Loading...
HomeMy WebLinkAboutBROOKWOOD DRIVE 16 INCH WATER MAIN I I I I I I I I I I I I I I I I I I I j~4t /7?~9 CONTRACT DOC~IENTS AND SPECIFICATIONS FOR BROOKWOOD DRIVE 16-INCH WATER MAIN Project No. 70125 Augusta, Georgia AUGUSTA-RICHMOND COUNTY COMMISSION I Cranston, Robertson & VVhitehurst, P.C. Engineers - Planners - Surveyors P.O. Box 2546 - 452 Ellis Street Augusta, Georgia 30903 April, 2004 03-093 ~ I I I I I I I I I I I I I I I I I I I I. II. III. Addendum No. 1 to the Contract Documents and Drawings for the construction of PROJECT NO. 70125 BROOKWOOD DRIVE 16 - INCH WATER MAIN Our File No. 2003-093 March 30, 2005 The following questions from the Pre-Bid Conference have been addressed: A. Will FIELD LOK 350 Gaskets be an acceptable form of restraint for the restrained joint pipe required? Yes, FIELD LOK 350 Gaskets are rated for operating pressures up to 350 psi which meets the specified requirements. B. Is closing/detouring Brookwood Drive an option during construction? At a minium, local traffic must be maintained at all times. As noted in the "Roadway Notes" on Sheet 2 of the contract drawings, an official traffic control plan must be reviewed and approved by the Traffic Control Division of the Augusta Public Works Department. The following clarifications/amendments have been made to the contract drawings: (No revised contract drawing sheets will be reissued.) A. Sheet 2 - Revise all pay items and quantities in the Detailed Estimate to match enclosed revised Proposal Section (P-l through P-5) on Pages 2-6 of9. B. Sheet 15 - Add enclosed "Typical Roadway Section (Brookwood Drive)" on Page 10 of 10. The following items have been revised or added to the contract documents and specifications: A. Proposal - Delete the Proposal Section (P-l through P-5) in its entirety and replace with the enclosed revised Proposal Section on Pages 2-6 of 9. B. TS-13 - Delete The Measurement Payment Section (TS-13-1 through TS-13-3) in its entirety and replace with the enclosed revised TS-13 on Pages 7-9 of 9. Addendum No. 1 Page 1 of 10 I ,t I I I I I I I I I I I I I I I I I I s~ PROPOSAL DATE: 4/1212005 Gentlemen: In compliance with your invitation for bids. the undersigned hereby proposes to famish all labor, equipment and materials. and to pcrfOm'J all work for the project referred to herein as: BROOKWOOD DRIVE 16-INCH WATER MAIN Project No. 70125 in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: Eight H1llldred Thirty-Thousand One H1llldred Nine. and 93 /100 dollars (830,109.93 ) The undersigned hereby &gr.eeS that, upon written acceptance of this bi~. he will witbiD 10 days of receipt of sucb 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. <.lID calendar days after the date of written notice to proceed. and that he will complete the work within One Hundred r~ (ISO) calendar days after the date of such JI.otice. The undersigned acknowledges receipt of the following addenda: #1 dated 3/30/2005 Enclosed is a bid guarantee, consisting of 10% of Bid in the amount of 10% of Bid Respectfully submitted, Construction Perfected. Inc. FIRM NAME 587 Cherty Avenue North Augusta, SC 29841 BUSINESS ADDRESS ~ BY: w. Brnndon Cooper L. 1TI'LE: Vice President Addendum No. 1 Page 2 of 10 "!HI"C- =- c:lQU;;) G" ..~ I I I I I I I I I I I I I I I I I I I H"\:.... "'1,.Jr'<;1..nI'1~ l NU (~~~GqO~G ~.~;;)/~G BID SCHEDlJl..B BROOKWOOn DRIVE 16-lNCHW ATER MAIN TO ACCOMPANY TIlE PROPOSAL OF Project No. 70125 BIDDER: Construction Perfected, Inc. ADDRESS: 587 Cherry Avenue North Augusta, SC 29841 JTEM NO. L W-2F W-3F W-4 W-4A W-5 W-6 W-8 W-IOF W-12 D~CIUPl'ION. OUANTITY. UNIT III UNIT PRICE WATER MAIN 16" diameter ductile iron water transmission main Class 350. standard joint 3,250 LF @ $ 59.77 IU' 16" diameter ductile iron water transmission main Class 350. ~trained joint 1,220 LF @ $ 70.54 IU Jack & bore 24" diameter steel casing. minimum wall thickness 0.375" with 16" diameter restrained joint ductile iron carrier pipe Cass 350 and end seals included 165 LF @ $ 390.32 ILF Open cut 24" diameter steel casinl. minimum waIl thickness 0.375" with 16" diameter rcstrainedjoint ductile iron carrier pipe class 350 and end seals included 55 LF @ $ 198.15 IU Select backfill, GA DOT Type I. Class I & n (sand/clay) - measured by inpJace volume S.OOO CY fA) $ 4.03 ICY Miscellaneous ductile iron pipe fittings and Connections 8.500 LB @ _$ 2.30 ILB Fire hydrant, installed complete with valve, lead pipe, joint restraint. and bloekiug 3 EA @ $ 3572.20 lEA 16" in-line gate valve. gear operated.. including valve box. m9taIled. complete. open right 4- 'BA @ $ 5156.07 lEA lOJ air release valve. including 48" diameter precast concrete mRnhole. instRIIed. c-omplete 4 EA @ $ 1654.24 lEA Addendum No.1 Page 3 of 10 AMOUNT $ 194,252,50 $ 86,058.80 $ 64,402.80 $ 10,898.25 S 20,150.00 $ 19,550.00 $ 10,716.60 $ 20,624.28 $ 6616.96 ,. '""-,~-""........ c.c:.~.J. ~"- r,-",\.",f'Y"I'lJ"',y 11:,Ig...J,A.c;;.~, r.c"g,...c. I ITItM NO. DESCll1ruQN. OUANlTI'Y, UNIT 4 UNIT PJU.CE AMOUNT I W-13 16" x J6" tapping sleeve, valve, valve box., complete 1 SA @ $ 12,139.26 lEA $ 12,139.26 W-17 Polyethylene wrap of ductile iron water transmission maiD I 300 LF (lIJ $ 3.12 ILF ~ 936.00 i I W-21 Miscellaneous Class A concrete (Thrust Blocks, Concrete I Encasement. etc.) 100 CY Ci $ 115.00 ICY $ 11,500.00 I W-22 Asbestos cement or cast iron water main crossing. sizes vary 4 EA @ $ 1725.00 lEA $ 6900.00 I W.23 Clay pipe sewer crossings, sizes vary 6 . BA @ $ 584.22 lEA $ 3505.32 I W-24 3/4" and I" galvanized water service line removal aDd replacement with 1" copper lines installed complete 15 EA @ $ 709.52 lEA $ 10,642.80 I Subtotal $478,893.57 I D. l& VEMENT STRUCTIJRIl'--$ P-l Asphalt overlay, Type F. 1.5" thick 8.150 Sy @ $ 4.63 ISY $ 37,734.50 I P-2 Graded aggregate base, .10S' dUck. 7' wide and asphalt patch 2.5" thick, 7' wide, including removal of 2.5" GAB I and placement of bituminous tact coat 2,000 Sy @ $ 23.00 ISY $ 46,000.00 I P-4 MilliDg, 2"- 3" 8,000 SY @ $ 1.73 ISY S 13,840.00 P-s 4" thick concrete sidewalk, 3000 psi mix. ODOT I Standard 9031-W ISO SY @) $ 28.75 ISY $ 4312.50 I P-6 6" thick concrete driveways. 3000 psi ~ ODOT Standard 6050 275 SY @ S 34.50 ISY $ 9487.50 I P-7 2" asphalt pavement drivewaylparlting lot replacement 800 SY @ $ 17.25 ISY $ 13,800.00 I P-8A 24" concrete curb and gutter removal and replacement (as appropriate and necessary) 1 ,200 LF @ $ 13.80 ILF $ 16,560.00 I I Addendum No.1 Page 4 of 10 I I I I I I I I I I I I I I I I I I I I ,-rEM NO. p.8B P-IO DL M-l M-2 M.3 M-4 M-6 M-7 IV. LS-l . . . . . . . . . . . . . ImSCJUr'I'IO:Ne OUAIi .lUTe UNIT. (Jl'QT PRICE 30" concrete curb and gutter removal and replacement, GOOT Standard 9032-B T~ 2 (as appropriate and . necessary) 200 LF @ $ 14.95 IU 4" aggregate surface course drivelparlWlg area (to match existing) ISO SY <I $ 5.75 ISY t.:..l'u.......,~ ,.ur'.l.G. AMOUNT $ 2990.00 $ 862.50 Subtotal $ 145,587.00 M'NrRI,LANEOUS Plowable fill 1SO CY (il $ 69.00 ICY Rock excavation 1.soo CY @.J 58.65 ICY Foundation backfill, OA DOT Type n. for additional unclassif1ed excavation 400 CY @ ~ 43.13 ICY Clearing and Grubbing 1.0 AC ~ S 6325.00 lAC Sodding 4,000 @ $ .58 /SF SF Erosion Control Slope Mat (If directed by Owner's Representative) 350 SY @ $ 3.16 ISY $ 10,350.00 $ 87,975.00 $ 17,252.00 $ 6325.00 v --q $ 2320.00 $ 1106.00 Subtotal $ 125,328.00 LUMP SUM CONSTRUcnON lump sum ~strUCtion (inclUdes but is not limited to the items listed) Remove and nut fencea. aD type. Remove and met pes, all types 1lemov~ and leta\ SlOtm sewer, left8tbs UKl slza "WI)' RlIIIIOve and rCCOlU1eCt water sorvioes Remove and reconnect -lItY sewer services Remove and lOB. water sprinJdBT systems. ~plCle Remove aDd reset water valve and/or meters, size VariClS RemDve 8Dd reset yard lamps. type vanCl$ Remove aDd reset mailboxes. type VIIi. Rccons1nJCt brick wall, bciJht varies Remove JII1d TC8el sips, type valies Remove ;md rcscl cxislina fire hydrams and valves Property rcatoratioa &; penIUUleDl JJI'IIUinJ Brosion and sediment control (k.uporaty arassma, conftnlCtion exits, riptap, sediment traps. misc. erosion conarol strictura) Traffic ~l Addendum No.1 Page S of 10 I I I I I I I I I I I I I I I I I I I . Raise to arade manhoJes and valve boxa MUceJlaneoU$ aradi1li MobillzatJon. demobWzauOft Bouds 8JJd insurance GabiDD retaining wans Sih fence. Type II A" SUt ~ Type lie" Lump Sum . . . . $ 80,301.36 Subtotal $ 80,301.36 Grand Total $ 830,109.93 All items which must be removed by the contractor during construction, and which are not specifically shown to be paid for otherwise, are to be ICDlOved without additiooaJ paymenL AU costs fOf this removal and resetting (if necessary) sbaJJ be included in pay item "Lump Sum ColJStruction. " * Note to Bidders: For a eomplete description of bid items refer to the ieclmical spedftcallons. Addendum No. 1 Page 6 of 10 I I I I I I I I I I I I I I I I I I I SECTION TS-13 MEASUREMENT AND PAYMENT WATER MAIN ITEMS W -1A THRU W -3.T 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, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these items. ITEM W -4A Open cut 24" diameter steel casing line item shall be measured in linear feet and shall include costs for casing pipe, carrier pipe, installation, trench excavation, trench box, dewatering, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payments shall be made for these items. ITEM W -5 Select backfill shall be measured in cubic yards and shall include costs for the removal and disposal of unsuitable materials, 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 ductile or cast iron pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation except normal joints and gaskets regardless of material. No additional payment shall be made for these items. 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 THRU 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 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 -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. Addendum No. 1 Page 7 of 10 I I I I I I I I I I I I I I I I I I I ITEM W -21 Miscellaneous concrete shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM W -22 Asbestos cement or cast iron water main crossing shall be measured individually (each) and shall include the cost for ductile iron pipe, hymax couplings, installation, trench excavation, trench box, dewatering, asphalt cutting, normal backfill, leakage testing, pipe sterilization, bacteriological testing and flushing. No additional payment shall be made for these items. ITEM W -23 Clay pipe sewer crossing shall be measured individually (each) and shall include the cost for ductile iron pipe, femco couplings, installation, trench excavation, trench box, dewatering, asphalt cutting, normal backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV camera inspection as required. No additional payment shall be made for these items. ITEM W-24 3/4" and 1" galvanized water service removal and replacement with 1" copper lines shall be measured individually (each) and shall include the cost for removal and replacement from the main to the meter, piping, water meter connection, dewatering, asphalt/concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. PAVEMENT STRUCTURES ITEMS P-l Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary and permanent striping (replace in kind) and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P-2 Aggregate base (10-112" thick) and asphalt patch (2-1/2" thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2-112" 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 maximum width of seven (7) feet for payment purposes. 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. The milling depth shall be between 2"- 3" as directed by the Owner's representative. No additional payment shall be made for these items. ITEMS P-5 THRU 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. No additional payment shall be made for these items. ITEM P- 7 Asphalt driveway/parking lot 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-8A THRU P-8B 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, Addendum No.1 Page 8 of 10 I I I I I I I I I I I I I I I I I I I installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. ITEM P-I0 Aggregate surface course, to match existing, shall be measured in square yards and shall include costs for all materials, labor, equipment, installation, and excess materials. No additional payment shall be made for these items. MISCELLANEOUS ITEM M -1 Plowable 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. 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 M-3 Foundation backfill shall be measured in cubic yards and shall include costs for the removal and disposal of unsuitable materials, backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. The maximum trench width used to calculate the volume will be 7 feet. 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 -6 Sod shall be measured in square feet and shall include costs for materials, installation, fertilizers, transportation, and stockpiling. No additional payment shall be made for these items. ITEM M-7 Erosion Control Slope Mat shall be measured in square yards and shall include all costs for materials and installation. No additional payment shall be made for theses 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. Addendum No.1 Page 9 of 10 EXISTING 24" CURB & 'GUTTER .), .~'.:.~.',.r" ..... ..... \' , .,. .... ..... .. . . " . ( /' ,/ ,/ ,/ // ,/ ,/./ ,/ ,7/' / ,/ ,/ ,/ L/ // ,/ /,/ / /. // /' / >7< ',/ .' . v".//'//'7----rr-", ,I', /7>//'//' '/'<''//'./'' /', / . 41 . 4 .'. '1, ,...,/,~ ./ ,'\.(/,,,</, ....V'-, "., ...........V....... '--...: /<"</<'.....(/ ......... ',: /....... ....., /... /................< / . ",,' l:-- '... /........ , 'S--......., , ,., ...... /.,".... " '. ,".,..... /........"-....,,).-....... ..... /' ..... ...'''-...." '\ ...,.....;-... '" '-,'\, /....,,', I . .' -. . -. : _ 41.., Y /;.....//<>'//........> /':...;//'~......)/ ....../ /)/ /"'/ /~......y/'.....//'/ ,.....//' //'>;// , . . . "..../ ~ /,///...:'//...., /',/ '....//'</ 'y/..........'/.../ /--(/ /'..... ,"'.''-...........<-..:<"-....::.-(:-...,''......v....,.',,.....,,'-...:/ -...!...<''-.<...........'...../ '... ",.(...........'/.:-..." ~,<...........'\<'........<, ."..."...., ./.......... ;..->,......../.. ......./,..... ./)-...'y>-.', /...;..,~/...........'/>.... \,/ '/... ...... /..... .... ,.... ' ., / ',':/ ...../ / ,</ //,/ / ,.... /// //./ EXISTING OVERLAY " ./ . BASE ORIGINAL ASPHALT EXISTING [EXISTING 24" CURB & GUTTER~STOP NEW OVERLAY AT EDGE OF EXISTING GUTTER . / /NEW 1.%/2- TYPE F ASPHALT OIie\'LAY I ~ l~'.~A" A 1\. . 'I." "'; \.:.....' c.:......-...-'--~._~~' ./// / / //' /./ / ./' .... ,/,./ /". ,,I' /. ,/ .... .. '. i....L / './ / 'I' /, / / .' /..~./ /./ / / ,/ / / L... 4. - .... ," . '~1. .~., ".1:', ..... I"..... "'-..../~ ......... ',/.. '- '..../ -~ ... /:.'" ... --.../. ......., """../" ,..../::,~~,/0..I"'"" /....0./,,_ .' . ... . '. .": .... ,J:.... '" >.", " "". '" ..../....., /,....,......' "/'- ........, >,,'...., .....,......., '" ,"......... ", ':"... ....., '/', ...., , '"'' ..... /.......' /.,....." >- . . . ., ~ . . 1. ...... '/ ''-.: Y ........ ';/ /' /.... '/ /", '--/: ", ./ /... '/ ;" / /". ./ r....... '/ /. '/ /-., /" ' . : : ; ..,..:. '" .... 4..... ',c, 'K'..'-<'// /<//,,:.:(....//~~(//:<//.~ / ("..../;<~>//<'::: ~/~~/ /{///~<//' / y~/</// . " " "',,/ "" " .....'" '-, '" '."'", '\, '. " '.' .......... '-.: " ., " " .... ,.'/...... "'//' ,'j."....,/...... ", '';'\. ...,/...... '....>-'::",..... /'. ..... :,..'\, ...,.... '/' ", ...., .........., '>/....,'......'..,.'........>....,.... ,....... "" >"" ''-..,)'...........' / /"; />/' /';-.../ /'>//' 1/,-/ //....V / , />>///;'/' " '., /' /';,; / >-/ /', /' / " ./ ,. ./' /" /,', / ,/ '/\,,\ -...:' /, / '. ....... .... / '"':''':J-''' '" '-l /, " /..... '-':' EXISTING OVERLAY BASE ORIGINAL ASPHALT I *'AILL TOP 2--:r OF EXISTING ASPHALT OIie\'LAY AND REPLACE WITH 1.%/2- TYPE F ASPHALT OVERLAY. I I PROPOSED TYPICAL ROAD"W A Y SECTION (BROOK"WOOD DRIVE) NTS I I BROOK"WOOD DRIVE - 16.. "WATER MAIN PROJECT NO. 70125 I PREPARED BY ~ Cranston, Robertson & Whitehur st,- P .C. _ EWS SIREEI' - P.D. DRAIER _ - -.sTA. _ 31*13 _ - I'lMWDfS - __ PH: 0f16I 722-11BS aMI:"",--,_ ADDENDUl\II NO.1 SHEET 10 OF 10 2003-0093 3/30/05 I I I I I I I I I I I I I I I I I I I CONTRACT DOCUMENTS AND SPECIFICATIONS FOR BROOKWOOD DRIVE 16-INCH WATER MAIN Project No. 70125 Augusta, Georgia AUGUSTA-RICHMOND COUNTY COMMISSION The Honorable Bob Young, Mayor Betty Beard Marion F. Williams Barbara Sims Richard Colclough Bobby G. Hankerson Andy Cheek Tommy Boyles Jimmy Smith Williams H. Mays, III Don A. Grantham George Kolb Administrator Max Hicks Director, Augusta Utilities Department Cranston, Robertson & Whitehurst, P.c. Engineers - Planners - Surveyors Augusta, Georgia April, 2004 03-093 I I I I I I I I I I I I I I I I I I I T ABLE OF CONTENTS SECTION TITLE NO. OF PAGES I Invitation for Bids 1 ill Instructions to Bidders 3 P Proposal 5 BB Bid Bond 2 NA Notice of Award 1 A Agreement 3 PB Performance and Payment Bonds 5 NP Notice to Proceed 1 GC-O Index to General Conditions 1 GC General Conditions 64 SC-O Index to Special Conditions 1 SC Special Conditions 11 TS-O Index to Technical Specifications 1 TS Technical Specifications 65 I Invitation To Bid I Sealed bids will be received at this office until 3:00 p.rn., Tuesday, April 12, 2005 to include but is not limited to installation of 16" DIP water main generally along Brookwood Drive. I Bid #05-085 Brookwood Drive 16-lnch Water Main for Augusta Utilities Department BIDS will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: I Geri A. Sams, Director Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 I I BID documents may be obtained at the office of Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta, GA 30911. Copies maybe obtained upon payment of$7 5 .00 (non-refundable). Documents may be examined by appointment only during regular business hours at the offices of Augusta, GA Procurement Department, Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30901; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901.. I A MANDATORY Pre-BID Conference will be held on Tuesday, March 15,2005 at 10:00 a.m. in Room 605 of the Procurement Department. All questions must be submitted in writing by Friday, March 18, 2005 @ 3:00 p.rn. to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. I It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. I I No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 1 O%Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. I Bidders will please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments that may be required by the bid invitation are material conditions of the bid. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta Commission. Please mark BID number on the outside of the envelope. I I I Bidders are cautioned that sequestration of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program Human Resources Department at 706-821-2303. I GERI A. SAMS, Procurement Director I Publish: Augusta Chronicle Metro Courier February 17,24, March 3, 10,2005 February 23,2005 cc: Tameka Allen Brenda Byrd-Pelaez Yvonne Gentry Max Hicks Michele Healy Jim Rush Augusta, GA Interim Deputy Administrator Augusta, GA Human Resources DBE Coordinator Augusta, GA Utilities Department CH2M Hill CH2M Hill I I I I I I I I I I I I I I I I I I I I I I 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 EXAMINA TION 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 INTERPRET A TIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Director of Augusta Utilities Department c/o Augusta Purchasing Department, 530 Greene Street, Room 605, Augusta, Georgia 30911 and to be given consideration must be received at least five 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 certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. IB-l I I I I I I I I I I I I I I I I I I I 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. 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 A WARD 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 OUALIFICATIONS 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-2 I I I I I I I I I I I I I I I I I I I 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-OS 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-09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT It is the intent of the Augusta-Richmond County Commission to increase the involvement of qualified minority and economically disadvantaged businesses in the contracted work of County Government. In an effort to support this intention, this project is offered to all qualified firms. The bids will be evaluated based on qualifications, price and construction time. With all other items being considered equal, the contract, if awarded will be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as subcontractors on this project. The bidders shall include with their bid a statement of qualification for themselves and/or any qualified subcontractors explaining why they should be considered a minority or economically disadvantaged firm. If the firm does not fall into this category, no information is necessary. IB-3 I I I I I I I I I I I I I I I I I I I SECTION P PROPOSAL DATE: Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and to perform all work for the project referred to herein as: BROOKWOOD DRIVE 16-INCH WATER MAIN Project No. 70125 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 (lQ) calendar days after the date of written notice to proceed, and that he will complete the work within One Hundred Fifty (150) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: Enclosed is a bid guarantee, consisting of in the amount of Respectfully submitted, FIRM NAME BUSINESS ADDRESS BY: TITLE: P-l I I I I I I I I I I I I I I I I I I I BID SCHEDULE TO ACCOMPANY THE PROPOSAL OF BIDDER: ADDRESS: ITEM NO. I. W-2F W-3F W-4 W-4A W-5 W-6 W-8 W-lOF BROOKWOOD DRIVE 16-INCH WATER MAIN Project No. 70125 DESCRIPTION. QUANTITY. UNIT & UNIT PRICE WATER MAIN 16" diameter ductile iron water transmission main Class 350, standard joint, including Type II (No. 57 stone) bedding material 3,250 L.F. @ $ /L.P. 16" diameter ductile iron water transmission main Class 350, restrained joint, including Type II (No. 57 stone) bedding material 1,125 L.P. @ $ /L.P. Jack & bore 24" diameter steel casing, minimum wall thickness 0.375" with 16" diameter restrained joint ductile iron carrier pipe Class 350 and end seals included 165 L.P. @ $ /L.P. Open cut 24" diameter steel casing, minimum wall thickness 0.375" with 16" diameter restrained joint ductile iron carrier pipe class 350 and end seals included 55 L.P. @ $ /L.P. Select backfill, GA DOT Type I, Class I & II (sand/clay)- measured by inplace volume 5,000 CY @ $ ICY Miscellaneous ductile iron pipe fittings and connections 8,500 LB @ $ /LB Fire hydrant, installed complete with valve, lead pipe, joint restraint, and blocking 3 EA @ $ lEA 16" in-line gate valve, gear operated, including valve box, installed, complete, open right 4 EA @ $ lEA P-2 AMOUNT $ $ $ $ $ $ $ $ I I ITEM NO. DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT W-12 I" air release valve, including 48" diameter precast concrete manhole, installed, complete I 4 EA @ $ lEA $ W-13 16" x 16" tapping sleeve, valve, valve box, complete I 1 EA @ $ lEA $ W-17 Polyethylene wrap of ductile iron water transmission main I 300 LF @ $ /LF $ W-21 Miscellaneous Class A Concrete (Thrust Blocks, Concrete Encasement, etc.) I 50 CY @ $ ICY $ W-22 Asbestos Cement or Cast Iron Water Main Crossing, I Sizes Vary 4 EA @ $ lEA $ I W-23 Clay Pipe Sewer Crossings, Sizes Vary 6 EA @ $ lEA $ I W-24 3/4" and 1" Galvanized Water Service Line Removal and Replacement with 1" Copper Lines Installed Complete 15 EA @ $ lEA $ I Subtotal I II. PAVEMENT STRUCTURES P-l Asphalt overlay, Type F, IS' thick I 8,150 SY @ $ /SY $ P-2 Graded aggregate base, lOS' thick, 7' wide and asphalt I patch 2.5" thick, 7' wide, including removal of 2.5" GAB and placement of bituminous tact coat 2,000 SY @ $ /SY $ I P-4 Milling, 0" - 2.5" 5,650 SY @ $ /SY $ I P-5 4" thick concrete sidewalk, 3000 psi mix, GDOT