Loading...
HomeMy WebLinkAboutGREENE PROPERTIES WOOD PARK RENOVATIONS Technical Specifications and Contract Documents for Wood Park Renovations Augusta Recreation & Parks Department WKD Project # 70459.00.AG Tom F. Beck, Jr., CPRP Augusta Recreation & Parks Department Frederick L. Russell Administrator Augusta Commission The Honorable Deke S. Copenhaever, Mayor Betty Beard - District 1 Corey Johnson - District 2 Joe Bowles - District 3 Alvin Mason - District 4 Calvin Holland, Sr. - District 5 Joe Jackson - District 6 Jerry Brigham - District 7 Jimmy Smith - District 8 J.R. Hatney - District 9 Don A. Grantha~.;-.District 10 .....--. - ~ ~... 100% Design Submittal January, 2008 W.K. Dickson & Co., Inc. 1450 Greene Street Suite 225 Augusta, Georgia 30901 .. WI< iiII'DICI<SOf\i community Infrastructure canSU.10M! .... Augusta Recreation & Parks Department Wood Park Renovations Bid Item #08-101 WKD Project Number WKD #70459.00.AG ADDENDUM NUMBER #1 April 15, 2008 BID DATE: Tuesday, April 25, 2008, 3:00 p.m. TO ALL BIDDERS: This Addendum forms a part of the Contract Documents and modifies the Bidding Documents dated January 29, 2008, and all previous Addenda. Acknowledge receipt of this Addendum in the space provided in the Bid Form. Failure to do so may disqualify the Bidder. Specifications: Below are changes, additions, and/or clarifications to the bid documents for this project. Specification s~ctions as listed below for water play features were omitted. Please insert these specifications within the respective Technical Specifications as indicated on the Table of Contents. Item 1: Specifications 131531 13 15 32 13 15 33 13 15 34 13 15 35 13 15 36 13 15 37 13 15 38 13 15 39 Plans: Water Jewel ...........................................................................13 15 31-1 to 13 15 31-2 Water Pressure ........................................................................13 15 32-1 to 13 15 32-3 Water Funnel Tree ..................................................................13 15 33-1 to 13 15 33-3 Water Dump.......... ... .... ......... ....... .......... ............... ........... ......13 15 34-1 to 1 3 15 34-3 Water Bucket ..........................................................................13 15 35-1 to 13 15 35-3 Water Bars ..............................................................................13 15 36-1 to 13 15 36-3 Stream Jet Manifold .................................................................13 15 37-1 to 13 15 37-2 Geyser ......................................................................................13 15 38-1 to 13 15 38-2 Fan Spray ................................................................................13 15 39-1 to 13 15 39-2 Remove and replace sheet 5 of 20 - Site Grading Plan Note that the Owner and Augusta Utilities Department will install the water service to the private side of the proposed 2" R.P.Z. per information on the plans. Sincerely, 7JikSO).~ William G. Wingate, ;7PE Project Manager Enclosures Addendum 1 Wood Park Technical Specifications and Contract Documents for Wood Park Renovations Augusta Recreation & Parks Department WKD Project # 70459.00.AG Tom F. Beck, Jr., CPRP Augusta Recreation & Parks Department Frederick L. Russell Admin istrator Augusta Commission The Honorable Deke S. Copenhaever, Mayor Betty Beard - District 1 Corey Johnson - District 2 Joe Bowles - District 3 Alvin Mason - District 4 Calvin Holland, Sr. - District 5 Joe Jackson - District 6 Jerry Brigham - District 7 Jimmy Smith - District 8 J.R. Hatney - District 9 Don A. Grantham - District 10 100% Design Subm ittal January, 2008 W.K. Dickson & Co., Inc. 1450 Greene Street Suite 225 Augusta, Georgia 30901 ~WI< iiIJ' Die: 1(501\1 community Intro3tructure consul1ontS Wood Park Renovations For Augusta Recreation & Parks Department Augusta, Georgia WKD# 70459.00.AG Technical Specifications TABLE OF CONTENTS Section Description Page Number Invitation To Bid........ .... ... ..................... ....... ..... .......... ................ ..... .......1-2 Section I B - InstructionTo Bidders.. .................... ................. ................. .IB 1-IB3 Section P - Proposal.........._............. ......................................... .............. P 1-P4 Section BB - Bid Bond..... ................ ......................................... _............. BB 1-BB2 Notice Of A wa rd . . . . .. .. . .. . . . . . . . . . . . . . . . . . . .. . .. . .. . .. . .. . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . .. .. . . . . .. . .. 1 Section A - Agreement.................. ..................................................... .....A 1-A4 Section PB - Performance Bond ........ ......... ........ ................ ....... ........ ..... PB1-PB2 Section LM - labor Management Bond.................................................. LM 1-LM3 Certificate Of Owner's Attorney.. ........ ...... ......... ........ ........ ....... ....... ... .... CA 1 Notice To Proceed...................................................... ..... ....................... 1 General Conditions............................................................. ... ................. GC 1-GC52 01090 01150 01151 01400 02110 02210 02222 02231 02235 02270 02271 02275 02277 02511 02513 02580 Reference Standards ........ ......... ...... ........ ......_... ........ ....... .... 01 090-1 Payment... .......................__ _ __ _.. ......................... .......... ...........01150-1 Method of Measurement. ... ...... ......... ........ ................. ........ ...01151-1 Quality Control.. .......... ..... ... ...... ......... ........ ........ ................. ...01400-1 to 01400-2 Clearing Excavation and Grubbing......................................... 0211 0-1 to 02110-3 Unclassified Excavation and Grading .................................... 0221 0-1. to 02210-6 Excavating, Backfilling & Compacting for Utilities.................. 02222-1 to 02222-6 Aggregate Base Course........... ......................................... .... 02235-1 to 02231-5 Subgrade..... .......................................................................... 02231-1 to 02231-3 Erosion and Sediment Control.............................................. 02270-1 to 02270-2 Engineering Fabric .... ........... ....... ..... ... ...... ....... ....... ... ........ ...02271-1 to 02271-3 Stone for Erosion Control... ...... ... ..... ......... ................. ........ ...02275-1 Temporary Silt Fence. ..... .... ..... ... ......... ...... ....._. ....... ........ .....02277 -1 to 02277-2 Bituminous Pavement ........................... ............ .......... ..........02211-1 to 02211-3 Portland Cement Concrete Pavement...................................02513-1 to 02513-8 Paving Marking ... ........ ........ ...... ......... ........ ....... .......... ..... .....02580-1 to 02580-3 1/18/08 Wood Park Improvements 70495.00.AG 02821 02933 13 1531 13 15 32 13 15 33 131534 13 15 35 13 15 36 131537 13 15 38 13 1539 Chain Link Fences and Gates............................................... 02821-1 to 02821-6 Seeding and Mulching ........................................................... 02933-1 to 02933-5 Water Jewel..... ....................... .............. ............... ..... .... 13 15 31-1 to 13 15 31-2 Water Pressure .. ................... ..... ........ ...................... ...... 13 15 32-1 to 13 15 32-3 Water Funnel Tree .........................................................131533-1 to 13 1533-3 Water Dump..... ................................................... ........... 13 15 34-1 to 13 15 34-3 Water Bucket.... .................................. ........... ...... ........... 13 15 35-1 to 13 15 35-3 Water Bars .....................................................................13 15 36-1 to 13 1536-3 Stream Jet Manifold.... .................. ............... ......... ......... 13 15 37-1 to 13 15 37-2 Geyser............. ...... ...................... ................. ......... ......... 13 15 38-1 to 13 15 38-2 Fan Spray..................... ................................. ................. 13 15 39-1 to 13 15 39-2 1118/08 Wood Park Improvements 70495.00.AG Digital BlueprintlDodge Room 1281 Broad Street Augusta, Georgia 30901 Augusta Builders Exchange 1262 Merry Street Augusta, Georgia 30904 INVITATION TO BID Sealed bids for construction of system improvements at Augusta, Georgia, hereinafter referred to by project name as: Bid Item # Og -, b ( Wood Park Renovations Augusta, Georgia Will be received by the Augusta-Richmond County Commission, hereinafter referred to as the OWNER at the office of the Director of Purchasing, Room 605, Municipal Building until 3'.oof'M ~) ([!!!) on ~I 2.2.,2008 at which time all bids will be publicly opened and read in the presence 0 those interested. The work to be done consists of the following generally described items: Demolition of swimming pool, installation of paved basketball court & splash pad, Plans and specifications are open for public inspection at the Augusta-Richmond County Purchasing Department, Room 605 Municipal Building, Augusta, Georgia; and at the following locations: Copies of Contract Documents may be obtained at the Augusta-Richmond County Purchasing Department upon a deposit of $50.00 for each set (non-refundable), Bids shall be enclosed in a sealed envelope and addressed as follows: AUGUSTA-RICHMOND COUNTY COMMISSION c/o Director of Purchasing 530 Greene Street Room 605 - Municipal Building Augusta, Georgia 30911 Mark the outside of the envelope as follows: Bid Item # O~ - --1.Q.L Wood Park Renovations Bids must be accompanied by a Bid Bond secured by a surety company, certified check, or cashier's check in an amount equal to at least 10% of the contract amount will be required of the successful bidder. Augusta Chronicle Metro Courier - J'v\tur.h \ 3( ~ 27 , 2008 .J Aprt l 3, 200% - Marr.-h l q ,2008 The Augusta-Richmond County Commission reserves the right to reject any and all bids to waive any infonnalities in the bidding. It is the wish of the Owner that minority businesses be 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. Geri Sams, Director of Purchasing Publish: END OF SECTION SECTION IB INSTRUCTIONS TO BIDDERS 1. GENERAL All proposals must be presented in a sealed envelope, addressed to the OWNER. The propcpsal 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. 2. EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the conformation of the ground; the character, quality and quantity of the facilities nee~ed 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. 3. ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director of Procurement; Procurement Department; Room 605; 530 Greene Str~et; Augusta, GA 30911 and to be given consideration must be. received at least ten days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will! be sent by facsimile or U.S. Mail to all prospective bidders (at the respective addresses furnished for such purposes), not later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become lDart of the Contract Documents. 4. PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed' by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless speCific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. 18-1 IB-2 Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be alld,wed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications sha'lI 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 secr~tary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. 5. BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and complEilting 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. 6. BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence 'that he is skilled in work of a similar nature to that covered by the contract and has sufficient as~ets to meet all obligations to be incurred in carrying out the work. He shall submit with his prop~sal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEM~NT, giving reliable information as to working capital available, plant equipment, and his experi~nce 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 furhish 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. 7. 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 bec~me due, of all just claims for such work, tools, machinery, skill and terms, for saving the OW~ER 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 am~unt of the contract satisfactory to the OWNER and authorized by law to do business in the State of Georgia. IB-3 Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. 8. REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practi~ble, 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. 9. PROGRAM MANAGER Augusta Recreation & Parks Department is the Program Manager for the project described herein; address is 2027 Lumpkin Road, Augusta, GA 30906. 10. 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. DATE: A:ftUL 2..3, 2oD~ SECTION P PROPOSAL Gentlemen: In compliance with you invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and perform all work for the project referred to herein as: Wood Park Renovations In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: o N'::r ~N~ Yl f--r'f - N \ Nt. T\+OlASAN9 fol..tl2..- \-h.tNc~.E:D l1+tet'f-f16!11 and ,00 /100 dollars ( ~ \SC\)43<6-00 ). The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (10) calendar days after the date of written notice to proceed, and that he will complete the work within ninety (90) calendar days after the date of such notice. P-1 Enclosed is a bid guarantee consisting of ~{o L\~ f'~} in the amount of The undersigned acknowledges receipt of the following addenda: Addendum No. Addendum Date ~.1.. N'~ t... I'=, 2.00& Respectfully Submitted, G~€- ~PEiCrl&Sj INC. Firm \4t(p L.Uf)~~ LAN; NW Address I (l...-\l_Af'STA-) GA 3)t8 BY:~ ,r-.. 0 --- , TITLE: VtGf- P~E-S\DE:t--sr P-2 ~nHe.."''' -l'\1OUSAfJO AND · 0 D Words I 1100 dollars ($ ~O 000. DO) I Wood Park Bid Schedule 1. Base Bid: Bid shall include all improvements shown on the plans with the exception of the basketball court paving 1 goals 1 fencing and the alternative spray apparatus's. O~-~ND~ ftF1'l-NI~ fvLl~-H.~ /100 dollars ($ (sq,43~.c::o) Words -Gh~1"'(-E-l6trr; AtJo .00 2. Alternativ~ Deduct Bid #1: Provide water bar play structure for the spray play equipment. Sl~--r~q DNG~N~ f"lbH-1'( -ftV& ~ ,Co/100 dollars ($ !.o, I gS .60 ) Words I 3: Alternative~/ Deduct Bid #2 Provide water dump for the spray play equipment. ~-\I.w~AND ,.WO-~ S~-f'VE.. /100 dollars ($ II 27S.DO) I 1\....\ f t Words n\"O . Q:) 4: Alternative~ Deduct Bid #3: Provide water pressure for the spray play equipment. S\~--n-\Ou~DI Fl f'1'( AND f Do Words ' /100 dollars ($ 10, 050 .00 ) 5: Alternative@/ Deduct Bid #4: Provide black vinyl coated fencing and gates for the spray play equipment. \\PO:t~().SAt-lD f=lV~-\-\t.A~~ \""\~-ft~ ~D.at100 dollars ($ Z, S3S.00 ) I Worns . 6: Alternative Deduct Bid #5: Provide basketball court paving, goals and galvanized fencing. P-3 \Wo--n..wlA.S~n ANn .ce Words r /100 dollars ($ Z, 000. Db ) 7: Alternativ@' Deduct Bid #6: Provide black vinyl coated fencing and gates for the basketball court area. P-4 successors and assigns. Signed this 24-rn day of AP~lL SECTION BB BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the G~ f'eoP~j INC.-, as . ~v€:L.o~ t;~ f'.tJO Principal, \NOE1V\N\-r'{ C>>MPAN--l and as Surety, are hereby held and firmly bound unto the Augusta-Richmond County Commission of Augusta, Georgia as Owner in the penal sum of hrlef:N--n.\{)~ ~~l\-UN~ ~-fDuR. MD. 00 I'Do l~ \5, q44-. 00) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, 20~. The condition of the above obligation is such that whereas the Principal has submitted to the Augusta-Richmond County Commission of Augusta, Georgia, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for the Wood Park Renovations for Augusta, Georgia in accordance with plans and specifications of the Augusta Recreation & Parks Department. NOW, THEREFORE, (8) If 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 performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall . remain in force and effect; it being expressly understood and agreed that the liabili~ of the Surety for any and all claims hereunder shall, in no event, exceed the penal . amount of this obligation as herein stated. 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 BB-1 Attest By (Title) (Seal) ; 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 their corporate seals to be hereto i affixed and these presents to be signed by their proper officers, the day and year first set . forth above. Signed and sealed this day of A.D.20 Witness G~ f'~P&crH;SJ INC. (Seal) (Principal) ~ BY~ ~al) (Title) ~B D~ ' Attest Witness oev~~ SU2E;;-ry AND IN OE::MN Ii'( C5PMPAN\( (Seal)! (Surety) 88-2 .1'....;;:\f~........... (('ai\ ~.:..;;o_.:7~ .i~J;I!.iir.JF/ NOTICE OF AWARD DATE: CONTRACTOR: ADDRESS: City Slate Zip Code PROJECT: PROJECT NO: At a meeting of the you were awarded the Contract for the following Project: held on (Date) Enclosed please find copies of the Contract Documents for your execution. Please complete the ' pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office i days from the date of this letter, excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate; an original and two copies is permissible. Very truly yours, Augusta Program Management Team Project Engineer Reciept of this NOTICE OF AWARD is hemby acknowledged this, the day of GCLct.rCZ- ~~~~~;y~~ 9:v--- Contractor U /BV Please sign and return one copy of this Notice of Award Acknowledgement to: ..- -'---- ---+----. vf Tltle Augusta Recreation & Parks Department Attn: Ronald L. Houck, CPRP 2027 Lumpkin Road Augusta, GA 30906 OS..NOA A-1 SECTION A AGREEMENT THIS AGREEMENT. made on the .ll day of !l1 a. Q ,2@ by ~nd between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RIq;HMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, knd ("l~ ~E:::(Z::{\E:S \NC.. , party of the second part, herein~fter called the CONTRACTOR. I . WITNESSETH, that the CONTRACTOR and the OWNER, for the consideratibns hereinafter named, agree as follows: I ARTICLE I - SCOPE OF THE WORK The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the I specifications for the project entitled: Wood Park Renovations and in accordance with the requirements and provisions of the Contract Documents as defihed in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ' ARTICLE 11- TIME OF COMPLETION/LIQUIDATED DAMAGES I The work to be performed under this Contract shall be commenced within[10 calendar days after the date of written notice by the OWNER to the CONTRACTOR to proceed. All work shall be completed within ~ calendar days with all such extensions of time as ~re provided for in the General Conditions. I It is hereby understood and mutually agreed, by and between 'Ithe 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, ~nd uninterruptedly at such rate of progress as will ensure full completion thereof within the Ume specified. It is expressly understood and agreed by and between the CONTRACTOR and I~he OWNER, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construc'ion conditions prevailing in this locality. ! IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPL~TE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does her~by agree, as a part of the consideration for the awarding of this contract, to pay the OWNER the sum of two hundred and fifty and no/100s ($250.00) Dollars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar ~ay that the CONTRACTOR shall be in default after the time stipulated in the Contract Ifor completing the work. (B) Progress Payment i The said amount is fixed and agreed upon by and between the CONTRAC~OR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertairing the actual damages the OWNER would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. I It is further agreed that time is of the essence for each and every portion of ~hiS Contract, and the specifications wherein a definite portion and certain length of time is fixed, if additional time is allowed for the completion of any work, the new time limit fixed by exten$ion shall be the essence of this contract. I . ARTICLE 111- PAYMENT (A) The Contract Sum The OWNER shall pay to the CONTRACTOR for the performance of Ithe 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. I On no later than the fifth day of every month, the Contractor shall submit to the OWNER's Engineer (hereinafter called, the PROFESSIONAL) an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Professional. This esti~ate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. I i i On the vendor run following approval of the invoice for payment, the OW~ER 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 Ithe OWNER until the final completion and acceptance of all work under the Contract. ! ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Professional shall within 10 days make such inspection, and when he fihds the work acceptable under the Contract and the Contract fully performed, he will promptly is~ue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the errtire balance found to be due the CONTRACTOR, including the retained percentage, shall be pai~ 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 satisfactor~ to the Professional that all payrolls, material bills, and other indebtedness connected with woqk 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 I been guaranteed by surety bond. I A-2 A-3 (C) The making and acceptance of the final payment shall constitute a waiver of all I claims by the OWNER, other than those arising from unsettled liens, from faulty work appea1ing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still unsettled. ! (D) If after the work has been substantially completed, full completion thereof is I materially delayed through no fault of the CONTRACTOR, and the Professional, so certifies, Ithe 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. i Each payment shall be made under the terms and conditions governing final payment, exJept that it shall not constitute a waiver of claims. I (Seal) .""."?,o~"a'~'l\~ ~. .,.... '._-f~1CaMOND "lll~ - .," C' '1'1. "...~ ~"."'~""" Oc 'f~ i:' ,,(00,., 'l)Op5 ~... . ~. - . f,.J ,,' .. . ';), .\ ;' t5';.-;;.#JI r o.~.,.t. \~ Alit~st: \ . ~ ";I ,.. .. ... (I ;j,.w ::j~ ri~~ .."j(l if', ,. . .. ,1 f;'~ :7 OWNER: By: c;c{i-ft As its Mayor ~' &/~I d i i 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 I above. ' ~~~Q- I,) tyzJ1r-) Witness ,\'" " ""'" ~,,\ \J- HU~ ",,. " -,,~.. .......... ~:.s.-..tI." ~ ~;...;,\SSION ;~'" '\~ ~ .:- ~ .' o~ '"1;~ "\ -:. : I:,.(j ~oT AlTy ~'\ : (SEAL) - :~ ,- 'iil <.. ::r::: _e_ ~_= ~ ~ \. .oUSL\C ~ i ':A\- () 0.... ~r).....;'O.'?IL 4 ?~"... b.... ~ ~ c .......~.... 0V ~ """ OUNT'< f ",.... ""'m""'\ ATTEST:CP~ ~ Secretary r:p~ ~l~ CONTRACTOR: 4~t- p~~~ [~. B~.. ,;------ As its VlCE, r~lr::>nJT Address l4:l Co li)OODMOt-J'r ~) t-JW A\Lfr,srPrI GA. 303tg A-4 SECTION PB PERFORMANCE BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of ,~ith its principal office in the City of ,State of , as I Surety, hereinafter called Surety, are held and firmly bound unto AUGUST A, GEORGIA BY I AND THROUGH THE AUGUSTA COMMISSION as Obligee, hereinafter called the Owner, in the penal amount Ofl\.UO-\.hA~ ~=t~ANq fa.tt.-~ EIt.MtY-~ ~ .ooltCQ ($ 'Z-l '1 ~3 .00 ) for the payment whereof Contractor and Surety bina tnemselves, thbir I heirs, ekecutors, administrators, successors, and assigns, jointly and severally, firmly by the~e presents for the faithful performance of a certain written agreement. I WHEREAS, Contractor has by said written agreement dated : entered into a contract with Owner for the Wood Park Renovations in accordance with the I drawings and specifications issued by the Augusta Recreation & Parks Department and the I Augusta-Richmond County Commission, which contract is by reference made a part hereof, ind is hereinafter referred to as the CONTRACT . . NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly I and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. . ! I The Surety hereby waives notice of any alteration or extension of time made by the Owner. i I i Whenever Contractor shall be, and declared by Owner to be in default under the CONTRAC\" the Owner having performed Owner's obligations thereunder, the Surety may promptly remeqy the default, or shall promptly I (1) Complete the CONTRACT in accordance with its terms and conditions, or l' (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 t e Owner elects, upon determination by the Owner and the Surety jointly of the lowest I responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default a succession ofl 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 I 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 I Owner to Contractor under the Contract and amendments thereto, less the amount ! PB-1 By (Seal) properly paid by Owner to Contractor. i : Any suit under this bond must be instituted before the expiration of two (2) yeJrs from the date on which final payment under the CONTRACT falls due on shall I 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 day of A. D. 20 . Witness Attest eal) i It.6 Pe€5l0ersf Witness 'DeveU)~ 5W?rn AND IND~M.~lTY CQv\P~ (Seal) (Surety) Attest By (Title) (Seal) PB-2 Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, as Obligee, hereinaftercalled the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of Dollars ($ for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. I ) LABOR MANAGEMENT BOND SECTION LM NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-I, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of principal office in the City of , State of as with lits WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for the Wood Park Renovations in accordance with drawings and specifications issued by the Augusta Recreation & Parks 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 use~ 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 I I conditions: (1) A claimant is defined as one having a direct contract with the Contractor or with a I subcontractor of the Contractor for labor, material, or both, used or reasonably required 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 I directly applicable to the CONTRACT. i i ; i (2) The above named Contractor and Surety hereby jointly and severally agree with t~e LM-1 ! I (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of LM-2 Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution I thereon. The Owner shall not be liable for the payment of any costs or I expenses of any such suit. ! (3) No suit or action shall be commenced hereunder by any claimant, I (a) Unless claimant, other than one having a direct contract with the Contractor, shalll have given written notice to any two of the following: The Contractor, the Owner, or ~he Surety above named, within ninety (90) days after such claimant did or performed t~e last of the work or labor, or furnished the last of the materials for which said claim i~1 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 I 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 I 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 h public officer. I I (b) After the expiration of one ( I) year following the date on which Contractor ceasedl 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, s ch limitation shall be deemed to be amended so as to be equal to the minimum period 61 limitation permitted by such law. I i (e) Other than in a state court of competent jurisdiction in and for the county or other I political subdivision of the state in which the project, or any part thereof, is situated, lor in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. i LM-3 I mechanics' liens which may be filed of record against said improvement, whether oJ I not claim for the amount of such lien be presented under and against this bond. Signed and sealed this day of A. D. 20-1. ! I Witness (Seal) I (Contractor) ! ; i Attest By (Seal) I (Title) ! I Witness (Seal) I (Surety) I I i Attest By (seal) (Title) l I, the undersigned, i the duly authorized and acting I i I CERTIFICATE OF OWNER'S ATTORNEY legal representative of do hereby certify as follows: I have examined the attached Contract and Performance and Payment Bonds and the manne~ 01 execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executjd by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named I thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the I I parties executing the same in accordance with terms, conditions and provisions thereof. I ! Date: OWNER's Attorney CA-1 ~ ~~.. NOTICE TO PROCEED TO: PROJECT: You are hereby notified to commence WORK in accordance with the Agreement dated on or before , and you are to complete the WORK within consecutive calendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Augusta Program Management Team Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the day of Contractor: By: Title: Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Recreation & Parks Department Attn: Ronald L. Houck, CPRP 2027 Lumpkin Road Augusta, GA 30906 DATE: PROJECT NO: I- I I I i I I I I I I I I I I I I I I i I I i i ! i i ! I i I- I I i I I I I i I I I i ! i i I I I 09-NTP Section Article 1 Article 2 Article 3 Article 4 Article 5 Article 6 Article 7 Article 8 Article 9 Article 1 0 Article 11 Article 12 Article 13 Article 14 Article 15 Article 16 Article 17 Wood Park Renovations For Augusta Recreation & Parks Department Augusta, GA WK Dickson # 70459.00.AG General Conditions Table of Contents Description Definitions Preliminary Matters Contract, Documents, Intent, Amending, Reuse Availability of Land, 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 Corrections, Removal or Acceptance of Defective Work Payment to Contractor and Completion Suspension of Work and Termination Dispute Resolution Miscellaneous I i Page NuJber GC-1 to GC13 GC-4 to GC15 GC-6 to GCl? GC-8 to GC~1 0 GC-11 to GC!;-15 I GC-16 to GCJ:-23 GC-24 I GC-25 I GC-26 to GG-28 GC-29 J GC-30 to G I -34 GC-35 I GC-36 to GG-39 I GC-40 to GG-45 I GC-46 to GG-48 GC-49 I GC-50 to GO-52 I I I I I ReYision II ate Augl.llat 001 GENERAL CONDITIONS ARTICLE 1--DEFINITlONS Wherever used in these General Conditions or in the other Contract Documents the following terms have he 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 OWN