- As its Mayor . ~ 'i)<1 ~~ ~ I/J 111 /~ Witness I v / (SEAL) CONTRACTOR: -:3'4,r L""-?~/-~'''",,,/ :::z;;;,c-~ By:/V,tJ~~.-v-. K. rvt~,~ ? .re>/'./~'-7..,c-- As its Address: ~o. :21~.>< 7,/c;;> 1". c ~L-~_ ~~ Witness ~c:-_"/ b~ 3=807 / A-3 ~ NOTICE OF AWARD DATE: 11/30109 CONTRACTOR: BLAIR CONSTRUCTION INC ADDRESS: P.O.BOX 770 EVANS City GA State 30815 Zip Code PROJECT: WATER MAIN REPLACEMENT FOR FORT GORDON RECREATION AREA THLJRMON[) LAKF PROJECT NO: 0070 At a meeting of the AUGUSTA RICHMOND COUNTY COMMISSION you were awarded the Contract for the following Project: held on (Date) 11/17/09 WATER MAIN REPLACEMENT FOR FORT GORDON RECREATION AREA THURMOND LAKE Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the pages, affixing signatures, dates, notary andlor 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 Reciept of this NOTICE OF AWARD is hereby acknowledged this, the 2009 6/cu~ ~ pn s,h 1/'l c-. -fA vP, Contractor By Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Attn: Jerry Delaughter 360 Bay Street, Suite 180 Augusta, GA 30901 Title NOTICE TO PROCEED DATE: TO: Blair Construction, Inc. Attn: William Mutimer PO Box 770 Evans, GA 30809 PROJECT: WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE PROJECT NO: ICU 0070 You are hereby notified to commence WORK in accordance with the Agreement dated on or before , and you are to complete the WORK within 150 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 , 2009 Contractor: By: Title: Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilites Department Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 NP-l PROJECT TITLE CONSTRUCTION CONTRACT CHANGE ORDER co NUMBER BID ITEM DATE WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE PROJECT NUMBER ICU 0070 ORIGINAL CONTRACT DATE OWNER AUGUSTA-RICHMOND COUNTYCOMMISSION PO NUMBER The following change is hereby made to the contract for the above project: Description of Change (for a more detailed description see attached proposal): PAYEE TOTAL AMOUNT OF THIS CHANGE ORDER $ The contract time will be INCREASED by .Q calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDER (INCREASE/DECREASE) THIS CHANGE ORDER (INCREASE/DECREASE) TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER FUNDING NUMBER/ ACCOUNT NUMBER $ $ $ $ PROPOSED BY: DATE: CONTRACTOR REQUESTED BY: DATE: ENGINEER SUBMITTED BY: DATE: DEPARTMENT HEAD FINANCE ENDORSEMENT: DATE: COMPTROLLER RECOMMENDED BY: DATE: ADMINISTRATOR APPROVED BY: DATE: MAYOR Bond No. 586 68232 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, Chicaqo, 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., Room 605, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, in the amount of Five Hundred Forty Four Thousand Four Hundred and 11/100 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -. Dollars ($ 544,400.11 .). for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for Water Main Replacements for Fort Gordon Recreation Area at Thurmond Lake (Here insert full name. address and description of project) in accordance with Drawings and Specifications prepared by (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 586 68232 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly I) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the Signed and sealed this /5" 7!:! day of ~ec-e.__ ~t!!" ,.- , Z--c:>;7 ~~ s_~~ (Witness) ~ (j ~~~~ (Witness) S.1219/GEEF 10/99 Page 2 of 2 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 term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Blair Construction, Inc., PO Box 770, Evans; Georgia 30809 (Seal) (Principal) , w,,~ ~ M fr;"~~- "?~$'I' ~'?' (Title) Western Surety Company, CNA Plaza, Chicago; Illinois 60685 (Seal) (Surety) E L.-' .., -'" L.:. ~fi- A.. Buck Leigh, Attorney-in- ct (Title) LABOR AND MATERIAL PAYMENT BOND Bond No. 586 68232 Conforms with The American Institute of Architects A.I.A. Document No. A-311 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, Chicaqo, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St., Room 605, Augusta, GA 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Five Hundred Forty Four Thousand Four Hundred and 11/100 - - - - - - - - - - - - -- - - - - - - - - -- - - - - - - - Dollars ($ 544,400.11 ). 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 Water Main Replacements for Fort Gordon Recreation Area at Thurmond Lake (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by (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 586 68232 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: I. 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 /5~ day of -=Oe?e~6e- ,~ ~~ s --:O~ (Witness) 7Yi"d ~C..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 (1) 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 no, EVi3ns, Georgia 30809 (Seal) (Principal) W4a~~I0~~ ~ ref' /c/...''P--,L (Title) Western Surety Company, CNA Plaza, Chicago. Illinois 60685 ( Seal) ISuxety) E ~ U;;i"" Buck Leigh, Attorney- -Fact -7.~.~.--:- (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 7th day of July, 2009. WESTERN SURETY COMPANY r0if$' Paul . Bruflat, Semor Vice President State of South Dakota County of Minnehaha } ss On this 7th day of July, 2009, 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, 2012 +~~~~~~~~~~~~~~~~~~~~~~~~+ ~ D. KRELL ~ , , $~NOTARY PUBLIC~$ '~SOUTH DAKOTA , , , +~~~~~~~~~~~~~~~~~~~~~~~+ ~ ~Mlk 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 /,5'& day of pec::.e...- bey" , ~? WESTERN SURETY COMPANY q: ~~,~s,-, Fonn F4280-09-06 ACORQM CERTIFICATE OF liABILITY INSURANCE DATE (MMIDDIYYYY) PRODUCER (770)246-8300 FAX (770)246-8301 Sutter, McLellan & Gilbreath, Inc. 1424 North Brown Road Suite 300 Lawrenceville, GA 30043-8107 INSURED Bl ai r Constructi on, Inc. and Evans Gradi ng & Paving, LLC and Southern Asphalt, LLC P. O. Box 770 Evans, GA 30809 12/14/2009 THIS CERTIFICATE IS ISSUED AS A MAHER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A National Trust Insurance INSURER B FCCI Insurance CO. INSURER C: Hanover Insu rance CO. INSURER D: INSURER E: NAIC# COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO 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. INSR ~~~i TYPE OF INSURANCE 6.PT~~~~g~1 ~~~lfiM~~~~~~ LIMITS LTR POLICY NUMBER GENERAL LIABILITY CPPOO04476 02/14/2009 02/14/2010 EACH OCCURRENCE $ 1 , 000 , OOC I-c-c- X COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ 100,00C = ~ CLAIMS MADE [K] OCCUR MED EXP (Anyone person) $ 5,00e A PERSONAL & ADV INJURY $ 1,000,00C X Explosion excluded GENERAL AGGREGATE $ 2,OOO,00C GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS. COM PlOP AGG $ 2,OOO,00C I POLICY /Xl j~8T n LOC ffiOMOBILE LIABILITY CA 0005458 02/14/2009 02/14/2010 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1 , 000 , DOC f--- ALL OWNED AUTOS BODILY INJURY f--- (Per person) $ SCHEDULED AUTOS A 7 HIRED AUTOS BODILY INJURY 7 $ NON-OWNED AUTOS (Per accident) '-- . - PROPERTY DAMAGE $ (Per accident) ~ GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $ =j ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS I UMBRELLA LIABILITY UMBOO02841 02/14/2009 02/14/2010 EACH OCCURRENCE $ 5,000,00e tKJ OCCUR D CLAIMS MADE AGGREGATE $ 5 , 000 , OOC B $ @ DEDUCTIBLE $ X RETENTION $ 10,00e $ WORKERS COMPENSATION 010 WC08A 54981 02/14/2009 02/14/2010 X I TORY LIMITS I IU~~' AND EMPLOYERS' LIABILITY Y/N OFFICERS INCLUDED 1 , 000 , ODe A ANY PROPRIETOR/PARTNER/EXECUTIVO E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L. DISEASE. EA EMPLOYEE $ 1 , 000 , ooe (Mandatory in NH) If yes, describe under I E. L. DISEASE. POLICY LI MIT $ 1,000,00C SPECIAL PROVISIONS below OTHER IHA4999540 02/14/2009 02/14/2010 $310,000 anyone item Leased & Rented C quipment $500,000 policy limit ~ESCRIPTION OF OPERATIONS I LOCA TIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS roject: Water Main Replacement For Fort Gordon Recreation Area ontract: $544,400.11 CERTIFICATE HOLDER CANCELLA TION Augusta, Georgia Commission Room 60S Municipal Building AUQusta, GA 30911 ACORD 25 (2009/01) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NonCE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLlGA nON OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENT A nVES. AUTHORIZED REPRESENTATIVE .~'l";/' L.. /\ IJ ,/ /~ '- p~'---- Mark Ja nes CSP/LINDAM @ 1988-2009 ACORD CORPORA TION. The ACORD name and logo are registered marks of ACORD All rights reserved. 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 of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) ARTICLE I--DEFlNITIONS 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 Georgia, the Augusta-Richmond County Commission, and its authorized designees, agents, or employees. Day - Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. GC-1 Defective - An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings - The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order - A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements - Sections of Division I of the Specifications. Laws or Regulations - Laws, rules, regulations, ordinances, codes and/ or orders. Notice of Award - The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed - A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER - Augusta, Georgia, and the Augusta-Richmond County Commission. Partial Utilization - Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL - The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and/ or resident engineer services for the Work. Project - The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area - The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager - The professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative-The authorized representative of PROFESSIONAL who is assigned to the site or any part thereof. GC-2 Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor - An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion - The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. Supplier - A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work - Work to be paid for on the basis of unit prices. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directive - A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment - A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non- engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. GC-3 ARTICLE 2-PREUMINARY 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 GC-4 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER, PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefore. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. GC-5 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 atthe 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. GC-6 Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. GC-7 ARTICLE 4-A V AILABIUTY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefore 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 and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially GC-8 different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. Physical Conditions - Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefore as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. GC-9 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 therefore 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 therefore as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GC-lO ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. CONTRACTOR's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; GC -11 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 and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/ or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL and GC-12 PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. GC-13 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 of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. GC-14 Partial Utilization - Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. GC-15 ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform GC-16 generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. Substitutes or "Or-Equal" Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General Requirements. 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. GC-17 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, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration GC-18 costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER GC-19 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 paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or GC-20 organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON- TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information GC-21 given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 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. GC-22 Continuing the Work: 6.30. CONTRACTOR shall carryon the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER or PROFESSIONAL or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. GC-23 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 therefore 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 therefore as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GC-24 ARTICLE 8---0WNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. GC-25 ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and/ or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the GC-26 Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefore 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. Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work there under. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or GC-27 decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitations on PROFESSIONAL's Responsibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. GC-28 ARTICLE lO--CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive; CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GC-29 ARTICLE ll-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the Change Order. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the GC -30 discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. GC-31 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. GC-32 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. GC -33 Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. GC-34 ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GC-35 ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. GC-36 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 therefore 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 therefore as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. GC-37 One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be 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 therefore as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefore as provided in Article 11. Such direct, indirect and consequential costs will include, but not be GC-38 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. GC -39 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under GC-40 paragraph 9.10, and to any other qualifications stated in the recommendation; and that CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous 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 therefore. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, GC-41 PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefore. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefore. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the GC-42 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 CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such 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, (H) consent of the surety, if any, to final payment, and (Hi) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as-built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, GC -43 Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). GC -44 Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. GC -45 ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefore as provided in Articles 11 and 12. Termination for Cause: 15.2. Upon the occurrence of anyone or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude GC-46 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 or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. GC-47 CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carryon the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GC-48 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. GC-49 ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period of time, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. GC-50 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 provisions of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24-hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the GeorgiarGC-51 Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. 17.9.7 If, in the opmlOn of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. GC-52 SECTION SGC SUPPLEMENTAL 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 SECTION TS-O INDEX TO TECHNICAL SPECIFICATIONS SECTION 011100 02 4113.23 024114 02 4119 3111 00 31 23 10 31 25 00 32 12 13 33 05 01.02 33 1113 33 12 19 33 13 00 Summary of Work Utility Line Removal Pavement Removal and Replacement Selective Structure Demolition Clearing and Grubbing Excavating, Trenching and Backfilling Erosion and Sedimentation Controls Water Service Connections Ductile Iron Pipe and Fittings Public Water Utility Distribution Piping Water Utility Distribution Fire Hydrants Disinfection of Water Utility Distribution WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 0111 00 Summary of Work Part 1 General 1.01 Description A. The Work to be performed under this Contract shall consist of furnishing all labor, materials, tools, equipment and incidentals and performing all Work required to construct complete in place and ready to operate the following water mains: 1. Main Line along Pike Avenue a. Install a connection to a Columbia County owned lO-inch water main near the intersection of Washington Road and Pike Avenue. b. From the intersection of Washington Road and Pike Avenue, install approximately 8,300 LF of 8-inch water main complete with isolation valves, fire hydrants, water meter, and backflow prevention devices. Approximately 700 LF of the 8-inch main will be on Bass Drive between Pike Avenue and Bluegill Road. c. Install a 2-inch service main complete with meter and backflow prevention device to serve the existing storage facilities. Reconnect the new 2-inch service main to the existing service main. d. Install a 2-inch service main complete with meter and backflow prevention device to serve 8 existing cabins. Reconnect the new 2-inch service main to the existing service main. e. Install a 2-inch service main complete with meter and backflow prevention device to serve the existing store. Reconnect the new 2-inch service main to the existing service main. f. Install a I-inch service main complete with meter and backflow prevention device to serve the existing bathhouse and marina. g. Transfer individual service lines to the existing bathhouse and marina to the new I-inch service main. h. Provide demolition of an existing well and well house off Pike Avenue near the guard shack. 2. Branch Line along Deer Drive a. From the intersection of Pike Avenue and Deer Drive, install approximately 1,500 LF of 6-inch water main complete with isolation valves and fire hydrants. b. Install services to 5 existing cabins with I-inch service lines complete with meters and backflow prevention devices. 3. Branch Line along Trout Road a. From the intersection of Pike Avenue and Trout Road, install approximately 900 LF of 6-inch water main complete with isolation valves and fire hydrants. b. Install a 2-inch service main complete with meter and backflow prevention device to serve a bathhouse and a RV Park. TS-1 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 0111 00 Summary of Work Reconnect the new 2-inch service main to the existing service mam. 4. Branch Line along Bluegill Road a. From the intersection of Pike Avenue and Bluegill Road, install approximately 1,000 LF of 6-inch water main complete with isolation valves and fire hydrants. b. Install a 2-inch service main complete with meter and backflow prevention device to serve a future Convention Center. c. Install a I-inch service main complete with meter and backflow prevention device to serve the existing building. Reconnect the new I-inch service main to the existing service main. d. Provide demolition of an existing water tank at the intersection of Bass Drive and Bluegill Road. 5. Branch Line along Bass Drive a. From the intersection of Bluegill Road and Bass Drive, install approximately 1,000 LF of 8-inch water main complete with isolation valves and fire hydrants. b. Install a I-inch service main complete with meter and backflow prevention device to serve 1 future Six-plex. c. Install a I-inch service main complete with meter and backflow prevention device to the existing six-plex. Reconnect the new 1- inch service main to the existing service main. d. Install a 2-inch service main complete with meter and backflow prevention device to serve a future RV Park. e. Install a I-inch service main complete with meter and backflow prevention device to serve an existing building at the end of the cul-de-sac. Reconnect the new I-inch service main to the existing service main. 6. Branch Line along Army Road a. From the intersection of Pike Avenue and Army Road, install approximately 600 LF of 6-inch water main complete with isolation valves and fire hydrants. b. Install a 2-inch service main complete with meter and backflow prevention device to an existing building and campground to the new 6-inch main. Reconnect the new 2-inch service main to the existing service main. c. Install a I-inch service main complete with meter and backflow prevention device to serve an existing campground. Reconnect the new I-inch service main to the existing service main.. 7. Replace roadway surfaces, curb and gutter, sidewalks, roadway structures and driveways. Restore all disturbed ground surfaces. 8. Prepare and submit traffic control plans to the City's Construction Manager. TS-2 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 0111 00 Summary of Work 9. Install sedimentation and erosion control devices as required. Remove after control of sediment and erosion runoff has been established. 10. Make provisions for central construction worksite field office and storage area. 11. Perform all duties necessary for construction cleanup and project close out. 12. Maintain and produce record as-built drawings. 13. Locate all underground utilities prior to excavation activities. 14. Provide services for testing of soil, and asphalt and cementitious concrete as required. 15. Provide construction surveying as necessary. B. All Work described above shall be performed as shown on the Drawings and as specified. 1.02 Project Location The project location is along inside the Fort Gordon Recreation Area at Thurmond Lake off Washington Road in the City of Augusta, GA. 1.03 Quantities The Owner reserves the right to alter the quantities of work to be performed or to extend or shorten the improvements at any time when and as found necessary, and the Contractor shall perform the work as altered, increased or decreased. Payment for such increased or decreased quantity will be made in accordance with the Instructions to Bidders. No allowance will be made for any change in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract and Bond. END OF SECTION TS-3 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4113.23 Utility Line Removal Part 1 General 1.01 Scope A. The work covered under this Section includes furnishing all labor, equipment and material required to remove, handle, store and dispose of all materials from existing structures and piping as shown on the Drawings, directed by the Engineer or required for the completion of the work, including all necessary excavation and backfilling. B. The Contractor shall remove from existing structures and store as directed or dispose of in an approved manner, all valves and piping, mechanical equipment, plumbing, heating, electrical and ventilating fixtures, pipes, ducts, wires and equipment, doors and windows, floor grating and cover plates, steel stairs, pipe railing and the like which are not to remain in service in the finished work, whether or not shown on the Drawings and/ or specified herein. c. The work specified herein and shown on the Drawings is intended to give a general idea of the scope of this work but must not be construed as covering it entirely. The Contractor shall visit the site and judge the amount of work required and the problems Contractor might encounter in the performance of the work. 1.02 Equipment and Piping to be Removed A. The existing equipment and piping to be removed and disposed of shall include, but not be limited to, the following: 1. Provide demolition of an existing water tank at the intersection of Bass Drive and Bluegill Road. 2. Provide demolition of an existing well and well house on Pike Avenue near the guard shack. Part 2 Products 2.01 Materials A. All concrete, mortar, grout, steel reinforcement and backfill used in patching, plugging or repairing shall comply in all respects with the applicable material requirements of these Specifications. Part 3 Execution 3.01 Removal A. The Contractor shall exercise full care and shall use such methods and equipment during removal as will maintain the usefulness of the various materials and equipment removed. The sequence and order of removal and the method of storing and disposal of removed equipment and piping shall be at all times subject to the direction and approval of the Engineer. TS-4 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4113.23 Utility Line Removal B. Any damage done to structures or equipment during removal and any patching, plugging of holes or repairs necessitated because of removal of equipment and piping shall be repaired as directed by, and to the satisfaction of, the Engineer and the cost thereof shall be included in the Contract Price. C. Equipment specified to be removed shall be removed completely, including all related accessories and concrete bases. Any embedded items such as anchor bolts, steel reinforcement, conduit and piping shall be cut off I-inch below adjacent finished surfaces. The surface shall then be repaired to match adjacent surfaces in finish and appearance. D. Prior to removing any electrical equipment, all power to the equipment shall be shut off and properly locked out. All power and control wiring for the equipment shall then be disconnected at the starter or circuit breaker, as applicable, and removed from the conduit. Unused conduits shall be plugged. E. Blemishes or unsightly areas on walls and floors left after removal of equipment shall be cleaned and refinished as necessary to match adjacent surfaces. F. All holes and openings left after removal of equipment shall be filled or plugged to provide a neat and workmanlike appearance. G. Where piping designated for removal passes through concrete walls, the openings shall be suitably plugged or capped. Wall pipes and wall sleeves shall be sealed with blind flanges or mechanical joint plugs. Steel pipe sleeves shall be filled with non-shrink grout. H. Where equipment or piping designated for removal serves to support other equipment or piping designated to remain in service, the Contractor shall provide permanent supports in place of the removed equipment and piping. Where it is necessary to temporarily remove other equipment, piping or electrical work in order to gain access to an item of equipment or piping designated for removal, the Contractor shall restore all such equipment, piping or electrical work to its original condition. I. Abandoned Piping: Existing vitrified clay, concrete, PVC, cast iron and steel piping to be abandoned shall be cut and plugged or capped at each end. Where existing piping interferes with new piping or construction, it shall be removed beyond the limits required for the proper completion of the work and the open ends plugged or capped unless otherwise shown. J. Piping and Valve Reinstallation: The Contractor shall include in the Contract Price the cost of removing, refitting, and reinstalling certain pipe, fittings and valves as shown on the Drawings or as deemed by the Engineer to be satisfactory for reuse. K. Removal of Existing Concrete and Masonry: Existing concrete and masonry shall be removed and disposed of in accordance with the requirements of Section 02075 of these Specifications L. Storage: All salvageable materials removed shall remain the property of the Owner and shall be carefully moved and stored on the plant site where directed TS-5 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4113.23 Utility Line Removal by the Engineer. Mechanical and electrical equipment shall be stored indoors. If the equipment is too large to store indoors, it shall be stored outdoors above ground and under cover. M. Disposal: The Engineer will direct the Contractor to assume ownership of and dispose of off site any removed equipment, piping and materials which the Engineer deems worthless and shall be hauled to a disposal site secured by the Contractor and shall be disposed of in accordance with all requirements of federal, state, county and municipal regulations. No debris of any kind shall be deposited in any stream or body of water, or in any street or alley. No debris shall be deposited upon any private property except with written consent of the property owner. In no case shall any material or debris be left on the Project, shoved onto abutting private properties or buried on the Project. L. The cost of disposing of any or all of the removed equipment, plpmg and materials shall be included in the lump sum price bid and no separate payment will be made therefore. END OF SECTION TS-6 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Part 1 General 1.01 1.02 1.03 1.04 Section 02 4114 Pavement Removal and Replacement Scope A. The work to be performed under this Section shall consist of removing and replacing existing pavement, sidewalks and curbs in paved areas where necessary for construction of water lines and all other water appurtenances and structures. B. Existing pavement, sidewalks and curbs shall be replaced to the current City standards or to match existing, whichever is more stringent. Submittals A. Certificates: Provide certificates stating that materials supplied comply with Specifications. Certificates shall be signed by the asphalt producer and the Contractor. B. Mix Design: Submit mix design for each course to the Engineer for acceptance. c. Asphalt spreader equipment shall be approved by the Engineer. Submit design and operational data. D. Traffic paint manufacturer's application instructions and a description and other data relative to the Contractor's application equipment and methods shall be submitted to the Engineer for approval. Conditions A. Weather Limitations 1. Apply bituminous prime and tack coats only when the ambient temperature has been at least 55 degrees F for 12 hours immediately prior to application. 