Standard 9031- W I 150 SY @ $ /SY $ P-6 6" thick concrete driveways, 3000 psi mix, GDOT Standard 6050 I 50 SY @ $ /SY $ I P-3 I I I I I I I I I I I I I I I I I I I I IV. LS-l LUMP SUM CONSTRUCTION Lump sum construction (includes but is not limited to the items listed) . Remove and reset fences, all types Remove and reset gates, all types Remove and reset storm sewer, lengths and sizes vary Remove and reconnect water services Remove and reconnect sanitary sewer services Remove and reset water sprinkler systems, complete Remove and reset water valve and/or meters, size varies Remove and reset yard lamps, type varies Remove and reset mailboxes, type varies Reconstruct brick wall, height varies Remove and reset signs, type varies Remove and reset existing fire hydrants and valves Property restoration & permanent grassing . . P-4 I I I I I I I I I I I I I I I I I I I . Erosion and sediment control (temporary grassing, construction exits, riprap, sediment traps, misc. erosion control strictures) Traffic control Raise to grade manholes and valve boxes Miscellaneous grading Mobilization, demobilization Bonds and insurance Gabion retaining walls Silt fence, Type "A" Silt fence, Type "C" ~~S~ $ Subtotal $ Grand Total $ * All items which must be removed by the contractor during construction, and which are not specifically shown to be paid for otherwise, are to be removed without additional payment. All costs for this removal and resetting (if necessary) shall be included in pay item "Lump Sum Construction." Note to Bidders: For a complete description of bid items refer to the technical specifications. P-5 I I I I I I I I I I I I I I I I I I I 04/11/2005 15:00 8035933993 CPI PAGE 04 ~ SECTION BB. BID BOND ,r KNOW ALL MEN BY THESE PRESENTS. that we, the Construction Perfected, Inc. as Principal, and Cincinnati Ins Co as Surety. ure hereby held and firmly bound unto the Allgusta.Richmond County Commission of Augusta, Georgia as Owner in the penal sum of Ten Percent of Bid (10%) fonhe payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this. 12th day of April 120--12.5 The condition of the above obligation is such that whereas the Principal hus submitted to the Augusta-Richmond County Commission of Augusta, Georgia, a certain Bid, attached hereto and herebymnde n part hereof to enter into a contract inwriting for BROOKWOOD DRIVE 16-INCH WATER MA TN, Proiect No. 70125 for Augusta, Georgia in accordance with plans and specifications of the Augusta Utilities Department. NOW. THEREFORE. (a) 1 f said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful penonnance of said contract. nnd for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in nil other respects perform the agreement created by the. acceptance of said Bid, then this obligation shall be void, otherwise the sar,ne shall remain in force and effect: it being ex.pressly understood and agreed that the liability . of the Surety for any nnd all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. BB-l I I I I I I I I I I I I I I I I I I I 04/11/2005 15:00 I 8035933993 cpr PAGE 05 ( The Surety, for value receive, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused ~heir corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed and sealed this 12th April A.D. 2<l2.L. day of Witness~ ~ Construction Perfected, Infsea1) (Principal) By L, (Ti~le) V I Gt At~~k (Seal) Cincinnati Insurance Co. (Seal) (Surety) Attest d~ar:~ ~ . . BB.2 I THE CI,NCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY I KNOW ALL MEN BY THESE PRESENTS: That TIffi CINCINNATI INSURANCE COMPANY, a corporation organized 1lllder the laws of the State of bhio, and having its principal office inthe City of Fairfield, Ohio, does hereby constitute and appoint Roy Scarborough, Jr.; Eugene A. Cronic; Suzy M. Dekle; AliciaJ. Rhoades; . Joshua H. Bolin and/or JamesC; Channell of Augusta, Georgia its true and lawful Attomey(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Fifteen Million and No/100 Dollars ($15,000,000.00). . This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6th day of December, 1958, which resolution is still in effect: ''RESOLVED, that the President or any Vice Presidentbe.:hereby authorized,. and empowered to appoint Attorneys-in- Fact of the Company to execute any and all bondS, policies, undertakings, or other like inStruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attomeys-in- Fact shall be binding upon the Company as' if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the ~th day of December, 1973. "RESOLVED, that the signature of the President ora Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the . Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid imd binding on the Company." -IN WITNESS WHEREOF, T1fE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Senior Vice President this 1st day of August, 2004. I I I I I I I I I I STATE OF OHIO COUNTY OF BUTLER ) ss: ) THE~C, INN, ATI, . IN, SURAN.. CE COMPANY. If/~e~ . . Senior Vice President . I On this 1st day of August, 2004, before me came the above-named Senior Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company aild the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument . by the authority and direction of said corporation. . ""nuh.,.,,, . . It" \Al '1. "'........v. . 11. ~" . .to.ll.~.u~~ .t 0' ..., ~ i~,'..~~~.~~ , .,(",<;',~ =*i 1*: : "~. i \ "'J ~~ It ",- -1.,. ,0 .' ~"'# Ii of ~"."~ ',,'............- I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Origin;li. Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. . .7iL I I MARK J. H LLER, Attorney at Law NOTARY PUBLlC.~ STATE OF OHIO My commission has no expiration date. Section 147.03 O.R.C. I I this GIVEN under my hand and seal of said Company at Fairfield,. Ohio. 12th day of April 2005 ~/J~~~ ""'Secretary I I BN-1005 (8/04) I. I I I I I I I. I I I I. I I I I I I I f!':. (9) Service availability may be considered in detei:mining the most responsible bid, and the bidders shall be required to submit information concerning their ability to service and maintain the product of the equipment.. . Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed by the Purchasing Director and/or Administrator and made part of the record f1le for audit proposes. EMPLOYEE CONFLICT OF JNTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement . contract when the employee or official knows .that: . (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or fmancial interest pertaining to the procuremen~ contract, except that the purchase of. goods and services from businesses which a meinber of the Commission or other City of Augusta employee has a financial interest is authorized as per O.C.G.A. 36-1-14, or the procurement contract is awarded pursuant to O.C.GA. 45-10-22 and 45-10-24, or the transaction is excepted from said restrictions by O.C.G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or officials immediate family is negotiating or has an . arrangement concerning prospective employment is involved in the procurement contract. . Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or fmancial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest. USE OF CONFIDENTIAL INFORMATION 1-10-15 It shall be unethical for any Augusta, GA County employee or official to knowingly use confidential information for actual or anticipated personal gain, or for the actual or anticipated gain for any other person. Name: t.~ \) t u.. ~~!>~ . . Date: 3( '1( b5 Company: t ~S'T. ? -e4r~ I 7,.~. Title: TillS SHEET IS REOUlRED TO BE IN SUBMITTAL. 3 I - ~ NOTICE OF AWARD I I DATE: 05/04/2005 CONTRACTOR: Construction Perfected. Inc. I ADDRESS: 587 Cherry Avenue I North Auausta City SC 29841 State Zip Code PROJECT: Brookwood Drive 16-inch Water Main PROJECT NO: 70125 I I At a meeting of the Augusta Commission you were awarded the Contract for the following Project: held on (Date) 05/03/2005 Brookwood Drive 16-inch Water Main Installation I Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the I paaes. affixina sianatures. dates. notary and/or corporate seals. etc. where necessary and return to this office 10 days from the date of this letter, excluding Legal Holidays. I The Certificate of Insurance must be complete. I Power of Attorney must be submitted in triplicate; an original and two copies is permissible. Very truly yours, Augusta Program Management Team I I q~ ;ZL I c '" X~'tl ~f ~'fec..W -;I,~. . 1b Reciept of this NOTICE OF AWARD is hereby acknowledged this, the /2 C~~ James Rush I day of ~AY V l C -t f /(J.,J . 2005 Contractor Title Please sign and return one copy of this Notice of Award Acknowledgement to: I Augusta Utilities Department Attn: Program Managers I 360 Bay Street, Suite 180 Augusta, GA 30901 I I 70125 JR 05 05 04 M NOA CONST PERF. DOC I I I I I I I I I I I I I I I I I I I SECTION A AGREEMENT THIS AGREEMENT, made on the 3c-d of ~A-Y , 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 described in the specifications for the project entitled: BROOKWOOD DRIVE 16-INCH WATER MAIN Project No. 70125 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 -- LIOUIDATED DAMAGES The work to be performed under this Contract shall be commenced within ten (lQ) calendar days after the date of written notice by the Owner to the Contractor to proceed. The work shall be completed within One Hundred Fifty (150) calendar days after the date of such notice and with 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 insure full completion there of within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for the completi on of the work described herein is a reasonable time for the 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 to the Owner the sum of Two Hundred Dollars ($200.00), not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. A-I I I I I I I I I I I I I I I I I I I I The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract and the specifications wherein a definite portion and certain length of time is fixed for the performance of any act whatsoever; and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of the Contract. ARTICLE III - PAYMENT (A) THE CONTRACT SUM The Owner shall pay to the Contractor for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) PROGRESS PAYMENTS On no later than the fifth day of every month, the Contractor shall submit to the Owner an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only quantities in place and at the unit prices 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 Engineer shall within 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 the Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate. (B) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with the 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. A-2 I I I I I I I I I I I I I I I I I I I (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 manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and condi tions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. (SEAL) -, A6MtIf~ rk. ,,:~ dfc ,. ~ . -, er ~~ Witness ' (SEAL) ecretary ,~/ Witness p~ By '1fk' AUUGE:GIA. As its MayO~ 0 6 By: ri}::/i:~N$JfUJ"f/"" f-..v=r-<-? ,'L"'.. As it~lCc.. flUs. Address: fft Cl4eMy All f. N. A ll{)W7J4/ )C ;2f?I'f1 A-3 I I I I I I I I I I I I I I I I I I I SECTION PB PERFORMANCE BOND (NOTE: TillS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGEPB-3,INFA VOR OF THE OWNER CONDITIONED FOR THEPA YMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That e ()r1~t( llrJ-,-on 17(( 8:ded I \ nr,. as Principal, hereinafter called Contractor, and ~I'n~jnnrrh In:')llV/) nrf, rOhlfY1nlf a corporation organized and existing under the laws of the State of Oh, D , with its principal office in the City of A ~) ~ to , State of f',mr 9' \ 0. , as Snrety, hereinafter called Surety, are held a firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION as Obligee, her~9~fter called the Owner, in the penal amount of bl5h t Hundred7h r~ 1hMfiJn1 ,Dnf I-Iu nonrJ 1\11 n/ I5C111~s ($ g3D, IOq. q3 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated fv\n ,/ .3 .~()/)5 entered into a contract with Owner for the construction of BROOKWOOD DRIVE 16-INCH WATER MAIN, Project No. 70125 Augusta, Georgia, in accordance with the drawings and specifications issued by the Augusta Utilities Department and the Augusta-Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the 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 PB-l I I I I I I I I I I I I I I I I I I I succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this ~ 0 Wime~(]rJr Attest ~~ day of No '/ A.D. 20.Q5. ~tn lfti on rf' rffcttr11 \ n~. (Seal) ( Contractor) By C6J ~ Viet f~s. (Seal) (Title) Attest (Seal) Witness PB-2 I I I I I I I I I I I I I I I I I I I SECTION PB LABOR AND MATERIAL PAYMENT BOND (NOTE: TillS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-l, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That enm+vuc..-h on ~rfa:kd , I nc- . hereinafter called Contractor, and ~ I n(l JV1nf1tl InAJ J rn n(tf fOm,fYl hit a corporation organized and existing under the laws of the State of 0 h; () , with its principal office in the City of ---.tl~1 JjtJ , State of (JCOt{JI r" , as Surety, hereinafter called Surety, are held d firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of _ bnbtHun[1vt'dThrh r7hNIYJrrJ, O()f Jlwrlred Nl/1l~W;;s ($g:1D, ItA. q3 ) for the payment ~ereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. as Principal, WHEREAS, Contractor has by written agreement dated Mn \ { (~. {)MS entered . into a contract with Owner for the construction of BROOKWOOD DRIVE 16-INCH WATER MAIN, Project No. 70125 in accordance with drawings and specifications issued by the Augusta Utilities Department and Augusta-Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. (2) The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration 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 PB-3 I I I I I I I I I I I I I I I I I I I (3) (4) final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 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. PB-4 I I I I I I I I I I I I I I I I I I I ~. ~' . ..,. Signed and sealed this _, 0 Attest ~~A/ Witness _Ilg U 1 ~ ill . 0 db70 L-- Attest day of fV\n \ I A.D. 20.Q5. u (Contractor) BY~IM.~ (Seal) (Seal) (Title) (Seal) PB-5 ...._~ . . " . !'..l THE CINCINNATI INSURANCE Cf&lfPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a coiporation organized 1lllder the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Roy Scarborough, Jr.; Eugene A. Cronic; Suzy M. Dekle; Alicia J. Rhoades; Joshua H. Bolin and/or James C. Channell of Augusta, Georgia its true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Fifteen Million and No/100 Dollars ($15,000,000.00). . This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quonun being present and voting, on the 6th day of December, 1958, which resolution is still in effect: ' "RESOLVED, that the President or any Vice President be. hereby authorized, and empowered to appoint Attorneys-in- Fact of the Company to execute any and all bonds, policies, 1llldertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys-in- Fact shall be binding upon the Company as if they had been dilly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7th day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding. on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, ,continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, dilly attested by its Senior Vice President this 1st day of August, 2004. THE","CINNATI INSURANCE COMPANY fJ/~e~ ' . Senior Vice President STATE OF OliO ) ss: COUNTY OF BUTLER ' ) On this 1st day of August, 2004, before me came the above-namedSemor Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. , ",..tI """ , ", A l 'I#, ~...,~ "v.\ ,e~" ':;',\~t'~~ ..t' () .., .. SC!:'.t~ ("0:. ' ... i~' ., =*.\- ilf-: ... . ... \. ~.oi ~ "')'0 . ~ .I '-" 'f Q ,~ "'4'#, l' ~ Of ......""~ I'.,.........V" , I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. ./iL MARK J. H LLER, Attorney at Law NOTARY PUBLIC." STATE OF OHIO My commission has no expiration date. Section 147.03 O.R.C. this ~!Jh~~~~~ Secretary _- " BN-1005 (8/04) I PROJECT: Brookwood Drive 16" Water Main PROJECT NO: 70125 I - ~ NOTICE TO PROCEED I DATE: I TO: I Attn: I I You are hereby notified to commence WORK in accordance with the Agreement dated I on or before , and you are to complete the WORK within consecutive calendar days thereafter. The date of completion of all WORK is therefore I Very truly yours, Augusta Program Management Team I I Project Engineer I Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the day of , 2004 I I Contractor: By: Title: I Please sign and return one copy of this Notice to Proceed Acknowledgement to: I CH2M Hill (Attn:Program Management) 360 Bay Street; Suite 100 I Augusta, GA 30901 I I CH2M HILL NOTICE TO PROCEED.DOC I I I I ARTICLE I -01. -02. -03. I -04. -05. -06. I -07. -08. -09. I -10. -11. -12. I -13. I -14. -15. -16. I -17. I I I I I I I I SECTION GC INDEX TO GENERAL CONDITIONS Definitions Preliminary Matters Contract Documents: Intent, Amending, Reuse Availability of Lands, Physical Conditions, Reference Points Bonds and Insurance Contractor's Responsibilities Other Work Owner's Responsibilities Professional's Status During Construction Changes In The Work Change of Contract Price Change of Contract Time Warranty and Guarantee; Tests and Inspections: Correction, Removal or Acceptance of Defective Work Payments to Contractor and Completion Suspension of Work and Termination Dispute Resolution Miscellaneous GC-O I I I I I I I I I I I I I I I I I I I Revision Date August 2001 SECTION GC GENERAL CONDITIONS ARTICLE I--DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order-- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. GC-l I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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. 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 orderissued 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. GC-2 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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. PROGRAM MANAGER - The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project-The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. 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. GC-3 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 W ork- 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 directi ve to CONTRACTOR, issued on or after the Effecti ve 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. GC-4 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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-5 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 2-PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for reVIew: GC-6 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. 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 OWNERand others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. GC-7 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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-8 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specific all y stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with GC-9 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or 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-lO I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 4-A V AILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (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. GC-ll I I I I I I I I I I I I I I I I I I I Revision Date August 2001 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. . 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 GC-12 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROF- ESSIONAL 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 therefor as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 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 GC-13 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Wark under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4:3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GC-14 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained l;>y 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 GC-15 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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; 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 ofbodil y injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing orreplacing 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. GC-16 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss 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. GC-17 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the . deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. 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 GC-18 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage 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. GC-19 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, 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-20 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, acompetent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CON- TRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and 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 GC-21 I I I I I I I I I I I t I I I I I I I I Revision Date August 2001 provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 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 ofthe proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Comple- tion 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. GC-22 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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. 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 accept- ance (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 GC-23 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 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, GC-24 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 if any, that are provided andpaid 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 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 equi- table, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. GC-25 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 6.17. During the progress of the Wark, 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. CON- TRACTOR 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 GC-26 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). 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. GC-27 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 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. GC- 28 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. GC-29 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. GC-30 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 7---0THER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNERis 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-31 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 8---0WNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's rightto 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-32 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 representati ve 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, ifthe 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 PROFES- SIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations 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. GC-33 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. 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 GC-34 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. Therendering 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 ormSSlOns of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. GC-35 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 10--CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRAC- TOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GC-36 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 CONTRA~TOR 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. GC-37 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 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 GC-38 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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. 