ER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. I Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACT01 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. I I Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACT<DR and its Surety in accordance with the Contract Documents. .. I Change Order- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR lnd OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Pr ce 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); CONTRACTO~'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; 'he Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifi~lIy 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. . I Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as sta ed in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). I 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. I 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, he Augusta-Richmond County Commission, and its authorized designees, agents, or employees. l Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall 0 a legal holiday, that day will be omitted from the computation. legal Holidays: New Year's Day, Martin Lut~er King Day, Memorial Day, 4th of July, labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. J Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faul I or GC-1 70459.00.AG Wood Park Improvement~ 1/21/08 I i i Project Manager-The professional in charge, serving OWNER with architectural or engineering services, ris 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. t Resident Project Representative-The authorized representative of PROFESSIONAL as PROGR M MANAGER who is assigned to the site or any part thereof. , GC-2 70459.00.J I Wood Park Improvements 1/21108 I I 1 I ! i I i I I ...islon l.tc AU!;;Jun 11001 deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspectit, reference standard, test or approval referred to in the Contract Documents, or has been damaged prio~ to PROFESSIONAL's recommendation of final payment, unless responsibility for the protectlon thereof has bTn 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 h~ve been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but wh ch does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications. I Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders. I Notice of Award-The written notice by OWN ER to the apparent successful bidder stating that upon comPliarce by the apparent successful bidder with the conditions precedent enumerated therein, within the time specifi d, OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSION L) fixing the date on which the Contract Time wilt commence to run and on which CONTRACTOR shall sta 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. . I 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. . I 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 projedt is part of an OWNER designated program. I 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 ofthe improvements contemplated to be constructed in whole or in part under this Contract. Unit Price Work-Work to be paid for on the basis of unit prices. ReV:l1f1on r.te Au."., 1001 Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically preparrd by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certrin administrative details applicable thereto. Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR orwith any otter 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 ~he 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" llnd "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. I Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor. ~ Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or ot er such facilities or attachments, and any encasement containing such facilities which have been instal ed underground to fumish any of the following services or materials: electricity, gases, steam, liquid petro Ie m products, telephone or other communications, cable television, sewage and drainage removal, traffic or at er control systems, or water. Work-The entire completed construction or the various separately identifiable parts thereof required to be fumished under the Contract Documents. Work is the result of performing services, furnishing labor lnd furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Wo~ Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of he 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 issyed 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. . I Written Amendment-A written amendment of the Contract Documents, signed by OWNER Jnd 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. I I I GC-3 70459.00.AG I Wood Park ImprovementJ> 1/21/08 I I i I I I "" "., I." ,"",u", L" ARTICLE 2-PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall a so deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. I Copies of Documents: I 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 ~d drawings and/or individual pages or sheets of the project manual or drawings will be fumished by COUNII Y 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. 1 Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work s I all 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 he Contract Documents and check and verify pertinent figures shown thereon and all applicable fibld measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, er~or, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretatior"l 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 Contrkct Documents, if CONTRACTOR knew or reasonably should have known thereof. I 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: 1 2.6.1. an estimated progress schedule indicating the starting and completion dates of the vari ' us stages of the Work: I 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and I 26.3. a preliminary schedule of values for all of the Work which will include quantities and pricel of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detali to serve as the basis for progress payments during construction. Such prices will include an appropriate amo~nt of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOj at the time of submission. I GC-4 70459.00.AG Wood Park Improvementk 1/21/08 I I I I Rev;a&1011 4>.te AUgl.lAt ~O\l1 i 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copie~to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of e~ch 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: I 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 ~he 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 recor~s. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attendedl by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten <iO) calendar days to make corrections and adjustments and to complete and resubmit the schedules. ~o 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 acceptablel to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within ~ny specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSION~L 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 ~nd Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement Ifor reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. I CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible ~or maintaining the schedule, including updating schedule. Schedule updates shall include progression of work I as compared to scheduled progress on work. Schedule updates shall accompany each pay request. I GC-5 70459.00.AG Wood Park ImprovementS 1/21/0$ R."'1aicn Oat. AlJgtJlt. ~(Wt ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTCDR concerning the Work. The Contract Documents are complementary: what is called for by one is as bindinglas 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 p~rt thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipm$nt that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage las being required to produce the intended result will be supplied whether or not specifically called for. Wh,en words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meanin$. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided Iby 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 betw~n 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 Ian 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 provi~ed in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organjzatio~ 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 eff~ct at the time of opening of Bids (oron the Effective Date ofthe Agreement if there were no Bids), except as ~ay 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 cl.ny such Law or Regulation applicable to the performance of the Work or of any such standard, specificati~m. manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtair 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 Contrhct I 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: I 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant. to paragraph 10.3), or GC-6 ; 70459.00.A~ Wood Park Improvements 1/21/0~ IU!"lg'(l)1 b.ttil hugust: ~OOl 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. I 3.7. In addition, the requirements of the Contract Documents may be supplemented, and mi~1 or 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 I 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 acqJire 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 s~all not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of ~he Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. I GC-7 70459.00.AG I Wood Park Improvemen~ 1/21/0~ Aev,Uuon Date Auqu~L fOfl1 ARTICLE 4-AVAILABILlTY 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 Wor~ is to be performed, rights-of-way and easements for access thereto, and such other lands which are designa,ed for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will.lbe 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 OWNER1' '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: , I 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurtace conditions at or contiguous to the site that have b~en utilized in preparing the Contract Documents and those drawings of physical conditions in or relatingl to existing surtace or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. I 