2. Do not conduct paving operations when surface is wet or contains excess of moisture which would prevent uniform distribution and required penetration. 3. Construct asphaltic courses only when atmospheric temperature in the shade is above 40 degrees F, when the underlying base is dry and when weather is not rainy. 4. Place base course when air temperature is above 35 degrees F and rising. B. Grade Control: Establish and maintain the required lines and grades for each course during construction operations. Inspection and Testing A. Pavement and base testing will be performed by an independent testing laboratory selected by the Owner. TS-7 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4114 Pavement Removal and Replacement B. The testing agency shall test in-place courses for compliance with specified density, thickness and surface smoothness requirements. C. The testing agency shall take two 4-inch diameter cores per 500 square yards of paved surface at locations selected by the Engineer for density and thickness tests. Repair holes resulting from coring to match existing paving. D. Compaction 1. Aggregate Base: The maximum dry density will be determined from representative samples of the material being compacted by AASHTO T180, Method D. 2. Asphaltic Concrete: Compare density of in-place material against laboratory specimen of same mixture, subjected to 50 blows of a Standard Marshall hammer on each side of specimen. Minimum acceptable density of in-place material shall be 97 percent of recorded laboratory specimen density. It is intended that acceptance density testing will be accomplished while the bituminous mixture is hot enough to permit further densification if such is shown to be necessary. If the density does not conform to the requirements stated herein above, the Contractor shall continue compactive effort until the required density is obtained. E. Concrete Strength: One set of acceptance and field cylinders (a total of four) from the same batch of concrete will be made for each 50 cubic yards or fraction thereof, not less than once for each 3,000 square feet of pavement in each day's placing for each class and mix design. 1. Acceptance cylinders are compression test cylinders molded in the field, stored and cured in the field for the first 24 hours after molding and thereafter in the laboratory of the testing agency until time of testing. Average breaking strength at 28 days of a set of two acceptance cylinders will comprise a test. 2. Field cylinders are compression test cylinders molded in the field, stored and cured on the work site in the same location and subject to the same exposure as job concrete of which it is a representative. Each set of two acceptance cylinders will have two matching field cylinders. 3. One field cylinder will be broken at seven days and the remaining will be held in reserve. F. Allowable Variation in Thickness 1. Base Course: :!:l/2-inch. 2. Binder Course: :!:l/4-inch. 3. Surface Course: :!:l/8-inch. TS-8 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Part 2 2.01 Section 02 4114 Pavement Removal and Replacement G. Surface Smoothness: Test finished surface of each asphalt course for smoothness using a 16 foot straightedge. Intervals of tests shall be as directed by the Engineer. Surfaces will not be acceptable if exceeding the following: 1. Base Course: 1/ 4-inch in 16 feet. 2. Binder Course: 1/ 4-inch in 10 feet. 3. Surface Course: 1/8-inch in 10 feet. H. Contractor's Duties Relative to Testing 1. Notifying laboratory of conditions requiring testing. 2. Coordinating with laboratory for field testing. 3. Paying costs for additional testing performed beyond the scope of that required and for retesting where initial tests reveal non-conformance with specified requirements. Products Materials and Construction A. Graded Aggregate Base Course: Graded aggregate base course shall be of uniform quality throughout and shall meet the requirements of Section 815.01 of the Georgia Department of Transportation Standard Specifications. B. Black Base: Black base course shall be of uniform quality throughout and shall conform to the requirements of Section 828 of the Georgia Department of Transportation Standard Specifications. c. Binder Course: The binder course of all paved roadways shall conform to the requirements of Section 400, Type "B" of the Georgia Department of Transportation Standard Specifications. D. Surface Course: The surface course for all pavement, including prime or tack coat when required by the Engineer, shall conform to the requirements of Section 400, Type "E" of the Georgia Department of Transportation Standard Specifica tions. E. Concrete: Provide concrete and reinforcing for concrete pavement or base courses in accordance with the requirements of the Georgia Department of Transportation Standard Specifications, Section 430. Concrete shall be of the strength classifications shown on the Drawings. F. Special Surfaces: Where driveways or roadways are disturbed or damaged which are constructed of specialty type surfaces, e.g., brick or stone, these driveways and roadways shall be restored utilizing similar, if not original, materials. Where the nature of these surfaces dictate, a specialty contractor shall be used to restore the surfaces to their previous or better condition. Special surfaces shall be removed and replaced to the limits to which they were disturbed. TS-9 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4114 Pavement Removal and Replacement 2.02 Types of Pavements A. General: All existing pavement removed, destroyed or damaged by construction shall be replaced with the same type and thickness of pavement as that existing prior to construction, unless otherwise directed by the Engineer. Materials, equipment and construction methods used for paving work shall conform to the Georgia Department of Transportation specifications applicable to the particular type required for replacement, repair or new pavements. B. Aggregate Base: Aggregate base shall be constructed in accordance with the requirements of Section 310 of the Georgia Department of Transportation Standard Specifications. The maximum thickness to be laid in a single course shall be 6-inches compacted. If the design thickness of the base is more than 6-inches, it shall be constructed in two or more courses of approximate equal thickness. After the material placed has been shaped to line, grade and cross-section, it shall be rolled until the course has been uniformly compacted to at least 100 percent of the maximum dry density when Group 2 aggregate is used, or to at least 98 percent of maximum dry density when Group 1 aggregate is used. c. Concrete Pavement: Concrete pavement or base courses shall be replaced with concrete. The surface finish of the replaced concrete pavement shall conform to that of the existing pavement. The surface of the replaced concrete base course shall be left rough. The slab depth shall be equivalent to the existing concrete pavement or base course, but in no case less than 6-inches thick. Transverse and longitudinal joints removed from concrete pavement shall be replaced at the same locations and to the same types and dimensions as those removed. Concrete pavements or concrete base courses shall be reinforced. D. Asphaltic Concrete Base, Binder and Surface Course: Asphaltic concrete base, binder and surface course construction shall conform to Georgia Department of Transportation Standard Specifications, Section 400. The pavement mixture shall not be spread until the designated surface has been previously cleaned and prepared, is intact, firm, properly cured, dry and the tack coat has been applied. Apply and compact the base in maximum layer thickness by asphalt spreader equipment of design and operation approved by the Engineer. After compaction, the black base shall be smooth and true to established profiles and sections. Apply and compact binder and the surface course in a manner approved by the Engineer. Immediately correct any high, low or defective areas by cutting out the course, replacing with fresh hot mix, and immediately compacting to conform and thoroughly bond to the surrounding area. E. Surface Treatment Pavement: Bituminous penetration surface treatment pavement shall be replaced with a minimum thickness of I-inch conforming to Section 424, Georgia Department of Transportation Standard Specifications. F. Gravel Surfaces: Existing gravel road, drive and parking area replacement shall meet the requirements of graded aggregate base course. This surfacing may be authorized by the Engineer as a temporary surface for paved streets until replacement of hard surfaced pavement is authorized. G. Temporary Measures: During the time period between pavement removal and complete replacement of permanent pavement, maintain highways, streets and roadways by the use of steel running plates anchored to prevent movement. The TS-10 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4114 Pavement Removal and Replacement Part 3 3.01 3.02 3.03 backfill above the pipe shall be compacted, as specified in Section 02225 of these Specifications, up to the existing pavement surface to provide support for the steel running plates. All pavement shall be replaced within seven calendar days of its removal. Execution Locations for Pavement Replacement Pavement shall be removed and replaced with similar type and thickness as the original pavement, for the entire length of pipe laying and up to required trench width as per details shown on drawings. Removing Pavement A. General: Remove existing pavement as necessary for installing the pipe line and appurtenances. B. Marking: Before removing any pavement, mark the pavement neatly paralleling pipe lines and existing street lines. Space the marks the width of the trench. c. Breaking: Break asphalt pavement along the marks using pavement shearing equipment, jack hammers or other suitable tools. Break concrete pavement along the marks by scoring with a rotary saw and breaking below the score by the use of jack hammers or other suitable tools. D. Machine Pulling: Do not pull pavement with machines until the pavement is completely broken and separated from pavement to remain. E. Damage to Adjacent Pavement: Do not disturb or damage the adjacent pavement. If the adjacent pavement is disturbed or damaged, remove and replace the damaged pavement. F. Sidewalk: Remove and replace any sidewalks disturbed by construction for their full width and to the nearest undisturbed joint. G. Curbs: Tunnel under or remove and replace any curb disturbed by construction to the nearest undisturbed joint. Replacing Pavement A. Preparation of Subgrade: Upon completion of backfilling and compaction of the backfill, arrange to have the compaction tested by an independent testing laboratory approved by the Engineer. After compaction testing has been satisfactorily completed, replace all pavements, sidewalks and curbs removed. 1. The existing street pavement or surface shall be removed along the lines of the work for the allowable width specified for the trench or structure. After the installation of the sewerage or water works facilities and after the backfill has been compacted suitably, the additional width of pavement to be removed, as shown on the Drawings, shall be done immediately prior to replacing the pavement. TS-ll WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4114 Pavement Removal and Replacement 2. Trench backfill shall be compacted for the full depth of the trench as specified in Section 02225 of these Specifications. 3. Temporary trench backfill along streets and driveways shall include 6-inches of crushed stone or cherty clay as a temporary surfacing of the trenches. This temporary surface shall be maintained carefully at grade and dust-free by the Contractor until the backfill of the trench has thoroughly compacted in the opinion of the Engineer and permission is granted to replace the street pavement. 4. When temporary crushed stone or chert surface is considered by the Engineer to be sufficient surface for gravel pavement, the surface shall be graded smooth and to an elevation that will make the final permanent surfacing level with the adjacent surfacing that was undisturbed. B. Pavement Replacement 1. Prior to replacing pavement, make a final cut in concrete pavement 12-inches back from the edge of the damaged pavement with a concrete saw. Remove asphalt pavement 12-inches back from the edge of the damaged pavement using pavement shearing equipment, jack hammers or other suitable tools. 2. Replace all street and roadway pavement as shown on the Drawings. Replace driveways, sidewalks and curbs with the same material, to nearest existing undisturbed construction joint and to the same dimensions as those existing. 3. If the temporary crushed stone or chert surface is to be replaced, the top 6-inches shall be removed and the crushed stone surfacing for unpaved streets or the base for the bituminous surface shall be placed. 4. Following this preparation, the chert or crushed stone base shall be primed with a suitable bituminous material and surfaced with the proper type of bituminous surface treatment. 5. Where the paved surface is to be replaced with asphaltic concrete pavement, concrete pavement or with a concrete base and a surface course, the temporary chert or crushed stone surface and any necessary backfill material, additional existing paving and new excavation shall be removed to the depth and width shown on the Drawings. All edges of the existing pavement shall be cut to a straight, vertical edge. Care shall be used to get a smooth joint between the old and new pavement and to produce an even surface on the completed street. Concrete base slabs and crushed stone bases, if required, shall be placed and allowed to cure for three days before bituminous concrete surface courses are applied. Expansion joints, where applicable, shall be replaced in a manner equal to the original joint. 6. Where driveways or roadways, constructed of specialty type surfaces, e.g., brick or stone are disturbed or damaged, these driveways and roadways shall be restored utilizing similar materials. Where the nature of these surfaces dictate, a specialty contractor shall be used to restore the TS-12 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4114 Pavement Removal and Replacement surfaces to their previous or better condition. Special surfaces shall be removed and replaced to the limits to which they were disturbed. c. Pavement Resurfacing: Certain areas to be resurfaced are specified or noted on the Drawings. After all pipe line installations are complete and existing pavement has been removed and the trench route has been repaired, mill entire area to be resurfaced 1-1/2 inches, then apply tack coat and 1-1/2 inches of Type E surface course as specified. Where pavement to be resurfaced has been damaged with potholes, the Contractor shall remove all existing loose pavement material and fill the hole with black base, as specified, to the level of the existing pavement. D. Pavement Striping: Pavement striping removed or paved over shall be replaced with the same type, dimension and material as original unless directed otherwise by the Engineer. 3.04 Sidewalk and Curb Replacement A. Construction 1. All concrete sidewalks and curbs shall be replaced with concrete. 2. Preformed joints shall be l/2-inch thick, conforming to the latest edition of AASHTO M59 for sidewalks and AASHTO M 123 for curbs. 3. Forms for sidewalks shall be of wood or metal, shall be straight and free from warp, and shall be of sufficient strength, when in place, to hold the concrete true to line and grade without springing or distorting. 4. Forms for curbs shall be metal and of an approved section. They shall be straight and free from distortions, showing no vertical variation greater than l/S-inch in 10 feet and no lateral variation greater than 1/4-inch in 10 feet from the true plain surface on the vertical face of the form. Forms shall be of the full depth of the structure and constructed such to permit the inside forms to be securely fastened to the outside forms. 5. Securely hold forms in place true to the lines and grades indicated on the Drawings. 6. Wood forms may be used on sharp turns and for special sections, as approved by the Engineer. Where wooden forms are used, they shall be free from warp and shall be the nominal depth of the structure. 7. All mortar and dirt shall be removed from forms and all forms shall be thoroughly oiled or wetted before any concrete is deposited. B. When a section is removed, the existing sidewalk or curb shall be cut to a neat line, perpendicular to both the centerline and the surface of the concrete slab. Existing concrete shall be cut along the nearest existing construction joints; if such joints do not exist, the cut shall be made at minimum distances shown on the Drawings. C. Existing concrete sidewalks and curbs that have been cut and removed for construction purposes shall be replaced with the same width and surface as the TS-13 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4114 Pavement Removal and Replacement portion removed. Sidewalks shall have a minimum uniform thickness of 4-inches. The new work shall be neatly jointed to the existing concrete so that the surface of the new work shall form an even, unbroken plane with the existing surfaces. D. The subgrade shall be formed by excavating to a depth equal to the thickness of the concrete, plus 2-inches. Sub grade shall be of such width as to permit the proper installation and bracing of the forms. Sub grades shall be compacted by hand tamping or rolling. Soft, yielding or unstable material shall be removed and backfilled with satisfactory material. Place 2-inches of porous crushed stone under all sidewalks and curbs and compacte thoroughly, then finish to a smooth, unyielding surface at proper line, grade and cross section. E. Joint for Curbs 1. Joints shall be constructed as indicated on the Drawings and as specified. Construct joints true to line with their faces perpendicular to the surface of the structure and within 1 14-inch of their designated position. 2. Thoroughly spade and compact the concrete at the faces of all joints filling all voids. 3. Install expansion joint materials at the point of curve at all street returns. Install expansion joint material behind the curb at abutment to sidewalks and adjacent structures. 4. Place contraction joints every 10 feet along the length of the curbs and gutters. Form contraction joints using steel templates or division plates which conform to the cross section of the structure. Leave the templates in place until the concrete has set sufficiently to hold its shape, but remove them while the forms are still in place. Contraction joint templates or plates shall not extend below the top of the steel reinforcement or they shall be notched to permit the reinforcement to be continuous through the joint. Contraction joints shall be a minimum of l-l/2-inches deep. F. Expansion joints shall be required to replace any removed expansion joints or in new construction wherever shown on the Drawings. Expansion joints shall be true and even, shall present a satisfactory appearance, and shall extend to within l/2-inch of the top of finished concrete surface. G. Finishing 1. Strike off the surface with a template and finish the surface with a wood float using heavy pressure, after which, contraction joints shall be made and the surface finished with a wood float or steel trowel. 2. Finish the face of the curbs at the top and bottom with an approved finishing tool of the radius indicated on the Drawings. 3. Finish edges with an approved finishing tool having a 1/4-inch radius. 4. Provide a final broom finish by lightly combing with a stiff broom after troweling is complete. TS-14 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4114 Pavement Removal and Replacement 5. The finished surface shall not vary more than liS-inch in 10 feet from the established grade. H. Driveway and Sidewalk Ramp Openings 1. Provide driveway openings of the widths and at the locations indicated on the Drawings and as directed by the Engineer. 2. Provide sidewalk ramp openings as indicated on the Drawings, in conformance with the applicable regulations and as directed by the Engineer. I. Concrete shall be suitably protected from freezing and excessive heat. It shall be kept covered with burlap or other suitable material and kept wet until cured. Provide necessary barricades to protect the work. All damage caused by people, vehicles, animals, rain, the Contractor's operations and the like shall be repaired by the Contractor, at no additional expense to the Owner. 3.05 Maintenance The Contractor shall maintain the surfaces of roadways built and pavements replaced until the acceptance of the Project. Maintenance shall include replacement, scraping, reshaping, wetting and rerolling as necessary to prevent raveling of the road material, the preservation of reasonably smooth surfaces and the repair of damaged or unsatisfactory surfaces, to the satisfaction of the Engineer. Maintenance shall include sprinkling as may be necessary to abate dust from the gravel surfaces. 3.06 Supervision and Approval A. Pavement restoration shall meet the requirements of the regulatory agency responsible for the pavement. Obtain agency approval of pavement restorations before requesting final payment. B. Obtain the Engineer's approval of restoration of pavement, such as private roads and drives, that are not the responsibility of a regulatory agency. c. Complete pavement restoration as soon as possible after backfilling. D. Failure of Pavement: Should any pavement restoration or repairs fail or settle during the life of the Contract, including the bonded period, promptly restore or repair defects. 3.07 Cleaning The Contractor shall remove all surplus excavation materials and debris from the street surfaces and rights-of-way and shall restore street, roadway or sidewalk surfacing to its original condition. END OF SECTION TS-15 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 02 4119 Selective Structure Demolition Part 1 General 1.01 Scope A. The work in this Section consists of furnishing all material and equipment and performing all labor necessary for demolishing and disposing of designated facilities indicated on the Drawings. 1.02 Submittals A. The Contractor shall submit a written request, to include a detailed demolition procedure, to the Owner for approval at least 10 days before demolition is started. The demolition procedure shall include a detailed description of the methods and equipment to be used for each operation and the sequence of work. The demolition procedures shall provide for safe conduct of work, protection of the property, which is to remain undisturbed and coordination with other work or operation, which may be in progress. Part 2 Products (Not Used) Part 3 Execution 3.01 Demolition A. All material shall be removed as necessary for construction, or in any event, to a minimum depth of three feet below finished grades as shown on the Drawings. B. Any structure, or part thereof, remaining below grade shall be mechanically fractured so that subsurface water will freely pass through the slab or floor of the structure, and so that no void will remain after backfilling the work site to grade as shown on the Drawings. C. The Contractor shall be responsible for removing all existing service connections to the buildings or site and permanently plugging the pipes where required in accordance with requirements of the utility companies concerned. D. The Contractor will be responsible for any damage caused to other structures, and shall be held liable for any and all repairs, replacement of parts or renovations required to restore any structure, portion of structure, equipment or items, not intended for demolition. The Contractor shall restore any damaged facilities to their condition prior to demolition provided the damage was result of the demolition. If the Contractor does not repair any such damage immediately, or if the repairs are not suitable to the Owner, the Owner reserves the right to have such repairs made by another party and deduct the cost of required repairs from money due Contractor. E. Dust-tight, weather-tight partitions shall be erected to protect existing facilities from dust and weather while wrecking is in progress and until such time as closures have been made. Partitions may be constructed of wood and shall have a covering of tarred roofing felt on the weather side. F. All salvageable metal materials shall remain the property of the Owner and shall be cleaned and stored on the Owner's property as directed by the Owner. TS-16 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 3.02 Section 02 4119 Selective Structure Demolition Disposal A. All materials, which are not delivered to the Owner as specified above, shall become the property of the Contractor, and shall be demolished, moved or otherwise disposed of at the option of the Contractor by a method approved by the Owner. B. All demolished structures, equipment and materials shall be removed from the work site by the Contractor. c. All demolished structures, equipment and materials, which are either left in place or removed to the disposal site shall be in a non-hazardous condition. D. Manhole frames and covers to be removed are the property of the Owner and shall be delivered to a place designated by the Owner. The debris resulting from the demolition operation shall be hauled to a disposal site secured by the Contractor and shall be disposed of in accordance with all requirements of federal, state, county and municipal regulations. No debris of any kind shall be deposited in any stream or body of water, or in any street or alley. No debris shall be deposited upon any private property except with written consent of the property owner. In no case shall any material or debris be left on the Project, shoved onto abutting private properties or buried on the Project. E. END OF SECTION TS-17 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 3111 00 Clearing and Grubbing Part 1 General 1.01 Scope A. Clearing and grubbing includes, but is not limited to, removing from the Project site, trees, stumps, roots, brush, structures, abandoned utilities, trash, debris and all other materials found on or near the surface of the ground in the construction area and understood by generally accepted engineering practice not to be suitable for construction of the type contemplated. Precautionary measures that prevent damage to existing features, including trees, to remain shall be part of the Work. B. Clearing and grubbing operations shall be coordinated with temporary and permanent erosion and sedimentation control procedures. 