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 wi th the advice of PROFESSIO NAL, 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. GC-39 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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. 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). GC-40 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 GC-41 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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. 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. GC-42 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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-43 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes 'ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GC-44 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 13-- WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representati ves of OWNER, and authorized representati ves 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 oflnspection, 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. GC-45 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 PROF- ESSIONAL, 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. 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontra,ctors for labor, GC-46 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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, orremove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defecti ve Work or remove and replace such defecti ve 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. 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, withoutcostto 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 offinal payment, a Change GC-47 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. 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 byPROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or 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 GC-48 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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-49 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 14-PA YMENTS 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 afterreceipt 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. GC-50 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROF- ESSIONAL'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 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 GC-51 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROF- ESSIONAL 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 ofthe Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, GC-52 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 ~omplete. 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 ofthe Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the divisio~ 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 writ- ing 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. GC-53 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. . 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, 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. GC-54 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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 retain age 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 GC-55 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuantto paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. GC-56 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 15--SDSPENSION OF WORK AND TERMINA TION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of anyone or more of the following events: 15.2.1. ifCONTRACTORcornmences a voluntary case under any chapter ofthe 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); GC-57 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, 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 orremedies 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 GC-58 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GC-59 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 16--DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. GC-60 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the pro- visions 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. GC-61 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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. 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.c.G.A. Section 13-11-1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision ofthe 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 provlSlon 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 REPRESENT A TIVE 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. GC-62 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 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: 18. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 19. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 20. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is CH2M HllL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and / or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. GC-63 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work GC-64 I I I I I I I I I I I I I I I I I I I SECTION SC-01. SC-02. SC-03. SC-04. SC-05. SC-06. SC-07. SC-08. SC-09. SC-lO. SC-11. SC-12. SC-13. SC-14. SC-15. SC-16. SC-17. SC-18. SC-19. SC-20. SC-21. SC-22. SC-23. SC-24. SC-25. SC-26. SC-27. SC-28. SECTION SC-O INDEX TO SPECIAL CONDITIONS Scope of the Work List of Drawings Bonds Contractor's Liability Insurance Protection of the Environment Temporary Toilets Plans and Specifications Record Drawings Shop Drawings Existing Structures Salvage Material Referenced Specifications Traffic Control Surveys Construction Order and Schedule Consulting Engineers Inspection and Testing of Work Site Access Georgia Prompt Pay Act City Acceptance Disputes Specified Materials Interest Not Earned on Retainage Basis of Payment Compliance with Laws, Codes, Regulations, Etc. Equivalent Materials After Hours Inspection Masters Golf Tournament SC-O-1 I I I I I I I I I I I I I I I I I I I SECTION SC SPECIAL CONDITIONS -01. SCOPE OF THE WORK: The project referred to in the Agreement shall consist of the following major elements or portion thereof as outlined in each contract. The construction and installation of approximately 4,505 linear feet of 16-inch water main, appurtenances, and property restoration. -02. LIST OF DRAWINGS: DATE SHEET NO. TITLE ORIGINAL REVISED 1. Cover Sheet, Location Map 6/18/04 2. Detailed Estimate and General Notes 6/18/04 3. Index to Sheets 6/18/04 4. PlanIProfile Sheet 6/18/04 5. Plan/Profile Sheet 6/18/04 6. PlanIProfile Sheet 6/18/04 7. PlanIProfile Sheet 6/18/04 8. Plan/Profile Sheet 6/18/04 9. Plan/Profile Sheet 6/18/04 10. PlanIProfile Sheet 6/18/04 11. PlanIProfile Sheet 6/18/04 12. PlanIProfile Sheet 6/18/04 13. PlanIProfile Sheet 6/18/04 14. PlanIProfile Sheet 6/18/04 15. General Details 6/18/04 16. Soils Map & General Erosion Control Notes 6/18/04 17. Erosion, Sedimentation & Pollution Control Plan 6/18/04 18. Erosion, Sedimentation & Pollution Control Details 6/18/04 SC-1 I I I I I I I I I I I I I I I I I I I -03. BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. -04. CONTRACTOR'S LIABILITY INSURANCE: Insurance shall be written with limits ofliability shown below or as required bylaw, 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 (any auto) 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 -05. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material from the project area onto adjacent properties or into the adjacent water courses. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or other classification, must show approval of either EP A or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. -06. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. -07. PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. SC-2 I I I I I I I I I I I I I I I I I I I -08. RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction and at the completion of construction. Prior to submitting his estimate for final payment, as-built drawings are to be prepared and submitted by the contractor to the engineer. As-built drawings shall include tap locations, valves and bends located to a minimum of two separate surface features. -09. SHOP DRAWINGS: The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details and other descriptive data on every item, where shown on the drawings or specified herein. The Contractor shall check all submittals and so indicate on each copy thereof. -10. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. -11. SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor. -12. REFERENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part of these specifications as if the entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. -13. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. SC-3 I I I I I I I I I I I I I I I I I I I -14. SURVEYS: The Engineer has established base lines for locating the principal component parts of the work, together with a suitable number of bench marks adjacent to the work. From the information thus provided, the Contractor shall develop and make all detail surveys needed for construction lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. -15. CONSTRUCTION ORDER AND SCHEDULE: A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified. B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: (1) Breakdown of contract price into units of cost for each item required to complete the total work; this breakdown will be the basis for judging the percentage complete at any time. (2) A statement of the order of procedure to be followed that will result in the required protection and completion of the work within the overall contract time. (3) A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order of construction is clearly shown. C. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. D. Progress Schedule Requirements (1) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate stage of Work as specified and shown, to include at least: SC-4 I I I I I I I I I I I I I I I I I I I (2) (a) Identification and listing in chronological order of those activities reasonably required to complete work, including, but not limited to, subcontract work, major equipment design, factory testing and startup activities, project close out and cleanup and specified work sequences, constraints, and milestones, including Substantial Completion date(s). Listings to be identified by Specification section number. (b) Identify: (i) horizontal time frame by year, month, and week, (ii) duration, early-start, and completion of each activity and sub-activity and (iii) critical activities and Project float. (c) Provide sub-schedules to further define critical portions of the work. (d) Monthly schedule submissions: show overall percent complete, projected and actual, and completion progress by listed activity and sub-activity. (e) Identify the critical path on the schedule. General: (a) Schedule(s) shall reflect work logic sequences, restraints, delivery windows, review times, contract times and milestones set forth in the Agreement, and shall begin with the date of Notice to Proceed and conclude with the date of Final Completion. (b) The schedule requirement herein is the minimum required. Contractor may prepare a more sophisticated schedule if such work will aid Contractor in execution and timely completion of work. (c) Base schedule on standard 5-day work week. (d) When bar chart or network analysis schedules are specified, use Primavera Project Planner, latest version, SureTrak latest version or a compatible and approved software. (e) Adjust or confirm schedules on a monthly basis as follows: Contractor shall submit to Engineer for acceptance proposed adjustments in the progress schedule that will not change the contract times (or milestones). Such adjustments will SC-5 I I I I I I I I I I I I I I I I I I I conform generally to the progress schedule then if effect and additionally will comply with any provisions of the General Requirements applicable thereto. Proposed adjustments in the progress scheduled that will change the contract times (or milestones) may only be a Change Order. Use of float suppression techniques such as preferential sequencing or logic, special lead/lag logic restraints, and extended activity times are prohibited, and use of float time disclosed or implied by use of alternate float-suppression techniques shall be shared to proportionate benefits to Owner and Contractor. Pursuant to above float-sharing requirement, no time extensions will be granted nor delay damages paid until a delay occurs which (i) impacts project's critical path, (ii) extends work beyond contract completion date. -16. CONSULTING ENGINEERS: The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the Engineer, by preparing plans and specifications for the work and by providing certain services during the bidding and construction phases of the project. The consulting engineer, Cranston, Robertson & Whitehurst, P.C. are authorized to represent the Director of Utilities within the limits of the various duties delegated and assigned to the firm by the Director. Nevertheless the Director of Utilities remains the final authority hereunder and is the "Engineer" as used throughout the Contract Documents. The Program Manager for the project is CH2M Hill, 360 Bay Street, Suite 100, Augusta, Georgia 30901. The Program Manager's representative on the site will serve as the Resident Project Representative (RPR) for the project. The presence or duties of Program Manager's personnel at the construction site, whether as onsite representatives or otherwise, do not make Program Manager or Program Manager's personnel in any way responsible for those duties that belong to Owner and/or the Contractor or other entities, and do not relieve the Contractor or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. Program Manager and Program Manager's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the Contractor(s) or other entity or any other persons at the site except Program Manager's own personnel. SC-6 I I I I I I I I I I I I I I I I I I I The presence of Program Manager's personnel at the construction site is for the purpose of providing to Owner a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Program Manager neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this Agreement only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers or materials incorporated into the construction work. -17. INSPECTION AND TESTING OF WORK: The Owner shall provide sufficient competent engineering personnel for the technical observation and testing of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for any other purpose requiring discharge of their duties for which service no additional allowance shall be made. The inspector shall, at all times, have full permission to take samples of the materials that mayor may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the specifications, t~e Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. SC-7 I I I I I I I I I I I I I I I I I I I Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory, to monitor more fully on the Owner's behalf the quality of materials and work, and to perform such tests as may be required under the Contract Documents as conditions for acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through his duly authorized inspector. The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. -18. SITE ACCESS: In order to minimize damage to existing paving, and landscaping, access to the site for the Contractor's personnel and equipment will be restricted to the routes designated by the Owner. The Contractor will be required to use only these routes unless prior written approval is given by the Owner. -19. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. -20. CITY ACCEPTANCE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. -21. DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. SC-8 I I I I I I I I I I I I I I I I I I I -22. SPECIFIED MATERIALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation from the product specified will be allowed. -23. INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retain age pursuant to this Agreement and Contractor specifically waives any claim to same. -24. BASIS OF PAYMENT: As explained in the section "Instructions to Bidders" and Paragraphs 11.9.1, 11.9.2 and 11.9.3 of the "General Conditions," payment for all items of construction will be made at the total of the actual number of units installed at the unit prices stated in the Bid Schedule to the Proposal. The partial payments described in the Agreement will be made based on the actual number of units of work completed during the month and in-place at the unit prices stated in the Bid Schedule. -25. COMPLIANCE WITH LAWS. CODES. REGULATIONS. ETC.: Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: 1.Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto", and the Contractor shall comply therewith. 2.High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: l.has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to SC-9 I I I I I I I I I I I I I I I I I I I 1.has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and 2.that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. 3.0ccupational Safety & Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. -26. Eomv ALENT MATERIALS.: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -27. AFTER HOURS INSPECTION: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in SC-lO I I I I I I I I I I I I I I I I I I I "Section 15, Right-of-way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Planning Commission Development Documents dated September, 1999. If inspectors of Augusta-Richmond County are needed to work outside normal business hours, Augusta-Richmond County needs to be notified in advance. -28. MASTERS GOLF TOURNAMENT Any work planned to be accomplished during or directly before the Masters Golf Tournament must be submitted to and approved in writing by the Owner. Consideration will be given only for contract time extensions as a result of delays in accomplishing the work. No consideration will be given for claims for damages. SC-l1 I I I I I I I I I I I I I I I I I I I SECTION TS-O INDEX TO TECHNICAL SPECIFICATIONS SECTION TITLE NO. OF PAGES TS-1 Clearing and Grubbing 1 TS-2 Excavating and Backfilling 4 TS-2 Appendix "A" - Geotechnical Report 14 TS-3 Graded Aggregate Base 1 TS-4 Graded Aggregate Surface Course 1 TS-5 Bituminous Paving 2 TS-6 Concrete Construction 2 TS-7 Grassing Bermuda 3 TS-8 Erosion, Sedimentation & Pollution Control Measures 6 TS-9 FlowableFill 2 TS-lO Curbs and Gutters, Concrete 5 TS-ll Concrete Pavement 3 TS-12 Water Distribution System 18 TS-13 Measurement and Payment 3 I I I I I I I I I I I I I I I I I I I SECTION TS-l CLEARING AND GRUBBING -01. SCOPE: Clearing and grubbing shall consist of the removal and disposal of all trees, brush, stumps, logs, grass, weeds, roots, decayed vegetable matter, posts, fences, stubs, rubbish and all other objectionable matter resting on or protruding through the original ground surface and occurring within the construction limits or rights-of-way of any excavation, borrow area, or embankment. -02. CONSTRUCTION METHODS: 1. CLEARING: Clearing shall consist of the felling and cutting up, or the trimming of trees, and the satisfactory disposal of the trees and other vegetation together with the down timber, snags, brush and rubbish occurring within the areas to be cleared. Trees and other vegetation, except such individual trees, groups of trees, and vegetation, as may be indicated on the drawings to be left standing, and all stumps, roots and brush in the areas to be cleared shall be cut off one foot above the original ground surface. Individual trees and groups of trees designated to be left standing within cleared areas shall be trimmed of all branches to such heights and in such manner as may be necessary to prevent interference with the construction operations. All limbs and branches required to be trimmed shall be neatly cut close to the whole of the tree or to main branches, and the cuts thus made shall be painted with an approved tree wound paint. Individual trees, groups of trees, and other vegetation, to be left standing, shall be thoroughly protected by barriers or by such other means as the circumstances require. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures and installations, and to those under construction, and so as to provide for the safety of employees and others. 2. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted roots from the site as indicated on the drawings. In foundation areas, stumps, roots, logs or other timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to a depth of not less than 18 inches below any subgrade, shoulder or slope. All depressions excavated below the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. -03. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to clearing and grubbing shall become the property of the Contractor and may be sold by him, provided such disposal is otherwise in accordance with these specifications. All incombustible matter removed shall be hauled away and deposited at locations approved by the Owner. Combustible matter may be burned or may be disposed of as stated above. Burning shall be done at such time and such manner as to prevent fire from spreading and to prevent any damage to adjacent cover and shall further be subject to all requirements of Local, State and Federal Governments pertaining to the burning. No burning will be allowed on the site unless all fires are kept under constant attendance by persons having equipment necessary to prevent the spreading of fire. Such equipment shall include, at the minimum, a bulldozer or front end loader, and an approved pump and hose connected to an acceptable source of water. Disposal by burning shall be kept under constant attendance until all fires have burned out or have been extinguished. TS-1-1 I I I I ~ I I I I I I I I I I I I I I I April, 2001 SECTION TS-2 EXCA V A TION AND BACKFILLING -01. SCOPE: This section covers all excavation, trenching and backfilling for pipe lines and structures, complete. -02. EXISTING IMPROVEMENTS: The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to the satisfaction of the Engineer any aerial, surface or subsurface improvements damaged during the course of the work. Where and if shown on the plans, the locations and existence or nonexistence of underground utilities are not guaranteed. The Contractor shall contact the various utility companies to determine and/or verify such information prior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed. Work shall not commence within Augusta right -of-way until a Right-of-Way Encroachment Permit is obtained from the Public Works Department. -03. EXCAVATION: All excavation of every description and of whatever substances encountered shall be performed to the depths indicated on the drawings or as specified herein. Excavation shall be made by the open cut method except as otherwise specified or shown on the drawings. Excavation methods shall generally meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and braced. Except where otherwise indicated, trench bottoms shall be not less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6 inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug after the TS-2-1 I I I I I I I I I I I I I I I I I I I April, 2001 trench bottom has been graded. Bell holes shall be excavated only to an extent sufficient to permit accurate work in the making of the joints and to insure that the pipe, for a maximum of its length will rest upon the prepared bottom of the trench. Depressions for joints other than mechanical shall be made in accordance with the recommendations of the joint manufacturers for the particular joint used. Excavation for structures and other accessories shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment or timber which may be used to hold the bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. Except at locations where excavation of rock from the bottoms of trenches is required, care shall be taken not to excavate below the depths indicated. Where rock excavation is required, the rock shall be excavated to a minimum overdepth of 4 inches below the normal required trench depth. The overdepth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented that the excavation of such material requires blasting. The excavation shall proceed in a conventional manner with satisfactory effort made to remove hard materials before the Engineer makes a determination of need for blasting. Predrilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs can and will show that the material can or cannot be excavated. Evidence will be provided for the Engineer's review and approval before predrilling and blasting is undertaken. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials of common excavation shall be classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe, as determined by the Engineer or indicated on the drawings, is encountered in the trench bottom, such soil shall be removed to a depth required for the lengths designated by the Engineer, and the trench backfilled to trench bottom grade, as herein specified, with coarse sand, fine gravel, or other suitable material. Backfill with earth under structures will not be permitted and any unauthorized excess excavation below the levels indicated for the foundation of such structures shall be filled with sand, gravel, or concrete, as directed. A. Grading and Stacking: All grading in the vicinity of trench excavation shall be controlled to prevent surface ground water from flowing into the trenches. Any water accumulated in the trenches shall be removed by pumping or by other approved methods. During excavation, material suitable for backfilling shall be stored in an orderly manner a minimum distance of one and one-half times the depth of the excavation back from the edges of trenches to avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling, as determined by the Engineer, shall be removed from the job site and disposed of by the Contractor in a manner as approved by the Engineer. B. Shoring and Sheeting: All shoring, sheeting, and bracing required to perform and protect the excavation and to safeguard employees and the public shall be performed. The failure of the Engineer to direct the placing of such protection shall not relieve the Contractor of his responsibility for damage resulting from its omission. TS-2-2 I I I I I I I I I I I I I I I I I I I c. D. E. -04. April, 2001 Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. Water Removal: Where water is encountered, it shall be prevented from accumulating in excavated areas by pumping, well-pointing and pumping, or by other means approved by the Engineer as to capacity and effectiveness. Water removed from excavations shall be discharged at points where it will not cause injury to public or private property, or the work completed or in progress. All efforts to prevent sedimentation shall be made. Under no circumstances shall trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water shall not be allowed to rise in unbackfilled excavations after pipe or structures have been placed. Blasting: Explosives are to used only within legal limitations. Before explosives are used, all necessary permits for this work shall be secured and all precautions taken in the blasting operations to prevent damage to private or public property or to persons. The Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be set off within 50 feet of pipe already laid in the trench. Tree Protection: Care shall be exercised to protect the roots of trees to be left standing. Within the branch spread of the tree, trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly and backfill placed as soon as possible. BACKFILLING: Trenches and other excavations shall not be backfilled until all required tests are performed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No material shall be used for backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth with an exceptionally high void content. Backfilling within Augusta right-of-way shall conform to Georgia Department of Transportation and City of Augusta specifications. For backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely. divided material free from debris, organic material and stone, and may be suitable job excavated material or shall be provided by the Contractor from other sources. The backfill shall be placed in TS-2-3 I I I I I I I I I I I I I I I I I I I April, 2001 uniform layers not exceeding 8 inches in depth. Each layer shall be moistened and carefully and uniformly tamped with mechanical tampers or other suitable tools. Each layer shall be placed and tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility of voids or lateral displacement. The remainder of the backfill material shall then be placed and compacted above the level specified above. In areas not subject to traffic, the backfill shall be placed in 12 inch layers and each layer moistened and compacted to a densi ty approximating that of the surrounding earth. Under roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 8 inch layers and each layer moistened and compacted to density at least equal to that of the surrounding earth so that traffic can be resumed immediately after backfilling is completed. Any trenches which are improperly backfilled, or where settlement occurs, shall be reopened to the depth required for proper compaction, then refilled and compacted with the surface restored to the required grade compaction. Along all portions of the trenches not located in roadways, the ground shall be graded to a reasonable uniformity and the mounding over the trenches left in a neat condition satisfactory to the Engineer. Sheeting not specified to be left in place shall be removed as the backfilling progresses. Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left by the removal of sheeting and shoring shall be carefully filled and compacted. Where, in the opinion of the Engineer, damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. -05. BORING AND .TACKING: Where required by the drawings, the pipeline will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. standards and those of the railroad involved. The steel casing shall be in accordance with ASTM A252 to the thicknesses shown on the drawings. -06. PA VEMENT REMOVAL AND REPLACEMENT: Where necessary existing pavements shall be removed and replaced, the applicable specifications of the Georgia Department of Transportation or local authority shall govern this work. Joints shall be sawed, unless joints equally uniform in the opinion of the Engineer result from other means. Refer to Augusta-Richmond County Right-of-Way Encroachment Guidelines for pavement removal and replacement. TS-2-4 J I I I ' I I I I I I I I I I I I I I I ~. 'TS,..2 APPENDIX "A" GRAVES ENGINEERING SERVICES, INC. 1220 W. Wheeler Parkway Suite F Augusta, GA 30909 (706) 651-9922 June 14, 2004 Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.c. 452 Ellis Street P.O. Drawer 2546 Augusta, Georgia 30903 ATTENTION: Mr. Dennis Welch SUBJECT: Report of Geotechnical Exploration Brookwood Drive 16" Water Main Project Richmond County, Georgia Graves Engineering Project No. G-041159 Gentlemen: Graves Engineering Services, Inc. is pleased to submit this report of our exploration services for the proposed project. Our services were provided in accordance with our proposal number P-04972 which was authorized on May 19,2004. This report presents a review of the information provided to us, a discussion of the site and subsurface conditions, and our earthwork recommendations. The appendix contains the results of our field and laboratory testing. Project Information The project consists of the installation of the Brookwood Drive 16" Water Main in Richmond County, Georgia. The project consists of a water line that starts from near the east side of Alexander Drive and extends approximately 5,550 linear feet to the east and south to just west of Berkman Road at the intersection with Washington Road. The route has a major run along Brookwood Drive. We anticipate that the proposed easements will generally be 15 to 20 feet wide. The route is shown on Plan/Profile drawings prepared by and provided to us by Cranston, Robertson & Whitehurst, P.C.. The road crossings will1ikelybe open cut or bored and jacked such that the pavement sections will remain intact. The water line is generally to be constructed within 5 to 15 feet of existing grades. Purpose Of Exploration The purpose of this exploration was to obtain specific subsurface data at the site and to provide earthwork recommendations for the proposed project. I I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.c. June 14,2004 -Page 2- Site Conditions We conducted a site reconnaissance to observe and document surface conditions at the site. Infonnation gathered was used to help us interpret the subsurface data and to detect conditions which could affect our recommendations. The sites that were explored are located generally just off the roadways and the areas were covered with gravel, grassed or had surface soils exposed. Surface soils exposed consist of a sandy, loamy organic topsoil or clayey soils of the piedmont. No surface water was noted along the route. The portions of the route to the east of Alexander drive extend through areas that are lightly to heavily wooded with hardwoods and pines. Clearing was performed to provide access to three boring locations to the south and east of the Masters Glenn apartment complex. The route has rolling topography and generally slopes to the north with approximately 110 feet of topographic relief. Based on the information contained on the preliminary Plan and Profile drawings, the existing ground surface elevations at the explored sites range from approximately 225 to 335 feet MSL. Site Geologic Conditions The site is located near the fall line which is the contact area of the Upper Coastal Plain Province and the Piedmont Province. The site is predominately located in the Georgia Piedmont Province which is a broad plateau gently sloping from the Blue Ridge Mountains to the Coastal Plain, covering a distance of approximately one hundred miles in this area. The soil overburden of this area is residuum formed by in- place weathering of the parents rocks. A typical upland soil profile consists of thin topsoil underlain by a few feet of clayey soils that transition with increasing depth into less clayey, coarser grained silts and sands with varying mica content. Separating the completely weathered soil overburden from the unaltered parent rock is a transition zone of residuum with penetration resistances of more than 60 to 100 blows per foot (bpt) which is locally described as partially weathered rock(PWR). Partially weathered rock retains much of the appearance and fabric of the parent rock formations, and may consist of thinly interlayered very hard or dense soil and rock. The weathering processes that formed the overburden soils and partially weathered rock were extremely variable. Differential weathering of the rock mass has resulted in erratically varying subsurface conditions, evidenced by abrupt changes in soil type and consistency in relatively short horizontal and vertical distances. Although no rock outcrops were noted at the surface, depths to rock can be irregular, and isolated boulders, discontinuous rock layers, or rock pinnacles can be present within the overburden transition zones. Subsurface Conditions The subsurface conditions were explored with widely spaced soil test borings drilled according to the procedures presented in the appendix. The boring locations and depths were selected by Graves Engineering and Cranston, Robertson & Whitehurst, P.c. and are indicated by station number on the attached boring records. The actual field boring locations were determined by our engineer which used a 100 foot tape and turned estimated right angles relative to landmarks on the site. Boring elevations were obtained by interpolation between contours on the drawing provided to us. The boring elevations shown in the appendix should be considered accurate only to the degree implied by the method used. I,. I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.c. June 14,2004 -Page 3- The subsurface conditions encountered at the boring locations are shown on the Test Boring Records in the Appendix. These Boring Records represent our interpretation of the subsurface conditions based on the field logs, visual examination of field samples by an engineer and tests of the field samples. The lines designating the interface between various strata on the Boring Records represent the approximate interface location. In addition, the transition between strata may be gradual. Water levels shown on the Boring Records represent the conditions only at the time of our exploration. A total of 8 soil test borings were drilled along the route to depths ranging from 7 to IS feet below the ground surface. The soil test borings revealed a subsurface profile generally consisting of typical piedmont soils that consisted of a few feet of clayey soils that transition with increasing depth into less clayey, coarser grained silts and sands with varying mica content. The surficial layer consisted of gravel or a sandy, loamy, organic topsoil. This surficial layer was encountered to a depth of 0 to 12 inches below the ground surface. The clayey soils ranged from very firm clayey sands to firm to hard clayey silts. The clayey soils typically were located within 10 feet of the ground surface. Partially weathered rock(PWR) was encountered as the final stratum in borings B-2 to B-5. These soils sampled as a slightly clayey sand with standard penetration resistance's of over 100 blows per foot. Hard drilling was encountered. Auger refusal to competent rock was also encountered in borings B-4 and B-5 at depths of 7.0 to 7.5 feet. Groundwater was not encountered in the borings at the time of drilling. The borings were backfilled on the day they were drilled to avoid a potential hazard to passersby. Therefore, 24-hour water level readings were not able to be obtained. In silty sands the water levels can usually be determined accurately near the time of drilling. In fine grained soils and clayey sands, it may take several days for water levels to stabilize. In addition, fluctuations in the groundwater level can occur due to variations in rainfall, evaporation, construction activity, surface runoff, and other site specific factors. The highest groundwater levels are generally encountered in early spring and the lowest in late summer. Utility Excavation Considerations As stated previously, it appears that the piping will be installed to depths ranging from 5 to 15 feet at the locations tested. Most of the soils encountered should be amiable to excavation with normal excavation equipment and should not interfere with boring and jacking operations. In the Piedmont soils where PWR was encountered, some veins of difficult excavation can be expected to be encountered. It should be noted that the depth to competent rock can vary widely over short horizontal distances in the Piedmont. Therefore, we recommend that design specifications accommodate the possibility of unanticipated rock excavation and construction bidding be based on the assumption that ledges of hard material or competent rock may be encountered. Our previous experience indicates that partially weathered rock(with penetration resistances above 50 blows to 1 inch of penetration) can be excavated with normal excavation and cutting equipment augmented with ripping tools. We expect that excavation and cutting operations can be expedited by the use of larger, more powerful equipment. Based on the depth of the proposed piping, temporary excavations will exceed 5 feet in depth. We recommend that the excavations be shored, sloped or benched as required to provide stability and a safe work environment. For the soils encountered, we expect that cut slopes of 2H: 1 V be utilized. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. Heavy construction equipment and materials removed from the excavations should not be within 5 to 10 feet of the top of the excavation. I.. I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.c. June 14,2004 -Page 4- " Compacted Fill Recommendations We recommend that soils to be used as trench backfills be free of debris and have less than 2% by weight fibrous organic material. They should have a liquid limit less than 60 and a plasticity index less than 25. Before filling operations begin, representative samples of each proposed fill material should be collected. The samples should be tested to determine the maximum dry density, optimum moisture content, natural moisture content, gradation and plasticity of the soil. These tests are needed for quality control during compaction and also to determine if the fill material is acceptable. We have conducted laboratory testing and visually inspected soil samples obtained from the site. We expect that most of the soils encountered in the borings are acceptable for use as compacted backfill. Some of the MH soils encountered may not be acceptable for use as compacted fill under paved areas. We recommend that all compacted fill be constructed by spreading acceptable soil in loose layers not more than 10 inches thick. The fill should be compacted in thin lifts to at least 95 percent of the Standard Proctor maximum dry density (ASTM D-698). The upper 12 inches of fill beneath pavements should be compacted to at least 100 percent of the Standard Proctor maximum dry density . The moisture content of the fill soils should be maintained within +3 and -3 percentage points of the optimum moisture content as determined from the Proctor compaction test. This provision may require the contractor to dry the soils during periods of wet weather or wet the soils during the hot summer months. We recommend that the backfill placement and compaction be observed and documented by the geotechnical engineer. Significant deviations, either from specifications or good practice, should be brought to the attention of the owner's representative, along with appropriate recommendations. At least one field density test should be performed for every 100 to 200 linear feet of trench for each lift. Basis For Recommendations The recommendations provided are based in part on project information provided to us and they only apply to the specific project and site discussed in this report. If the project information section in this report contains incorrect information or if additional information is available, you should convey the correct or additional information to us and retain us to review our recommendations. We can then modify our recommendations if they are inappropriate for the proposed project. Regardless of the thoroughness of a geotechnical exploration, there is always a possibility that conditions between borings will be different from those at specific boring locations and that conditions will not be as anticipated by the designers or contractors. In addition, the construction process may itself alter soil conditions. Therefore, experienced geotechnical personnel should observe and document the construction procedures used and the conditions encountered. Unanticipated conditions and inadequate procedures should be reported to the design team along with timely recommendations to solve the problems created. We recommend that the owner retain Graves Engineering to provide this service based upon our familiarity with the project, the subsurface conditions and the intent of the recommendations. I. I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.c. June 14,2004 -Page 5- We recommend that this complete report be provided to the various design team members, the contractors and the project owner. Potential contractors should be informed of this report in the "instructions to bidders II section of the bid documents. We wish to remind you that our exploration services include storing the samples collected and making them available for inspection for 60 days. The samples are then discarded unless you request otherwise. We will be happy to discuss our recommendations with you and would welcome the opportunity to provide the additional studies or services necessary to complete this project. We appreciate the opportunity to provide our professional services and look forward to working with you on the remainder of this project and on future projects. If you have any questions concerning this report or wish to have further discussions, please contact us at (706) 651-9922. ,... ,.,~ Attachments: Test Boring Records Field and Laboratory Testing Procedures I.. I I I I I I I I I I I I I I I I I I BORING NO. B-1 SOIL TEST BORING RECORD Page 1 of 1 GRA VES ENGINEERING SERVICES PROJECT: Brookwood Drive 16" Water Line Project LOCATION: Station 10+00 - Richmond Co., Georgia GRAVES PROJECT NO.: G-041159 I GROUND SURFACE ELEVATION: 236.0' DRILLING METHOD: 2.25" I.D. AUGER (f. DATE COMPLETED: OS/24/04 i~ C!l - I~:~:~:~: ~'" , , , .. .. .. .. , , , .. .. .. .. , , , .. .. .. .. 05 - '" J: l- e.. w o 10 U.S.C.S. Soil Classification 0-3" Topsoil Firm, Brown-Tan, Fine Sandy, Clayey Silt(MH) Note: 77.2% Passing 200 Sieve on Sample #1. LL=59, PI=20 on Sample #1. ------- Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(ML) ------- Hard, Brown-Tan, Fine Sandy, Slightly Clayey Silt(ML) Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. 15- SS - Split Spoon Sample 20- 25- 30- 35- 40 I ~~ i~ 55 55 55 55 Standard Penetration Resistances w . :l Z'l! > 10 20 30 40 50 60 70 60 90 u n \ ~'o 06 05 1 1 30 I. I I I I I I I I I I I I I I I I I I GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B-2 PROJECT: Brookwood Drive 16" Water Line Project LOCATION: Station 11+20 - Richmond Co., Georgia GRAVES PROJECT NO.: 0-041159 Page 1 of 1 DA TE COMPLETED: OS/26/04 GROUND SURFACE ELEVATION: 248.0' DRILLING METHOD: 2.25" I.D. AUGER [. ~~ (!) CI:-J ~~ ~ ~ CJj ~ Standard Penetration Resistances U.S.C.S. Soil Classification 10 20 30 40 50 60 70 6090 0-6" Topsoil Stiff, Red-Tan, Fine Sandy, Clayey Silt(ML) 55 Partially Weathered Rock-Samples as a Very Dense, Tan-Brown, Slightly Clayey, Silty Fine Sand(SM) 55 Note: 36.4% Passing 200 Sieve on Sample #2. 55 55 55 Boring Terminated At 15.0 Feet. No groundwater encountered at the time of boring. 20 SS - Split Spoon Sample 25 30 35 40 w - ;:) Z-J :; 10 5010" l. I I I I ( I I I I I I I I I I I I I BORING NO. B-3 SOIL TEST BORING RECORD Page 1 of 1 GRAVES ENGINEERING SERVICES PROJECT: Brookwood Drive 16" Water Line Project LOCATION: Station 14+00 - Richmond Co., Georgia GRAVES PROJECT NO.: 0-041159 DATE COMPLETED: OS/26/04 ~ :I: t w D ~~ (!) 05 10 15 20 25 30 35 40 GROUND SURFACE ELEVATION: 261.0' DRllLING METHOD: 2.25" LD. AUGER U.S.C.S. Soil Classification 0:-, ~~ i~ 0-6" Topsoil Stiff to Very Stiff, Brown- Tan- Red, Fine Sandy, Clayey Silt(MH) 55 Note: 71.1 % Passing 200 Sieve on Sample #1. 