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in S~Ch reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for s~ch 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: ! I i 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including put 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 ShOW~ or indicated in such drawings, or ; 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or ~ny such data, interpretations, opinions or information. I 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurfacJ or otherwise concealed physical conditions which differ materially from those indicated in the Contrbct Documents or (2) unknown physical conditions of an unusual nature, which differ materially from thdse ordinarily found to exist and generally recognized as inherent in construction activities of the charadter 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 conditio~s. I . i 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if t~ey differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, pertormance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equita~le 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 Document~ or are not materially different from those ordinarily found and that no change in the terms of the Contrac~ ;s justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be GC-8 70459.00.Ad I Wood Park Improvementso1/21/08 , performed after direction is provided by the PROFESSIONAL. RCl'lU.i.';)l'l ~iltC'; August 1Q01 Physical Conditions-Underground Facilities: ! i 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Docume~ts 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. Unl~ss it is otherwise expressly provided in the Supplementary Conditions: ! i 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeneJ of any such information or data; and .. I 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR s~all have full responsibility for reviewing and checking all such information and data for locating all Undergrou'nd 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 paragr~Ph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be consideredlas having been included in the Contract Price. i 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguou~ 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 ther~of and before performing any Work affected thereby except in an emergency as permitted by paragraph 6'i' 2, identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determ ne the extent to which the Contract Documents should be modified to reflect and document the consequence~ of the existence of the Underground Facility, and the Contract Documents will be amended or SUPPlemente, to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protectio of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in he Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to ~he existence of any Underground Facility that was not shown or indicated in the Contract Documents and wh,ch CONTRACTOR could not reasonably have been expected to be aware of. If the. parties are unable to ag~ee as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. I Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: GC-9 i i 70459.00.AG I Wood Park Improvements 1/21108 I I Rev,hion bAtfl ""uyuut ~001 i ! 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste I or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawingsl 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, Subcontrac~or, Suppliers or anyone else for whom CONTRACTOR is responsible. ! 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condit~on 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 shaH promptly consult Jith PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate s4ch 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 ~ny required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that s~ch condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying cl.ny special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR canhot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract TinPes 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 sJch Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such spetial conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardCus conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR canhot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Ti~es as a result of deleting such portion of the Work, then either party may make a claim therefor as provide9 in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forees or others in accordance with Article 7. I I I 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petrole~m, Hazardous Waste or Radioactive Material uncovered or revealed at the site. I I i i ! GC-10 i I 70459.00.AG . Wood Park Improvement~ 1/21/08 !T~ i R.c"lsion fo.te ~u~ust rQ01 ARTICLE 5-BONDS AND INSURANCE CONTRACTOR's Liability Insurance: i I 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection frbm 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 perfomjed 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: I 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; I 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; I I i GC-11 70459.00.AG I Wood Park Improvements 1/21/08 ! , I i I ReV.l.~oJ :late Au~uo1 ..we 1 I 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person of her 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; I I 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destructioh of tangible property wherever located, including loss of use resulting therefrom; I I 5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily inju~ or death of any person or for damage to property; and I 5.3.7. Claims for damages because of bodily injury or death of any person or property damage ariiing out of the OWNERSHIP, maintenance or use of any motor vehicle. . I 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 operatibns insurance. All of the policies of insurance so required to be purchased and maintained (or the certificate~ or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will no~ be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall main~in such completed operations insurance for at least two years after final payment and furnish OWNER rith evidence of continuation of such insurance at final payment and one year thereafter. I Contractual Liability Insurance: I 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contradtual liability insuranc~ applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. I OWNER's Liability Insurance: I 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insuraljlce, 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. I ! I Property Insurance: i 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase bnd maintain property insurance upon the Work at the site to the full insurable value thereof (subject to s~ch 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, Subcontractbrs, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom ~hall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coveriage 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 SUPPlemen~ary GC-12 70459.00.AG Wood Park Improvements 1/21/0i8 i RevisJon tlate- hugUlSt 20Q1 Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured I?SS or incurred in the repair or replacement of any insured property (including but not limited to fees and char~es 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 ~nd maintain similar property insurance on portions of the Work stored on and off the site or in transit when s~ch portions of the Work are to be included in an Application for Payment. I 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional pro~rty insurance as may be required by the Supplementary Conditions or Laws and Regulations which will incltlJde 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 provisioljl or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused un~1 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. I 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 deductt,e . amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount ill be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wis ~es property insurance coverage within the limits of such amounts, each may purchase and maintain it at he purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the prop~rty insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charge1 to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Wo at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has b en procured by OWNER. I Waiver of Rights: I 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all iosses and dama~es 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 ~he 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 betwben 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 rl he 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 5.61j1nd 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 e~ent of payment of any loss or damage the insurer will have no rights of recovery against any of the parties nafrnld 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 jf such waiver fo s are required of any Subcontractor, CONTRACTOR will obtain the same. I GC-13 70459.00.AG Wood Park Improvements 1/21/08 I ! I I 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 rpay appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with sLch 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 dost thereof covered by an appropriate Change Order or Written Amendment. I I Receipt and Application of Insurance Proceeds I 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless bne of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWN~R's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with Ithe insurers in accordance with such agreement as the parties in interest may reach. If required in writing by rny party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. I I Acceptance of Insurance: l 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insura ce 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 parag~Ph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the pOlicie~ of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 andl5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNE~ in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance 'f'ith paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional informatio~ in respect of insurance provided by each as the other may reasonably request. Failure by OWNE~ 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 prio to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance tith paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providinglthe property insurance have acknowledged notice thereof and in writing effected the changes in coverage neqes- sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, an its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, find GC-14 70459.00.AG Wood Park Improvements 1/21108 I i I kl':v\.,n o..,t~ Auqus lOOI Revhion ate 1<UglJst Del expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided t at any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickne s, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefr m and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyore directly or indirectly employed by any of them, or anyone for whose acts any ofthem may be liable, Whethe] 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 anyohe for whose acts any of them may be liable, the indemnification obligation under the previous paragraph s~all not be limited in any way as to the amount or type of damages, compensation or benefits payable by orjor 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 orindire .t1y 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 Claiml in connection with any alleged infringement of such rights. GC-15 I 70459.00.AG I Wood Park Improvemen~ 1/21/08 Rtc'VJ.Ml0n ate AU~USt: on t ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting sulch 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 mea~s, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsifle for the negligence of others in the design or specification of a specific means, method, technique, sequenci or procedure of construction which is shown or indicated in and expressly required by the Contract DocumenflS' CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contr ct Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent residtj!nt superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR All communications to the superintendent shall bers binding as if given to CONTRACTOR Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout!re 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 person$ or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the contr+ct Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR willlJ10t permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER1 '5 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 ~~d 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, test~.~g, 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 provide in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evide~ce (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 J1ith the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performanc,1 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: I 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 developme~ts; these will conform generally to the progress schedule then in effect and additionally will comply with 1ny provisions of the General Requirements applicable thereto. GC-16 70459.00.Ad Wood Park Improvement~ 1/21108 ! i Revi1lllHJn ~t" A119UCr. 1001 I Substitutes or "Or-Equar Items: I i 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 intende~o establish the type, function and quality required. Unless the name is followed by words indicating that 0 substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAlL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the mate~ial or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONf'L will include the following as supplemented in the General Requirements. Requests for review of substit~te items of material and equipment will not be accepted by PROFESSIONAL from anyone other thf'in CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipmert. CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that lt1e 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 speCifi~d. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance ofthe substit~te 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 ahd whether or not incorporation or use of the substitute in connection with the Work is subject to payment of shy license fee or royalty. All variations of the proposed substitute from that specified will be identified in t~e 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 subh substitute, including costs of redesign and claims of other contractors affected by the resulting change, alllof 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 proposM substitute. I i 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, meth4d, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR subl!1its sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to t~at 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 Ge!n- eral Requirements. I 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proPos~d 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 Chanbe Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTO~'s expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL fill record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned there~y. 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 SUbstituie. Concerning Subcontractors, Suppliers and Others: I 6.8.1. CONTRACTOR shall not employ any Subco~tractor, Supplier or other person or Organizatibn (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initi~lIy or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objectiJn. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organizatio~ to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. I GC-17 70459.00.AGI Wood Park Improvements 1/21/0~ ; Revi~1on ck.tc AlIIJU5t 1001 I 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers lor other persons or organizations including those who are to fumish the principal items of materials a~d equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance ~y OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with t e Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to ma e written objection thereto by the date indicated for acceptance or objection in the bidding documents or~e Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR s II submit an acceptable substitute, the Contract Price will be increased by the difference, and the c4st 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 persbn or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective WOH<. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts a~d omissions of the Subcontractors, Suppliers and other persons and organizations performing orfumishing a;ny of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responSible~or CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contract al relationship between OWN ER 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 rs may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall ~ot control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. I I 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriJte 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.. I i Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the ube in the performance of the Work or the incorporation in the Work of any invention, design, process, productlor device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify ard 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 arbitratibn costs arising out of any infringement on patent rights or copyrights incident to the use in the performancelof the Work or resulting from the incorporation in the Work of any invention, design, process, product or devibe not specified in the Contract Documents, and shall defend all such claims in connection with any allegbd infringement of such rights. I i Permits: ! I 6.13. CONTRACTOR shall obtain and pay for ~II construction permits, licenses, govemmen~al charges and inspection fees, and all public utility charges which are applicable and necessary for t~e execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permittihg GC-18 70459.00.AGI Wood Park Improvements 1/21/08; GC-19 ! , I I I 70459.00.AGI Wood Park Improvements 1/21/08! R@vision ~at:r. AU9U8t rei process will be considered for time extensions only and no damages or additional compensation for delay ~i11 be allowed. ! I i Laws and Regulations: i 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations apPlicable~o furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws a d Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTO 's compliance with any Laws or Regulations. I I 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to subh laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes s~all 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. I Taxes: I I i 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. I i Use of Premises: i I 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and eqUiPm~nt 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 af' d 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 equipmen ' 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, resultihg from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL byary such OWNER or occupant beCCl;use of the performance of the Work, CONTRACTOR shall promptly atte"lpt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at l8jw. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWN~ 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) arisi g directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other pa, against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Wor. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free frdm accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At t~e completion of the Work, CONTRACTOR shall remove all waste materials. rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to oriQill al condition all property not designated for alteration by the Contract Documents. 