1.02 Quality Assurance A. The Contractor shall comply with applicable codes, ordinances, rules, regulations and laws of local, municipal, state or federal authorities having jurisdiction over the Project. All required permits of a temporary nature shall be obtained for construction operations by the Contractor. B. Open burning WILL NOT be allowed 1.03 Job Conditions Location of the Work: The area to be cleared and grubbed is shown schematically on the Drawings or specified below. It includes all areas designated for construction, which is limited to the IS-feet utility easement along the water main. Part 2 Products 2.01 Equipment The Contractor shall furnish equipment of the type normally used in clearing and grubbing operations including, but not limited to, tractors, trucks, loaders and root rakes. Part 3 Execution 3.01 Scheduling of Clearing A. The Contractor shall clear at each construction site only that length of the right-of-way, permanent or construction easement which would be the equivalent of two week's pipe laying. This length shall be determined from the Contractor's Progress Schedule. B. The Engineer may permit clearing for additional lengths of the pipe line provided that temporary erosion and sedimentation controls are in place and a satisfactory stand of temporary grass is established. Should a satisfactory stand TS-18 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 3.02 Section 3111 00 Clearing and Grubbing of grass not be possible, no additional clearing shall be permitted beyond that specified above. c. A satisfactory stand of grass shall have no bare spots larger than one square yard. Bare spots shall be scattered and the bare area shall not comprise more than one percent of any given area. Clearing and Grubbing A. Clear and grub no more than 3 feet on each side of the pipeline before excavating. Remove all trees, growth, debris, stumps and other objectionable matter. Clear the construction easement or road right-of-way only if necessary. B. Materials to be cleared, grubbed and removed from the Project site include, but are not limited to, all trees, stumps, roots, brush, trash, organic matter, paving, miscellaneous structures, houses, debris and abandoned utilities. c. Grubbing shall consist of completely removing roots, stumps, trash and other debris from all graded areas so that topsoil is free of roots and debris. Topsoil is to be left sufficiently clean so that further picking and raking will not be required. D. All stumps, roots, foundations and planking embedded in the ground shall be removed and disposed of. Piling and butts of utility poles shall be removed to a minimum depth of two feet below the limits of excavation for structures, trenches and roadways or two feet below finish grade, whichever is lower. E. Landscaping features shall include, but are not necessarily limited to, fences, cultivated trees, cultivated shrubbery, property corners, man-made improvements, subdivision and other signs within the right-of-way and easement. The Contractor shall take extreme care in moving landscape features and promptly re-establishing these features. F. Surface rocks and boulders shall be grubbed from the soil and removed from the site if not suitable as rip rap. G. Where the tree limbs interfere with utility wires, or where the trees to be felled are in close proximity to utility wires, the tree shall be taken down in sections to eliminate the possibility of damage to the utility. H. Any work pertaining to utility poles shall comply with the requirements of the appropriate utility. I. All fences adjoining any excavation or embankment that, in the Contractor's opinion, may be damaged or buried, shall be carefully removed, stored and replaced. Any fencing that, in the Engineer's opinion, is significantly damaged shall be replaced with new fence material. J. The Contractor shall exercise special precautions for the protection and preservation of trees, cultivated shrubs, sod, fences, etc. situated within the limits of the construction area but not directly within excavation andlor fill limits. The TS-19 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 3111 00 Clearing and Grubbing Contractor shall be held liable for any damage the Contractor's operations have inflicted on such property. K. The Contractor shall be responsible for repairs andlor replacement of all damages to existing improvements resulting from Contractor's operations. 3.03 Disposal of Debris A. The debris resulting from the clearing and grubbing operation shall be hauled to a disposal site secured by the Contractor and shall be disposed of in accordance with all requirements of federal, state, county and municipal regulations. No debris of any kind shall be deposited in any stream or body of water, or in any street or alley. No debris shall be deposited upon any private property except with written consent of the property owner. In no case shall any material or debris be left on the Project, shoved onto abutting private properties or buried on the Project. END OF SECTION TS-20 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Part 1 General 1.01 1.02 Section 31 23 10 Excavating, Trenching and Backfilling Scope A. The work under this Section consists of furnishing all labor, equipment and materials and performing all operations in connection with the trench excavation and backfill required to install the waterlines as shown on the Drawings and as specified. B. Excavation shall include the removal of any trees, stumps, brush, debris or other obstacles which remain after the clearing and grubbing operations, which may obstruct the work, and the excavation and removal of all earth, rock or other materials to the extent necessary to install the pipeline and appurtenances in conformance with the lines and grades shown on the Drawings and as specified. c. Backfill shall include the refilling and compaction of the fill in the trenches and excavations up to the surrounding ground surface or road grade at crossing. D. The trench is divided into five specific areas: 1. Foundation: The area beneath the bedding, sometimes also referenced to as trench stabilization. 2. Bedding: The area above the trench bottom (or foundation) and below the bottom of the barrel of the pipe. 3. Haunching: The area above the bottom of the barrel of the pipe up to a specified height above the bottom of the barrel of the pipe. 4. Initial Backfill: The area above the haunching material and below a plane 18 inches above the top of the barrel of the pipe. 5. Final Backfill: The area above a plane 18-inches above the top of the barrel of the pipe. E. The choice of method, means, techniques and equipment rests with the Contractor. The Contractor shall select the method and equipment for trench excavation and backfill depending upon the type of material to be excavated and backfilled, the depth of excavation, the amount of space available for operation of equipment, storage of excavated material, proximity of man-made improvements to be protected, available easement or right-of-way and prevailing practice in the area. Quality Assurance A. Density: All references to "maximum dry density" shall mean the maximum dry density defined by the "Maximum Density-Optimum Moisture Test", ASTM D 698, except that for non-cohesive materials "maximum dry density" shall mean the maximum index density as determined by the "Maximum Index Density of Soils Using a Vibratory Table", ASTM D 4253. Determination of the density of foundation, bedding, haunching, or backfill materials in place shall meet with the requirements of ASTM D 1556, "Density of Soil In Place by the Sand Cone Method", ASTM D 2937, "Density of Soil In Place by the Drive-Cylinder TS-21 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 1.03 Part 2 2.01 2.02 Section 31 23 10 Excavating, Trenching and Backfilling Method" or ASTM D 2922, "Density of Soil and Soil-Aggregate In Place by Nuclear Methods (Shallow Depth)". B. Sources and Evaluation Testing: Testing of materials to certify conformance with the Specifications shall be performed by an independent testing laboratory in accordance with Section 01410 of these Specifications. All imported fill materials shall meet the requirements of on-site fill materials. Safety Perform all trench excavation and backfilling activities in accordance with the Occupational Safety and Health Act of 1970 (PL 91-596), as amended. The Contractor shall pay particular attention to the Safety and Health Regulations Part 1926, Subpart P "Excavation, Trenching & Shoring" as described in OSHA publication 2226. Products Trench Foundation Materials A. Crushed stone shall be utilized for trench foundation (trench stabilization) and shall meet the requirements of the Georgia Department of Transportation Specification SOO.2.01, Group I (limestone, marble or dolomite) or Group II (quartzite, granite or gneiss). Stone size shall be between No. 57 and No.4, inclusive. Bedding and Haunching Materials A. Unless specified otherwise, bedding and haunching materials shall be crushed stone as specified below. B. Crushed stone utilized for bedding and haunching shall meet the requirements of the Georgia Department of Transportation Specification SOO.Ol, Group I (limestone, marble or dolomite) or Group II (quartzite, granite or gneiss). Stone size shall be between No. 57 and No.4, inclusive. c. Earth materials utilized for bedding and haunching shall be suitable materials selected from materials excavated from the trench. Suitable materials shall be clean and free of rock larger than 2-inches at its largest dimension, organics, cinders, stumps, limbs, frozen earth or mud, man-made wastes and other unsuitable materials. Should the material excavated from the trench be saturated, the saturated material may be used as earth material, provided it is allowed to dry properly and it is capable of meeting the specified compaction requirements. When necessary, earth bedding and haunching materials shall be moistened to facilitate compaction by tamping. If materials excavated from the trench are not suitable for use as bedding or haunching material, provide select material conforming to the requirements of this Section at no additional cost to the Owner. TS-22 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 23 10 Excavating, Trenching and Backfilling D. Filter Fabric Woven Type 1. Filter fabric associated with bedding shall be a polypropylene woven fabric. The fabric shall be a high modulus type with good separation capabilities. The fabric shall be inert to biological degradation and naturally occurring chemicals, alkalies and acids. 2. The fabric shall have an equivalent opening size EOS of 20 to 45. The fabric shall also conform to the minimum property values listed in the following table: Fabric Property Unit Test Method Minimum Value Grab Tensile Strength lbs. ASTM D 4632 200 Grab Tensile Elongation % ASTM D 4632 30 (max.) Mullen Burst Strength psi ASTM D 3786 400 Trapezoid Tear Strength lbs. ASTM D 4533 75 Puncture Strength lbs. ASTM D 3787 75 3. If ordered by the Engineer, the filter fabric manufacturer shall furnish the services of a competent factory representative to supervise and I or inspect the installation of pipe. This service will be furnished for a minimum of 10 days during initial pipe installation. 4. Filter fabric shall be Mirafi 500X, Amoco 2002 or Exxon GTF-200. 2.03 Initial Backfill A. Initial backfill material shall be crushed stone or earth materials as specified for bedding and haunching materials. B. When necessary, initial backfill materials shall be moistened to facilitate compaction by tamping. If materials excavated from the trench are not suitable for use as initial backfill material, provide select material conforming to the requirements of this Section at no additional cost to the owner. 2.04 Final Backfill A. Final backfill material shall be general excavated earth materials, shall not contain rock larger than 2-inches at its greatest diameter, cinders, stumps, limbs, man-made wastes and other unsuitable materials. If materials excavated from the trench are not suitable for use as final backfill material, provide select material conforming to the requirements of this Section. 2.05 Select Backfill Select backfill shall be materials which meet the requirements as specified for bedding, haunching or initial backfill materials, including compaction requirements. TS-23 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 23 10 Excavating, Trenching and Backfilling 2.06 Concrete A. Concrete for bedding, haunching, initial backfill or encasement shall have a compressive strength of not less than 3,000 psi, with not less than 5.5 bags of cement per cubic yard and a slump between 3 and 5-inches. Ready-mixed concrete shall be mixed and transported in accordance with ASTM C 94. Reinforcing steel shall conform to the requirements of ASTM A 615, Grade 60. Part 3 Execution 3.01 Trench Excavation A. Topsoil and grass shall be stripped a mmlmum of 6-inches over the trench excavation site and stockpiled separately for replacement over the finished grading areas. B. Trenches shall be excavated to the lines and grades shown on the Drawings with the center lines of the trenches on the centerlines of the pipes and to the dimensions which provide the proper support and protection of the pipe and other structures and accessories. c. Trench Width for Pipelines 1. The sides of all trenches shall be vertical to a minimum of one foot above the top of the pipe. Unless otherwise indicated on the Drawings, the maximum trench width shall be equal to the sum of the outside diameter of the pipe plus two feet. The minimum trench width shall be that which allows the proper consolidation of the haunching and initial backfill material. 2. Excavate the top portion of the trench to any width within the construction easement or right-of-way which will not cause unnecessary damage to adjoining structures, roadways, pavement, utilities, trees or private property. Where necessary to accomplish this, provide sheeting and shoring. 3. Where rock is encountered in trenches, excavate to remove boulders and stones to provide a minimum of 9-inches clearance between the rock and any part of the pipe barrel or manhole. 4. Wherever the prescribed maximum trench width is exceeded, the Contractor shall use the next higher Class or Type of bedding and haunching as shown on the Drawings for the full trench width as actually cut. The excessive trench width may be due to unstable trench walls, inadequate or improperly placed bracing and sheeting which caused sloughing, accidental over-excavation, intentional over-excavation necessitated by the size of the Contractor's tamping and compaction equipment, intentional over-excavation due to the size of the Contractor's excavation equipment, or other reasons beyond the control of the Engineer or Owner. TS-24 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 23 10 Excavating, Trenching and Backfilling D. Depth 1. The trenches shall be excavated to the required depth or elevation which allow for the placement of the pipe and bedding to the dimensions shown on the Drawings. 2. Where rock is encountered in trenches for pipelines, excavate to the minimum depth which will provide clearance below the pipe barrel of 8-inches for pipe 18-inches in diameter and smaller and 12-inches for larger pipe, valves and manholes. E. Excavated Materials 1. Excavated materials shall be placed adjacent to the work to be used for backfilling as required. Top soil shall be carefully separated and lastly placed in its original location. 2. Excavated material shall be placed sufficiently back from the edge of the excavation to prevent caving of the trench wall, to permit safe access along the trench and not cause any drainage problems. Excavated material shall be placed so as not to damage existing landscape features or man-made improvements. 3.02 Sheeting, Bracing and Shoring A. Sheeting, bracing and shoring shall be installed in the following instances: 1. Where sloping of the trench walls does not adequately protect persons within the trench from slides or cave-ins. 2. In caving ground. 3. In wet, saturated, flowing or otherwise unstable materials. 4. Where necessary to prevent damage to adjoining buildings, structures, roadways, pavement, utilities, trees or private properties which are required to remain. 5. Where necessary to maintain the top of the trench within the available construction easement or right-of-way. B. In all cases, excavation protection shall strictly conform to the requirements of the Occupational Safety and Health Act of 1970, as amended. C. Timber: Timber for shoring, sheeting, or bracing shall be sound and free of large or loose knots and in good, serviceable condition. Size and spacing shall be in accordance with OSHA regulations. D. Steel Sheeting and Sheet Piling: Steel sheet piling shall be the continuous interlock type. The weight, depth and section modulus of the sheet piling shall be sufficient to restrain the loads of earth pressure and surcharge from existing foundations and live loads. Procedure for installation and bracing shall be so scheduled and coordinated with the removal of the earth that the ground under existing structures shall be protected against lateral movement at all times. The TS-25 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 23 10 Excavating, Trenching and Backfilling 3.03 Contractor shall provide closure and sealing between sheet piling and existing facilities. E. Trench Shield: A trench shield or box may be used to support the trench walls. The use of a trench shield does not necessarily preclude the additional use of bracing and sheeting. When trench shields are used, care must be taken to avoid disturbing the alignment and grade of the pipe or disrupting the haunching of the pipe as the shield is moved. When the bottom of the trench shield extends below the top of the pipe, the trench shield will be raised in 6-inch increments with specified backfilling occurring simultaneously. At no time shall the trench shield be "dragged" with the bottom of the shield extending below the top of the pipe or utility. F. Remove bracing and sheeting in units when backfill reaches the point necessary to protect the pipe and adjacent property. Leave sheeting in place when in the opinion of the Engineer it cannot be safely removed or is within three feet of an existing structure, utility, or pipeline. Cut off any sheeting left in place at least two feet below the surface. G. Sheet piling within three feet of an existing structure or pipeline shall remain in place, unless otherwise directed by the Engineer. Rock Excavation A. Definition of Rock: Any material which cannot be excavated with conventional excavating equipment, and is removed by drilling and blasting, and occupies an original volume of at least one-half cubic yard. B. Blasting: Provide licensed, experienced workmen to perform blasting. Conduct blasting operations in accordance with all existing ordinances and regulations. Protect all buildings and structures from the effects of the blast. Repair any resulting damage. If the Contractor repeatedly uses excessive blasting charges or blasts in an unsafe or improper manner, the Engineer may direct the Contractor to employ an independent blasting consultant to supervise the preparation for each blast and approve the quantity of each charge. c. Removal of Rock: Dispose of rock off site that is surplus or not suitable for use as rip rap or backfill. D. The Contractor shall notify the Engineer prior to any blasting. Additionally, the Contractor shall notify the Engineer and local fire department before any charge is set. E. Following review by the Engineer regarding the proximity of permanent buildings and structures to the blasting site, the Engineer may direct the Contractor to employ an independent, qualified specialty sub- contractor, approved by the Engineer, to monitor the blasting by use of seismograph, identify the areas where light charges must be used, conduct pre-blast and post-blast inspections of structures, including photographs or videos, and maintain a detailed written log. TS-26 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 3.04 3.05 Section 31 23 10 Excavating, Trenching and Backfilling Dewatering Excavations A. Dewater excavation continuously to maintain a water level two feet below the bottom of the trench. B. Control drainage in the vicinity of excavation so the ground surface is properly pitched to prevent water running into the excavation. c. There shall be sufficient pumping equipment, in good working order, available at all times, to remove any water that accumulates in excavations. Where the utility crosses natural drainage channels, the work shall be conducted in such a manner that unnecessary damage or delays in the prosecution of the work will be prevented. Provision shall be made for the satisfactory disposal of surface water to prevent damage to public or private property. D. In all cases, accumulated water in the trench shall be removed before placing bedding or haunching, laying pipe, placing concrete or backfilling. E. Where dewatering is performed by pumping the water from a sump, crushed stone shall be used as the medium for conducting the water to the sump. Sump depth shall be at least two feet below the bottom of the trench. Pumping equipment shall be of sufficient quantity and I or capacity to maintain the water level in the sump two feet below the bottom of the trench. Pumps shall be a type such that intermittent flows can be discharged. A standby pump shall be required in the event the operating pump or pumps clog or otherwise stop operation. F. Dewater by use of a well point system when pumping from sumps does not lower the water level two feet below the trench bottom. Where soil conditions dictate, the Contractor shall construct well points cased in sand wicks. The casing, 6 to lO-inches in diameter, shall be jetted into the ground, followed by the installation of the well point, filling casing with sand and withdrawing the casing. Trench Foundation and Stabilization A. The bottom of the trench shall provide a foundation to support the pipe and its specified bedding. The trench bottom shall be graded to support the pipe and bedding uniformly throughout its length and width. B. If, after dewatering as specified above, the trench bottom is spongy, or if the trench bottom does not provide firm, stable footing and the material at the bottom of the trench will still not adequately support the pipe, the trench will be determined to be unsuitable and the Engineer shall then authorize payment for trench stabilization. c. Should the undisturbed material encountered at the trench bottom constitute, in the opinion of the Engineer, an unstable foundation for the pipe, the Contractor shall be required to remove such unstable material and fill the trench to the proper subgrade with crushed stone as directed by the Engineer. D. Where the replacement of unsuitable material with crushed stone does not provide an adequate trench foundation, the trench bottom shall be excavated to a depth of at least two feet below the specified trench bottom. Place filter fabric in TS-27 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 3.06 Section 31 23 10 Excavating, Trenching and Backfilling the bottom of the trench and support the fabric along the trench walls until the trench stabilization, bedding, haunching and pipe have been placed at the proper grade. The ends of the filter fabric shall be overlapped by one foot above the pipe. E. Where trench stabilization is provided, the trench stabilization material shall be compacted to at least 90 percent of the maximum dry density, unless shown or specified otherwise. Bedding and Haunching A. Prior to placement of bedding material, the trench bottom shall be free of any water, loose rocks, boulders or large dirt clods. B. Bedding material shall be placed to provide uniform support along the bottom of the pipe and to place and maintain the pipe at the proper elevation. The initial layer of bedding placed to receive the pipe shall be brought to the grade and dimensions indicated on the Drawings. All bedding shall extend the full width of the trench bottom. The pipe shall be placed and brought to grade by tamping the bedding material or by removal of the excess amount of the bedding material under the pipe. Adjustment to grade line shall be made by scraping away or filling with bedding material. Wedging or blocking up of pipe shall not be permitted. Applying pressure to the top of the pipe, such as with a backhoe bucket, to lower the pipe to the proper elevation or grade shall not be permitted. Each pipe section shall have a uniform bearing on the bedding for the length of the pipe, except immediately at the joint. c. At each joint, excavate bell holes of ample depth and width to permit the joint to be assembled properly and to relieve the pipe bell of any load. D. After the pipe section is properly placed, add the haunching material to the specified depth. The haunching material shall be shovel sliced, tamped, vigorously chinked or otherwise consolidated to provide uniform support for the pipe barrel and to fill completely the voids under the pipe, including the bell hole. Prior to placement of the haunching material, the bedding shall be clean and free of any water, loose rocks, boulders or dirt clods. E. Water Mains 1. Ductile Iron Pipe a. Unless otherwise shown on the Drawings or specified, utilize earth materials for bedding and haunching. Bedding shall meet the requirements of Type 2, 3, 4 and 5 of AWWA C1501151 Standard Laying Conditions. b. Unless specified or shown otherwise, bedding shall meet the requirements for Type 2 A WW A C150/151 Standard Laying Conditions. Unless specified or shown otherwise for restrained joint pipe and fittings, bedding shall meet the requirements for Type 3 AWWA C1501151 Standard Laying Conditions. c. Where the depth of cover over the piping exceeds 9 feet, the pipe bedding shall meet the requirements of Type 4 Pipe Bedding. TS-28 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 23 10 Excavating, Trenching and Backfilling Where the depth of cover over the piping exceeds 14 feet, the pipe bedding shall meet the requirements of Type 5 A WW A C1501151 Standard Laying Conditions. d. Type 4 or Type 5 Pipe Bedding called for on the Drawings, specified or ordered by the Engineer, shall meet requirements for Type 4 or Type 5 AWWA C1501151 Standard Laying Conditions, utilizing crushed stone bedding and haunching material. F. Manholes: Excavate to a minimum of 12-inches below the planned elevation of the base of the manhole. Place and compact crushed stone bedding material to the required grade before installing the manhole. G. Excessive Width and Depth 1. Water Mains: If the trench is excavated to excess width, provide the next higher type or class of pipe bedding, but a minimum of Type 4 A WW A C150/151 Standard Laying Conditions. 