55 Partially Weathered Rock-Samples as a Very Dense, Tan-Brown, Slightly Clayey, Silty Fine Sand(SM) 55 55 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample LL - Liquid Limit PI - Plasticity Index 55 Standard Penetration Resistances w . ::> z-' ~ '0 20 30 40 50 60 70 8090 09 22 5010 (. I I I I I I I I I I I I I I I I r I BORING NO. B-4 SOIL TEST BORING RECORD Page 1 of 1 GRAVES BVGINEERING SERVICES PROJECT: Brookwood Drive 16" Water Line Project LOCATION: Station 18+00 - Richmond Co., Georgia GRAVES PROJECT NO.: G-041159 (f. DA TE COMPLETED: OS/26/04 GROUND SURFACE ELEVATION: 238.0' DRILLING METHOD: 2.25" LD. AUGER i~ <!l 15 20 25 30 35 40 U.S.C.S. Soil Classification I~ i ~ 0-6" Topsoil Stiff, Brown-Tan, Fine Sandy, Clayey Silt(MH) 55 Partially Weathered Rock-Samples as a Very Dense, Tan-Brown, Slightly Clayey, Silty 55 Fine Sand(SM) S5 Auger Refusal Encountered At 7.5 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample o Standard Penetration Resistances w . :J Z;;! > 10 20 30 40 50 60 70 8090 10 t. I I I I l ! I I I [ I I I I I I r I GRAVES ENGINEERING SERVICES SOIL TEST BORING RECORD BORING NO. B-5 PROJECT: Brookwood Drive 16" Water Line Project LOCATION: Station 19+60 - Richmond Co., Georgia GRA YES PROJECT NO.: G-041159 Page 1 of 1 DATE COMPLETED: OS/26/04 GROUND SURFACE ELEVATION: 245.0' DRILLING METHOD: 2.25" LD. AUGER ~ :J: b: w o i~ (!l i~ I~ w . ::> Z;;;! > Standard Penetration Resistances U.S.C.S. Soil Classification o 10 20 30 40 50 60 70 80 90 0-12" Large Gravel with sand Partially Weathered Rock-Samples as a Very Dense, Tan-Brown, Slightly Clayey, Silty Fine Sand(SM) 55 55 05 55 Auger Refusal Encountered At 7.0 Feet. No groundwater encountered at the time of 1 0 boring. SS - Split Spoon Sample 55 15 20 25 30 35 40 I. I I I I l I I I l ! I I I I I I I I BORING NO. B-6 SOIL TEST BORING RECORD Page 1 of 1 DATE COMPLETED: OS/24/04 PROJECT: Brookwood Drive 16" Water Line Project LOCATION: Station 23+50 - Richmond Co., Georgia GRAVES PROJECT NO.: 0-041159 (f. i~ <!l 10 15 20 25 30 35 40 GRAVES ENGINEERING SERVICES GROUND SURFACE ELEVATION: 225.0' DRILLING METHOD: 2.25" LD. AUGER U.S.C.S. Soil Classification I ~ i~ 0-3" Topsoil Stiff to Very Stiff, Red-Brown- Tan, Fine Sandy, Clayey Silt(ML) Note: 57.2% Passing 200 Sieve on Sample #2. ------ Firm, Brown-Gray-Red, Fine Sandy, Clayey Silt(MH) Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample Standard Penetration Resistances w - => Z<i. > 10 20 30 40 50 60 70 8090 55 55 55 55 13 22 DB 05 I I I I I [ I I I I I I I I I I I I I BORING NO. B-7 SOIL TEST BORING RECORD Page 1 of 1 GRA VES ENGINEERING SERVICES PROJECT: Brookwood Drive 16" Water Line Project LOCATION: Station 47+00 - Richmond Co., Georgia GRA YES PROJECT NO.: G-041159 I GROUND SURFACE ELEVATION: 334.0' I DRllLING METHOD: 2.25" J.D. AUGER DATE COMPLETED: OS/24/04 rs J: f0- e.. w D i~ (!} 05 wlf~ 10 U.S.C.S. Soil Classification CI:..J ~~ i~ o Standard Penetration Resistances w .;:l Z;;! > 10 20 30 40 50 60 70 80 90 0-12" Topsoil Stiffto Hard, Red-Brown, Fine Sandy, Clayey Si1t(ML) ss Note: 69.5% Passing 200 Sieve on Sample #2. LL=48, PI=17 on Sample #2. ss Very Firm, Red-Brown, Clayey, Silty Fine to Medium Sand(SC) Note: 34.2% Passing 200 Sieve on Sample #3. ss ss Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. 15- SS - Split Spoon Sample 20- 25- 30- 35- 40 ',,- 'e 16 36 l 30 . 28 '. BORING NO. B-8 l I [ [ I [ [ GRAVES SOIL TEST BORING RECORD BVGINEERING SERVICES Page 1 of 1 DATE COMPLETED: OS/24/04 PROJECT: Brookwood Drive 16" Water Line Project LOCATION: Station 48+20 - Richmond Co., Georgia GRAVES PROJECT NO.: G-041159 \f. I~ C!J 15 20 25 30 35 40 GROUND SURFACE ELEVATION: 335.0' DRILLING METHOD: 2.25" LD. AUGER U.S.C.S. Soil Classification I~ i~ Standard Penetration Resistances L1J . ::> z;i > 10 20 30 40 50 60 70 BO 90 0" Topsoil Very Stiff To Hard, Red-Brown, Fine Sandy, Clayey Silt(ML) 55 18 55 35 55 50 55 44 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample FIELD AND LABORATORY TESTING PROCEDURES SOIL TEST BORINGS Soil sampling and penetration testing were performed in general accordance with ASTM D 1586. The borings were made by mechanically twisting a continuous steel flight hollow stem auger into the soil. At regular intervals, soil samples obtained with a standard 1.4 inch J.D., two inch OD., split-barrel sampler. The sampler was fIrst seated six inches to penetrate any loose cuttings, then driven an additional foot with blows of a 140-pound hammer falling 30 inches. The number of hammer blows required to drive the sampler the final foot was recorded as the "penetration resistance". The penetration resistance, when properly evaluated, is an index to the soil strength and foundation supporting capability. Representative portions of the soil samples, obtained from the sampler, were placed in glass jars and transported to our laboratory. In the laboratory, the samples were examined by an engineer to verify the driller's field classifications. Test Boring Records are attached, graphically showing the soil descriptions and penetration resistances. PERCENT FINES For this test, each sample was dried and then washed over a No. 200 sieve. The percentage of soil by weight passing the No. 200 sieve is the "Percent Fines" (the portion of the sample in the silt and clay size range). This test was conducted in general accordance with ASTM D 1140. Materials finer than the number 200 sieve were suspended in water and the grain size distribution computed from the time rate of settlement of the different size particles. These tests were similar to those described by ASTM D 421 and D 422. The test results are summarized on the enclosed Soil Test Boring Records. LIQUID AND PLASTIC LIMITS Liquid Limit and Plastic Limit tests aid in the classifIcation of the soils and provide an indication of the soil behavior with moisture change. The Plasticity Index is bracketed by the Liquid Limit (LL) and the Plastic Limit (PL). The Liquid Limit is the moisture content at which the soil will flow as a heavy viscous fluid, as determined in accordance with ASTM D 423. The Plastic Limit is the moisture content at which the soil begins to lose its plasticity, as determined in accordance with ASTM D 424. The data obtained are summarized on the enclosed Soil Test Boring Records. SECTION TS-3 GRADED AGGREGATE BASE COURSE -01. SCOPE: This section covers a graded aggregate base course to receive bituminous paving under another section, complete. -02. GENERAL SPECIFICATIONS: The graded aggregate base course shall conform to all applicable specifications of Section 300 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation, Latest Edition. -03. PREPARATION OF SUBGRADE: The sub grade to receive the graded aggregate base course shall be constructed in accordance with requirements of Section 209 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. -04. MATERIALS & CONSTRUCTION FOR BASE COURSE: Materials and construction for the graded aggregate base course shall be in accordance with Section 310 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. TS-3-1 SECTION TS-4 GRADED AGGREGATE SURFACE COURSE -01. SCOPE: This section covers a graded aggregate surface course to a driveway or parking area, complete. -02. GENERAL SPECIFICATIONS: The graded aggregate surface course shall conform to all applicable specifications of Section 318 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation, Latest Edition. -03. PREPARATION OF SUBGRADE: The sub grade to receive the graded aggregate surface course shall be constructed in accordance with requirements of Section 209 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. -04. MATERIALS & CONSTRUCTION FOR SURFACE COURSE: Materials and construction for the graded aggregate surface course shall be in accordance with Section 310 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. TS-4-1 SECTION TS-5 BITUMINOUS PAVING -01. SCOPE: This section covers the replacement of pavement for water line cuts in roads and driveways, complete and asphalt overlay of existing roadways. -02. GENERAL: After installation of the water lines and compaction requirements are met, 1005" of graded aggregate base shall be installed and compacted in accordance with Section TS-4. The top 2.5" of the graded aggregate base material shall be removed and replaced with Type "B" asphalt binder upon installation of the asphalt cap. A 1-112" overlay of Type "F" asphalt will be applied for a 50' width along transverse cuts and for the width of street in longitudinal cuts. Asphalt driveway patches will be 2 inches thick on compacted subgrade. This also applies to cuts through asphalt valley gutters. -03. SEASONAL LIMITATIONS: No bituminous mixtures shall be applied for surface treatment between October 21st and April 10th, except as directed by the Engineer. -04. WEATHER LIMITATIONS: Bituminous mixtures shall not be produced or placed during rainy weather, when the sub~ade or base course is frozen or shows any evidence of excess moisture nor when the moisture on the surface to be paved would prevent proper bond nor when the air temperature is less than 45 degrees F. in the shade away from artificial heat. -05. APPLICABLE SPECIFICATIONS: All work and materials required under this section of the specifications shall conform to the applicable sections of the Standard Specifications of the Augusta Utilities Department -06. SUBGRADE: The sub grade shall be prepared as specified under the sections of the above specifications covering subgrade preparation. -07. SURFACE COURSE: 1. ASPHALT CONCRETE: The asphalt concrete mixture shall conform to the Georgia Department of Transportation, Standard Specifications for Highway Construction, for Type B asphalt binder for pavement patches and Type F asphalt concrete for pavement overlays. The job mix shall be approved by the engineer and no material shall be used until approved. 2. TRANSPORTATION AND DELIVERY: The mixture shall be transported from the mixing plant to the point of use in approved vehicles. Loads shall not be of such size or weight as TS-5-1 TS-5-2 to interfere with the efficient operation of the spreader. Loads shall not be sent out so late in the day as to prevent the completion of spreading and compaction of the mixture during daylight, unless artificial light is provided. The mixture shall be delivered at a temperature between 225 degrees F. and 325 degrees F. and within 20 degrees F. of temperature set atthe mixing plant. 3. SPREADING: Upon arrival at the point of dumping, the mixture shall be dumped into the hopper and spread by mechanical pavers, true to line, grade and cross section specified and to the loose depth that will secure the required compacted thickness of 1-112 inches. The hot mixture shall be free from lumps and shall be spread while it is in a workable condition. After the mixture has been screeded and before roller compaction is started, the surface shall be checked, all fat spots and irregular areas removed and replaced with satisfactory material. All irregularities in alignment and grade along the outside edge shall also be corrected by the addition or removal of mixture before the edge is rolled. 4. COMPACTION: While the mixture is hot, it shall be compacted thoroughly and uniformly by rolling. The surface of the compacted mixture shall be smooth, and true to crown and grade. Any mixture that becomes loose or broken, mixed with dirt, or is in any way defective, shall be removed and replaced with fresh hot mixture which shall be immediately compacted to conform to the surrounding area. Any area showing an excess of bituminous materials shall be removed and replaced, and the edges shall be kept to a reasonable straight line and trimmed. The density after compaction shall be at least 98 percent of the laboratory-determined density. 5. PROTECTION OF PAVEMENT: The newly finished pavement shall be protected from vehicular traffic of any kind until the pavement has cooled and hardened and in no case less than 6 hours. 6. TOLERANCE: The finished surface shall not vary more than Va inch in 10 feet from the true profile and cross section. -10. TESTS: The above work will be subject to thickness and compaction tests as deemed necessary by the Engineer. Such tests will be at the expense of the Contractor. SECTION TS-6 CONCRETE CONSTRUCTION -01. SCOPE: This section covers concrete construction, complete, including reinforcement thereof. -02. FORMS: Forms shall be of wood, metal, structural hardboard or other suitable material that will produce the required surface finish. Forms placed for successive pours for continuous surfaces shall be fitted to accurate alignment to assure a smooth completed surface free from irregularities, and shall be sufficiently tight to prevent the loss of mortar. No forms shall be left permanently in place without approval of the Engineer. Holes resulting from removal of form ties shall be filled solid within 12 hours after removal of forms with cement mortar. -03. REINFORCING AND EMBEDDED METALS: Bar reinforcement shall be intermediate grade new billet steel conforming to the requirements of the ASTM Designation A15. All bars 3fa inch and larger shall be deformed bars conforming to ASTM Designation A305. Detailing, fabrication and tagging of reinforcement shall be done in accordance with ACI "Manual of Standard Practice for Detailing Reinforced Concrete Structures" (ACI 315), except that where longer laps are indicated on the design drawings, the drawings shall govern. Wire fabric reinforcement shall consist of steel wire conforming to the requirements of ASTM Designation A185. Anchor bolts and structural shapes shall conform to ASTM Designation A36. Exposed surfaces of embedded steel shall be given one shop coat of Red Lead Iron Oxide conforming for Federal Specification TT -P-86c, Type IT, unless otherwise noted on the drawings. Anchor bolts and miscellaneous steel items to be embedded in concrete shall be accurately placed in accordance with the drawings, and adequately secured in position to prevent dislodgement during concrete placing operations. Anchor bolts shall be protected after concrete has been placed and set by daubing with grease, wrapping with burlap, and covering bolts with wooden boxes. -04. CONCRETE: All concrete shall be equivalent to ready mix concrete manufactured and delivered in accordance with the requirements of ASTM Designation C94 and having a compressive strength at 28 days of 3,000 psi, except as noted herein. The concrete manufacturer shall assume the responsibility of the design of the concrete mix in accordance with Alternate No.2 of ASTM C94. Air entrained concrete shall be used for all concrete. TS-6-1 Slabs on grade Footings All others Max. 4", Min. 3" Max. 5", Min. 3" Max. 6", Min. 3" 1. MATERIALS: A. Cement: Cement shall be Type I or IA "Portland" cement, all one manufacturer, conforming to ASTM, C150 or ASTM C175, respectively. B. Aggregates: Aggregates shall conform to ASTM C33. Coarse aggregate shall be crushed rock or gravel and graded from % inch to number 4 sieve for mass or foundation concrete. Fine aggregate shall be natural sand. C. Water: Mixing water shall be proportioned so that slump when measured with standard slump cone does not exceed the following: D. Joint Filler Strips: Premolded joint filler strips shall be resilient compressive, bituminous and fiber materials saturated with at least 35 percent and not over 50 percent by weight of asphalt. Poured type joint composition for expansion joints shall be elastic compound made up of asphalt and colloidal mineral fillers. 2. PLACING CONCRETE: Runways for wheeled equipment shall be provided to convey concrete. Runways shall not be supported on the reinforcement. Concrete shall be placed and compacted in layers not over 24 inches deep. Vibrators may be used provided they are used under experienced supervision and the mixture is dry enough to prevent segregation. Form vibrators shall not be used. Vibration shall not be used for transporting or moving concrete inside forms. No more concrete shall be placed than can be consolidated and finished the same day as placed. Free fall of concrete shall be limited so that no segregation of materials occurs. 3. JOINTS: Construction joints not indicated on drawings shall be approved by the Engineer in advance of pour. Joints inioundation walls shall be keyed. Before depositing the concrete is resumed, the hardened surface shall be roughened, cleaned of foreign matter and thoroughly wetted but not saturated. The cleaned and wetted surfaces shall be slushed with a coating of neat cement grout against which the new concrete shall be placed before the grout has attained its set. 4. FINISHING: After stripping forms, all voids and honeycombs shall be patched by chipping and scarifying the defective areas and treating it with an approved bonding agent. All such voids shall be patched, not merely plastered. Grout mixture shall consist of one part Portland cement and one part sand. Immediately following removal of forms, all fins and irregular projections shall be removed from all surfaces except from those which are not to be exposed or waterproofed. Slabs shall be struck-off and consolidated by approved machine or hand methods, screeding and tamping concrete so that upon completion, the surface shall be true to grade as shown on drawings and free of surface voids. All floors shall have a monolithic steel trowel finish unless otherwise indicated on the drawings. Exterior walls shall be compacted, screeded and floated to a true even surface with wood floats and then broomed. TS-6-2 -01~ A. -02. -03. SECTION TS-7 GRASSING BERMUDA GENERAL: DESCRIPTION 1. This section covers the furnishing of all labor and materials and the performance of all work required to assure the establishment of a temporary cover of grass where required on all disturbed areas of the site not intended for paving, and a dense permanent cover of grass on all disturbed areas of the site owned by the City of Augusta which are not intended for paving. PRODUCTS: A. MATERIALS 1. The following material shall be as specified by the "Standard Specifications," published by the State Department of Transportation of Georgia, latest edition. Agriculture Lime ................................. Article 882.02 Fertilizer ....................................... Article 891.01 Sod ........................................... Article 890.03 Seed ........................................... Article 890.01 EXECUTION: A. CONSTRUCTION 1. GROUND PREPARATION: Final grades shall be as existed prior to construction. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate uniform drainage after establishment of the turf. Graded surfaces will be maintained in a smooth and even condition until the required cover is established. 2. After the areas to be grassed have been brought to an even and smooth grade, they shall be thoroughly loosened to a depth of at least 6 inches by plowing, discing, harrowing, or other approved methods until the tillage is acceptable as suitable for planting. During tillage operation, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations. Any operations of TS-7-1 TS-7-2 3. APPUCA TION OF FERTILIZER AND LIME: Fertilizer shall be distributed uniformly at a rate of 1500 pounds per acre of commercial 6-12-12 analysis fertilizer, and shall be incorporated into the soil to a depth of approximately 3 inches by discing, harrowing, or other approved methods. The incorporation of fertilizer may be a part of the tillage operation specified above, or a part of the hydroseeding procedure as described below. 4. Immediately following, or simultaneously with, the incorporation of fertilizer, lime shall be distributed at the rate of 3000 pounds per acre, and shall be incorporated into the soil to a depth of at least three inches by discing, harrowing, or other acceptable methods. The incorporation of lime along with the fertilizer may form a part of the tillage operation specified above. 5. Not less than 30 days after completion of seeding, the Contractor shall furnish and apply Nitrate of Soda or Ammonium Sulphate to the planted areas. Nitrate of Soda shall be a commercial product, containing not less than 16 percent Nitrogen and Ammonium Sulphate not less than 20 percent Nitrogen. The Nitrogen fertilizer shall be uniformly spread and distributed with approved equipment at a rate that will give not less than 60 pounds of available Nitrogen per acre. Other commercial types of nitrogenous material may be substituted at the option of the Contractor. The time of application shall be limited to the season of June through August. B. PERMANENT SEEDING 1. Between the dates of April 1 and June 1, Hulled Common Bermuda seed shall be applied at a rate of 10 pounds of seed per acre. 2. Between the dates of October 1 and March 1, Unhulled Common Bermuda seed shall be applied at a rate of 10 pounds of seed per acre. 3. If seeding is undertaken between September 15 and February 15, Unhulled Common Bermuda seed shall be applied at a rate of 6 pounds of seed per acre simultaneously with Rye seed at a rate of 28 pounds per acre. 4. Seed may be applied by means of a hydro-seeder or other means approved by the Engineer. 5. Immediately after seeding operations have been completed, the areas shall be compacted by means of a cultipacker, roller wood float, or other approved equipment sufficiently weighted, or compacted by hand methods, to reduce air pockets to a minimum. The complete planted area shall be left with a firm, even surface, free from abrupt humps and hollows, and to the established grade. TS-7-3 6. All areas seeded for temporary or permanent grass shall be uniformly mulched with hay or straw at the rate of 2 ~ tons per acre, except where hydro seeding is employed using a cellulose mulch mixed with the seed and fertilizer. C. TEMPORARY GRASS: Temporary grass shall be used when directed by the Engineer to control erosion where permanent grassing cannot be planted. 1. Temporary grass shall be a quick growing species such as rye grass suitable to the area and season. Seeding shall be done in accordance with the permanent grassing requirements above, except that ground preparation shall be the minimum required to provide a seed bed where further grading will be required. Areas that require no further grading shall be prepared as described in "GROUND PREPARATION" above. Lime shall be omitted unless the area will later be planted in permanent grass without further grading, in which case lime shall be applied as described above. Fertilizer shall be applied at the rate of 400 pounds per acre. Nitrogen shall be omitted. 2. In March or April of the following year, as soon as weather is suitable, all areas planted in temporary grass which are owned by the City of Augusta shall be thoroughly plowed up and grassed in accordance with the applicable permanent grassing method described above. 3. MAINTENANCE: The Contractor shall erect necessary warning signs and barriers, mow grassed areas, and repair or replace grassed areas failing to show a uniform growth of grass or damaged by his operations, and shall otherwise maintain the grass until final acceptance of the contract. Replacement of dried out or damaged grass shall be at the Contractor's expense. D. ACCEPTANCE 1. Grassed areas will be accepted when a 95% cover by permanent grasses is obtained and weeds are not dominant. 