1 CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdictipn for the safety of persons or property or to protect them from damage, injury or loss; and shall erect a~d 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 aff ct them, and shall cooperate with them in the protection, removal, relocation and replacement of their properW1' . 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 10~S 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 e liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON- TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work sh1all 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 othelWi~e expressly provided in connection with Substantial Completion). I 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 otherwi~e designated in writing by CONTRACTOR to the Project Manager. I I Emergencies: I GC-20 70459.00.AGI Wood Park Improvements 1/21/08i j I i i I I I I ~evisi.on ~T.il! ,l,u~uvt 'po 1 I 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any maJer that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent propertylto 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. I i Safety and Protect/on: I 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all saf~ty 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 storM equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, ahd shall provide the necessary protection to prevent damage, injury or loss to: I 6.20.1. all employees on the Work and other persons and organizations who may be affect~d thereby; I 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on lor off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walJs, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. 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 s~all be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWN~R. Any delays associated with the submittal process will be considered for time extensions only, and no damage I s 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, materi~ls, 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 Contr ct Documents. I GC-21 70459.00.AGI Wood Park Improvement~ 1/21/0~ i I ! I I Revlolon ti ... ~U9UBr: 2 Cl 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the s~te 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 gi~e 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 sh II file a written report on such person{s) and any other event resulting in property damage of any amount wit1in five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals apd samples required by the Contract Documents. All submittals and samples shall have been checked byapd 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 ahy 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 a d approval shall be only for conformance with the design concept of the Project and compliance with t e information given in the Contract Documents. The approval of a separate item as such will not indiC4te approval of the assembly in which the item functions. CONTRACTOR will make any corrections required py 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 ard 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. Continuing the Worlc: I I ! ReviM.iIJn n te AUqIUlt. ~ t'll 6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific writt n Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted 0 PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design conceptlof 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 mea~s, method, technique, sequence or procedure of construction is indicated in or required by the Cont~ct Documents) orto safety precautions or programs incidentthereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. I 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 h~s, 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 J10t 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 w rk performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sdle expense and responsibility of CONTRACTOR. 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 ahy disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER m~y otherwise agree in writing. . I I ~~* I 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, ard other debris or contaminants resulting from the work on a daily basis or as required. At the completion of t~e work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all too,ls, 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 main~in the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to Origijal condition those portions of the site not designated for alteration by the Contract Documents. I Indemnification: I 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify ard hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents ard employees from and against all claims, damages, losses and expenses, direct, indirect or consequen~ial (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 ~e performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bO~i1Yt GC-22 70459.00.AG Wood Park Improvement 1/21108 ~evlsion c.e Al.J<4uat 2 01 injury, sickness, disease or death, or to injury to or destruction of tangible property (ather than the Work itself) including the lass of use resulting therefrom and (b) is caused in whole or in part by any negligent act br omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed ~y 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 fr 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 workme~'s compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. GC-23 I I I 70459.00.AGI Wood Park Improvements 1/21/08 Rl'l:VISi(l1l t:e hUCfUDt. .2 (ll ARTICLE 7--OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, ha e other work performed by aided OWNERs or let other direct contracts therefor which shall contain Genetal Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contrclct Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, an~~ if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or reqUiJS additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a cia m 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 suc a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, prop,er and safe access to the site and a reasonable opportunity for the introduction and storage of materials apd 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 sevef~1 parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any ~rk of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with t e written consent of PROFESSIONAL and the others whose work will be affected. The duties a d responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and ot~er 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 repo ,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 n acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latentlor nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWN ER contracts with others for the performance of other work on the Project at the site, t~e person or organization who will have authority and responsibility for coordination of the activities among t e various prime contractors will be identified in the Supplementary Conditions, and the specific matters to e covered by such authority and responsibility will be itemized, and the extent of such authority ~I d responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in t e Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibili in respect of such coordination. I I GC-24 704S9.00.AG Wood Park Improvement 1/21/08 RflvU10n ob.tl! ....ugullt :2pOl ARTICLE 8-OWNER'S RESPONSIBILITIES I 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue 611 communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. I ! 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall apPointl 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 subh appointment shall be subject to arbitration. ! 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly a~d shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. ! I 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surve~s 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 subsurfape conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. I 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and prope~ 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. ! I I 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth I in paragraph 13.4. ! i 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 ahd 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under cert~in I circumstances. : GC-25 i 70459.00.AG: Wood Park Improvements 1/21108 ! Revision Date Auq,Jl!ll: 20lh ARTICLE 9-PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required ~o 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 th$t the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Proj~t 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 ~t the site who is not PROFESSIONAL's agent or employee. the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These maybe accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. GC-26 70459.00.AG Wood Park Improvements 1/21/08 RevulIl.cm Da[:fI' AlJ~ufJt 200J. 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 Paymernt, 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 recommendati<>n of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final aM binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, eith,er 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 Documel')ts 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 claim~nt to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretatIon or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of fi nal payment as provided in paragraph 14.16) will be a condition GC-27 70459.00.AG Wood Park Improvements 1/21 f08 Revioion ua~c Au.