2. If the trench is excavated to excessive depth, provide crushed stone to place the bedding at the proper elevation or grade. H. Compaction: Bedding and haunching materials under pipe, manholes and accessories shall be compacted to a minimum of 90 percent of the maximum dry density, unless shown or specified otherwise. 3.07 Initial Backfill A. Initial backfill shall be placed to anchor the pipe, protect the pipe from damage by subsequent backfill and ensure the uniform distribution of the loads over the top of the pipe. B. Place initial backfill material carefully around the pipe in uniform layers to a depth of at least 18-inches above the pipe barrel or duct bank. Layer depths shall be a maximum of 6-inches for pipe 18-inches in diameter and smaller and a maximum of 12-inches for pipe larger than 18-inches in diameter. c. Backfill on both sides of the pipe simultaneously to prevent side pressures. D. Compact each layer thoroughly with suitable hand tools or tamping equipment. E. Initial backfill shall be compacted to a minimum 90 percent of the maximum dry density, unless shown or specified otherwise. F. If materials excavated from the trench are not suitable for use as backfill materials, provide select backfill material conforming to the requirements of this Section. 3.08 Concrete Encasement for Pipelines Where concrete encasement is shown on the Drawings for pipelines, excavate the trench to provide a minimum of 6-inches clearance from the bell of the pipe. Lay the pipe to line and grade on concrete blocks. In lieu of bedding, haunching and TS-29 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 3.09 3.10 Section 31 23 10 Excavating, Trenching and Backfilling initial backfill, place concrete to the full width of the trench and to a height of not less than 12-inches above the pipe bell. Do not backfill the trench for a period of at least 24 hours after concrete is placed. Final Backfill A. Backfill carefully to restore the ground surface to its original condition. B. The top 6-inches shall be topsoil obtained as specified in "Trench Excavation" of this Section. c. Excavated material which is unsuitable for backfilling, and excess material, shall be disposed of, at no additional cost to the Owner, in a manner approved by the Engineer. Surplus soil may be neatly distributed and spread over the site, if approved by the Engineer. If such spreading is allowed, the site shall be left in a clean and sightly condition and shall not affect pre-construction drainage patterns. Surplus rock from the trenching operations shall be removed from the site. D. If materials excavated from the trench are not suitable for use as backfill materials, provide select backfill material conforming to the requirements of this Section. E. After initial backfill material has been placed and compacted, backfill with final backfill material. Place backfill material in uniform layers, compacting each layer thoroughly as follows: 1. In 6-inch layers, if usmg light power tamping equipment, such as a "jumping jack". 2. In 12-inch layers, if using heavy tamping equipment, such as hammer with tamping feet. 3. In 24-inch layers, if using a hydra-hammer. F. Settlement: If trench settles, re-fill and grade the surface to conform to the adjacent surfaces. G. Final backfill shall be compacted to a minimum 90 percent of the maximum dry density, unless specified otherwise. Additional Material Where final grades above the pre-construction grades are required to maintain minimum cover, additional fill material will be as shown on the Drawings. Utilize excess material excavated from the trench, if the material is suitable. If excess excavated materials are not suitable, or if the quantity available is not sufficient, provide additional suitable fill material at no cost to the owner. TS-30 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 23 10 Excavating, Trenching and Backfilling 3.11 Backfill Under Roads Compact backfill underlying pavement and sidewalks, and backfill under dirt and gravel roads to a minimum 95 percent of the maximum dry density. The top 12-inches shall be compacted to a minimum of 98 percent of the maximum dry density. 3.12 Backfill Within Georgia DOT Right-of-Way Backfill within the Georgia DOT right-of-way shall meet the requirements stipulated in the "Utility Accommodation Policy and Standards", published by the Georgia Department of Transportation. 3.13 Backfill Along Restrained Joint Pipe Backfill along restrained joint pipe shall be compacted to a minimum 90 percent of the maximum dry density. 3.14 Detection Tape The detection tape shall be buried 4 to lO-inches beneath the ground surface directly over the top of the pipe. Should detection tape need to be installed deeper, the Contractor shall provide 3-inch wide tape. In no case shall detection tape be buried greater than 20-inches from the finished grade surface. 3.15 Testing and Inspection A. The soils testing laboratory is responsible for the following: 1. Compaction tests in accordance with Article 1.02 of this Section. 2. Field density tests for each two feet of lift, one test for each 1,000 feet of pipe installed or more frequently if ordered by the Engineer. 3. Inspecting and testing stripped site, sub grades and proposed fill materials. B. The Contractor's duties relative to testing include: 1. Notifying laboratory of conditions requiring testing. 2. Coordinating with laboratory for field testing. 3. Paying costs for additional testing performed beyond the scope of that required and for re-testing where initial tests reveal non-conformance with specified requirements. 4. Providing excavation as necessary for laboratory personnel to conduct tests. C. Inspection 1. Earthwork operations, acceptability of excavated materials for bedding or backfill, and placing and compaction of bedding and backfill is subject to inspection by the Engineer. TS-31 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 23 10 Excavating, Trenching and Backfilling D. Comply with applicable codes, ordinances, rules, regulations and laws of local, municipal, state or federal authorities having jurisdiction. END OF SECTION TS-32 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Part 1 General 1.01 1.02 1.03 Section 31 25 00 Erosion and Sedimentation Controls Scope A. The Work specified in this Section consists of providing and maintaining temporary and permanent erosion and sedimentation controls as shown on the Drawings. This Section also specifies the subsequent removal of temporary erosion and sedimentation controls. B. Temporary and permanent erosion and sedimentation controls include grassing and mulching of disturbed areas and structural barriers at those locations which will ensure that erosion during construction will be maintained within acceptable limits. Acceptable limits are as established by the Georgia Erosion and Sedimentation Control Act of 1975, as amended, Section 402 of the Federal Clean Water Act, and applicable codes, ordinances, rules, regulations, and laws of local, state, and municipal authorities having jurisdiction. c. Land disturbance activity shall not commence until the Land Disturbance Permit has been issued. Submittals Submit product data in accordance with the requirements of Section 01340 of these Specifications. Quality Assurance A. The temporary and permanent erosion and sedimentation control measures shown on the Drawings are minimum suggested requirements. Any additional erosion and sedimentation control measures required by the Contractor's means, methods, techniques, and sequence of operation will be installed by the Contractor at no additional cost to the Owner. B. Perform all Work under this Section in accordance with all pertinent rules and regulations including, but not necessarily limited to, those stated in these Specifications. Where provisions of pertinent rules and regulations conflict with these Specifications the more stringent provisions shall govern. c. Provide all materials and promptly take all actions necessary to achieve effective erosion and sedimentation control in accordance with the Georgia Erosion and Sedimentation Control Act of 1975 as amended (OCGA 912-7-1, et. seq.), local ordinances, other permits, local enforcing agency guidelines, and these Specifications. D. Basic Principles: 1. Coordinate the land disturbance activities to fit the topography, soil types, and conditions. 2. Minimize the disturbed area and the duration of exposure to erosive elements. TS-33 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 25 00 Erosion and Sedimentation Controls 3. Provide temporary or permanent stabilization to disturbed areas immediately after rough grading is complete. 4. Safely convey run-off from the site to a stable outlet to prevent flooding and damage to downstream facilities resulting from increased runoff from the site. 5. Retain sediment on-site that was generated on-site. 6. Minimize encroachment upon watercourses. E. Implementation: 1. The Contractor is solely responsible for the control of erosion within the Project site and the prevention of sedimentation from leaving the Project site or entering waterways. 2. The Contractor shall install temporary and permanent erosion and sedimentation controls which will ensure that runoff from the disturbed area of the Project site shall pass through a filter system before exiting the Project site. 3. The Contractor shall provide temporary and permanent erosion and sedimentation control measures to prevent silt and sediment from entering the waterways and designated wetland areas. The Contractor shall maintain an undisturbed vegetative buffer a minimum of 25 feet from the top of the bank. 4. The Contractor shall limit land disturbance activity to those areas shown on the Drawings. 5. The Contractor shall maintain erosion and sedimentation control measures within disturbed areas on the entire site at no additional cost to the Owner until the final acceptance of the Project. Maintenance shall include mulching, re-seeding, clean-out of sediment barriers and sediment ponds, replacement of washed-out or undermined rip rap and erosion control materials, to the satisfaction of the Owner and Engineer. 6. All fines imposed for improper erosion and sedimentation control shall be paid by the Contractor. Part 2 Products 2.01 Sediment Barrier A. Silt Fence: 1. Type C Silt Fence is a combination of Type A silt Fence with woven wire reinforcement. Type C Silt Fence reinforcement shall meet the requirements of Section 171 of Georgia D.O.T. Specifications. 2. Silt fence fabric shall be an approved product on the Georgia DOT Qualified Product List No. 36, latest edition. TS-34 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 25 00 Erosion and Sedimentation Controls B. Hay Bales: Hay bales shall be clean, seed-free cereal hay, rectangular in shape, and contain five cubic feet or more of material. c. Concrete Blocks: Concrete blocks shall be hollow, non-load-bearing type. D. Plywood shall be 3 14-inch thick exterior type. 2.02 Construction Exit Stone Use sound, tough, durable stone resistant to the action of air and water. Slabby or shaley pieces will not be acceptable. Aggregate size shall be in accordance with the National Stone Association Size R-2 (1.5 to 3.5-inch stone) or Type 3 rip rap stone conforming to Section 805.01 of the Georgia Department of Transportation Standard Specifications. 2.03 Concrete Concrete shall conform to the requirements specified in Section 02225 of these Specifications for 3000 psi concrete. 2.04 Rip Rap A. Stone Rip Rap: Use sound, tough, durable stones resistant to the action of air and unless noted otherwise, stone rip rap shall be Type 1. 1. Type 1 Rip Rap: Rip rap size and gradation shall conform to Section 805.01 of the Georgia Department of Transportation Standard Specification for Type 1 Stone Dumped Rip Rap. 2. Type 3 Rip Rap: Rip rap size and gradation shall conform to Section 805.01 of the Georgia Department of Transportation Standard Specifications for Type 3 Stone Dumped Rip Rap. B. Sand Cement Bag Rip Rap: Sand cement bag rip rap shall conform to the Georgia Department of Transportation Standard Specifications, Section 603. 2.05 Plastic Filter Fabric A. Plastic filter fabric shall conform to the Georgia Department of Transportation Standard Specifications, Section 881, for filter fabrics. B. Plastic filter fabric shall be an approved product on the Georgia Department of Transportation Qualified Product List No. 28, latest edition. TS-35 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 2.06 Part 3 3.01 Section 31 25 00 Erosion and Sedimentation Controls Grassing A. Grassing materials shall meet the requirements of the Georgia Department of Transportation Standard Specifications, latest edition; as shown in the table: Material To soil Seed and Sod Fertilizer A ricultural Lime Mulch Inoculants Section No. 893.01 890 891.01 882.02 893.02 893.04 B. Seed species shall be provided as shown on the Drawings. c. Mulch Binder: Mulch on slopes exceeding 3 (horizontal) to 1 (vertical) shall be held in place by the use of a mulch binder, as approved by the Engineer. The mulch binder shall be non-toxic to plant and animal life and shall be approved by the Engineer. D. Water: Water shall be free of excess and harmful chemicals, organisms, and substances which may be harmful to plant growth or obnoxious to traffic. Salt or brackish water shall not be used. Water shall be furnished by the Contractor. Execution General A. Temporary and permanent erosion and sedimentation control measures shall prevent erosion and prevent sediment from exiting the site. If, in the opinion of the Owner, Engineer, or state inspector, the Contractor's temporary erosion and sedimentation control measures are inadequate, the Contractor shall provide additional maintenance for existing measures or additional devices to control erosion and sedimentation on the site at no additional cost to the Owner. B. All erosion and sedimentation control devices and structures shall be inspected by the Contractor at least once a week and immediately after each rainfall occurrence. Any device or structure found to be damaged shall be repaired or replaced immediately. c. All erosion and I'edimentation control measures and devices shall be constructed and maintained as indicated on the Drawings or specified herein until adequate permanent disturbed area stabilization has been provided and accepted by the Engineer. Once adequate permanent stabilization has been provided and accepted by the Engineer, all temporary erosion and sedimentation control structures and devices shall be removed. TS-36 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 25 00 Erosion and Sedimentation Controls 3.02 Sediment Control A. Construction Exit: 1. Construction exit(s) shall be placed as shown on the Drawings and as directed by the Engineer. A construction exit shall be located at any point traffic will be leaving a disturbed area to a public right-of-way, street, alley, sidewalk, or parking area. 2. Placement of Construction Exit Material: The ground surface upon which the construction exit material is to be placed shall be prepared to a smooth condition free from obstructions, depressions or debris. The plastic filter fabric shall be placed to provide a minimum number of overlaps and a minimum width of one foot of overlap at each joint. The stone shall be placed with its top elevation conforming to the surrounding ground elevations. The stone shall be dropped from no more than a three feet height during construction. 3. Construction Exit Maintenance: The Contractor shall regularly maintain the exit with the top dressing of stone to prevent tracking or flow of soil onto public rights-of-way and paved surfaces as directed by the Engineer. 4. Construction Exit Removal: Construction exit(s) shall be removed and properly disposed of when the disturbed area has been properly stabilized, the tracking or flow of soil onto public rights-of-way or paved surfaces has ceased and as directed by the Engineer. B. Sediment Barriers: 1. Sediment barriers shall include, but are not necessarily limited to, silt fences, hay bales, and any device which prevents sediment from exiting the disturbed area. 2. Silt fences and hay bales shall not be used in any flowing stream, creek, or river. 3. Sediment barriers shall be installed as shown on the Drawings and as directed by the Owner or Engineer. 4. Sediment barriers shall be maintained to ensure the depth of impounded sediment is no more than one-half of the original height of the barrier or as directed by the Engineer. Torn, damaged, destroyed, or washed-out barriers shall be repaired, reinforced, or replaced with new material and installed as shown on the Drawings and as directed by the Owner or Engineer. 5. Accumulated sediment shall be removed from the barrier and replaced and stabilized on-site as directed by the Owner or Engineer. TS-37 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 25 00 Erosion and Sedimentation Controls 6. Sediment barrier shall be removed once the disturbed area has been stabilized with a permanent vegetative cover and the sediment barrier is no longer required as directed by the Engineer. 7. All non-biodegradable parts of the barrier shall be disposed of properly. 8. The disturbed area created by barrier removal shall be permanently stabilized. c. Sediment Boxes: All inlet grates shall be covered with sediment boxes during grading operations and shall remain so covered until all open areas are permanently stabilized against erosion. 3.03 Erosion Control A. Rip Rap 1. Rip rap shall be placed as shown on the Drawings and as directed by the Engineer. Rip rap shall be placed at all points where natural vegetation is disturbed on the banks of active streams. Compact backfill and place rip rap to prevent subsequent settlement and erosion. This requirement applies equally to construction alongside a stream as well as crossing a stream or drainage ditch. 2. When trenching across a stream or drainage ditch, place rip rap over the entire disturbed area upstream and downstream of the trench excavation. Place rip rap across creek bottom, across creek banks, and extend rip rap placement five feet beyond the top of each creek bank. 3. Preparation of Foundations: The ground surface upon which the rip rap is to be placed shall be brought to the correct lines and grades before placement is commenced. Where filling of depressions is required, the new material shall be compacted with hand or mechanical tampers. Unless at creek banks or otherwise shown or specified, rip rap shall begin in a toe ditch constructed in original ground around the toe of the fill or the cut slope. The toe ditch shall be two feet deep in original ground, and the side next to the fill or cut shall have that same slope. After the rip rap is placed, the toe ditch shall be backfilled and the excess dirt spread neatly on the site. 4. Placement of Plastic Filter Fabric: a. Plastic filter fabric shall be placed under all rip rap unless shown or specified otherwise. b. Filter fabric shall not be placed under rip rap on stream or drainage ditch crossings. c. The surface to receive filter fabric shall be prepared to a smooth condition free from obstructions, depressions, and debris. The filter fabric shall be installed with the long dimension running up the slope and shall be placed to provide a minimum number TS-38 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 25 00 Erosion and Sedimentation Controls of overlaps. The fabric shall be placed to provide a minimum width of one foot of overlap at each joint. The fabric shall be placed so that the upstream strip overlaps the downstream strip. The fabric shall be anchored in place with securing pins of the type recommended by the fabric manufacturer. Pins shall be placed on or within 3-inches of the centerline of the overlap. The fabric shall be placed loosely to avoid stretching and tearing during placement of the stone. The fabric shall be protected at all times during construction from clogging due to clay, silts, chemicals, or other contaminants. Contaminated fabric or fabric damaged during installation or during placement of rip rap shall be removed and replaced with uncontaminated and undamaged fabric at no additional cost to the Owner. 5. Placement of Rip Rap: Rip rap shall be placed on a 6-inch layer of soil, crushed stone or sand overlaying the filter fabric. Rip rap shall be placed with its top elevation conforming with the finished grade or the natural existing slope of the stream bank and stream bottom. The stone shall be dropped from no more than a three foot height during construction. Stone rip rap shall be placed to provide a uniform surface to the thickness shown on the Drawings. The thickness tolerance for the course shall be -3 inches and +6 inches. B. Grassing: 1. Temporary Stabilization: Temporary stabilization shall be provided as shown on the Drawings and conforming to these Specifications to control erosion on the site. Temporary stabilization shall be provided to any area that will not receive permanent stabilization within the next 14 calendar days. Partial payment requests may be withheld for those portions of the Project not complying with this requirement. 2. Permanent Stabilization: a. Permanent stabilization shall be provided as shown on the Drawings and conforming to these Specifications to control erosion on the site. Permanent stabilization shall be provided to all areas of land disturbance within seven calendar days of the completion of land disturbance for any area greater than 0.25 acre. b. Where permanent stabilization cannot be immediately established because of an inappropriate season, the Contractor shall provide temporary stabilization. The Contractor shall return to the site at the appropriate season to provide permanent stabilization in areas that received only temporary stabilization. 3. Grassing shall meet the requirements of Section 700 of the Georgia Department of Transportation Standard Specifications, latest edition, unless specified otherwise. TS-39 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 31 25 00 Erosion and Sedimentation Controls 4. Seed rate, fertilization and other requirements shall be provided as shown on the Drawings. 3.04 Clean-Up A. Dispose of all excess erosion and sedimentation control materials in a manner satisfactory to the Owner and Engineer. B. Final clean-up shall be performed in accordance with the requirements of these Specifications and to the satisfaction of the Owner and Engineer. END OF SECTION TS-40 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 32 12 13 Water Service Connections Part 1 General 1.01 Scope A. The work covered by this Section includes furnishing all materials and equipment, providing all required labor and installing water service connections and all appurtenant work according to these Specifications andlor to the Water Connection Detail as shown schematically on the Drawings. B. Water meters are not to be furnished nor installed. However, the water meter connection must be compatible with the water meters currently used by the Owner. 1.02 Locations Locations shall be directed by the Engineer along the route of the water mains. 1.03 Service Compatibility It is the intent of these Specifications that the water service connections shall duplicate those presently being provided by the City in order to be compatible with their service maintenance procedures. 1.04 Quality Control All materials installed under this Section shall have the approval of the NSF for water services. Part 2 Products 2.01 Materials and Construction A. Service Line 1. For 2-inch service line, Schedule 80 PVC pipes shall be used. 2. Copper Tubing: Tubing shall be ASTM B 88, Type K. Fittings shall be brass with flare connection inlets and outlets, ANSI 816.26. Where required, adapters shall be brass ANSI B16.18. Unions shall be cast bronze. Joints shall be flare type. All fittings shall be of bronze construction with flare type connection. 3. Where water service lines connect to DIP or any pressure-rated pipe, service saddles shall be used. No direct service taps shall be allowed. Brass double strap tapping saddles shall be used. U-bolt type straps are not acceptable. All water service taps on the main shall be spaced at a minimum distance of eighteen inches apart and a minimum of eighteen inches from a bell or fitting. If two or more taps are required at a minimum spacing, they shall be offset 450 alternatively. B. Meter Box for Single Family Residential 1. Meter boxes shall be the "Rome" type and shall be of cast iron, oval TS-41 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 32 12 13 Water Service Connections shape. 2. Minimum inside dimensions shall be 19 inches x 10 inches and at least 11-1/2 inches deep. 3. Lids shall be Augusta City standard and fit snugly on the box. Lids shall be banded together with a steel strapping and painted with black asphaltic paint before shipping. The combined weight of the box and lid shall not be less than 60 pounds. C. Meter Box for Irrigation Meter 1. Where irrigation meters are necessary (where sewer service is present), meter boxes shall be cast iron painted black with a locking lid quad valve box. Boxes shall have nominal dimensions of 14-314 inches x 17 inches at bottom, 12 inches x 14 inches opening, and 12 inches tall. Meter box assemblies shall include one U-branch, four ball valves, two unions, two touch plugs with cotter pins, and two expansion connections. The entire assembly shall be configured to allow 7-1/2 inch meter and an ASSE 1024 dual check valve with a combined distance of 12-3/4 inches between inlet and outlet unions for the installation of the meter and ASSE 1024 dual check valve backflow preventer. The City will install the meter after property owner applies for it. 2. Meter boxes shall be equal to Ford Meter Box Company, Double Gulf Box Part # LDG12U-243FUL TTPNA. D. Valves and Accessories 1. Curb Stops a. Ball valves shall be full port bronze, heavy duty type. Valve ends shall be threaded. Valves shall have a minimum 200 psi working pressure for water. Valves shall have stainless steel nut and handle. Valves shall be made in the U.S.A. b. Curb stops shall be equal to Ford B43-332W with padlock wings. The stops shall open left. 2. Corporation Cocks a. Corporation cocks shall be ground key type, shall be made of bronze conforming to ASTM B61 or B62 and shall be suitable for the working pressure of the system. Ends shall be suitable for flare type joint. Coupling nut for connection to flared copper tubing shall conform to ANSI B16.26. b. Corporation cocks shall be equal to Ford FB600-4. The cocks shall open left. E. l-l/2-inch water services are saddle tapped to the water main using the following brass material certified to ANSI/NSF Standard 61: TS-42 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 32 12 13 Water Service Connections 1. Brass SaddleslW (IPT) - Ford or equal: Pipe Size 6" 8" 10" 12" 16" 20" 24" Part No. 202B-750-IP6 202B-962 - IP6 202B-1212-IP6 202B-1438- IP6 202B-1840-IP6 202B-2220-IP6 202B-2650-IP6 2. 11f2" Ballcorp Corporation Stop: Ford #FBllOO-6-G-K or equal 3. 11f2" Rolled Type K soft copper tubing 4. 11f2" Meter Setter- A.Y. McDonald #20R600WWFF 666X402 or equal 5. Water meter box & lid are of a composite material, box 24x36x24, and lid with one 11.4" hole on top. F. 2-inch water services are saddle tapped to the water main using the following brass material certified to ANSIINSF Standard 61: 1. Brass SaddleslW (IPT) - Ford or equal: Pipe Size 6" 8" 10" 12" 16" 20" 24" Part No. 202B-750-IP7 202B-962-IP7 202B-1212-IP7 202B-1438- IP7 202B-1840- IP7 202B-2220-IP7 202B-2650-IP7 2. 2" Ballcorp Corporation Stop: Ford #FBllOO-7-G-K or equal 3. 