2. The work may be accepted in whole or in part as determined by the Engineer and the Owner. END OF SECTION TS-8-1 SECTION TS-8 EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES -01. GENERAL: This section covers erosion, sedimentation and storm water pollution control measures as shown on the plan or required on the job and are intended to comply with the requirements of the Georgia Environmental Protection Division' s General Permit No. GAR 100002, latest edition. For the purpose of this project and as referenced in the General Permit, the Owner and the Contractor are considered the "Primary Permittee," and the Contractor and all his subcontractors shall be considered the "Operator." The measures shown on the plans and specified herein are minimum requirements and may be augmented by the Engineer if positive control is not established for storm magnitudes up to and including a 25 year rainfall event. These specifications and the corresponding plans do not, in any way, relieve the Contractor of any obligations with respect to permits for wetlands, storm water, stream buffers, flood plains or any other local, state or federal requirements. -02. CONSTRUCTION SCHEDULE: The construction schedule is as shown on the Erosion, Sedimentation and Pollution Control Plan. -03. DEFINITIONS: All terms used in this section shall be interpreted in accordance with the definitions set forth in the General Permit, some of which are restated as follows: A. "Best Management Practices (BMP' s)" means schedule of activities, prohibitions of practices, maintenance procedures and other management practices to prevent or reduce the pollution of waters of the state. BMP's also include treatment requirements, operating procedures and practices to control site runoff, spillage or leaks, sludge or waste disposal or drainage from raw material storage. B. "Buffer" means the area of land immediately adjacent to the banks of state waters in its natural state of vegetation, which facilitates the protection of water quality and aquatic habitat. C. "Construction Activity" means the disturbance of soils associated with clearing, grading, excavating, filling of land or other similar activities which may result in soil eroSIOn. D. "Final Stabilization" means that all soil disturbing activities at the site have been completed, and that for unpaved areas and areas not covered by permanent structures, 100% of the soil surface is uniformly covered in permanent vegetation with a density of 70% or greater, or equivalent permanent stabilization measures (such as the use of rip rap, gabions, permanent mulches or geotextiles) have been used. Permanent vegetation shall consist of: planted trees, shrubs, perennial vines; a crop of perennial vegetation appropriate for the time of year and region; or a crop of annual vegetation TS-8-2 and a seeding of target crop perennials appropriate for the region. Final stabilization applies to each phase of construction. For infrastructure construction projects on land used for agricultural or silvicultural purposes, final stabilization may be accomplished by stabilizing the disturbed land for its agricultural or silvicultural use. E. "Grading" means altering ground surfaces to specified elevations, dimensions and/or slopes; this includes stripping, cutting, filling, stockpiling and shaping or any combination thereof. F. "Qualified Personnel" means a person who has successfully completed an erosion and sediment control short course or an equivalent course approved by the Environmental Protection Di vision (EPD) and the State Soil and Water Conservation Commission. G. "Waters of the State" means any and all rivers, streams, creeks branches, lakes, reservoirs, ponds, drainage systems, springs wells, wetlands and all other bodies of surface or subsurface water, natural or artificial, lying within or forming a part of the boundaries of the State which are not entirely confined and retained completely upon the property of a single individual, partnership or corporation. -04. GENERAL PROCEDURES: The Contractor shall utilize, at a minimum, Best Management Practices, including sound construction practices to prevent and minimize erosion and resultant sedimentation, which are consistent with and no less stringent than those practices contained in the "Manual for Erosion and Sediment Control in Georgia," published by the State Soil and Water Conservation Commission as of January 1 of the year in which the land disturbing activity was permitted, as well as the following: A. Stripping of vegetation, grading and other development activities shall be conducted in such a manner as to minimize erosion. Earth areas which are not to be paved shall be grassed at the earliest possible time during the construction phase, so as to minimize exposure to rainfall and run-off. B. Unnecessary cut and fill operations shall be kept to a rrummum, except that temporary berms, wherever possible, should be constructed at the end of each day of grading, in order to contain sediment and slow down erosion, should rainfall occur during the night. Berms shall also be constructed, where needed, to prevent sediment from being transported onto areas outside the actual construction limits. C. Whenever feasible, existing natural vegetation shall be retained, protected and supplemented. D. Disturbed areas and the duration of exposure to erosive elements shall be kept to a practicable minimum. E. Temporary vegetation and/or mulching shall be employed to protect exposed critical areas during development. F. Permanent vegetation and structural erosion control measures shall be installed as soon as practicable. G. H. 1. J. K. L. -05. To the extent necessary, sediment in run-off water shall be trapped by the use of debris basins, silt traps, silt barriers, or similar measures until the disturbed area is stabilized. Adequate provisi ons shall be provided to minimize damage from surface water to the cut face of excavations and the sloping surfaces of fills. Cuts and fills shall not endanger adjoining property. Fills shall not encroach upon natural water courses or constructed channels in a manner so as to adversely affect other property owners. Construction equipment shall cross flowing streams by means of bridges or culverts, except when such methods are not feasible, provided in any case that such crossings shall be kept to a minimum and provided that the appropriate stream buffer variances and wetlands approvals have been obtained from the Environmental Protection Division (EPD) and the Corps of Engineers, respectively. Should the specified erosion, sedimentation and pollution control measures prove to be inadequate, additional measures as directed by Engineer shall be provided for treatment or control of any source of sediments. Additional adequate sedimentation control facilities to retain sediments on site or to preclude sedimentation of adjacent waters shall be implemented. M. Except when a prior variance has been obtained from EPD or where a drainage structure must be constructed with adequate erosion control measures, no construction activities shall be conducted within a 25 foot buffer along the tops of banks on all state waters nor within a 50 foot buffer along the tops of banks on all state waters classified as "trout streams." If required for construction purposes, a buffer variance will be applied for by the Owner. N. Whenever possible, proposed storm water piping systems and detention ponds shall be constructed prior to other earth disturbing operations. The storm water piping and detention system shall then be used as a means to control erosion and sediment on the site. o. Sediment basins of the temporary nature shall be constructed as shown on plans and as required to retain sediment on the site. All temporary sediment basins shall be maintained in accordance with the "Manual for Erosion and Sediment Control in Georgia," latest edition and then removed when final stabilization is attained. P. Where erosion due to wind is likely to be of concern, trees or groups of trees and bushes should be left standing, wherever possible, to serve as windbreaks. ELEMENTS OF THE PLAN: The minimum requirements for the prevention of erosion and sedimentation for this site are depicted on the plans and specified herein. The elements of the plan are discussed as follows, and are listed in chronological order, as far as is practical. The construction activities should proceed in the order listed. TS-8-3 TS-8-4 A. Remove all marketable timber from the limits of construction, rights-of-way, utility easements, designated fill areas, and other areas to be cleared. B. Begin clearing and grubbing operations only after silt barriers are installed. Immediately after the area has been cleared for their placement, install dams, berms and all other remaining erosion and sedimentation control measures as shown on the drawings and specified herein. Care shall be taken not to clear and grub beyond the construction limit. C. Contractor shall notify Engineer within 24 hours after the installation of the initial soil erosion control measures so that the Engineer may inspect the measures in accordance with the EPD General Permit. D. As grading operations commence, the topsoil shall be stripped and stockpiled in mounds surrounded by berms. As mentioned above, berms or windrows shall be constructed each afternoon at approximately 100 foot intervals across the graded areas, except in the low-lying areas of the project. This action will tend to check erosion should rainfall be experienced during the night. E. Construction on the sanitary and storm sewer lines should be commenced as soon as grading operations have been substantially completed. The disturbed strip along each line which is located outside of a street right-of-way should be grassed immediately upon the completion of trench backfilling, as described below. F. A graded depression around each catch basin on the site shall be used to contain sediment during construction in accordance with the "Manual for Erosion and Sediment Control in Georgia," latest edition. G. As soon as the graded areas which are not to be paved, to be built upon, or receive underground utilities have been brought to final grade, three or four inches of topsoil shall be spread over these areas. Grassing operations should begin immediately, as described in the grassing specifications. Roadway shoulders and slopes shall receive a similar treatment as soon as the installation of the utilities are complete. H. All grassing will be performed in accordance with the section of the specifications titled "Grassing." Should seasonal limitations prevent the establishment of the permanent grass cover, the area to be grassed shall be covered with temporary grass cover; then the permanent grass will be established as soon as its growing season is reached. 1. The hay bale dams and silt fencing described above shall not be removed until the surrounding pavement base material has been placed and is ready for priming and/or areas are properly stabilized. J. In no instance, shall any pollutants, hazardous waste or solid materials including petroleum products, building materials, etc. be discharged to waters of the State. K. All work shall be in accordance with good grading practice and shall conform to accepted practices in Erosion Control. TS-8-5 -06. INSPECTIONS. SAMPLING & MONITORING: The Contractor shall be aware that the Owner may contract with a third party to perform additional site inspections of erosion, sedimentation and pollution control measures and also procure samples of storm water runoff for testing in accordance with the requirements of the EPD General Permit No. GAR 100002. Third party inspections and samplings shall not relieve the Contractor of any obligations with respect to these specifications or that required by the EPD General Permit GAR 100002. Should any inspections determine that there are deficiencies in the Contractor's work, then corrective action will be required as directed by the Engineer or Owner. A. Contractor's Requirements. With respect to inspections, sampling and monitoring for compliance with EPD General Permit, the Contractor shall, at a minimum, be responsible for the following: 1. Each day when any type of construction activity has taken place on site, qualified personnel provided by the Contractor shall inspect: a) all areas on the site where petroleum products are stored, used or handled for spills and leaks from vehicles and equipment; b) all locations on the site where vehicles enter or exit the site for evidence of off-site sediment tracking; and c) all silt retention basins, traps, barriers, etc. for evidence of failures, potential failures or excess silt accumulation. 2. These inspections must also occur after each rainfall event on the site and must be continued until such time that the project is complete and the site has achieved final stabilization. The Contractor shall document these daily inspections on a form provided by or approved by the Engineer and must submit these forms weekly and after each rainfall event to the Owner's designated representative. Additionally, should a deficiency in any of the erosion control measures be noted, the Contractor shall notify the Engineer within 24 hours. 3. Erosion and sedimentation control measures shall be inspected by a representative of the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. Storm water monitoring, sampling and testing will be accomplished by personnel representing the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. The Contractor shall allow the monitoring agency access to the site at all hours of the day by providing a key to any locked gates and shall also coordinate these services by notifying the monitoring agency when: a) the first rainfall event of 0.5 inch or more in 24 hours occurs on the site after the clearing and grubbing operations have been completed in the drainage area of the location selected as the representative sampling location; and b) whenever a rainfall event that reaches or exceed 0.5 inch that occurs either 90 days after the first sampling event or after all mass grading operations have been completed in the drainage area for the representative sampling location. B. Subcontractor's Requirements: Subcontractors shall be considered as acting under the direction of the Contractor in his role as the Operator under the EPD General Permit. The Contractor shall insure that all subcontractors comply with the Permit. Subcontractors shall be responsible, at a minimum, for the following: TS-8-6 1. Each day when any type of construction activity has taken place on his portion of the site, the Subcontractor shall inspect: a) all areas on the site where petroleum products are stored, used or handled for spills and leaks from vehicles and equipment; b) all locations on the site where vehicles enter or exit the site for evidence of off-site sediment tracking; and c) all silt retention basins, traps, barriers, etc. for evidence offailures, potential failures or excess silt accumulation. 2. These inspections must also occur after each rainfall event on the site and must be continued until such time that the project is complete and the site has achieved final stabilization. 3. The Subcontractor shall immediately report any noted deficiencies to the Contractor, who will take appropriate corrective action. SECTION TS-9 FLOW ABLE FILL -01. SCOPE: The work covered by this section of specifications consists of furnishing all labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of flowable fill work, complete, in strict accordance with this specification and the applicable drawings, and subject to the terms and conditions of the Contract. -02. FLOWABLE FILL MIX DESIGN: The mixes fall into the categories of "very flow able" and "less flowable," which is controlled by the amount of water that is added. The less flow able mix should be used when it is desirable to put traffic back on a roadway quickly (usually 8 to 10 hours) or when being used to backfill pipes which could "float" out of position due to the buoyant effect of the very flowable fill mix. This mix will still self-consolidate around pipes without any "honeycomb" areas. Adding water to flowable fill to obtain the desired plastic characteristics will not compromise the quality of the hardened flowable fill. Less Flowable Mix (Mix 1) Weights Volume Min. 50 Ibs Cement 0.25 Min. 600 lbs. Fly Ash 4.24 SSD 2500lbs Sand 15.17 55gal. 458 Ibs Chlorides Water 7.34 Total Cubic Feet 27 Reference ASTM C150, Type I or II ASTM C618, Class C Clean, potable, < 500 ppm Above values are based on specific gravities - cement 3.15, fly ash 2.27, sand 2.64, and water 1.00. Anticipated unconfined compressive strength is 80 psi at 28 days and 150 psi at 56 days. For "very flow able" fill (Mix 2), add 10 gallons of water per cubic yard of Mix 1. -03. INST ALLA TION OF FLOW ABLE FILL: The trench shall be prepared and the pipe joints placed as normal. There should be at least 6 inches of flowable fill above any utility line. Once the pipe is covered, it will be sufficiently anchored and water may be added to the remaining flowable fill to ease placement without danger of floating the pipe. If it is important to quickly return traffic to the roadway, the flowable fill mixture shall not be altered by the addition of water. TS-9-1 TS-9-2 The flowable fill may be discharged from the ready-mix truck into the space to be filled, or by other methods approved by the Utilities Department representative. The mix may be placed in part depth or full depth as conditions at the site dictate. Formed walls or other bulkheads shall be constructed to withstand-the mounded soil rather than wood or metal forms. When backfilling utility lines, flowable fill shall be distributed evenly to prevent movement of the line. The material is self-consolidating and there is no need to use vibrators. Finishing can be accomplished with a square shovel if the fill surface is at the bottom of pavement or with a wood float if the surface will be temporarily used as a finished surface. Once the flow able fill is in the trench, the self-consolidating material displaces the extra water not needed for maximum density. Provision shall be made for this "bleed water' to run off and away from the surface of the hardening flowable fill (use of vapor barriers suc as plastic sheets is not desired). The material will usually support foot traffic within an hour after the bleeding ends. Typically, full traffic can be allowed on the hardened flowable fill within 8 to 20 hours (depending on site conditions, volume to be backfilled, etc.). Without damage to the fill or any structures below. If it is necessary to return traffic in less than 8 hours, or if there is concern that traffic flow will "rut" the hardening flowable fill, steel plates shall be used to bridge over the hardening flowable fill as directed by the Utilities Department representative. If the filled cavity is too wide to bridge, steel plates shall be placed on top of the hardening flowable fill as soon as it is able to support foot traffic (one hour after bleeding ends), and full traffic can be allowed without damage to the fill or structure below. As the extra water is displace from the consolidating flowable fill, there will be an initial subsidence of about one-eighth (118) of an inch per vertical foot. Once the flowable fill hardens, there will not be future settlement. The hardened flowable fill can be shaped to grade the next day to allow the patch thickness required. The patch may be applied directly to the cured flowable fill. It will be the responsibility of the Contractor to furnish the necessary information to obtain approval of the mix design and to use the necessary construction techniques to assure that the finished material will perform as intended. SECTION TS-I0 CURBS AND GUTTERS, CONCRETE -01. SCOPE: This section covers construction of Portland cement concrete curbs and gutters, complete. -02. CONCRETE: Concrete and the equipment, workmanship and materials therefor shall conform to the applicable requirements of the "Concrete Construction" section, except as hereinafter specified. Concrete shall have a slump of not more than 3 inches. The concrete mixtures shall have an air content by volume of 4.5 percent, plus or minus 1.5 percent, based on measurement made on concrete immediately after discharge from the mixer. -03. MA TERIALS: A. Provide materials, not specifically described but required for proper completion of the work of this Section, as selected by the Contractor subject to the approval of the Engineer. -04. EXECUTION: A. SUBGRADE PREPARATION 1. The sub grade shall be constructed true to grade and cross section. The sub grade shall be of materials equal in bearing quality to the sub grade under the adjacent roadway or street and shall be placed and compacted to conform with applicable requirements of "Graded Aggregate Base Course" with the following modifications. The sub grade for curb and gutter shall extend in all cases at least one foot in width back of the curb or gutter or valley pavement. The subgrade shall be tested for grade and cross section by means of a template extending the full width of the curb, gutter, or combination curb and gutter. The sub grade shall be maintained in a smooth, compacted condition, in conformity with the required section and established grade until the concrete is placed. In cold weather, the subgrade shall be prepared and protected so as to produce a sub grade free from frost when the concrete is deposited. B. FORMS 1. Forms shall be of wood or steel, straight, and of sufficient strength to resist springing during depositing and consolidating the concrete. The outside forms shall have a height equal to the full depth of the curb or gutter. The inside form TS-1O-1 TS-1O-2 of curb shall have batter as indicated and shall be securely fastened to and supported by the outside form. Straight forms of wood shall be two inch nominal surface plank, and of steel, shall be of approved section with a flat surface at the top. Rigid forms shall be provided for curb returns except that benders or thick plank forms may be used for curb or curb returns with a radius of ten feet or more, when grade changes occur in the return, or where the central angle is such that a rigid form with a central angle of ninety degrees cannot be used. Back forms for curb may be made of one half inch benders, for the full height of the curb, cleated together. Curb forms shall be carefully set to alignment and grade and to conform to the dimensions of the curb. Forms shall be held rigidly in place by the use of stakes placed at intervals not to exceed four feet. Clamps, spreaders, and braces shall be used where required to insure rigidity in the forms. The forms on the front of the curb shall be removed not less than two hours nor more than six hours after the concrete has been placed. Forms back of curb shall remain in place until the face and top of the curb have been finished as specified in the Finishing paragraph. Gutter forms shall not be removed for twelve hours after the concrete has been placed. Forms shall not be removed while the concrete is sufficiently plastic to slump in any direction. Forms shall be cleaned and coated with form oil each time before concrete is placed. Wood forms may, instead, be thoroughly wetted with water before concrete is placed, except that with probable freezing temperatures, oiling is mandatory. C. JOINTS 1. Expansion joints and contraction joints shall be constructed at right angles to the line of curb, gutter, and combination curb and gutter. Dowels, tie bars and reinforcement when required will be shown on the plans and shall be installed in accordance with the applicable details. 2. Contraction Joints: Contraction joints shall be constructed by means of one- eighth inch thick separators, of a section conforming to the cross section of the curb, gutter, entrance pavements, and combination curb and gutter. Contraction joints shall be so placed that monolithic sections between curb returns will not be less than five feet nor greater than fifteen feet after the concrete has set sufficiently to preserve the width and shape of the joint. After separator plates have been removed, all exposed edges of joints shall be rounded with the proper edging tool to a radius of one-fourth inch. 3. Expansion Joints: Expansion joints shall be formed by means of preformed expansion joint filler material cut and shaped to the cross section of the curb, gutter, entrance, and combination curb and gutter. 4. Expansion joint filler, unless otherwise specified, shall conform to ASTM Standard D1751-60 or D1752-60 or shall be resin impregnated fiberboard conforming to the physical requirements of ASTM Standard D1752-60. TS-1O-3 Expansion joints shall be provided in curb and combination curb and gutter at the ends of all returns. Expansion joints at least one half inch in width shall be provided at intervals not exceeding fifty feet. Expansion joints shall be provided in nonreinforced concrete gutter at the locations indicated. D. CONSTRUCTION 1. Curbs, Gutters and Combination Curb and Gutters: Shall be of the dimensions and sections shown on the drawings. 2. Reconstruction: Where the plans provide for reconstruction of existing curb or combination curb and gutter and the limit of new work specified does not fall on a joint, the entire section shall be removed and the new curb, combination curb and gutter or entrance pavement shall join the old curb at the first joint line beyond the specified limit. 3. Placing Concrete: The faces and adjacent edges of abutting rigid pavements and structures shall be painted with an approved bituminous material prior to placing concrete. Concrete shall be placed in the forms to the specified depth in six inch layers and thoroughly consolidated by tamping and spading so that there are no rock pockets at forms, and mortar entirely covers the top surfaces. Concrete may be compacted by means of mechanical vibrators. 