2" Rolled Type K soft copper tubing 4. 2" Meter Setter: A.Y. McDonald #20R700WWFF 777X15.62 or equal 5. Water meter box & lid are of a composite material, box 24x36x24, and lid with two I%" holes on top. G. Detection Tape: Detection tape shall be composed of a solid aluminum foil encased in a protective plastic jacket. Tapes shall be color coded in accordance with APW A color codes with the following legends: Water Systems, Safety Precaution Blue, "Caution Water Line Buried Below". Colors may be solid or striped. Tape shall be permanently printed with no surface printing allowed. Tape width shall be a minimum of 2-inches when buried less than lO-inches below the surface. Tape width shall be a minimum of 3-inches when buried greater than lO-inches and less than 20-inches. Detection tape shall be equal to Lineguard Type III Detectable or Allen Systems Detectatape. TS-43 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 2.02 Part 3 Execution Section 32 12 13 Water Service Connections Double Detector Backflow Preventer Assembly A. Provide a double detector check (DDC) backflow preventer (BFP) assembly in a size to match that of the required fire line service piping. The DDC-BFP assembly shall be provided with a OS&Y gate valve near the inlet and outlet sides of the device. B. The DDC device shall be provided with three brass ball valve test cocks fitted with brass or plastic threaded plugs. A fourth test cock shall be provided on the upstream side of the inlet shut-off valve. c. The DDC device and shut-off valve bodies shall be cast iron, coated inside and outside with a NSF-approved, fused epoxy coating and assembled with bolts that are resistant to electrolysis. All DDC device interior I exterior components shall be of materials equal in corrosion resistance to bronze and I or stainless steel to resist electrolysis. D. Check valves shall have replaceable seats, and be accessible by top-entry only for maintenance and repair. The detector bypass line on the DDC-BFP assembly shall be of 3 14-inch copper pipe and have a bronze detector meter and a 3 14-inch DCV-BFP complete with unions and shut-off valves. E. The DDC-BFP assembly shall be classified or listed by the Underwriters Laboratories, Factory Mutual Insurance, and bear the ASSE seal (ASSE Standard 1049). The DDC-BFP assembly shall have approval of and conform to all current requirements of the University of Southern California, Foundation for Cross- Connection Control (USC-FCCC). The DDC-BFP assembly shall be individually factory tested, shipped and installed as a unit. F. The DDC-BFP assembly shall not be buried in earth but installed below ground in a concrete vault, and as close as practical to the property line of the premises. G. Under no condition will any connection be allowed on the system other than for fire fighting or fire protection purposes. H. All DDC-BFP assemblies shall be tested at the time of installation and at least annually thereafter. A copy of all test and maintenance reports must be submitted to the Augusta Utility Department. 3.01 Installation A. Water Service Connections 1. Immediately following completion of the water main system, water service connections and meter boxes shall be installed for the properties adjacent to the water transmission mains both to the same side of the roadway (Short Side Service) and to the opposite side of the roadway (Long Side Service) as directed by the Engineer. 2. The Contractor shall be prepared to make emergency repairs to the water system, if necessary, due to damage by others working in the area. In TS-44 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 32 12 13 Water Service Connections conjunction with this requirement, the Contractor shall furnish and have available at all times, a tapping machine, for the purpose of making temporary water service taps or emergency repairs to damaged water services. The Contractor shall furnish the City a phone number of an individual with the authority to initiate emergency repair work. This number must be provided prior to starting work on the Project. 3. All services connected to water main shall be through individual I-inch direct tap regardless of service and meter size with the exception of 1 Ih" and 2" inch services and above. 4. The water main shall be tapped with a tapping machine specifically designed for that purpose. The tap shall be a direct tap into the water main through a I-inch brass corporation cock. All taps shall be supervised by the City. All taps shall be made on the water main at a position so as not to be the top side of the pipe nor the bottom of the pipe. Distance between taps must be a minimum of 18 inches apart and not in line with each other. 5. Installation shall conform to the details for water service connections appearing schematically on the Drawings. Contractor shall provide any and all appurtenant work required to provide the intended water service connections. B. Service Lines 1. Copper tubing between tap and water meter shall be one continuous length of pipe with no intermediate joints or connections. The service line shall be placed without sharp turns or bends from the water main to the meter box. 2. When meters are located on the opposite side of the street from the water main, new copper service lines shall be extended through a common 6- inch bore, Schedule 40 PVC conduit to the service side. Replacement of existing services may be by free bore without a casing. 3. Provide detection tape over all service lines. 4. Service lines shall have a minimum of 30-inch clear cover between main and meter, shallowing to a bury of I-inches at the meter location. C. Meter Boxes 1. The meter box shall be located one foot from back of right of way. The meter box lid shall be set at finished grade. The meter box shall be placed on two courses of brick on a bed of gravel or crushed stone. Brick shall not be placed on top of water service lines. The bed of gravel or crushed stone shall be 3-inches thick and extend 6-inches in all directions beyond the edge of the meter box. The box shall be carefully and uniformly backfilled to prevent distortion that would cause leaks. Meter boxes shall be located in pairs within two feet of the common property lines between the lots. TS-45 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 32 12 13 Water Service Connections 2. All water meters shall have fluorescent markings at curb. Markings shall not be the same color as markings denoting hydrants. In addition to fluorescent markings, a saw cut 1fz" deep "W" notch on top of curb at water service location is required. D. Relocation of Service Lines 1. Relocate the existing meter to the new right-of-way limits as shown on the drawings or as ordered by the Engineer and reconnect to the house service. Existing meters already located at the new right-of-way limits will not need relocating. 2. Before disconnecting the existing meter, the existing corporation in the main shall be closed. All existing meters and meter boxes shall be removed if not already located at the right-of-way, reinstalled and reconnected as indicated on the Drawings. 3. Existing service lines shall be field-located by the Contractor. The Contractor shall be responsible for locating existing water meters, relocating the meters and meter boxes as necessary, and determining the existing size service line to reconnect the meters to the new water mains. All service lines installed under existing pavement, including streets, driveways and sidewalks, shall be installed by boring. E. Transfer of Service: Immediately before connecting to the relocated or existing meter, all service lines shall be flushed to remove any foreign matter. Any special fittings required to reconnect the existing meter to the new copper service line, or the existing private service line, shall be provided by the Contractor. To minimize out of service time, the Contractor shall determine the connections to be made and have all the required pipe and fittings on hand before shutting off the existing service. After completing the connection, the new corporation stop shall be opened and all visible leaks shall be repaired F. Maintenance and Repairs: The tap, service line and meter box shall remain under the Contractor's maintenance responsibility for the same warranty period as the water main. The Contractor shall promptly repair any damage to the water system during the warranty period. END OF SECTION TS-46 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS SECTION 33 05 01.02 DUCTILE IRON PIPE AND FITTINGS PARTl GENERAL 1.01 REFERENCES A. The following is a list of standards that may be referenced in this section: 1. Augusta Utilities Department's "Water & Sanitary Sewer Systems-Guidelines" (most recent edition); available at / / www.augustaga.gov/ departments / plannin~zoning/ dev _docs. asp. In the event that any specific item of work is not covered in this specification the above referenced document shall govern. 2. American Association of State Highway and Transportation Officials (AASHTO): a. T99, Standard Specification for the Moisture-Density Relations of Soils Using a 2.5 kg (5.5LB) Hammer and a 305mm (12 in.) Drop. 3. American Water Works Association (AWWA): a. C104, Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water. b. C105, Polyethylene Encasement for Ductile Iron Pipe Systems. c. Cll0, Ductile Iron and Grey Iron-Fittings, 3-inch through 48-inch. d. C111, Rubber-Gasket Joints for Ductile Iron Pressure Pipe and Fittings. e. C115, Flanged Ductile Iron Pipe with Ductile Iron and Grey Iron Fittings. f. C150, Thickness Design of Ductile-Iron Pipe. g. C151, Ductile-Iron Pipe. Centrifugally Cast, for Water. h. C153, Ductile Iron Compact Fittings, 3-inch through 24-inch and 54-inch through 64-inch for Water Service. i. C207, Steel Pipe Flanges for Waterworks Service, Sizes 4-inch Through 144-inch (100mm through 3600mm). J. C600, Installation of Ductile-Iron Water Mains and Their Appurtenances. k. C606, Grooved End, Shouldered Joints. 4. ASTM International (ASTM) a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. A563, Standard Specification for Carbon and Alloy Steel Nuts. c. B16.21, Standard Specification for Nonmetallic Flat Gaskets for Pipe Flanges. d. D882, Standard Test Method for Tensile Properties of Thin Plastic Sheeting. e. D1330, Standard Specification for Rubber Sheet Gaskets. f. D1922, Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. g. D2000, Standard Classification System for Rubber Products in Automotive Applications. h. D4976, Standard Specification for Polyethylene Plastics Molding and Extrusion Materials. 5. Ductile Iron Pipe Research Institute (DIPRA). 33 05 01.02 REVISION JULY 2008 DUCTILE IRON PIPE AND FITTINGS T5-47 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1.02 SUBMITTALS A. Action Submittals: 1. Shop Drawings: Marking plan and details of standard pipe section showing dimensions, pipe joints, fitting and special fitting pressure rating and thickness, size, coating and lining data. B. Informational Submittals: 1. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum, include the following: a. Testing dates. b. Piping systems and section(s) to be tested. c. Method of isolation. d. Method of conveying water from source to system being tested. e. Calculation of maximum allowable leakage for piping section(s) to be tested. 2. Certifications of Calibration: Approved testing laboratory certificate if pressure gauge for hydrostatic test has been previously used. If pressure gauge is new, no certificate is required. PART 2 PRODUCTS 2.01 MATERIALS A. Pipe: 2. 3. 4. 5. B. Joints: 1. 2. 1. General: a. Centrifugally cast, grade 60-42-10 iron. b. Meet requirements of AWWA C150, C153 and Cll1. c. Lined and coated as specified. Pressure rating of pipe as shown on drawings. Typically water mains 6 inches through 16 inches require a Pressure Class of 350 while water mains 18 inches through 24 inches require a Pressure Class of 300. Pipe wall thickness of threaded pipe for a flanged pipe end shall be minimum special thickness Class 53 from 12-inch to 54-inch diameter pipe in accordance with A WW A C115. Grooved end pipe, for all pipe diameters, shall be minimum Special Class 53. Pipe shall be new and recently manufactured. Refurbished pipe shall not be provided. Push-On Joint: Rated at minimum working pressure equal to pipe material design. Restrained Joint: a. Manufactured proprietary joint that mechanically restrains pipe to adjoining pipe. b. Manufacturers and Products: 1) American Cast Iron Pipe; Flex-Ring and Lok-Ring. 2) U.s. Pipe; TR Flex. 3) Or approved equal. DUCTILE IRON PIPE AND FITTINGS T5-48 330501.02 REVISION JULY 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 3. Mechanical Wedge Action Type Joint: a. Use only in areas where adjoining to fixed points where laying length is determined in field. b. Prior to purchase and installation, type and application of this joint shall be approved by Engineer. c. Manufacturers and Products: 1) EBAA Iron; Mega-Lug 2) Smith-Blair, Inc.; 111 Cam-Lock 4. Flanged Joint: Threaded 250 psi working pressure ductile iron flanges conforming to A WW A C115. C. Fittings: 1. Ductile Iron, Push-On, Flanged or Restrained Joint: In accordance with AWWA C110, at 250 psi minimum working pressure for 3- to 24-inch fittings and 150 psi minimum working pressure for 30- to 48-inch fittings. 2. Mechanical Joint Fittings: In accordance with A WW A C111. 3. Fittings shall be new and recently manufactured. Refurbished fittings will not be accepted. D. Welded Outlet: Only weld to pipe in manufacturer's shop. E. Lining: 1. Pipe and fittings for clean water applications shall be cement-lined and asphaltic seal coated in accordance with A WW A C104. 2. Pipe and fittings for wastewater applications shall be lined with 40-mil ceramic epoxy, as manufactured by Induron. F. Coating: Asphaltic type, 1 mil thick, in accordance with A WW A C151, C115, C110 and C153. G. Polyethylene Encasement: 1. Virgin polyethylene raw material conforming to requirements of ASTM D4976. 2. Elongation: 800 percent, minimum, in machine and transverse direction (ASTM D882). 3. Tensile Strength: 3,600 psi, minimum. 4. Dielectric Strength: 800V per mil-thickness, minimum. 5. Propagation Tear Resistance: 2,550-grams force (gf), minimum, in machine and transverse direction (ASTM D1922). 6. Tube form, conforming to A WW A C105. 7. Film shall have minimum thickness of 0.008 inch (8 ml). H. Bolting: 1. Bolts for flanged connections shall be carbon steel, ASTM A307, Grade A hex bolts and ASTM A563, Grade A hex head nuts. 2. Bolts for grooved end connections shall be manufacturer's standard. 33 05 01.02 REVISION JULY 2008 DUCTILE IRON PIPE AND FITTINGS TS-49 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS I. Gaskets: 1. Gaskets for flat faced 150 and 250 psi working pressure flanges shall be 1/8 inch thick, red rubber (SBR), hardness 80 (Shore A), rated to 200 degrees F, conforming to ASME B16.21, A WW A C207, and ASTM D1330, Grades 1 and 2. 2. Gaskets for grooved end joints shall be Halogenated butyl, conforming to ASTM D2000 and A WW A C606. 2.02 SOURCE QUALITY CONTROL A. Factory Tests: In accordance with AWWA Cl04, Cl05, C110, Cl11, C115, C150, C151, C153 and C606. PART 3 EXECUTION 3.01 EXAMINATION A. Inspect pipe and fittings to ensure no cracked, broken, or otherwise defective materials are being used. 3.02 PREPARATION A. Trench Grade: 1. Grade bottom of trench by hand to specified line and grade, with proper allowance for pipe thickness and pipe base, when specified. Trench bottom shall form a continuous and uniform bearing and support for pipe between bell holes. 2. Before laying each section of pipe, check grade and correct irregularities found. Grade may be disturbed for removal of lifting tackle. B. Bell (Joint) Holes: At each joint, dig bell holes of ample dimensions in bottom of trench, and at sides where necessary, to permit joint to be made properly and to permit easy visual inspection of entire joint. 3.03 INSTALLATION A. General: 1. Provide and use proper implements, tools, and facilities for safe and proper prosecution of Work. 2. Lower pipe, fittings, and appurtenances into trench, piece by piece, by means of a crane, slings, or other suitable tools and equipment, in such a manner as to prevent damage to pipe materials, protective coatings and linings. 3. Do not drop or dump pipe materials into trench. B. Cleaning Pipe and Fittings: 1. Remove lumps, blisters, and excess coal tar coating from bell and spigot ends of each pipe. Wire brush outside of spigot and inside of bell and wipe clean, dry, and free from oil and grease before pipe is laid. 2. Wipe ends of mechanical joint pipe and fittings and of rubber gasket joint pipe and fittings clean of dirt, grease, and foreign matter. DUCTILE IRON PIPE AND FITTINGS 33 05 01.02 REVISION JULY 2008 TS-50 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS C. Laying Pipe: 1. Direction of Laying: Lay pipe with bell end facing in direction of laying. For lines on an appreciable slope, face bells upgrade at discretion of Engineer. 2. Mechanical Joint, Push-On Joint, and Restrained Joint Pipe: After first length of pipe is installed in trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Keep ends clear of backfill. After each section is jointed, place backfill as specified to prevent movement. 3. Take precautions necessary to prevent floating of pipe prior to completion of backfill operation. 4. When using movable trench shield, take necessary precautions to prevent pipe joints from pulling apart when moving shield ahead. 5. Do not allow foreign material to enter pipe while it is being placed in trench. 6. Close and block open end of last laid section of pipe to prevent entry of foreign material or creep of gasketed joints when laying operations are not in progress, at close of day's work, or whenever workers are absent from job. D. Joining Push-On Joint Pipe and Mechanical Joint Fittings: 1. Join pipe with push-on joints and mechanical joint fittings in strict accordance with manufacturer's recommendations. The process of mechanized pipe joining must be approved by Owner and Engineer. 2. Provide special tools and devices, such as, special jacks, chokers, and similar items required for installation. 3. Lubricate pipe gaskets using lubricant furnished by pipe manufacturer. No substitutes will be permitted. 4. Clean ends of fittings of dirt, mud, and foreign matter by washing with water and scrubbing with a wire brush, after which, slip gland and gasket on plain end of pipe. If necessary, lubricate end of pipe to facilitate sliding gasket in place, then guide fitting onto spigot of pipe previously laid. E. Cutting Pipe: 1. General: Cut pipe for inserting valves, fittings, or closure pieces in a neat and workmanlike manner without damaging pipe or lining and so as to leave a smooth end, at right angles to axis of pipe. 2. Pipe: Cut pipe with milling type cutter or saw. Do not flame cut. 3. Dressing Cut Ends: Dress cut end of mechanical joint pipe to remove sharp edges or projections, which may damage rubber gasket. Dress cut ends of push-on joint pipe by beveling, as recommended by manufacturer. F. Field Welding: 1. Use of field welded outlets will not be allowed. Welding for outlets shall be performed only in pipe manufacturer's shop. 2. Field installed outlets may be installed with saddle approved by Engineer. Opening in pipe shall be machined cut and not with cutting torch. 3. Field welding of bars for restrained joint systems will not be allowed. All welding shall be performed in pipe manufacturer's shop. 33 05 01.02 REVISION JULY 2008 DUCTILE IRON PIPE AND FITTINGS TS-51 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS G. Line and Grade: 1. Minimum Pipe Cover: 4 feet, unless otherwise indicated. 2. No high points will be allowed between air valves. 3. Maintain pipe grade between invert elevations to provide minimum clearance at air valve locations of 4 feet from existing ground surface to top of pipe. 4. Install air valves as shown and field verify intervening low points. When field conditions warrant, exceptions may be made upon approval of Engineer. 5. Deviations exceeding 6 inches from specified line or 1 inch from specified grade will not be allowed without express approval of Engineer. 6. Pipeline sections that are not installed to elevations shown or installed as approved by Engineer shall be reinstalled to proper elevation. H. Thrust Restraint: 1. Restrained joints only. Use of thrust blocking will not be allowed as restraint unless specifically identified on plans and approved by the Owner and Engineer. I. Polyethylene Encasement: 1. Encase pipe, fittings, and valves where specified in accordance with A WW A Cl05, Method A. 2. Cut polyethylene tube approximately 2 feet longer than pipe length. 3. Slip tube around pipe, centering to provide l-foot overlap on each adjacent section. 4. Pull encasement to take out slack and wrap snug around pipe. 5. Secure overlap in place and fold at quarter points of pipe length. 6. Wrap and tape encasement snug around fittings and valves. 3.04 HYDROSTATIC TESTING A. Pipeline Hydrostatic Test: 1. General: a. Notify Owner in writing 5 days in advance of any testing. Perform testing in presence of Owner or Engineer b. Test newly installed pipelines. Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance. c. Furnish testing equipment and perform tests in manner satisfactory to Owner and Engineer. Testing equipment shall provide observable and accurate measurements of leakage under specified conditions. d. Isolate new pipelines that are connected to existing pipelines. e. Conduct tests on entire pipeline after trench has been backfilled. Testing may be done prior to placement of asphaltic concrete or roadway structural section. f. Contractor may, if field conditions permit and as determined by the Owner, partially backfill trench and leave joints open for inspection and conduct an initial service leak test. Hydrostatic test shall not, however, be conducted until backfilling has been completed. g. Owner shall provide gauge for pipeline hydrostatic test. h. Contractor shall not work on sections of the successfully tested line without the Owner's representative present. DUCTILE IRON PIPE AND FITTINGS 33 05 01.02 REVISION JULY 2008 TS-52 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 2. Procedure: a. Maximum filling velocity shall not exceed 0.25 foot per second, calculated based on the full area of pipe. b. Expel air from pipe system during filling. Expel air through air release valve or through corporation stop installed at high points and other strategic points. c. Test pressure shall be one and a half times system operating pressure, but in no case less than 200 psi as measured at low point of pipeline. d. Apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. e. Maintain hydrostatic test pressure continuously for 2 hours minimum, adding additional make-up water only as necessary to restore test pressure. f. Determine actual leakage by measuring quantity of water necessary to maintain specified test pressure for duration of test. g. If measured leakage exceeds allowable leakage or if leaks are visible, repair defective pipe section and repeat hydrostatic test. 3. Allowable Leakage: Maximum allowable leakage shall not exceed amount stated in A WW A C600. END OF SECTION 33 05 01.02 REVISION JULY 2008 DUCTILE IRON PIPE AND FITTINGS TS-53 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Part 1 General Section 33 1113 Public Water Utility Distribution Piping 1.01 Scope 1.02 1.03 1.04 1.05 A. This Section describes products to be incorporated into the water mains and requirements for the installation and use of these items. Furnish all products and perform all labor necessary to fulfill the requirements of these Specifications. B. Supply all products and perform all work in accordance with applicable American Society for Testing and Material (ASTM), American Water Works Association (AWWA), American National Standards Institute (ANSI), or other recognized standards. Latest revisions of all standards are applicable. Qualifications If requested by the Engineer, submit evidence that manufacturers have consistently produced products of satisfactory quality and performance for a period of at least two years. Submittals Complete shop drawings, product data and engineering data for all products shall be submitted to the Engineer. Transportation and Handling A. Unloading: Furnish equipment and facilities for unloading, handling, distributing and storing pipe, fittings, valves and accessories. Make equipment available at all times for use in unloading. Do not drop or dump materials. Any materials dropped or dumped will be subject to rejection without additional justification. Pipe handled on skids shall not be rolled or skidded against the pipe on the ground. B. Handling: Handle pipe, fittings, valves and accessories carefully to prevent shock or damage. Handle pipe by rolling on skids, forklift, or front end loader. Do not use material damaged in handling. Slings, hooks or pipe tongs shall be padded and used in such a manner as to prevent damage to the exterior coatings or internal lining of the pipe. Storage and Protection A. Store all pipes which cannot be distributed along the route. Make arrangements for the use of suitable storage areas. B. Stored materials shall be kept safe from damage. The interior of all pipes, fittings and other appurtenances shall be kept free from dirt or foreign matter at all times. Valves and hydrants shall be drained and stored in a manner that will protect them from damage by freezing. c. Pipes shall not be stacked higher than the limits recommended by the manufacturer. The bottom tier shall be kept off the ground on timbers, rails or concrete. Pipe in tiers shall be alternated: bell, plain end; bell, plain end. At TS-54 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping D. least two rows of timbers shall be placed between tiers and chocks, affixed to each other in order to prevent movement. The timbers shall be large enough to prevent contact between the pipes in adjacent tiers. Stored mechanical and push-on joint gaskets shall be placed in a cool location out of direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used on a first-in, first-out basis. E. Mechanical-joint bolts shall be handled and stored in such a manner that will ensure proper use with respect to types and sizes. 1.06 Quality Assurance The manufacturer shall provide written certification to the Engineer that all products furnished comply with all applicable requirements of these Specifications. Part 2 Products 2.01 Ductile Iron Pipe (DIP) A. DIP shall be centrifugally cast and shall conform to AWWA C150/ ANSI A21.50 (latest edition) for design and AWWA C151/ ANSI A21.51 (latest edition) for manufacture. All pipes, except specials, shall be furnished in nominal lengths of 18 to 20 feet. Sizes will be as shown on the Drawings. All pipes shall have a minimum pressure rating as indicated in the following table and corresponding minimum wall thickness, unless otherwise specified or shown on the Drawings: Pipe Sizes (inches) 6 -16 18 - 24 Pressure Class (psi) 350 300 B. Flanged pipe minimum wall thickness shall be equal to Special Class 53. Flanges shall be furnished by the pipe manufacturer. C. Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement lined in accordance with AWWA Cl04/ ANSI A21.4 (latest edition). Minimum thickness for cement mortar lining shall be 1/16-inch. D. Certificates of conformance with the foregoing specifications shall be furnished with each lot of pipes supplied. E. Standard pressure pipe fittings of size 4-inch and larger shall be ductile iron conforming to A WW A C153 (latest edition), with mechanical joints unless flanged or restrained joints are required. Gray cast-iron fittings are not allowed. Ductile iron fittings shall be epoxy coated in accordance with A WW A Cl16 (latest edition). Mechanical joint fittings, 24-inch and smaller shall be rated for 350 psi minimum working pressure, all fittings between 30 and 48-inch shall be rated for 250 psi minimum working pressure. Mechanical joint fittings 54 through 64- inch shall be rated 150 psi minimum working pressure. Glands for mechanical joint fittings shall be ductile iron. Only bolt systems furnished by the TS-55 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping manufacturer for mechanical joints are acceptable. Nuts and bolts shall be new. Pipe gaskets shall be new as supplied by the pipe manufacturer. For sizes less than 4-inch, fittings shall be suitable to the pipe material and application. F. Joints 1. Unless shown or specified otherwise, joints shall be push-on or restrained joint type for pipes and standard mechanical, push-on or restrained joints for fittings. Push-on and mechanical joints shall conform to AWWA Cl11/ ANSI A21.11 (latest edition). Rubber gasket joints shall conform to AWWA Cl11/ ANSI A21.11 (latest edition), and shall be furnished by the pipe manufacturer with the pipe. A non-toxic vegetable soap lubricant shall be supplied with the pipe in sufficient quantities for installing the pipe. The lubricant shall be approved by NSF for use with potable water mains. 2. For 12-inch diameter and smaller, restrained joints shall be U.s. Pipe Field Lok, American Ductile Iron Pipe Lok-Fast, EBAA Iron Mega-Lug, or an equivalent product. 3. For 14-inch diameter and larger, restrained joints shall be u.s. Pipe TR Flex, American Ductile Iron Pipe Lok-Ring, or equivalent product, or EBAA Iron Mega-Lug. 4. No field welding for manufactured restrained joint pipe assembly will be permitted. Where field cutting of restrained joint pipe is required, the joint shall be assembled with American Field Flex-Rings or US Pipe TR FLEX GRIPPER Rings. 5. For flanged pipe, flanges shall be ductile iron Class 150, ANSI B16.5. Flanged joint fittings 14-inch and smaller shall be rated for 350 psi minimum working pressure, and flanged joint fittings between 14 and 48- inch shall be rated for 250 psi working pressure. All flanges shall be flat faced. Full face, 1/8 inch black neoprene gaskets shall be used on all flanged joints. All joints shall conform to A WW A C115 (latest edition). Bolts, nuts and washers for flanges shall be hot dip galvanized. G. Bolts and Nuts 1. Provide the necessary bolts for connections. All bolts and nuts shall be threaded in accordance with ANSI Bl.l, Coarse Thread Series, Class 2A external and 2B internal fit. All bolts and nuts shall be made in the u.s.A. 2. Bolts and nuts for mechanical joints shall be Tee Head Bolts and nuts of Cor-Ten steel. 3. Flanged joints shall be bolted with through stud or tap bolts of required size as directed. Bolt length and diameter shall conform to ANSIj A WW A C115 for Class 150 flanges shown in ANSI/ ASME B16.5. TS-56 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 2.02 2.03 Section 33 1113 Public Water Utility Distribution Piping 4. Bolts for exposed service shall be zinc plated, cold pressed, steel machine bolts conforming to ASTM A 307, Grade B. Nuts for exposed service shall be zinc plated, heavy hex conforming to ASTM A 563. Zinc plating shall conform to ASTM B 633, Type II. 5. Bolts for submerged service shall be stainless steel machine bolts conforming to ASTM A 193, Grade B8. Nuts shall be heavy hex, stainless steel conforming to ASTM A 194, Grade 8. H. Thrust collars shall be welded-on ductile iron body type or split retainer gland type, as shown on the Drawings or directed by the Engineer, designed to withstand thrust due to 250 psi internal pressure on a dead end. I. Acceptance will be on the basis of the Engineer's inspection and the manufacturer's written certification that the pipe was manufactured and tested in accordance with the applicable standards. PVC Pipe A. PVC pipe shall be Type 1 Grade 1 rigid, polyvinyl chloride pipe and shall be in accordance with ASTM D-1784 and ASTM D-1785. B. The pipe shall be suitable for field cutting, welding and coupling and shall be Schedule 80 unless otherwise shown on the Drawings. c. Fittings shall be the socket type for solvent weld joints as designated in ASTM D- 2467 or D-2466, or flanged as shown on the Drawings and shall be compatible with the pipe where installed. Flanges shall be furnished with 1/8-inch thick full- faced gaskets. Flange bolts and nuts shall be ASTM A276, Type 304 or 316 stainless steel. D. Solvent cement for socket type joints shall conform to ASTM 2564 for PVC pipe and fittings. E, All PVC pipe for potable water service shall bear the approved stamp of the National Sanitation Foundation. F. Copper wire (12 gauge) shall be attached along the top of all buried PVC water lines, wrapped around service corporations and stubbed up into all valves boxes for locating purposes. This wire shall be mechanically spliced so as to be electrically conductive, then insulated to protect against corrosion of the bare wire. Copper Pipe A. Pipe shall be rolled copper tubing, ASTM B 88, Type K. Fittings shall be sweat type wrought copper, ANSI B16.22. B. Where required, sweat to screw adapters shall be cast bronze ANSI B16.18, wrought solder joint ANSI B16.22. Unions shall be cast bronze or bronze with solder connections. Joints shall be made with 95/5 solder for Type K pipe. TS-57 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping c. Pipe, solder and flux used during installation of the water lines and services must be "lead-free" with not more than 8% lead in pipe and fittings, and not more than 0.2% lead in solders and flux. 2.04 Valves A. Gate Valves (GV): 4-Inch to 18-Inch in Diameter 1. Gate valves shall be resilient wedge type conforming to the requirements of A WW A C509 (latest edition) rated for 250 psi working pressure. 2. Valves shall be provided with two O-ring stem seals with one O-ring located above and one O-ring below the stem collar. The area between the O-rings shall be filled with lubricant to provide lubrication to the thrust collar bearing surfaces each time the valve is operated. At least one anti-friction washer shall be utilized to further minimize operating torque. All seals between valve parts, such as body and bonnet, bonnet and bonnet cover, shall be flat gaskets or O-rings. 3. The valve gate shall be made of cast or ductile iron having a vulcanized, synthetic rubber coating, or a seat ring attached to the disc with retaining screws. Sliding of the rubber on the seating surfaces to compress the rubber will not be allowed. The design shall be such that compression-set of the rubber shall not affect the ability of the valve to seal when pressure is applied to either side of the gate. The sealing mechanism shall provide zero leakage at the water working pressure when installed with the line flow in either direction. 4. All internal ferrous surfaces shall be coated with epoxy to a minimum thickness of 4 mils. The epoxy shall be non-toxic, impart no taste to the water and shall conform to A WW A C550. 5. Valves shall be non-rising stem type with a 2-inch square wrench nut, except in meter vaults where hand wheels shall be installed, and shall open left. The manufacturer shall provide an affidavit of compliance with the applicable A WW A standards. 6. Gate valves shall be U.s. Pipe Metro-Seal 250 resilient seated gate valve, or equivalent, and must conform to A WW A C509 (latest edition). B. Butterfly Valves (BV) 18-Inches and Larger in Diameter 1. Butterfly valves shall be resilient seated and shall be designed, manufactured, and tested in accordance with all requirements of A WW A C504 and as modified below. Valves shall be designed for a rated working pressure of 250 psi. Class B, A WW A C504 Section 5.2 testing requirements are modified as follows: a. The leakage test shall be performed at a pressure of 250 psi; b. The hydrostatic test shall be performed at a pressure of 500 psi; and TS-58 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping c. Proof of design tests shall be performed and certification of such proof of design test shall be provided to the Engineer. 2. Valve bodies shall be ductile iron conforming to ASTM A 536, Grade 65-45-12 or ASTM A 126, Grade B cast iron. Shafts and shaft hardware shall be ASTM A 564, Type 630 stainless steel, machined and polished. Valve discs shall be ductile iron, ASTM A 536, Grade 65-45-12. The resilient valve seat shall be located either on the valve disc or in the valve body and shall be fully field adjustable and field replaceable. 3. Valves shall be installed with the valve shafts horizontal. Valves and actuators shall have seals on all shafts and gaskets on valve actuator covers to prevent the entry of water. Actuator mounting brackets shall be totally enclosed and shall have gasket seals. 4. Actuators a. Valves shall be equipped with traveling nut, self-locking type actuators designed, manufactured and tested in accordance with A WW A C504. Actuators shall be capable of holding the disc in any position between full open and full closed without any movement or fluttering of the disc. b. Actuators shall be furnished with fully adjustable mechanical stop-limiting devices. Actuators that utilize the sides of the actuator housing to limit disc travel are unacceptable. c. Valve actuators shall be capable of withstanding a minimum of 450 foot pounds of input torque in either the open or closed position without damage. 5. Operators: Valves for buried service shall have a 2-inch square wrench nut type operator and shall be equipped with a valve box and stem extension, as required and shall open left. 6. Valve ends shall be mechanical joint type, except where flange joint ends are shown. Flange joints shall meet the requirements of ANSI B16.5, Class 250, but drilled and faced to Class 150 dimensions. 7. Butterfly valves shall be manufactured by Mueller, M & H Valve, DeZurik, Val-Matic, or Pratt. c. Valves shall be provided with valve stem extensions to within 6 inches of ground surface, where centerline of pipe to grade is greater than 4 feet. 2.05 Fire Hydrants (FH) A. Fire hydrants shall be of the dry barrel break-away type conforming to A WW A C502 (latest edition), with two 21/2-inch threaded hose nozzles and one 41/2-inch TS-59 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 2.06 Section 33 1113 Public Water Utility Distribution Piping threaded pumper nozzle, all equipped with caps and non-kinking chains. Hose and pumper connections shall be breech-locked, pinned, or threaded and pinned to seal them into the hydrant barrel. Hose and pumper nozzle threading shall be national standard. Shoe connection shall be 6-inch mechanical joint. The center line of the nozzles shall be 18 inches above the finish grade. Hydrants shall have a 5%-inch interior valve opening. . B. In the event of a traffic accident, the hydrant barrel shall break away from the standpipe at a point above grade and in a manner which will prevent damage to the barrel and stem, preclude opening of the valve, and permit rapid and inexpensive restoration without digging or cutting off the water. c. The means for attaching the barrel to the standpipe shall permit facing the hydrant a minimum of eight different directions. D. Hydrants shall be fully bronze mounted with all working parts of bronze. Valve seat ring shall be bronze and shall screw into a bronze retainer. E. All working parts, including the seat ring shall be removable through the top without disturbing the barrel of the hydrant. F. The operating nut shall match those on the existing hydrants and shall open left. The operating threads shall be totally enclosed in an operating chamber, separated from the hydrant barrel by a rubber O-ring stem seal and lubricated by a grease or an oil reservoir. G. Hydrant shall be a non-freezing design and be provided with a simple, positive, and automatic drain which shall be fully closed whenever the main valve is opened. H. Hydrants shall be furnished with a mechanical joint connection to the spigot of the 6-inch hydrant lead. I. Minimum depth of bury shall be 4.5 feet. Provide extension section where necessary for proper vertical installation and in accordance with manufacturer's recommendations. J. All outside surfaces of the barrel above grade shall be painted yellow with Sherwin Williams KEM 400. K. Hydrants shall be traffic model and shall be Mueller #A-24018, M&H Figure 129T, A WW A Compression-Type Dry-Top Traffic Model, of 150 psi working pressure, and 300 psi testing pressure. Kennedy K-81D will also be accepted.. Valve Boxes (VB) and Extension Stems A. All valves shall be equipped with valve boxes. The valve boxes shall be cast iron two-piece screw type with drop covers. Valve boxes shall have a 5.25-inch inside diameter. Valve box covers shall weigh a minimum of 13 pounds. The valve boxes shall be adjustable to six inches up or down from the nominal required cover over the pipe. Valve boxes shall be of sufficient length that bottom flange TS-60 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping of the lower belled portion of the box is below the valve operating nut. Ductile or cast iron extensions shall be provided as necessary. Covers shall have "WATER VAL VB" or "WATER" cast into them. Valve boxes shall be manufactured in the United States. Valve boxes shall be M&H E-2702, Mueller Hl0364 or approved equal. The flanged base of the valve box shall be at least six inches above the pipe so not to stress water lines 4-inch and smaller. Extensions shall be M&H E-3120 or Mueller H-l0375. B. All valve boxes shall have a concrete collar, minimum nine inches thick. The collar shall be square or round and sized twenty-four inches square or twenty- four inches in diameter. Precast collars may be used, provided that they are grouted in place to the valve box. The box is to be flush with finished grade. The edge of the valve box is to be 1/2 inch above the edge of the concrete collar. c. All valves shall be furnished with Type 316 stainless steel extension stems, as necessary, to bring the operating nut to within six inches of the top of the valve box. Connection to the valve shall be with a wrench nut coupling and a set screw to secure the coupling to the valve's operating nut. The coupling and square wrench nut shall be welded or pinned to the extension stem and shall have a centering ring. Extension stems shall be minimum one inch in diameter. 2.07 Valve Markers (VM) The Contractor shall provide a concrete valve marker as detailed on the Drawings for each valve installed outside paved areas. Valve markers shall be stamped "WATER". Valve markers shall be in accordance with AUD standards. In addition to concrete valve marker where street curbs are installed a saw cut 1/2 inch deep "V" notch on top of curb adjacent to water valve location is required. 2.08 Tapping Sleeves and Valves (TS&V) Tapping sleeves shall be of a heavy body ductile iron of the split-sleeve, mechanical joint type and shall be suitable for a working pressure of 200 psi for sleeves larger than 14-inch, or a working pressure of 250 psi for sleeves equal to or less than 14-inch, or as approved by AUD. The Contractor shall be responsible for determining the outside diameter of the pipe to be connected to prior to ordering the sleeve. Valves shall be gate valves furnished in accordance with the specifications shown above, with flanged connection to the tapping sleeve and mechanical joint connection to the branch pipe. The tapping sleeve shall be supplied by the valve manufacturer. Tapping sleeves shall be equal to American Flow Control, Mueller H-615 or M & H Valve. Tapping sleeves and valves are required for all taps 4 inches and greater. Taps less than 4 inches shall be provided with a service saddle meeting the requirements of Section 02668. Tapping sleeves shall be a minimum of 6 feet from pipe joints 2.09 Air Valves for Water Service A. The air release and vacuum break valve shall be of the compact single chamber design with solid cylindrical HOPE control floats housed in a tubular stainless steel body with epoxy powder coated cast iron or steel ends secured by means of stainless steel tie rods. The valve shall have an integral "anti-shock" orifice mechanism which shall operate automatically to limit transient pressure rise or TS-61 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 2.10 Section 33 1113 Public Water Utility Distribution Piping shock induced by closure to two times valve rated working pressure. The intake orifice area shall be equal to the nominal size of the valve. B. Large orifice sealing shall be affected by the flat face of the control float seating against a nitrile rubber O-ring housed in a dovetail groove circumferentially surrounding the orifice. Discharge of pressurized air shall be controlled by the seating and unseating of a small orifice nozzle on a natural rubber seal affixed into the control float. The nozzle shall have a flat seating land surrounding the orifice so that the damage to the rubber seal is prevented. c. The valve construction shall be proportioned with regard to material strength characteristics, so that deformation, leaking or damage of any kind does not occur by submission to twice the designed working pressure. The valve design shall incorporate an over pressure safety feature that will fail without an explosive effect, such as is normally the case when highly compressed air is released suddenly. The feature shall consist of replaceable components such as gaskets or seals. D. Connection to the valve inlet shall be facilitated by a flanged end conforming to ANSI B16.1 Oass 125. Flanged ends shall be supplied with the requisite number of stainless steel or mild steel screwed studs inserted for alignment to the specific standard. E. Valve orifice size shall be as shown on the Drawings. F. Provide a l/4-inch NPT test/bleed cock. G. An isolation valve between the main and the air valve shall be installed in accordance with the Drawings. H. All air valves and accessories shall be equal to Vent-o-Mat. Manholes and Precast Concrete Products A. Precast Concrete Sections 1. Precast concrete sections shall meet the requirements of ASTM C 478 for round shaped and ASTM C 913 for rectangular shaped precast concrete products. The minimum compressive strength of the concrete in precast sections shall be 4,000 psi. The minimum wall thickness shall be one-twelfth of the inside diameter of the base, riser or the largest cone diameter. 2. Transition slabs which convert bases larger than four feet in diameter to four foot diameter risers shall be designed by the precast concrete manufacturer to carry the live and dead loads exerted on the slab. 3. Seal joints between precast sections by means of rubber O-ring gaskets or flexible butyl rubber sealant. Butyl rubber sealants shall meet the requirements of AASHTO M-198. Sealant shall be pre-formed type with a minimum nominal diameter of l-inch. TS-62 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 4. Butyl rubber sealant shall be equal to Kent Seal No. 2 or Concrete Sealants CS 202. B. Brick and Mortar: Brick shall be whole and hardburned, conforming to ASTM C 32, Grade MS. Mortar shall be made of one part Portland cement and two parts clean sharp sand. Cement shall be Type 1 and shall conform to ASTM C 150. Sand shall meet ASTM C 144. C. Iron Castings 1. Cast iron manhole frames, covers and steps shall meet the requirements of ASTM A 48 for Class 30 gray iron and all applicable local standards. All castings shall be tough, close grained, smooth and free from blow holes, blisters, shrinkage, strains, cracks, cold shots and other imperfections. No casting will be accepted which weighs less than 95 percent of the design weight. Shop drawings must indicate the design weight and provide sufficient dimensions to permit checking. All castings shall be thoroughly cleaned in the shop and given two coats of approved bituminous paint before rusting begins. 2. Manhole frames and covers shall be equal to the following: Type Design Weight 400# Manufacturer's Reference Bolt Down Neenah A- 1916-Fl Vulcan V-2358 3. All frames and covers shall have machined horizontal bearing surfaces. 4. Bolt-down covers shall be equipped with four 1/2-inch stainless steel bolts and a 1/B-inch red rubber or rubber O-ring gasket. Covers shall be rotatable and interchangeable. Bolt holes shall be bored through so that debris entering the bolt hole will fall into the manhole. Bolt holes shall have the full 360 degree circle within the cover's radius when bored through the cover. D. Plastic Steps: Manhole steps of polypropylene, molded around a steel rod, equal to products of M.A. Industries may be used. E. Floor Door 1. Door shall be single or double leaf type as shown on the Drawings. 2. The frame shall be 1/ 4-inch extruded aluminum alloy 6063- T6, with built-in neoprene cushion and with strap anchors bolted to the exterior. Door leaf shall be 1/4-inch aluminum diamond plate, alloy 6061-T6, reinforced with aluminum stiffeners as required. Stainless steel hinges shall be bolted to the underside and pivot on torsion bars that counterbalance the door for easy operation. The door shall open to 90 degrees and lock automatically in that position. A vinyl grip handle shall TS-63 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping be provided to release the cover for closing. The door shall be built to withstand a live load of 300 pounds per square foot, and shall be equipped with a snap lock and removable handle. Bituminous coating shall be applied to exterior of frame by the manufacturer. The door shall also be provided with a hasp in addition to the built-in locking mechanism. 3. The floor door shall be manufactured by The Bilco Company or Thompson Fabricating Company. F. Vents 1. Where vent pipes are shown on the Drawings, vents shall be of one-piece, welded steel construction. Vent pipes shall equal air valve size, but no less than 4-inches. The vent pipe shall be grouted into a precast hole in the vault. The discharge of the vent pipe shall be provided with a 3/16-inch PVC coated mesh screen. 2. Where vent pipes are not shown on the Drawings, the frame and cover or floor door shall be provided with I-inch holes to provide equivalent opening as in air valve, but not less than two. The quantity for each valve size is as follows: 2-inch, 4; 3-inch, 9; 4-inch, 16; 6-inch, 36; 8-inch, 64. 2.12 Retainer Glands A. Retainer glands for ductile iron pipe shall be Mega-Lug Series 1100, as manufactured by EBAA Iron, Uni-Flange Series 1400, as manufactured by Ford Meter Box Company, Stargrip Series 3000, as manufactured by Star Pipe Products, or Sigma One LOK Series SLD as manufactured by Nappco-Sigma. B. Retainer glands shall be provided at all mechanical joints, including fittings, valves, hydrants and other locations as shown on the Drawings. 2.13 Hydrant Tees Hydrant tees shall be equal to ACIPCO Al0180 or U.s. Pipe U-592. 2.14 Anchor Couplings Lengths and sizes shall be as shown on the Drawings. Anchor couplings shall be equal to ACIPCO A 10895 or U.s. Pipe U-591. 2.15 Hydrant Connector Pipe The connector pipe shall be ductile iron meeting the requirements of A WW A C153 and shall be cement lined in accordance with A WW A Cl04. The pipe shall have a 24-inch offset design so the hydrant can be adjusted to ensure placement at the proper grade and shall have an anchoring feature at both ends so that when used with mechanical joint split glands, a restrained joint is provided. The connector pipe shall be Gradelok as manufactured by Assured Flow Sales, Inc., Sarasota, Florida. TS-64 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 2.16 Concrete Concrete shall have a compressive strength of not less than 3,000 psi, with not less than 5.5 bags of cement per cubic yard and a slump between 3 and 5-inches. For job mixed concrete, submit the concrete mix design for approval by the Engineer. Ready-mixed concrete shall be mixed and transported in accordance with ASTM C 94. Reinforcing steel shall conform to the requirements of ASTM A 615, Grade 60. Concrete for thrust blocking and thrust collars shall be high early strength concrete. 2.17 Electronic Markers Electronic markers shall be buried with utilities to serve as a locating device. Electronic markers shall be the active, programmable type. Each marker shall be color coded in accordance with APW A standards and produce an industry specific frequency. Each marker shall contain a passive antenna that requires no internal power source. Markers shall be of water resistant polyethylene shells and impervious to minerals, chemicals, and underground temperature extremes. Electronic markers shall be compatible with 3M Dynatel 1420 EMS-iD'Marker Locator. Contractor shall supply one Marker Locator for use during installation and shall turn over Locator to City upon project completion. Markers shall be 3M Dynatel1423 XR/iD for water service. Part 3 Execution 3.01 Existing Utilities and Obstructions A. The Drawings indicate utilities or obstructions that are known to exist according to the best information available to the City. The Contractor shall call the Utilities Protection Center (UPC) (800-282-7411) as required by Georgia law (Code Section 25-9-1 through 25-9-13) and all utilities, agencies or departments that own and/or operate utilities in the vicinity of the construction work site at least 72 hours (three business days) prior to construction to verify the location of the existing utilities. B. Existing Utility Location: The following steps shall be exercised to avoid interruption of existing utility service. 1. Provide the required notice to the utility owners and allow them to locate their facilities according to Georgia law. Field utility locations are valid for only 10 days after original notice. The Contractor shall ensure at the time of any excavation that a valid utility location exists at the point of excavation. 2. Expose the facility, for a distance of at least 200 feet in advance of pipeline construction, to verify its true location and grade. Repair, or have repaired, any damage to utilities resulting from locating or exposing their true location. 3. Avoid utility damage and interruption by protection with means or methods recommended by the utility owner. TS-65 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 4. Maintain a log identifying when phone calls were made, who was called, area for which utility relocation was requested and work order number issued, if any. The Contractor shall provide the Engineer an updated copy of the log bi-weekly, or more frequently if required. C. Conflict with Existing Utilities 1. Horizontal Conflict: Horizontal conflict shall be defined as when the actual horizontal separation between a utility, main, or service and the proposed water main does not permit safe installation of the water main by the use of sheeting, shoring, tying-back, supporting, or temporarily suspending service of the parallel or crossing facility. The Contractor may change the proposed alignment of the water main to avoid horizontal conflicts if the new alignment remains within the available right-of-way or easement, complies with regulatory agency requirements and after a written request to and subsequent approval by the Engineer. Where such relocation of the water main is denied by the Engineer, the Contractor shall arrange to have the utility, main, or service relocated. 2. Vertical Conflict: Vertical conflict shall be defined as when the actual vertical separation between a utility, main, or service and the proposed water main does not permit the crossing without immediate or potential future damage to the utility, main, service, or the water main. The Contractor may change the proposed grade of the water main to avoid vertical conflicts if the changed grade maintains adequate cover and complies with regulatory agencies requirements after written request to and subsequent approval by the Engineer. Where such relocation of the water main is denied by the Engineer, the Contractor shall arrange to have the utility, main, or service relocated. D. Electronic Locator: Have available at all times an electronic pipe locator and a magnetic locator, in good working order, to aid in locating existing pipe lines or other obstructions. E. Water and Sewer Separation 1. Water mains should maintain a mmlmum 10 foot edge-to-edge separation from sewer lines, whether gravity or pressure. If the main cannot be installed in the prescribed easement or right-of-way and provide the 10 foot separation, the separation may be reduced, provided the bottom of the water main is a minimum of 18-inches above the top of the sewer. Should neither of these two separation criteria be possible, the water main shall be installed below the sewer with a minimum vertical separation of 18-inches. 