4. Finishing: The edges of the gutter and top of the curb shall be rounded with an edging tool to a radius of one-fourth inch and the surfaces shall be floated and finished with a smooth wood float until true to grade and section and uniform in texture. The floated surfaces shall then be brushed with a fine hair brush with longitudinal strokes. Immediately after removing the front curb form, the face of the curb shall be rubbed with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. The surface, while still wet, shall be brushed in the same manner as the gutter and curb top. The top surface of gutter and entrance shall be finished to grade with a wood float. Except at grade changes or curves, the finished surfaces shall not vary, from the testing edge of a ten foot straightedge, more than one-eighth inch for gutter and entrance and one-fourth inch for top and face of curb. Irregularities exceeding the above shall be satisfactorily corrected. Visible surfaces and edges of the finished curb, gutter, and combination curb and gutter shall be free of blemishes and form and tool marks, and shall be uniform in color, shape, and appearance. 5. Curb forming machines for constructing curb and gutter will be approved based on trial use on the job. Use of the equipment shall be discontinued at any time during the construction if the equipment produces unsatisfactory results, and the work shall be removed and reconstructed for the full length between regularly scheduled joints. Removed portions shall be disposed of as directed. TS-1O-4 E. CURING AND PROTECTION 1. Curing: Immediately after the finishing operations, the exposed concrete surfaces shall be cured by one of the following methods as the Contractor may elect: 2. Mat Method: The entire exposed surface shall be covered with cotton mats conforming to Federal Specification DD-M-148 or with two or more layers of burlap conforming to Federal Specification CCC-C-467b having a combined weight of fourteen ounces or more per square yard when dry. Mats shall overlap each other at least six inches. The mat shall be thoroughly wetted with water prior to placing on the concrete surface and shall be kept continuously in a saturated condition and in intimate contact with concrete for not less than seven days. 3. Impervious Sheeting Method: The entire exposed surface shall be wetted with a fine spray of water and then covered with waterproof paper conforming to ASTM Standard C171 63, or with wetted polyethylene coated burlap or polyethylene sheeting conforming to the water retention requirements of ASTM Standard C 171-63; polyethylene sheeting and polyethylene film bonded to burlap shall be not less than 0.004 inch thick. (a) Sheets shall be laid directly on the concrete surface with a light colored side up and overlapped twelve inches when a continuous sheet is not used. The curing medium shall not be less than eighteen inches wider than the concrete surface to be cured and shall be securely weighted down by placing a bank of moist earth on the edges just outside the forms and over the transverse laps of form closed joints. Sheets shall be satisfactorily repaired or replaced if damaged during curing. The curing medium shall remain on the concrete surface to be cured for not less than seven days. (b) Membrane Curing Method: The entire exposed surfaces shall be covered with a clear membrane forming curing compound. The curing compound shall be applied in two coats by hand operated pressure sprayers at the coverage of approximately two hundred square feet per gallon for both coats. The second coat shall be applied in the direction approximately at right angles to the direction of application of the first coat. The compound shall form a uniform continuous coherent film that will not check, crack, or peel and shall be free from pin holes and other imperfections. Concrete surfaces that are subjected to heavy rainfall within three hours after the curing compound has been applied shall be resprayed by the method and at the coverage specified above at no additional cost to the Owner. Joint openings shall be sealed at the top by inserting moistened paper or fiber rope or covering with strips or waterproof paper prior to application of the curing compound, in a manner to prevent the curing compound from entering the joint. Concrete surfaces to which membrane curing compounds have been TS-1O-5 applied shall be adequately. protected for seven days from pedestrian and vehicular traffic and from any other action which might disrupt the continuity of the membrane. Any area covered with curing compound and damaged by subsequent construction operations within the seven day period shall be resprayed as specified above at no additional expense to the Owner. 4. Protection: After curing, debris shall be removed and the backfill shall be placed as indicated. The completed curb, gutter, and combination curb and gutter shall be protected from damage until accepted. The Contractor shall repair damaged concrete and clean concrete discolored during construction. Curb, gutter, and combination curb and gutter that are damaged shall be remove and reconstructed for the entire length between regularly scheduled joints, not by refinishing the damaged portion. Removed damaged portions shall be disposed of as directed. F. SEALING JOINTS 1. The sealing of expansion joints in curb and gutter sections will not be required. Any expansion joint material protruding after the concrete is cured shall be trimmed flush with the surface. Expansion joints in the valley pavement shall be sealed with an approved joint sealer, conforming to Federal Specification SS-S- 164. The joint opening shall be thoroughly cleaned of all foreign material before the sealing material is placed. The sealing shall be done in such manner that the material will not be spilled on the exposed surfaces of the concrete. Any excess material on the exposed surfaces of the concrete shall be removed immediately and the exposed concrete surfaces cleaned. SECTION TS-11 CONCRETE PAVEMENT -01. SCOPE: A. This section covers the construction of concrete pavements. The work shall consist of a pavement composed of Portland cement concrete constructed on a prepared subgrade in accordance with these specifications, and in the areas and to the typical cross sections shown in the plans. The Contractor is to provide for the construction and completion in every detail of the work described. The Contractor shall furnish all labor, materials, equipment, tools, transportation and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract documents. B. Concrete pavement construction shall conform in all respects to the section "Concrete Construction" of these specifications. The requirements below shall be considered additional requirements for pavement. -02. SUBMITTALS AND APPROVALS: A. Concrete and other materials specified shall be furnished from sources of supply approved by the Engineer. The Contractor shall submit a "Proposed Paving Construction Plan," showing joint types and locations, and a statement of proposed sequence and schedule of paving operations. This submittal shall also include a brief description of paving equipment to be used. -03. PRODUCTS: A. MATERIALS 1. Concrete shall be composed of Portland cement, aggregates, and water conforming to the section of these specifications on Concrete Construction except as noted below. 2. The concrete shall have the following percentages of entrained air: (a) For 1-112 inch maximum size aggregate, entrained air content shall be 5 +/- percent by volume. (b) For: 3/4 or 1 inch maximum size aggregate, entrained air content shall be 6 +/- percent by volume. TS-ll-1 TS-1l-2 (c) Joint materials and curing compounds shall be as specified under the section "Concrete Construction" hereof. B. CONCRETE MIX, DESIGN AND TESTING 1. The concrete mix shall conform to the section "Concrete Construction" hereof, except that the slump range shall be 2 to 4 inches. -04. EXECUTION: A. PLACING AND FINISHING 1. SUBGRADE PREPARATION: Subgrade construction shall generally conform to Section 300.04 of the Standard Specifications for Roads and Bridges of the Georgia Department of Transportation, latest edition. 2. The subgrade shall be systematically test rolled with a heavily loaded vehicle prior to paving. All soft and yielding material and portions of the sub grade that will not compact readily when rolled or tamped shall be removed and replaced with suitable material. The sub grade shall be brought to an unyielding condition by compacting it to uniform density at or slightly above standard optimum moisture. Immediately prior to placing concrete, the subgrade shall be moistened as required to provide a uniform dampened surface at the time concrete is placed. 3. LINES AND GRADES: The concrete pavement shall be installed true to line and grade accurate to accommodate the thickness of the specified surface courses in each individual area. Where alternates may be specified, plan grades shall be adjusted accordingly. 4. FORMING: Forms shall be set to the required grades and lines to facilitate orderly concrete placement. Forms shall be of such cross section and strength and so secured as to resist the pressure of the concrete when placed without springing or settlement. Forms shall be cleaned after each use and coated with form release agent as often as required to ensure separation from concrete without damage. In lieu of fixed forms, the Contractor may place concrete with a slipfofm paver designed to spread, consolidate, screed and float finish TS-1l-3 the freshly placed concrete in one complete pass of the machine. The slipform paver shall be operated with as nearly a continuous forward movement as possible, with stopping and starting of the paver held to a mInImum. 5. CONCRETE PLACEMENT: Concrete shall be deposited and consolidated in such a manner as to prevent the formation of voids or honeycomb pockets. However, overconsolidation of the concrete so as to cause segregation of aggregates shall be avoided. 6. JOINTS: Contraction joints, expansion joints, and construction joints shall be placed as indicated on the approved "Proposed Paving Construction Plan," specified above. Depth of contraction joints shall be equal to at least one-fourth the depth of the slab and may be installed by either hand-forming, or by sawing. If sawing is used, the joints shall be cut as soon as the saw will not ravel the edges and in no case more than 24 hours after the pavement has been placed. 7. FINISHING: The finishing sequence of all slabs shall consist of striking off and consolidating, floating, straight-edging and final surface finishing. Adding water to the surface of the concrete to assist in finishing operations shall not be permitted. A uniform, gritty, non-slip finish shall be provided using a stiff-bristled broom or by the use of a burlap drag just before the water sheen disappears. 8. CURING: Curing shall be as specified under "Concrete Construction" of these specifications. SECTION TS-12 WATER DISTRIBUTION SYSTEM -01. SCOPE: This section covers all work associated with the water distribution system. -02. GENERAL: The Contractor/Developer is responsible for verifying the exact location, size and material of any existing water facility proposed for connection or use by the project. All work that occurs in the public right-of-way shall comply with the Augusta- Richmond County Planning Commission "Development Documents" (latest version) and Public Works Department's Right-of-Way Encroachment Guidelines (latest version). Any field changes that occur in the public right-of-way and are not specifically related to water or sewer items shall be coordinated with the Public Works Department. -03. STANDARDS FOR WATER MAINS: A. COVER 1. Standard depth of cover is 4 feet below existing and proposed road surface (and areas designed for normal traffic loading) unless otherwise approved by the Augusta Utilities Department. 2. Minimum cover to finished grade over water mains shall be 36 inches. Minimum cover under ditch bottoms shall be 24 inches. These must be approved by the Augusta Utilities Department on a case-by-case basis. B. HORIZONTAL SEP ARA TION 1. Ten (10) feet to any existing or proposed sanitary sewer/force main, storm sewer or sewer manhole (less than 10 feet requires pipe material to be Ductile Iron Pipe (DIP) for both Water Main and Sewer/Force Main unless otherwise approved by the Augusta Utilities Department) . 2. Fifteen (15) feet to buildings, top of bank of lakes/streams/creeks, other structures (10 feet absolute minimum - only when unavoidable, and pipe material is required to be DIP). TS-12-1 TS-12-2 3. Ten (10) feet minimum separation to gas mains. 4. Ten (10) feet minimum to underground electric cable. 5. Current Georgia EPD separation requirements. 6. All separation distances above are edge to edge. C. VERTICAL SEPARATION 1. Water main shallcross over other pipes. 2. Eighteen (18) inch minimum separation (edge to edge) between all pipes and cables shall be maintained (6 inch absolute minimum separation with DIP) when conforming to Georgia EPD separation requirements. 3. When water mains cross under sewers, additional measures shall be taken. At least 18 inches of separation between the bottom of the sewer and the top of the water main shall be provided. Adequate structural support for the sewer to prevent deflection or settling on the water main. The joint of water pipe shall be centered at the crossing. Encasement of the water pipe in concrete shall also be considered. -04. PRODUCTS: A. W ATER.MAIN MATERIAL 1. Water mains shall be either ductile iron pipe (DIP), polyvinyl chloride (PVC), or galvanized pipe as outlined below. Any 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. DIP shall be centrifugally cast and shall conform to A WW A C150/ANSI A21.50 (latest version) for design and A WW A C151/ANSI A21.51 (latest version) for manufacture. PVC pipe 6 inch to 12 inch diameter shall conform to A WW A C900 (latest version). PVC pipe 14 inch to 36 inch diameter shall conform to A WW A C905 (latest version). 3. For water mains 6" through 16", DIP Pressure Class 350 shall be allowed. For water mains 18" through 24", DIP Pressure Class 300 TS-12-3 shall be allowed. PVC C900 (most current date), Class 200, SDR-14 with cast iron equivalent O.D.s, gasket bell end with elastomeric gaskets shall be allowed for water mains 6" through 10" (solvent weld joints are not permitted). Galvanized pipe shall be seamless, American made, Schedule 80 and shall conform with the ASTM Specifications. Flanged DIP shall have threaded ductile iron flanges and shall conform to the requirements of A WW A C1l5 (latest version). All flanges shall be Ductile Iron Class 150, ANSI B16.5 (latest version). Flanges shall be flat faced and all joints shall use 1/8 inch black neoprene full-faced gaskets. 4. Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement lined in accordance with AWWA C104/ANSI A21.4 (latest version). DIP shall have 1/16" cement mortar lining with rubber gasket push-on joints or mechanical joints. Mechanical joint glands shall be ductile iron.<cTee bolts and nuts shall be Cor-Ten steel. Rubber gasket joints shall conform to A WW A C Ill/ANSI A21.11 (latest version), 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. 5. Pipe classes designated previously in this standard are minimum allowed. Actual pipe class shall be determined based upon the installation and the use intended. Pipe shall be appropriately labeled on the drawings. All PVC pipe for potable water service shall bear the approved stamp of the National Sanitation Foundation. Copper wire (12 gauge, bare single strand) shall be attached along the top of all buried PVC water lines, wrapped around service corporations and stubbed up into all valves boxes for locating purposes. 6. DIP shall be required in the following circumstances: a. Within 10 feet of sanitary and storm pipes. b. Within 15 feet of structures (near side of concrete footing), or top of bank of lakes/streams/creeks. c. Crossings over or under sewers, gas and storm pipes with less than 18 inches separation, with no joint allowed within 10 feet of crossing. TS-12-4 d. Beneath all paved areas, excluding driveways or sidewalks. e. Within project boundaries of subdivisions with private roads where the Utilities Department will take over the line for operations and maintenance. f. Along all state right-of-ways. 7. The Utilities Director may mandate DIP in any instances of off-site or on-site construction where future abuse to the line is possible due to location or circumstances. 8. Restrained Joints shall be DIP as follows: a. For 12-inch and Smaller- Restrained joint shall be U.S. Pipe Field Lok, American Ductile Iron Pipe Lok-Fast, EBAA Iron Mega-Lug, or an equivalent product. b. For 14-inch Diameter and Larger - Restrained joint shall be U.S. Pipe TR Flex, American Ductile Iron Pipe Lok-Ring, or equivalent product. c. If inserting in older cast iron pipe, the restrained joint shall be as approved by the Augusta Utilities Department. Retainer Glands/Mega-Lug shall not be considered a fitting. The restraint method shall be suitable for the pipe size thickness and test pressure as required for the specified design case. d. Jack and Bore Installations: Casing pipe used with jack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) or railway specifications and "Excavation and Backfilling" of these specifications. Carrier pipe shall be restrained joint DIP as outlined in these specifi cati ons. Directional Bore Installations: Directional bores will be considered as a viable alternative to jack and bore installation under Augusta-Richmond County roadways. The Utilities Director will review each case for materials and construction TS-12-5 methods. e. Mains may be tapped as long as the tapping line is smaller than the tapped line unless otherwise approved by the Augusta Utilities Department. Equal size line connections approved by the Augusta Utilities Department shall require that a tee be cut into the main where possible. Tees are also required at locations dictated by the Utilities Director. Tapped connections in pipe and fittings shall be made in such a manner as to provide a watertight joint and adequate strength against pull-out. Tapping Sleeves and Valve shall be ductile iron, mechanical joint. Tapping sleeves and valves are required for all taps 4 inches and greater. Taps less than 4 inches shall be provided with a service saddle meeting the requirements of these specifications Valves shall be provided on all taps. Tapping sleeves shall be a minimum of 6 feet from pipe joints. f. Schedule 40 PVC shall only be used as sleeves for the installation of service line tubing under all pavement areas. Use in the water distribution system or other areas are not acceptable. g. Unspecified transitions from DIP to PVC are not allowed. Material for transition shall be indicated and specified and must be approved by the Augusta Utilities Department. h. All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused. B. VAL YES, FITTINGS AND APPURTENANCES 1. Gate valves, 4 inches to 16 inches, shall be the resilient seat type conforming to A WW A C509 (latest version). Valves larger than 16inches shall be gear operated butterfly valves, conforming to A WW A C504 (latest version). Wafer valves shall not be accepted. 2. Valves shall OPEN LEFT if installed south of Gordon Highway (SR 10), or OPEN RIGHT if installed north of Gordon Highway. Valves shall be provided with valve stem extensions to within 6 inches of TS-12-6 ground surface, where centerline of pipe to grade is greater than 4 feet. 3. Valve boxes shall be M&H E-2702, Mueller H10364 or approved equal. Each valve box shall be slip-type to adjust for a minimum cover of 36" bury. The flanged base of the valve box shall be at least six (6) inches above the pipe so not to stress water lines 4" and smaller. Extension pieces will be required for additional depth over valves. Extensions shall be M&H E-3120 or Mueller H-10375. Covers shall have "WATER" cast on top. 4. All valves, bends, tees, crosses and dead ends shall be restrained by a mechanical restraint systems as outlined in these specifications, or by use of a concrete thrust block in those instances that warrant such an installation. Thrust blocks shall be poured-in-place concrete having a minimum compressive strength of 3,000 psi after 28 days of cure time. All materials, fittings and appurtenances intended for use in pressure pipe systems shall be constructed for a minimum working pressure of 150 psi unless the specific application dictates a higher working pressure requirement. 5. Standard pressure pipe fittings of size four (4) inch ID and larger shall be ductile iron conforming to A WW A C153 (latest version), with mechanical joints unless flanged or restrained joints are required. Gray cast-iron fittings are not allowed. Ductile iron fittings shall be cement lined in accordance with A WW A C104 (latest version). Mechanical joint fittings, 24 inches and smaller shall be rated for 350 psi working pressure. Flanged joint fittings 24 inches and smaller shall be rated for 250 psi working pressure. All fittings 30 inches and larger shall be rated for 250 psi working pressure. For sizes less than four (4) inch ID, fittings shall be suitable to the pipe material and application. Glands for mechanical joint fittings shall be ductile iron, and tee bolts and nuts shall be Cor-Ten steel. Only bolt systems furnished by the manufacturer for mechanical joints are acceptable; nuts and bolts shall be new, not reused. Pipe gaskets shall be new as supplied by the pipe manufacturer. All flanges shall be ductile iron Class 150, ANSI B 16.5. 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 C111 (latest version). Bolts, nuts and washers for flanges shall be hot dip galvanized, except T -bolts shall be Cor-Ten steel. List of Specifications: ANSI/A WW A C151/A21.51-96 4-FEB-1996 or latest version TS-12-7 American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water ANSI/A WW A C150/A21.50-96 1996 or latest version American National Standard for Thickness Design of Ductile-Iron Pipe ANSI/A WW A C1l5/A21.15-94 1994 or latest version American National Standard for Flanged Ductile-Iron Pipe With Threaded Flanges ANSI/A WW A C111/A21.11-95 1995 or latest version American National Standard for Rubber-Gasket Joints for Ductile- Iron Pressure Pipe and Fittings ANSI/A WW A C153-98 1998 or latest version American National Standard for Ductile-Iron and Gray-Iron Fittings, 3 in. through 48 in. (75 mm through 1200 mm), for Water and Other Liquids ANSI/A WW A C104/A21.4-95 1995 or latest version American National Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water C. FIRE HYDRANTS 1. Fire hydrants shall be provided in all water mains, transmission and distribution systems. Accepted models are Mueller#A-24018, M&H Figure 29T A WW A Compression Type-Dry Top-Traffic Model 150 psi working pressure, 300 psi testing pressure. Kennedy K-81D will also be accepted. All fire hydrants shall be ordered safety yellow body with white bonnet and caps. Fire hydrants shall be spaced such that the radius of protection will not be more than 500 feet. In certain areas, closer spacing may be required by the Fire Marshal. 2. Each hydrant shall be left turn opening and capable of delivering a flow of at least 500 gallons per minute with a residual design pressure of not less than 20 psi, or a higher flow as required by the Fire Marshal. Multiple fire hydrants with looped mains and/or larger main sizes may be required to provide water for higher flow demand. Flow tests shall be performed to verify the specified fire flow demand. 3. Fire hydrants shall be of the dry barrel break-away type conforming to A WW A C502 (latest version), with two 2 V2 inches threaded hose nozzles and one 4 Y2 inch threaded pumper nozzle. Hose and pumper TS-12-8 nozzle threading shall be national standard. Show 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 51;4 inch interior valve opening and be restrained from hydrant to tee at the main. At the discretion of the Utilities Director, additional protection for fire hydrants shall be provided including but not limited to concrete filled ductile iron traffic posts. 