2. The water main, when installed below the sewer, shall be encased in concrete with a minimum 6-inch concrete depth to the first joint in each direction. Where water mains cross the sewer, the pipe joint adjacent to the pipe crossing the sewer shall be cut to provide maximum separation of the pipe joints from the sewer. TS-66 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 3. No water main shall pass through, or come in contact with, any part of a sanitary sewer manhole. 3.02 Construction Along Highways, Streets and Roadways A. Install pipe lines and appurtenances along highways, streets and roadways in accordance with the applicable regulations of, and permits issued by, the Department of Transportation and City with reference to construction operations, safety, traffic control, road maintenance and repair. B. Traffic Control 1. The Contractor shall provide, erect and maintain all necessary barricades, suitable and sufficient lights and other traffic control devices; provide qualified flagmen where necessary to direct traffic; take all necessary precautions for the protection of the work and the safety of the public. Flagmen shall be certified by a Georgia DOT approved training program. 2. Construction traffic control devices and their installation shall be in accordance with the current Manual On Uniform Traffic Control Devices for Streets and Highways. 3. Placement and removal of construction traffic control devices shall be coordinated with the Georgia Department of Transportation and City a minimum of 48 hours in advance of the activity. 4. Placement of construction traffic control devices shall be scheduled ahead of associated construction activities. Construction time in street right-of-way shall be conducted to minimize the length of time traffic is disrupted. Construction traffic control devices shall be removed immediately following their useful purpose. Traffic control devices used intermittently, such as "Flagmen Ahead", shall be removed and replaced when needed. 5. Existing traffic control devices within the construction work zone shall be protected from damage. Traffic control devices requiring temporary relocation shall be located as near as possible to their original vertical and horizontal locations. Original locations shall be measured from reference points and recorded in a log prior to relocation. Temporary locations shall provide the same visibility to affected traffic as the original location. Relocated traffic control devices shall be reinstalled in their original locations as soon as practical following construction. 6. Construction traffic control devices shall be maintained in good repair and shall be clean and visible to affected traffic for daytime and nighttime operation. Traffic control devices affected by the construction work zone shall be inspected daily. 7. Construction background. background. warning signs shall be black legend on an orange Regulatory signs shall be black legend on a white Construction sign panels shall meet the minimum TS-67 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping reflective requirements of the Georgia Department of Transportation and City. Sign panels shall be of durable materials capable of maintaining their color, reflective character and legibility during the period of construction. 8. Channelization devices shall be positioned preceding an obstruction at a taper length as required by the current Manual On Uniform Traffic Control Devices for Streets and Highways, as appropriate for the speed limit at that location. Channelization devices shall be patrolled to insure that they are maintained in the proper position throughout their period of use. C. Construction Operations 1. Perform all work along highways, streets and roadways to minimize interference with traffic. 2. Stripping: Where the pipe line is laid along road right-of-way, strip and stockpile all sod, topsoil and other material suitable for right-of-way restoration. 3. Trenching, Laying and Backfilling: Do not open the trench any further ahead of pipe laying operations than is necessary. Backfill and remove excess material immediately behind laying operations. Complete excavation and backfill for any portion of the trench in the same day. 4. Shaping: Reshape damaged slopes, side ditches, and ditch lines immediately after completing backfilling operations. Replace topsoil, sod and any other materials removed from shoulders. 5. Construction operations shall be limited to 400 feet along areas, including clean-up and utility exploration. D. Excavated Materials: Do not place excavated material along highways, streets and roadways in a manner which obstructs traffic. Sweep all scattered excavated material off of the pavement in a timely manner. E. Drainage Structures: Keep all side ditches, culverts, cross drains, and other drainage structures clear of excavated material. Care shall be taken to provide positive drainage to avoid ponding or concentration of runoff. F. Landscaping Features: Landscaping features shall include, but are not necessarily limited to: fences; property corners; cultivated trees and shrubbery; manmade improvements; subdivision and other signs within the right-of-way and easement. The Contractor shall take extreme care in moving landscape features and promptly re-establishing these features. G. Maintaining Highways, Streets, Roadways and Driveways 1. Maintain streets, highways, roadways and driveways in suitable condition for movement of traffic until completion and final acceptance of the Work. TS-68 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND 3.03 3.04 Section 33 1113 Public Water Utility Distribution Piping 2. During the time period between pavement removal and completing permanent pavement replacement, maintain highways, streets and roadways by the use of steel running plates. Running plate edges shall have asphalt placed around their periphery to minimize vehicular impact. The backfill above the pipe shall be compacted as specified elsewhere up to the existing pavement surface to provide support for the steel running plates. 3. Furnish a road grader or front-end loader for maintaining highways, streets, and roadways. The grader or front-end loader shall be available at all times. 4. Immediately repair all driveways that are cut or damaged. Maintain them in a suitable condition for use until completion and final acceptance of the Work. Pipe Distribution A. Pipe shall be distributed and placed in such a manner that will not interfere with traffic. B. No pipe shall be strung further along the route than 1,000 feet beyond the area in which the Contractor is actually working without written permission from the City. The City reserves the right to reduce this distance to a maximum distance of 200 feet in residential and commercial areas based on the effects of the distribution to the adjacent property owners. c. No street or roadway may be closed for unloading of pipe without first obtaining permission from the proper authorities. The Contractor shall furnish and maintain proper warning signs and obstruction lights for the protection of traffic along highways, streets and roadways upon which pipe is distributed. D. No distributed pipe shall be placed inside drainage ditches. E. Distributed pipe shall be placed as far as possible from the roadway pavement, but no closer than five feet from the roadway pavement, as measured edge-to-edge. Location and Grade A. The Drawings show the alignment and grade of the water main and the location of valves, hydrants and other appurtenances. B. Prior to clearing and grubbing, the Engineer will provide a temporary bench mark along the water main route and at all other locations where the alignment of the water main changes significantly. c. Construction Staking 1. The base lines for locating the principal components of the work are shown on the Drawings. Base lines shall be defined as the line to which TS-69 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping the location of the water main is referenced, i.e., edge of pavement, road centerline, property line, right-of-way or survey line. The Contractor shall be responsible for performing all survey work required for constructing the water main, including the establishment of base lines and any detail surveys needed for construction. This work shall include the staking out of permanent and temporary easements to insure that the Contractor is not deviating from the designated easements. 2. The level of detail of survey required shall be that which the correct location of the water main can be established for construction and verified by the Engineer. Where the location of components of the water main, e.g. tunnels and fittings, are not dimensioned, the establishment on the location of these components shall be based upon scaling these locations from the Drawings with relation to readily identifiable land marks, e.g., survey reference points, power poles, manholes, etc. D. Reference Points 1. The Contractor shall take all precautions necessary, which includes, but is not necessarily limited to, installing reference points, in order to protect and preserve the centerline or baseline established by the Engineer. 2. Reference points shall be placed, at or no more than three feet, from the outside of the construction easement or right-of-way. The location of the reference points shall be recorded in a log with a copy provided to the Engineer for use, prior to verifying reference point locations. Distances between reference points and the manhole centerlines shall be accurately measured to 0.01 foot. 3. The Contractor shall give the Engineer reasonable notice that reference points are set. The reference point locations must be verified by the Engineer prior to commencing clearing and grubbing operations. E. After the Contractor locates and marks the water main centerline or baseline, the Contractor shall perform clearing and grubbing. F. Construction shall begin at a connection location and proceed without interruption. Multiple construction sites shall not be permitted without written authorization from the Engineer for each site. G. The Contractor shall be responsible for any damage done to reference points, base lines, center lines and temporary bench marks, and shall be responsible for the cost of re-establishment of reference points, base lines, center lines and temporary bench marks as a result of the operations. H. Construction Verification Survey allowance: The Construction Verification Survey cash allowance is solely for the use of the Engineer for verification of the Contractor IS reference points, center lines and work performed. The presence of this cash allowance in no way relieves the Contractor of the responsibility of installing reference points, centerlines, temporary bench marks, providing as- built drawings, or verifying that the work has been performed accurately. TS-70 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 3.05 Laying and Jointing Pipe and Accessories A. Water mains, valves, hydrants, and appurtenances shall be installed before the installation of the sub-base course or paving or any other utilities except sanitary sewer lines. B. Lay all pipe and fittings to accurately conform to the lines and grades established by the Engineer. c. Pipe Installation 1. Proper implements, tools and facilities shall be provided for the safe performance of the Work. All pipe, fittings, valves and hydrants shall be lowered carefully into the trench by means of slings, ropes or other suitable tools or equipment in such a manner as to prevent damage to water main materials and protective coatings and linings. Under no circumstances shall water main materials be dropped or dumped into the trench. 2. All pipes, fittings, valves, hydrants and other appurtenances shall be examined carefully for damage and other defects immediately before installation. Defective materials shall be marked and held for inspection by the Engineer, who may prescribe corrective repairs or reject the materials. 3. All lumps, blisters and excess coating shall be removed from the socket and plain ends of each pipe, and the outside of the plain end and the inside of the bell shall be wiped clean and dry and free from dirt, sand, grit or any foreign materials before the pipe is laid. No pipe containing dirt shall be laid. 4. Foreign material shall be prevented from entering the pipe while it is being placed in the trench. No debris, tools, clothing or other materials shall be placed in the pipe at any time. 5. As each length of pipe is placed in the trench, the joint shall be assembled and the pipe brought to correct line and grade. The pipe shall be secured in place with approved backfill material. 6. It is not mandatory to lay pipe with the bells facing the direction in which work is progressing. 7. Applying pressure to the top of the pipe, such as with a backhoe bucket, to lower the pipe to the proper elevation or grade, shall not be permitted. D. Alignment and Gradient 1. Lay pipe straight in alignment and gradient or follow true curves as nearly as practicable. Do not deflect any joint more than the maximum deflection recommended by the manufacturer. TS-71 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 2. Maintain a transit, level and accessories on the job to layout angles and ensure that deflection allowances are not exceeded. E. Expediting of Work: Excavate, lay the pipe, and backfill as closely together as possible. Do not leave unjointed pipe in the trench overnight. Backfill and compact the trench as soon as possible after laying and jointing is completed. Cover the exposed end of the installed pipe each day at the close of work and at all other times when work is not in progress. If necessary to backfill over the end of an uncompleted pipe or accessory, close the end with a suitable plug, either push-on, mechanical joint, restrained joint or as approved by the Engineer. F. Joint Assembly 1. Push-on, mechanical, flange and restrained type joints shall be assembled in accordance with the manufacturer's recommendations. 2. The Contractor shall inspect each pipe joint within 1,000 feet on either side of main line valves to insure 100 percent seating of the pipe spigot, except as noted otherwise. 3. Each restrained joint shall be inspected by the Contractor to ensure that it has been "homed" 100 percent. 4. The Contractor shall internally inspect each pipe joint to insure proper assembly for pipe 24-inches in diameter and larger after the pipe has been brought to final alignment. G. Cutting Pipe: Cut ductile iron pipe using an abrasive wheel saw. The Contractor shall cut the pipe and bevel the end, as necessary, to provide the correct length of pipe necessary for installing the fittings, valves, accessories and closure pieces in the correct location. Only push-on or mechanical joint pipe shall be cut. H. Lining Repair: Repair epoxy linings and recoat spigot ends of cut pipe with an epoxy coating as specified in Part 2 of this Section and as specified below: 1. Remove all burrs and areas of loose lining materials by sanding or scraping to bare metal. 2. Remove oil and lubricants used during field cutting. 3. Lining shall be stripped back a minimum of l-inch from the spigot end into well adhered lined areas. 4. Roughen 1 to 2-inches of good lining with a rough grade (40 grit) emery paper, rasp or small chisel, to allow an overlap between new and existing lining. 5. Apply lining repair material in the number of coats required to match the thickness requirements as specified in Part 2 of this Section and in accordance with the manufacturer's recommendations. TS-72 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping J. Valve and Fitting Installation 1. Prior to installation, valves shall be inspected for direction of opening, number of turns to open, freedom of operation, tightness of pressure-containing bolting and test plugs, cleanliness of valve ports and especially seating surfaces, handling damage and cracks. Defective valves shall be corrected or held for inspection by the Engineer. Valves shall be closed before being installed. 2. Valves, fittings, plugs and caps shall be set and joined to the pipe in the manner specified in this Section for cleaning, laying and joining pipe, except that 12-inch and larger valves shall be provided with special support, such as treated timbers, crushed stone, concrete pads or a sufficiently tamped trench bottom so that the pipe will not be required to support the weight of the valve. Valves shall be installed in the closed position. 3. A valve box shall be provided on each underground valve. They shall be carefully set, centered exactly over the operating nut and truly plumbed. The valve box shall not transmit shock or stress to the valve. The bottom flange of the lower belled portion of the box shall be placed below the valve operating nut. This flange shall be set on brick, so arranged that the weight of the valve box and superimposed loads will bear on the base and not on the valve or pipe. Extension stems shall be installed where depth of bury places the operating nut in excess of 24-inches beneath finished grade so as to set the top of the operating nut 24-inches below finished grade. The valve box cover shall be flush with the surface of the finished area or such other level as directed by the Engineer. 4. In no case shall valves be used to bring misaligned pipe into alignment during installation. Pipe shall be supported in such a manner as to prevent stress on the valve. 5. A valve marker shall be provided for each underground valve. Unless otherwise detailed on the Drawings or directed by the Engineer, valve markers shall be installed 6-inches inside the right-of-way or easement, and buried to a depth of 30-inches. In addition to a concrete valve marker where street curbs are installed, a saw cut 1/2" deep "V" notch on top of curb adjacent to the water valve location is required. 6. A precast concrete vault shall be installed for 24-inch valves and larger. K. Hydrant Installation 1. Prior to installation, inspect all hydrants for direction of opening, nozzle threading, operating nut and cap nut dimensions, tightness of pressure-containing bolting, cleanliness of inlet elbow, handling damage and cracks. Defective hydrants shall be corrected or held for inspection by the Engineer. TS-73 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 2. All hydrants shall stand plumb and shall have their nozzles parallel with or at right angles to the roadway, with pumper nozzle facing the roadway, except that hydrants having two-hose nozzles 90 degrees apart shall be set with each nozzle facing the roadway at an angle of 45 degrees. 3. Hydrants shall be set to the established grade, with the centerline of the lowest nozzle at least 12-inches above the ground or as directed by the Engineer. 4. Each hydrant shall be connected to the mam with a 6-inch branch controlled by an independent 6-inch valve. 5. When a hydrant is set in soil that is pervious, drainage shall be provided at the base of the hydrant by placing coarse gravel or crushed stone mixed with coarse sand from the bottom of the trench to at least 6-inches above the drain port opening in the hydrant to a distance of 12-inches around the elbow. 6. When a hydrant is set in clay or other impervious soil, a drainage pit 2 x 2 x 2 feet shall be excavated below each hydrant and filled with coarse gravel or crushed stone mixed with coarse sand under and around the elbow of the hydrant and to a level of 6-inches above the drain port. 7. Hydrants shall be located as shown on the Drawings or as directed by the Engineer. In the case of hydrants that are intended to fail at the ground-line joint upon vehicle impact, specific care must be taken to provide adequate soil resistance to avoid transmitting shock moment to the lower barrel and inlet connection. In loose or poor load bearing soil, this may be accomplished by pouring a concrete collar approximately 6-inches thick to a diameter of 24-inches at or near the ground line around the hydrant barrel. 8. All hydrants shall have fluorescent markings at the curb. Markings shall not be the same color as markings denoting water meters. 9. FIRE HYDRANTS SHALL NOT BE OPERATED WITH ANY TOOL EXCEPT A SPECIFICALLY DESIGNED FIRE HYDRANT WRENCH. It is the Contractor's responsibility to ensure that all new facilities are maintained in new condition until final completion of the project and acceptance by the City. Fire hydrants with damaged operating nuts shall not be accepted. 10. New fire hydrants, not yet in service, shall be bagged or tagged with appropriate II out of service" materials. All hydrant openings shall be capped, except when hydrant is being worked on. L. Air Valve Vaults 1. Construct the vault or manhole as detailed on the Drawings. TS-74 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 2. The frame and cover or floor door shall be cast into the top slab or cone. The floor door drain shall be piped to vault exterior. 3. Vaults and manholes shall be constructed such that their walls are plumb. M. Electronic markers will be provided for all water mains. Electronic markers shall be installed every 100 linear feet and as needed to establish a change in direction. Contractor shall program markers at the time of installation according to the information template specified by the City. Markers shall be programmed prior to installation, shall be locked to prevent further programming, and shall be buried 2.5 feet below finished grade, but no more than 4 feet below finished grade. The City shall verify programming and location of all electronic markers, and if placement and/or programmed information is not satisfactory, Contractor shall be responsible for replacing and re-installing the marker. 3.06 Connections to Water Mains A. Make connections to existing pipe lines with tapping sleeves and valves, unless specifically shown otherwise on the Drawings. B. Tapping Sleeves 1. Holes in the new pipe shall be machine cut, either in the field or at the factory. No torch cutting of holes shall be permitted. 2. Prior to attaching the sleeve, the pipe shall be thoroughly cleaned, utilizing a brush and rag, as required. 3. Before performing field machine cut, the watertightness of the sleeve assembly shall be pressure tested. The interior of the assembly shall be filled with water. An air compressor shall be attached, which will induce a test pressure of 250 psi. No leakage shall be permitted for a period of five minutes. 4. After attaching the sleeve to an existing main, but prior to making the tap, the interior of the assembly shall be disinfected. All surfaces to be exposed to potable water shall be swabbed or sprayed with a one percent hypochlorite solution. C. Connections Using Solid Sleeves: Where connections are shown on the Drawings using solid sleeves, the Contractor shall furnish materials and labor necessary to make the connection to the existing pipe line. D. Connections Using Couplings: Where connections are shown on the Drawings using couplings, the Contractor shall furnish materials and labor necessary to make the connection to the existing pipe line, including all necessary cutting, plugging and backfill. E. Valve Operating Service: Existing valves may be operated only with the specific authorization and direct supervision of the City. The only exception is an emergency situation affecting public health or safety. Any Contractor found TS-75 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping violating this provision may be subject to prosecution under the Code of City for tampering with City property. When the Contractor requires valve operating services for situations other than system shutdowns, e.g. fire hydrant relocations and service connection relocations, the Contractor shall request such services from the Department of Public Works at least eight working days in advance of the service. F. System Shutdowns and Interruption of Services 1. Shutdowns shall be coordinated directly through the City. The Contractor shall notify the Engineer in writing at least eight working days in advance when scheduling the work. When more than eight working days notice is deemed necessary by the City, the length of such notice shall be as shown on the Drawings. Scheduling of shutdowns shall be approved at the discretion of the City. The City reserves the right to cancel the shutdown if conditions warrant (i.e. heavy rain, main break, etc.). 2. Contractor will provide "Water Line Maintenance" signs as directed by the City. Signs will be as specified in Figure 1 at the end of this Section. 3. The City does not at any time guarantee the Contractor a 100 percent complete shutdown or dry shut. Dewatering shall be the responsibility of the Contractor. 4. Shutdowns will be permitted Monday through Thursday, exclusive of City holidays. The Contractor shall perform connections to existing mains requiring shutdowns at night. Unless otherwise specified by the City, the hours of the shutdown shall be limited from 12:00 midnight to 6:00 AM. In business districts and other areas of high water usage, circumstances may dictate limiting the hours of shutdown from 2:00 AM. to 6:00 AM. The excavation for the work shall be completed no later than 3:30 P.M. on the day prior to the shutdown to allow for inspection by the City. 5. The materials to be installed and the tools to be used shall be assembled and ready for inspection no later than 3:30 P.M. on the day prior to the shutdown. The inside of all water system pipe and fittings to be installed shall be cleaned and swabbed with a chlorine solution of 50 mg/L, and ends of lines shall be capped until the time of installation. All visible dirt and foreign materials shall be removed from the interior of the pipe and fittings. Immediately prior to installation of the assembly, the pipe and fittings shall again be swabbed with 50 mg/L chlorine solution. The Contractor shall review in detail his plan of operation with the Engineer at the time the excavated pipe work is inspected for readiness. 6. Excavation around the existing pipe shall be sufficient to allow the work to be performed without requiring additional excavation during the connection. Excavation shall be of sufficient depth to accommodate atminimum of 8-inches uniform depth of #57 stone which shall be placed by the Contractor over the entire bottom of the excavation. In addition, TS-76 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping there shall be a minimum of 12-inches clearance between the bottom of the pipe and the top of the #57 stone. 7. The Contractor shall clean and mark the locations on the existing pipe where the pipe cuts are to be made by 3:30 P.M. on the day prior to the shutdown. The Contractor shall measure the outside diameter of the pipe to be cut-in to be sure the proposed pipe and fittings are compatible with the existing pipe to be cut. All measurements shall be double- checked in the presence of the Engineer just prior to cutting the existing pipe. 8. The Contractor shall have sufficient crews and equipment on hand to perform the work for each connection. All equipment to be used during the work, including, but not limited to, pump, backup pump, backhoe, at least two pipe saws, fuel, tools, generators, light towers, tanker truck, etc., shall be test run and determined to be in proper running order prior to cutting of the existing pipe. If the Contractor fails to provide adequate equipment in proper running order, the Engineer has the option to cancel the work, and the Contractor shall request rescheduling when the deficiencies have been corrected. 9. The Contractor shall have available at the site of the work two full circle stainless steel repair clamps and two ductile iron mechanical joint plugs or caps as necessary for each size of pipe to be cut. If plugs or caps are used, appropriate thrust restraint shall be provided by the Contractor. 10. After an existing main has been taken out of service for the work, the Contractor shall make continuous progress toward restoring the water main to full service. The Contractor shall maintain sufficient crews, equipment, and supplies and shall not leave the work site until the water main work has been completed and restored to complete operation. 11. Any pump discharge shall be directed in such a manner as to ensure drainage away from the excavation to prevent flooding of streets or private property. 12. Hydrant service signs shall be placed by the Contractor on existing hydrants temporarily taken out of service as directed by the Engineer. Such signs shall remain in place until removal is approved by the Engineer. G. The Contractor shall be responsible for any additional expense incurred by the Owner from his failure to comply with the aforementioned requirements. The Contractor shall anticipate the additional expense in performing the work at night and under partial shutdown conditions. No claims for additional compensation shall be made by the Contractor for performing these operations outside normal working hours and complete shutdown conditions. 3.07 Thrust Restraint A. Provide restraint at all points where hydraulic thrust may develop. TS-77 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping B. Retainer Glands: Provide retainer glands where shown on the Drawings. Retainer glands shall be installed in accordance with the manufacturer's recommendations, particularly, the required torque of the set screws. The Contractor shall furnish a torque wrench to verify the torque on all set screws which do not have inherent torque indicators. C. Hydrants: Hydrants shall be attached to the water main by the following method: 1. The isolation valve shall be attached to the main by connecting the valve to the hydrant tee. 2. The isolation valve shall be attached to the hydrant by providing an anchor coupling between the valve and hydrant, if the hydrant and valve are less than two feet apart. Otherwise, provide ductile iron pipe with retainer glands on the hydrant and valve. D. Thrust Collars: Collars shall be constructed as shown on the Drawings. Concrete and reinforcing steel shall meet the requirements as specified in this Section. The split gland megalug or welded-on collar shall be designed to meet the minimum allowable load shown on the Drawings. The welded-on collar shall be attached to the pipe by the pipe manufacturer. E. Concrete Blocking 1. Provide concrete blocking for all bends, tees, valves, and other points where thrust may develop, except where other exclusive means of thrust restraint are specifically shown on the Drawings. 2. Concrete shall be as specified in this Section. 3. Form and pour concrete blocking at fittings as shown on the Drawings and as directed by the Engineer. Pour blocking against undisturbed earth. Increase dimensions when required by over excavation. The Contractor shall allow the concrete to set up for a minimum of 4-hours before backfilling. F. Harnessing 1. Provide harness rods only where specifically shown on the Drawings or directed by the Engineer. 2. Harness rods shall be manufactured in accordance with ASTM A 36 and shall have an allowable tensile stress of no less than 22,000 psi. Harness rods shall be hot dip galvanized or field coated with bitumastic before backfilling. 3. Where possible, harness rods shall be installed through the mechanical joint bolt holes. Where it is not possible, provide 90 degree bend eye bolts or duc-Iugs. TS-78 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 4. Eye bolts shall be of the same diameter as specified in A WW A Clll for that pipe size. The eye shall be welded closed. Where eye bolts are used in conjunction with harness rods, an appropriate size washer shall be utilized with a nut on each end of the harness rod. Eye bolts shall be of the same material and coating as the harness rods. 3.08 Inspection and Testing A. All sections of the water main subject to internal pressure shall be pressure tested in accordance with A WW A C600. A section of main will be considered ready for testing after completion of all thrust restraint and backfilling. B. Each segment of water main between main valves shall be tested individually. c. Test Preparation 1. The Contractor shall supply the pumps, water, temporary support or reinforcement as necessary for testing purposes, gauges and meters calibrated within 90 days of the test, and all the necessary apparatus and labor. The Contractor shall notify the Engineer at least 24 hours in advance of the test date and perform tests in the presence of the Engineer. 2. For water mains less than 24-inches in diameter, flush sections thoroughly at flow velocities, greater than 2.5 feet per second, adequate to remove debris from pipe and valve seats. For water mains 24-inches in diameter and larger, the main shall be carefully swept clean, and mopped if directed by the Engineer. Partially operate valves and hydrants to allow the water to flush the seats. 3. Provide temporary blocking, bulkheads, flanges and plugs as necessary, to assure all new pipe, valves, and appurtenances will be pressure tested. Pressure test shall not commence until after thrust restraint has been installed, the line has been backfilled, and at least seven days has passed since the last concrete thrust blocking was poured. 4. Fill pipeline slowly with water at a velocity of approximately one foot per second. Before applying test pressure, air shall be completely expelled from the pipeline and all appurtenances. Insert corporation cocks at highpoints to expel air as main is filled with water as necessary to supplement automatic air valves. Corporation stops shall be constructed as detailed on the Drawings with a meter box. 5. Provide a suitable pump with an accurate gauge to pump the line to the specified pressure. 6. The differential pressure across a valve or hydrant shall equal the maximum possible, but not exceed, the rated working pressure. Where necessary, provide temporary backpressure to meet the differential pressure restrictions. TS-79 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 7. Valves shall not be operated in either the opening or closing direction at differential pressures above the rated pressure. 8. Pressure shall be applied at intervals not to exceed 2000 feet. D. Test Pressure: Test the pipeline at 250 psi measured at the lowest point for at least two hours. Maintain the test pressure within 5 psi of the specified test pressure for the test duration. Should the pressure drop more than 5 psi at any time during the test period, the pressure shall be restored to the specified test pressure. Provide an accurate pressure gauge with graduation not greater than 5 psi. Any exposed pipe, fittings, valves, and joints shall be examined carefully during the test. Any damaged or defective pipe, fittings, or valves following the hydrostatic pressure test or leakage test shall be repaired in a manner approved by the Engineer or replaced with sound material, and the test shall be repeated until it is satisfactory to the Engineer. Allow the system to stabilize at the test pressure before conducting the leakage test. E. Leakage 1. A leakage test shall be conducted concurrently with the hydrostatic pressure test. The leakage test shall be performed with a calibrated water meter, calibrated pressure gauge, measure container, pump and water. The Contractor shall provide certification of calibration of testing devices indicating devices were calibrated within 90 days of actual tests. All equipment shall be approved by the Engineer prior to performance. 2. Leakage shall be defined as the sum of the quantity of water that must be pumped into the test section to maintain pressure within 5 psi of the specified test pressure for the test duration plus water required to return line to test pressure at the end of the test. Leakage shall be the total cumulative amount measured on a water meter. 3. The City assumes no responsibility for leakage occurring through existing valves. F. Test Results: No test section shall be accepted if the leakage exceeds the limits determined by the following formula: L = SD (P)1/2 133,200 Where: L = allowable leakage, in gallons per hour S = length of pipe tested, in feet D = nominal diameter of the pipe, in inches P = average test pressure during the leakage test, in pounds per square inch (gauge) As determined under Section 4 of AWWA C600. If the water main section being tested contains lengths of various pipe diameters, the allowable leakage shall be the sum of the computed leakage for each diameter. If any test of pipe laid discloses defects due to hydrostatic pressure test or leakage greater than that specified, the Contractor shall, at his own expense, locate and make repairs in a manner approved by the Engineer and TS-80 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 3.09 3.10 perform tests again until results are within allowable limits. All visible leaks shall be repaired regardless of leakage test results. G. Completion: After a pipeline section has been accepted, relieve test pressure. Record type, size and location of all outlets on record drawings. Disinfecting Pipeline A. After successfully pressure testing each pipeline section, disinfect in accordance with A WW A C651 for the continuous-feed method and these Specifications. B. Specialty Contractor: Disinfection shall be performed by an approved specialty contractor. Before disinfection is performed, the Contractor shall submit a written procedure for approval before being permitted to proceed with the disinfection. This plan shall also include the steps to be taken for the neutralization of the chlorinated water. c. Chlorination 1. Apply chlorine solution to achieve a concentration of at least 25 milligrams per liter free chlorine in new line. Retain chlorinated water for 24 hours. Water shall be supplied from a temporary source protected by appropriate backflow prevention devices. Backflow preventer must be approved by the City prior to connection. Chlorine shall be injected no more than ten feet from the beginning of the new main. 2. Chlorine concentration shall be recorded at every outlet along the line at the beginning and end of the 24 hour period. 3. After 24 hours, all samples of water shall contain at least 10 milligrams per liter free chlorine. Re-chlorinate if required results are not obtained on all samples. D. Disposal of Chlorinated Water: Reduce chlorine residual of disinfection water to less than one milligram per liter if discharged directly to a body of water or to less than two milligrams per liter if discharged onto the ground prior to disposal. Treat water with sulfur dioxide or other reducing chemicals to neutralize chlorine residual. Flush all lines until residual is equal to existing system. E. Bacteriological Testing: After final flushing and before the water main is placed in service, the Contractor shall collect samples from the line and have tested for bacteriological quality in accordance with the rules of the Georgia Department of Natural Resources, Environmental Protection Division. One set of samples shall be collected from every 1,200 feet of water main, plus one set from each end of main and one set from each branch. Testing shall be performed by the City's water laboratory. Re-chlorinate lines until required results are obtained. Protection and Restoration of Work Area A. General: Return all items and all areas disturbed, directly or indirectly by work under these Specifications, to their original condition or better, as quickly as possible after work is started. TS-81 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 1. The Contractor shall plan, coordinate, and prosecute the work such that disruption to personal property and business is held to a practical minimum. 2. All construction areas abutting lawns and yards of residential or commercial property shall be restored promptly. Backfilling of underground facilities, ditches, and disturbed areas shall be accomplished on a daily basis as work is completed. Finishing, dressing, and grassing shall be accomplished immediately thereafter, as a continuous operation within each area being constructed and with emphasis placed on completing each individual yard or business frontage. Care shall be taken to provide positive drainage to avoid ponding or concentration of runoff. 3. Handwork, including raking and smoothing, shall be required to ensure that the removal of roots, sticks, rocks, and other debris is removed in order to provide a neat and pleasing appearance. 4. The Department of Transportation's engineer shall be authorized to stop all work by the Contractor when restoration and cleanup are unsatisfactory and to require appropriate remedial measures. B. Man-Made Improvements: Protect, or remove and replace with the Engineer's approval, all fences, walkways, mail boxes, pipe lines, drain culverts, power and telephone lines and cables, property pins and other improvements that may be encountered in the Work. C. Cultivated Growth: Do not disturb cultivated trees or shrubbery unless approved by the Engineer. Any such trees or shrubbery which must be removed shall be heeled in and replanted under the direction of an experienced nurseryman. D. Cutting of Trees: Do not cut trees for the performance of the work except as absolutely necessary. Protect trees that remain in the vicinity of the work from damage from equipment. Do not store spoil from excavation against the trunks. Remove excavated material stored over the root system of trees within 30 days to allow proper natural watering of the root system. Repair any damaged tree over 3-inches in diameter, not to be removed, under the direction of an experienced nurseryman. All trees and brush that require removal shall be promptly and completely removed from the work area and disposed of by the Contractor. No stumps, wood piles, or trash piles will be permitted on the work site. E. Disposal of Rubbish: Dispose of all materials cleared and grubbed during the construction of the Project in accordance with the applicable codes and rules of the appropriate City, state and federal regulatory agencies. F. Swamps and Other Wetlands 1. The Contractor shall not construct permanent roadbeds, berms, drainage structures or any other structures which alter the original topographic features within the easement. TS-82 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping 2. All temporary construction or alterations to the original topography will incorporate measures to prevent erosion into the surrounding swamp or wetland. All areas within the easement shall be returned to their original topographic condition as soon as possible after work is completed in the area. All materials of construction and other non-native materials shall be disposed by the Contractor. 3. The Contractor shall provide temporary culverts or other drainage structures, as necessary, to permit the free migration of water between portions of a swamp, wetland or stream which may be temporarily divided by construction. 4. The Contractor shall not spread, discharge or dump any fuel oil, gasoline, pesticide, or any other pollutant to adjacent swamps or wetlands. 3.11 Abandoning Existing Water Mains A General: Abandon in place all existing water main segments indicated on the Drawings to be abandoned. Perform abandonment after the new water main has been placed in service and all water main services have been changed over to the new main. Salvage for the City, existing fire hydrants, valve boxes, valve markers, and other materials indicated on the Drawings or located on water mains abandoned. B. Capping and Plugging 1. Where existing water mains are proposed for abandonment and where portions of the water distribution system must be shut down, the Contractor will only be permitted to perform cut and plug operations on Monday through Thursday between the hours of 12:00 midnight and 6:00 AM. Furthermore, the City does not guarantee a complete shutdown of the distribution system should a shutdown be necessary. The Contractor shall anticipate cut and plug operations having to be carried out with the system under partial pressure and provide additional equipment as necessary for such an operation at no additional cost to the City. 2. Disconnect by sawing or cutting and removing a segment of existing pipe where cutting and capping or plugging is shown on the Drawings or directed by the Engineer. Provide a watertight pipe cap or plug and concrete blocking for restraint to seal off existing mains indicated to remain in service. Seal ends of existing mains to be abandoned with a pipe cap or plug or with a masonry plug and minimum 6-inch cover of concrete on all sides around the end of the pipe. The Contractor shall be responsible for uncovering and verifying the size and material of the existing main to be capped or plugged. C. Salvaging Materials: Salvage existing fire hydrants, valve boxes, valve markers and other materials as indicated on the Drawings and deliver salvaged items in good condition to the City's storage yard. Coordinate delivery and placement of salvaged materials in advance with the City. TS-83 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping D. Blow-Off Piping: Remove existing blow-off piping, located on segments of water mains to be abandoned, to a minimum of two feet below finished grade. Seal the end of remaining piping as specified above in paragraph B. Blow-off piping removed becomes the property of the Contractor. E. Pavement Removal and Replacement: Perform any necessary pavement removal and replacement in accordance with the details on the Drawings and Section 02575 of these Specifications. TS-84 WATER MAIN REPLACEMENTS FOR FORT GORDON RECREATION AREA AT LAKE THURMOND Section 33 1113 Public Water Utility Distribution Piping FIGURE 1 /- 6'1 Wate-rl Line I M · ti 0 : 6" 81n enance 4' -I 4' I 4IWATER OFF: I I Date 101 4IOFF APP~OX. HRS. 4" X 4" POST WATER LINE MAINTENANCE SIGN END OF SECTION TS-85 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS SECTION 33 12 19 WATER UTILITY DISTRIBUTION FIRE HYDRANTS PART 1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. Augusta Utilities Department's "Water & Sanitary Sewer Systems-Guidelines" (most recent edition); available at / /www.augustaga.gov / departments/planning_zoning/ dev _docs.asp. In the event that any specific item of work is not covered in this specification the above referenced document shall govern. 2. American Water Works Association (AWWA): a. C502, Dry-Barrel Fire Hydrants. b. C600, Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances. 3. ASTM International (ASTM): C94, Standard Specification for Ready-Mixed Concrete. 1.02 SUBMITTALS A. Action Submittals: Catalog cuts of system components. B. Informational Submittal: Certificate of Compliance: Upon completion of the system installation, Contractor to verify all fire department hose connections, and check all fire safety devices to ensure their readiness for emergency connection and operation. PART 2 PRODUCTS 2.01 FIRE HYDRANTS A. Hydrant: 1. Break flange or safety top type. 2. Nominal 5-1/ 4-inch main valve opening with 6-inch bottom connections. 3. Conform to A WW A C502. 4. Two 2-1 /2-inch hose nozzles. 5. One 4-I/2-inch pumper nozzle. 6. Operating Nuts: I-I/2-inch National Standard pentagon nut. 7. Mechanical joint inlet connection. 8. Yellow above ground line. 9. Integral Davidson Anti-Terrorist Valve. 10. Manufacturer and Product: a. Mueller; # A-240I8 b. M&H Figure I29T c. American A VK 2700 Series B. Main Valve: 1. 2. 3. Depth of Bury: 4 feet. Equip with O-ring seals. Valve opens on clockwise/ counterclockwise rotation as specified on drawings. WATER UTILITY DISTRIBUTION TS-86 FIRE HYDRANTS 33 12 19 REVISION JULY 2008 AUGUST A UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 4. U.s. Pipe Metro-Seal 250 Resilient Seated Gate Valve 2.02 PRECAST CONCRETE PIER BLOCK A. Nominal dimensions of 8-inch thickness by I6-inch square base. B. Compressive Strength: 3,000 psi at 28 days. 2.03 GRAVEL FOR DRAINAGE A. Washed 3/4-inch drainage gravel. Free of organic matter, sand, loam, clay, and other small particles that will restrict water flow through gravel. 2.04 FOUNDATION STABILIZATION MATERIAL A. Furnish when existing trench material or imported pipe base material will not support soft or flooded spots in excavated trench. B. Maximum 3-inch hard rock free from excessive clay material, but enough fines to bind larger fragments. 2.05 CONCRETE FOR THRUST BLOCKING A. Ready-mix meeting ASTM C94, Alternative 2. B. Compressive Strength: 3,000 psi at 28 days. C. Aggregate Size: 1-1/2 inches. D. Slump: 2 to 4 inches. 2.06 THRUST TIES A. 31 4-inch diameter steel rods. B. Duc-Lugs Manufacturer: The Stellar Corp., Columbus, OH. 2.07 MECHANICAL WEDGE ACTION TYPE JOINT: A. Prior to purchase and installation, type and application of this joint shall be approved by Engineer. B. Manufacturers and Products: 1. EBAA Iron; Mega-Lug 2. Smith-Blair, Inc.; 111 Cam-Lock PART 3 EXECUTION 3.01 GENERAL A. Install hydrants in accordance with Sections 3.7 and 3.8 of AWWA C600, unless specified otherwise. 33 12 19 REVISION JULY 2008 TS-87 WATER UTILITY DISTRIBUTION FIRE HYDRANTS AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 3.02 EXCA V A TION A. Excavate to subgrade. Fill over excavated areas with foundation stabilization material. Tamp to provide firm foundation. 3.03 BASE BLOCK A. Place on firm, level sub grade to ensure uniform support. 3.04 INSTALLATION OF HYDRANTS A. Locate hydrants to provide accessibility and to minimize potential damage from vehicles. 1. Relocate improperly set hydrants. 2. Hydrant Located behind Curbs: Set barrel so pumper nozzle or hose nozzle caps are a minimum of 18 inches from gutter face of curb. 3. Hydrant Located in Space between Curb and Sidewalk: Not less than 8 inches, clear from sidewalks. 4. Hydrant Located between Sidewalk and Property Line: Minimum clearance 8 inches from sidewalk. 5. Set hydrants so safety flange is a minimum of 2 inches above finished ground or sidewalk level. B. Place hydrant on base block carefully to prevent the base block from breaking. C. Joints shall conform to Section 3.4 of AWWA C600 when cast or ductile iron pipe is used. D. Maintain hydrant in a plumb position during subsequent Work. E. Hydrant valve not to exceed 4 feet from main line tee unless specifically approved by the Owner's representative. 3.05 GRAVEL FOR DRAINAGE A. Place gravel around base block and hydrant bottom in accordance with Section 3.7 of AWWA C600. 3.06 CONCRETE THRUST BLOCKING A. Place blocking after hydrant is set in final position and joined to pipe. B. Concrete thrust block shall have a minimum of 4 square feet of bearing area against undisturbed earth. 3.07 THRUST TIES A. Install thrust ties in lieu of concrete thrust blocking when ground surface behind hydrant is less than 2 feet above top of hydrant base. 1. Install two tie rods between main valve and hydrant. 2. Install mechanical joint glands with lugs in joints between hydrant, main valve and main line tee. 33 12 19 REVISION JULY 2008 WATER UTILITY DISTRIBUTION FIRE HYDRANTS TS-88 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 2.02 CONTRACTOR'S EQUIPMENT A. Furnish chemicals and equipment, such as pumps and hoses, to accomplish disinfection. B. Water used to fill pipeline may be supplied using a temporary connection to existing distribution system. Provide protection against cross-connections as required by AWWA C651. 2.03 DISINFECTANT A. The following disinfectant product(s) shall not be used: chlorine gas. PART 3 EXECUTION 3.01 GENERAL A. Conform to A WW A C65I for pipes and pipelines, except as modified in these Specifications. B. Disinfect the following items installed or modified under this Project, intended to hold, transport, or otherwise contact potable water: 1. Pipelines: Disinfect new pipelines that connect to existing pipelines up to point of connection. 2. Disinfect surfaces of materials that will contact finished water, both during and following construction, using one of the methods described in A WW A C652 and C653. Disinfect prior to contact with finished water. Take care to avoid recontamination following disinfection. C. Prior to application of disinfectants, clean pipelines of loose and suspended material. D. Allow freshwater and disinfectant solution to flow into pipe or vessel at a measured rate so chlorine-water solution is at specified strength. Do not place concentrated liquid commercial disinfectant in pipeline or other facilities to be disinfected before it is filled with water. E. Owner will supply sufficient potable water and testing for the Contractor to complete the initial execution outlined in this section. The Contractor is responsible to the Owner for the costs of additional potable water and testing due to failure of the initial tests. 3.02 SEQUENCING AND SCHEDULING A. Commence initial disinfection after completion of following: 1. Completion and acceptance of internal painting of system(s). 2. Hydrostatic and pneumatic testing, pressure testing, functional and performance testing and acceptance of pipelines, pumping systems, structures, and equipment. 3. Disinfection of: a. Pumps and associated system piping. b. Treatment plant basins and processes used to supply water to system. 33 13 00 REVISION JULY 2008 TS-91 DISINFECTION OF WATER UTILITY DISTRIBUTION AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 3.06 DISPOSAL OF HEAVILY CHLORINATED WATER A. Do not allow flow into a waterway without neutralizing disinfectant residual. B. See the appendix of A WW A C65I or C652 as applicable for acceptable neutralization methods. 3.07 TESTING A. Collection of Samples: 1. Coordinate activities to allow Samples to be taken in accordance with this Specification. 2. Provide valves at sampling points. 3. Provide access to sampling points. 4. The Owner's laboratory will obtain the Samples. B. Test Equipment: 1. The Owner's laboratory will provide the testing equipment. C. Chlorine Concentration Sampling and Analysis: 1. The Owner's laboratory will collect and analyze Samples in accordance with pertinent A WW A sections. 2. Sampling Frequency for Disinfecting Solution: 2 Samples per segment tested. 3. Residual Free Chlorine Samples: 2 Samples per segment tested. 4. Dechlorinated Disinfecting Wastewater Residual Samples: as necessary. 5. Sampling Locations: as determined by the Owner /Engineer. 6. Analysis to be performed by the Owner's laboratory. Samples will be analyzed for free chlorine as described in latest edition of Standard Methods for Examination of Water and Wastewater. D. After tanks, reservoirs, pumps, and pipelines have been cleaned, disinfected, and refilled with potable water, Owner will take water Samples and have them analyzed for conformance to bacterial limitations for public drinking water supplies. 1. Samples shall be collected in accordance with applicable A WW A Standard. 2. Samples shall be analyzed for coliform concentrations in accordance with latest edition of Standard Methods for the Examination of Water and Wastewater. 3. A minimum of two Samples on each of 2 consecutive days from each separable structure and every 1,000 feet of pipeline shall be obtained and analyzed by standard procedures outlined by state and local regulatory agencies. 4. Sampling points shall be representative and accepted by the Owner/Engineer. 5. Initial samples at each location to be scheduled on a Monday, Tuesday, or Wednesday unless a deviation is specifically approved by the Owner. 6. Contractor shall provide the Owner a minimum of 48-hours notice prior to the initiation of the sampling process. E. If minimum Samples required above are bacterially positive, disinfecting procedures and bacteriological testing shall be repeated until bacterial limits are met. END OF SECTION 33 13 00 REVISION JULY 2008 TS-93 DISINFECTION OF WATER UTILITY DISTRIBUTION