4. Fire hydrant branches (from main to hydrant) shall be a minimum of 6 inches ID. Each branch shall be provided with a resilient seat gate valve located as close as possible to the main. Hydrants shall be located at or near road right-of-way lines with pumper nozzle pointing toward the road. A clear zone around all fire hydrants shall be adhered to, consisting of a 5 foot radius around the hydrant and 7 feet above the top of the hydrant. Maintain 15 feet minimum from hydrant to all structures. Placement oflandscaping, fencing, etc. shall be considered in order to meet this clear zone requirement. List of Specifications: ANSI! A WW A C500-93 1993 or latest version Metal-Seated Gate Valves for Water Supply Service (includes addendum C500a-95 ANSI! A WW A C502-94 1994 or latest version Dry-Barrel Fire Hydrants (includes addendum C502a-95) ANSI! A WW A C503-97 1997 or latest version Wet-Barrel Fire Hydrants ANSI! A WW A C504-94 1994 or latest version Rubber-Sealed Butterfly Valves ANSI!A WW A C507-99 1-DEC-1999 or latest version Ball Valves 6 in. through 48 in. (150 mm through 1200 mm) ANSI! A WW A C508-93 1993 or latest version Swing-Check Valves for Waterworks Service, 2 in. (50mm) Through 24 in. (600mm) NPS (includes addendum C508a-93 ANSI! A WW A C509-94 1994 or latest version Resilient-Seated Gate Valves for Water-Supply Service (includes addendum C509a-95) ANSI!A WW A C550-90 1990 or latest version TS-12-9 Protective Epoxy Interior Coating for Valves and Hydrants D. WATER SERVICE LINES AND TAPS 1. Tapping sleeves and tapping crosses shall be of a heavy body ductile iron, mechanical joint suitable for a working pressure of 150 psi for sleeves and crosses larger than 14-inch (200 psi for sleeves and crosses equal to or less than 14-inch), as approved by the Augusta Utilities Department. 2. No direct service taps shall be allowed. All service line taps shall be supplied with corporation stops. Service line tubing shall be rolled of soft continuous and seamless copper Type K conforming to A WW A C800 and ASTM B-88 (latest version). 3. Corporation Stops and Main Connectors: %" FB600 - 3 Ford or Equal 1" FB600 - 4 Ford or Equal Taper Thread Inlet by Flare Copper Outlet Eighth Bends: %" LA02 - 33 Flare 1/8 Bend %" LA04 - 33 Compression 1/8 Bend 1" LA02 - 44 Flare 1/8 Bend 1" LA04 - 44 Compression 1/8 Bend 4. Minimum size for residential use shall be one (1) inch. The service line shall be laid in a straight line and be of a continuous piece of pipe from corporation to curb cock. The curb cock shall be located 6 inches behind and 8 inches below the top of new curb or edge of asphalt. Where service connects to DIP or any pressure-rated pipe, service saddles must be used. Brass double strap tapping saddles shall be used. U-bolt type straps are not acceptable. All water service taps on the main shall be spaced at a minimum distance of 18 inches apart and a minimum of 18 inches from a bell or fitting. If two or more taps are required at a minimum spacing, they shall be offset 450 alternatively. Services greater than one (1) inch shall be seamless galvanized. 2" services shall have two 2" 90-degree galvanized elbows per Augusta Utilities' 2 Inch Water Service detail. Services shall not exceed over 100 feet from the main to the meter. Where possible, meter shall be placed in unpaved area as close to the TS-12-1O water main as possible. E. METER INSTALLATION 1. The Contractor shall furnish and install an approved meter box at the termination point of all water services, and maintain until such time as a meter is installed. Meters will be installed by Augusta Utilities Department at the time services is required at the stub-out. Each unit within a residential building (i.e., duplex, triplex, etc.) shall have a separate meter, unless prior approval is received by the Utilities Director. Meter boxes for 1 Y2 inch and smaller meters are standard. 2-inch and larger shall be installed in a meter vault. 2. Meter boxes shall be Rome type, 10" x 19" x 10" cast iron box and lid. The top shall have cast ribs on the bottom side with four (4) legs to prevent sliding movement. The box shall have a minimum weight of 37 Ibs., for meters 1 Y2 inch or smaller. Meter and curb s~op shall be fully encased by the meter box. Meter vaults (for meters 2 inch and larger) shall be fabricated of masonry block or pre-cast reinforced concrete using 3,000 psi concrete and #4 rebar. The access hatch shall be made of heavy duty aluminum, and shall be hinged and lockable. The hatch shall be large enough for removal of the meter but no smaller than 48" x 36". Wall dimensions shall allow 2 feet of working clearance. Vault floors shall be no less than 4 inches thick with 3,000 psi concrete and #4 rebar, with the meter located no less than 18 inches off the floor. All meters will be provided and installed by the Augusta Utilities Department. The meters remain the property of the Augusta Utilities Department. 3. Meters should generally be placed 18 inches inside the adjacent utility easement that parallels the right-of-way. Where sidewalk, two feet of clearance is required between the customer's side of the sidewalk edge and the meter box. In developments where the property line is not clearly defined (e.g., condominiums) the meter should be placed for ready access as approved by the Augusta Utilities Department. Meter and control valves shall be accessible and unobstructed for 4 feet in all directions. This shall include but not be limited to transformers, telephone junction boxes, walls, trees, etc. Meters shall not be placed in areas that can be fenced, such as backyard. Meter boxes shall not be placed in any asphalt or concrete surfaced areas (sidewalks, driveways, curbs, etc.) unless approved in writing by Augusta Utilities. For shopping centers, the developer's engineer TS-12-ll should gi ve special consideration to meter layout so as to satisfy these requirements. When no alternative is available but to locate in asphalt, the top of box shall be flush with the asphalt surface. Meters shall not be located in low areas that normally receive storm water. The box shall also be located outside of parking stalls. The box and lid should be traffic bearing, but located outside of a commonly trafficked area. F. BACKFLOW PREVENTION DEVICES 1. Backflow prevention devices shall be provided, as required by the Utilities Director and as set forth in these Standards. All irrigation systems, water services and fire lines for dustrial/office/commercial industrial/office/commercial, schools, mobile home parks, multi- family residences and any other locations as determined by the Utilities Director shall require suitable backflow prevention assemblies on the customer side of service lines (domestic, irrigation, and fire). Backflow devices shall be tested by a certified person and the results furnished to the Augusta Utilities Department prior to any water use. Residential development shall install a "Dual Check" Backflow Device on the customer's side of service line at the point of tie-in to the water meter. The plumber or builder tying service into the set meter will submit the test results for the backflow prevention device to the Augusta Utilities Department's Inspector prior to acceptance and any water use. 2. Backflow prevention device assemblies shall be the latest approved product of a manufacturer regularly engaged in the production of this type equipment. All assemblies shall be as approved by the America Society of Sanitary Engineering (ASSE), The American National Standards Institute (ANSI), The American Water Works Association (A WW A), Foundation for Cross Connection Control and Hydraulic Research of the University of Southern California, and the Georgia State Plumbing Code. 3. Type and size of assemblies shall be indicated on the drawings. 4. Backflow prevention device ownership and maintenance responsibilities shall be as set forth in the appropriate ordinances. The Contractor shall document that the backflow prevention device has been tested by a qualified technician. A copy of the technician's certification must be attached to the test results and submitted to the Augusta Utilities Director. TS-12-12 List of Specifications: ANSI!A WW A C51O-97 1997 or latest version Double Check Valve Backflow-Prevention Assembly ANSI! A WW A C511-97 1997 or latest version Reduced-Pressure Principle Backflow-Prevention Assembly G. FIRE LINES 1. All fire lines shall have a detector check valve with a 5/8 inch by- pass meter (to detect low flows) within the right-of-way or dedicated easement. No exceptions to the by-pass meter requirement shall be made regardless of sprinkler system type, configuration, etc. -05. EXECUTION A. CONSTRUCTION 1. WATER DISTRIBUTION SYSTEM INSTALLATION a. Authorization must be obtained from the Augusta Utilities Department to construct, alter or modify a water line. Construction of water infrastructure will be authorized by the Utilities Department upon approval of submitted plans and notification of the Augusta Utilities Department at least 24 hours prior to starting construction (706-772-5503). Where water lines will encroach public right-of-way, a Right-of- W ay Encroachment Permit approved by the Public Works Department is required prior to construction. A Right-of-Way Encroachment Permit application is available through the Public Works Department (706-821-1706). b. Installation of water mains and associated appurtenances shall be in accordance with current A WW A specifications and manufacturer's requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to avoid damage. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed only upon written approval of the Utilities Director. TS-12-13 c. Mechanical restraint systems shall be required at each fitting involving a change of direction and as specified in the approved plans. Concrete thrust blocks will be allowed in lieu of mechanical restraint systems. d. Backfill shall be free of boulders and debris, and shall comform to Georgia Department of Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department's Inspector. e. Fire hydrants shall be installed true and plumb with the center of the pumper nozzle facing toward the road. Hydrants shall not be placed in the sidewalk. The contractor will be responsible for moving hydrants placed in sidewalks. f. All valves shall be placed according to plans. Valve stems shall be installed plumb. Valve stem extensions are required as described in these specifications. Air relief valves shall be installed at all high points in the water main where air can collect, as shown on the plans or as directed by Augusta Utilities. List of Specifications: ANSI/A WW A C600-93 1993 or latest version Installation of Ductile-Iron Water Mains and Their Appurtenances ANSI/A WW A C605-94 30-JAN-1994 or latest version Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water ANSI/A WW A C512-92 1992 or latest version Air Release, AirN acuum and Combination Air Valves for Water Works Service g. Handling and Storing of Materials: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe When installing water line through casing, Contractor within pipe of a larger size. Store pipe and fittings on sills above storm drainage level and deliver for laying after the trench is excavated. Valves shall be drained and so stored as to protect them from freezing. h. Pipe Laying (General): The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be not less than 3 feet, or as shown on the drawings. Give all pipes a uniform bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. 1. Boring and Jacking: Where required by the drawings, the water line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways or city/county roads, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. (1) Casing Pipe: The casing pipe shall conform to the materials standard of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. (2) Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. (3) Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of the pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. TS-12-14 shall use mechanical joint pipe with retained glands through length of casing. The water main shall be strapped to 8 foot long treated wooden skids with metal straps throughout length of casing. The ends of the casing shall be sealed with brick and mortar. (4) Reaction Blocking: All plugs, caps, tees, bends and other fittings shall be provided with adequate reaction blocking as shown on the drawings. Reaction blocking shall be made to bear directly against the undisturbed trench wall. Where trench conditions are, in the opinion of the Engineer, unsuitable for reaction blocking, the Contractor shall provide tied joints to adequately anchor the piping as shown on the drawings. All the rods and clamps shall be given a bituminous protective coating. J. Connection to Existing System: All connections to existing mains shall be made under the direct supervision of the Augusta Utilities Department's Inspector. Valves on existing mains shall be operated by or under direct supervision of Augusta Utilities Department personnel. Tapping sleeves and valves shall be pressure tested prior to tapping. If service to existing customers must be cut off, the Augusta Utilities Department shall be notified at least three (3) days in advance to make necessary notifications. The Contractor shall disinfect and secure appropriate Utilities Department clearances and samples for any service interruptions which occur as a result of a Contract request for shut down or error. The clearances shall be obtained within 72 hours of reactivation. If cut -off of service is required, the Contractor shall be ready to proceed with as much material pre-assembled as possible at the site to minimize the length of service interruption. Augusta Utilities reserves the right to postpone service cut-off if, in the opinion of the Utilities Director, the Contractor is not ready to proceed on schedule. No customer should be without water for more than four (4) hours. The Owner/Developer shall arrange for temporary services to Customer if water will be shut off for more than four hours. Local chlorination will be required for all pipe and fittings TS-12-15 TS-12-16 used to complete connections with the potable water system. Tapping sleeves and valves shall be chlorinated in accordance with A WW A requirements. All wet taps shall be witnessed by the Augusta Utilities Department's Inspector. B. CLEANING AND FLUSHING 1. Upon completion of installation, the mains shall be flushed and the water disposed of without creating a nuisance. Flushing must achieve a minimum water velocity of 2.5 fps in all portions of the pipe. The duration of the flushing will be determined by the Augusta Utilities Department's Inspector. If, in the opinion of the Augusta Utilities Department's Inspector, there is insufficient water available for proper flushing, the Contractor shall clean the lines by pigging. No flushing or cleaning shall take place without an Augusta Utilities representati ve present. The existing mains that the new mains are connected to may be required to be flushed under the direction of the Augusta Utilities Department when service is restored. C. TESTING AND DISINFECTION 1. Pressure and Leakage Testing: Before any work will be accepted for payment, the Contractor will fill the piping with water, open outlet as necessary for expelling the entrapped air. No fire hydrant shall be opened full force during charging operations. Thereafter, furnish the necessary equipment and test the piping under the supervision of the Engineer for a period of at least 4 hours at not less than 1.25 times the design pressure in pounds per square inch, based upon the highest elevation of the section under test. Pressure testing shall be in accordance with the latest A WW A Standard C600, Section 4.1. at 1.5 times the working pressure at the point of testing. Inspect all joints, and remedy to the satisfaction of the Engineer any defects discovered. Continue the test until all visible leaks have been eliminated from the part of the system under test, and the pressure remains constant with a maximum pressure drop of 5 psi for the duration of the test. 2. All water mains shall be leak tested. The Contractor shall provide all equipment, materials and labor necessary for pressure arid leak testing. This test must be observed by an Augusta Utilities Department representative and the design engineer. A pumping pressure of 200 psi must be supplied at the expense of the Contractor. The main tested shall either be isolated from active potable lines or protected from leakage by a double valve arrangement. All water L = SDIP 133200 used for pressure testing must be potable water with an adequate chlorine residual. Water lines shall be tested by valve sections. Maximum allowable leakage shall be as determined in accordance with current A WW A specifications. The standard duration of test is four (4) hours. Testing procedures shall meet or exceed A WW A C600 (latest version) requirements. Any portions of the main which fail the test shall be replaced or adjusted until the entire new main passes the test criteria. The pressure and leakage test shall be done concurrently. 3. Augusta Utilities shall be notified at least 24 hours in advance to schedule bacteriological testing of water mains. The Contractor shall replace or adjust components of the pipeline which fail the test. Clearance is required from the Utilities Department before the Augusta Utilities Department will allow the main to be put into servIce. 4. Immediately following the pressure test, and before any work will be accepted for payment, the Contractor shall perform a leakage test. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof necessary to maintain the specified leakage test filled with water to within 5 psi of the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L = Allowable leakage in gallons per hour. S = The length of pipe in the section tested. D = The nominal diameter of the pipe in inches. P = The average test pressure during the leakage test in pounds per square inch gauge. The leakage test shall be conducted in accordance with A WW A Standard C-600, Section 4.1 (latest version). 5. All piping complete with fittings and appurtenances shall be sterilized as specified in the applicable sections of A WW A Specification C651 (latest version) "Disinfecting Water Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not TS-12-17 TS-12-18 less than fifty parts per million (50 ppm). Calcium hypochlorite can be used. Water from the existing distribution system or other source of supply should be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The solution should be retained in the pipeline for not less than 24 hours and a chlorine residual of 10 ppm should be available at this time. The system shall then be flushed with potable water and the sampling program started. Sampling taps and chlorinated water used for disinfection shall be flushed to a location that will not damage property, persons, etc., and shall be provided by the Contractor at the expense of the Contractor. The provisions of this paragraph apply equally to new pipe and fittings and to existing pipelines into which connections have been made or which may have been otherwise disturbed to the extent that contamination may have occurred. All requirements of the health authorities shall be observed in executing this work. The disposal of heavily chlorinated water (following disinfection) must be accomplished in accordance with the latest editions of the A WW A Standard C651 and the EPD' s Minimum Standards for Public Water Systems. Two or more successive sets of samples, taken at 24 hour intervals and tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results submitted to the Engineer and the Augusta Utilities Department. D. WATER/SEWER SEPARATION: 1. A 10 foot horizontal separation shall be maintained between water and sewer lines unless otherwise approved by the Augusta Utilities Department. Where the horizontal separation cannot be met or where water and sewer lines must cross, an 18 inch vertical separation, water over sewer (where possible) must be maintained. Where the above conditions cannot be met, water and sewer lines shall be cast iron or ductile iron pipe with joints staggered such that maximum separation between joints exists. The water line shall be installed over the sewer line (where possible). E. AS-BUILT DRAWINGS: 1. As the work progresses, record on one set of utility drawings all changes and deviations from the contract drawings in sizes, lines or grade. Record also the exact final location of water lines by offset distances to surface improvements such as edge of existing pavement or to property lines, etc. at a maximum interval of 200 feet. Make sufficient measurements to locate definitely all water lines etc., to permanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc. Transfer accurately all such records in red pencil to white prints of the utility drawings and deliver them to the Engineer with monthly payment estimate. SECTION TS-13 MEASUREMENT AND PAYMENT WATER MAIN ITEMS W -IA THRU W -3.1 All pi ping 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, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these items. ITEM W -4A Open cut 24" diameter steel casing line item shall be measured in linear feet and shall include costs for casing pipe, carrier pipe, installation, trench excavation, trench box, dewatering, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payments 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 ductile or cast iron pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation except normal joints and gaskets regardless of material. No additional payment shall be made for these items. 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 THRU 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 plugging/draining of pipeline, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. TS-13-1 TS-13-2 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 -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. ITEM W-22 Asbestos cement or cast iron water main crossing shall be measured individually (each) and shall include the cost for ductile iron pipe, hymax couplings, installation, trench excavation, trench box, dewatering, asphalt cutting, normal backfill, leakage testing, pipe sterilization, bacteriological testing and flushing. No additional payment shall be made for these items. ITEM W-23 Clay pipe sewer crossing shall be measured individually (each) and shall include the cost for ductile iron pipe, fernco couplings, installation, trench excavation, trench box, dewatering, asphalt cutting, normal backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV camera inspection as required. No additional payment shall be made for these items. ITEM W-24 3/4" and 1" galvanized water service removal and replacement with 1" copper lines shall be measured individually (each) and shall include the cost for removal and replacement from the main to the meter, piping, water meter connection, dewatering, asphalt/concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. PA VEMENT STRUCTURES ITEMS P-l Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary and permanent striping (replace in kind) and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P-2 Aggregate base (10-112" thick) and asphalt patch (2-1/2" thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2-112" 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. 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 THRU 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. No additional payment shall be made for these items. TS-13-3 ITEM P-8A THRU P-8B 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. ITEM P-I0 Aggregate surface course shall be measured in square yards and shall include costs for all materials, labor, equipment, installation, and excess materials. 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-6 Sod shall be measured in square feet and shall include costs for materials, installation, fertilizers, transportation, and stockpiling. No additional payment shall be made for these items. ITEM M-7 Erosion Control Slope Mat shall be measured in square yards and shall include all costs for materials and installation. No additional payment shall be made for theses 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.