~u.:Jt 2001 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 Contraqt Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be . responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, amy Subcontractors, any agents or employees, or any other persons performing any of the Work. GC-28 70459.00.AG Wood Park Improvements 1/21/08 Rev1oion uate hU9IJet 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 submita 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 sh~1I 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, issu~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 falls to sign such Work Change Directive, CONTRACTdR 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 ContrSlct Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of aj1y Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and tlile amount of each applicable Bond will be adjusted accordingly. GC-29 70459.00.AG Wood Park Improvements 1/21/08, Rtwifltnn O.;'lJ;:C .AUq\.Ist 20D1 ARTICLE 11-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Arjy 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 day$) 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 (unle$s PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the clail\l) 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 everit 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 arid acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actu:al 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, c;tS defined in these Contract Documents, is required and affects the quantities required for items designed in ttile 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 t~e application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price ite'm 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 alild CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree ~>n a price for the changed work, a reasonable price for the same shall be established by OWNER in accordan~e with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonat}le price, in accordance with 11.4 through 11.6. CONTRACTOR shall pertorm the Work as directed in tne GC-30 70459.00.AG Wood Park Improvements 1/21/08 Rc-vil:l10n D",i:.~ Al!9u8t :2 Cbl Change Order. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensior1s 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 attrie 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 ~y CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing QY OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, sh<;ill 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 tlle Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs f9r employees not employed full time on the Work shall be apportioned on the basis of their time spent on t~e Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefi~s 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 P<;lY applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses pf 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 pf transportation and storage thereof, and Suppliers' field services required in connection therewith. All ca$h discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates arnd 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 Subcontracto'rs 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 p~id on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in tlile 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, testiDg laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC- TOR's employees incurred in discharge of duties connected with the Work. GC-31 70459.00.AG Wood Park I mprovement~ 1/21/08 Re\l uU.iJU D..r:.~ AUguii~ :ZOQ1 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 worker~, 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 rente~ from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice cjlf PROFESSIONAL, and the costs of transportation. loading, unloading, installation, dismantling and remov~1 thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machine~ 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 Qr anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwis~, 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 ~y 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 9r 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 requir~s reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for servicesia 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 attlie 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 tt:le 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 foHowing: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attome~, 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 j~b 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 GC-32 70459.00.AG Wood Park Improvements 1/21/08 Revision Daue AUgust ;tO~ 1 office at the site. 11.5.3, Any part of CONTRACTOR's capital expenses, induding interest on CONTRACTOR'S capit$1 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 premium:s covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited tQ, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good ariy damage to property. . 11.5.6. Other overhead or general expense costs of any kind and the costs of any item neM 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 Qe fifteen percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and i~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 COlN- TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2~ 1 through 11.6.2.4, inclusive. 11,7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together wi~h supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, ttile amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a n:et GC-33 70459.00.AG Wood Park Improvements: 1/21/08 R'l!!'vll!ion oatj.e AUCJl19t. ~OQl decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Projec!t Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change. the combined overhead and profit shall be calculated on the basis of the net change, whethdr an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by disciplineltrade 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 itemize~, 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) <!>f materials and equipment required by the allowances to be delivered at the site and all applicable taxes; an:d 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 Contrabt 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 Contrabt 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 Wor~, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of t~e established unit prices for each separa~ely identified item of Unit Price Work times the estimated quantity bf each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are nbt guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract pricb. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTdR 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 tile adequate to cover CONTRACTOR's overhead and profit for each separately identified item. ' 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR diffe'rs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is mo corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes th~at 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 amo~nt of any such increase. GC-34 70459.00.AG. Wood Park Improvement$ 1/21/08) R~~~~~~ ~:d~ ARTICLE 12-CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension ip the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (~) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will b~ 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 Tim~ must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay wab 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 orneglect of OWNER or PROFESSIONAL, or by an employee of either, qr 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 thb Contract Time shall be extended by Change Order for such reasonable time as OWNER may determin~. 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 ~u the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contrad Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performanc+, progress, commencement or completion of the Work for any cause whatsoever, including those for whioh 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. CONTRACTORls sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay I;>f any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with t~e procedures set forth herein. GC-35 70459.00.AG . Wood Park Improvementsj 1/21/08 Rov1Clion IHit:e hU!,Jll:St 20Ql 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 mannet, free from faults or defects, and in accordance with the requirements of the Contract Documents and ady inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Worjk 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 defecis shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may b~e rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times de given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation bf 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 authori~ having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other thdn 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. ~II 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. hou~s per week. For all required inspections, tests, and approvals on any Work prepared, perfOrmed, or assembl~d away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contra~ct Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction pf PROFESSIONAL and at CONTRACTOR's expense. . 13.5. All inspections, tests or approvals other than those required by laws or Regulations of a~y public body having jurisdiction shall be performed by organizations acceptable to OWNER arjld 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 cover~d without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has giv~n PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has riot acted with reasonable promptness in response to such notice. GC-36 70459.00.AG Wood Park Improvement~ 1/21108: R~~i.si.on n,)lj~ Au.gust 20~1 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, qr approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform th~ 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 th~ prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request ~f PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspectio~, testing or approval and replaced at CONTRACTOR's expense. . 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed oy PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, Sh~1I 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 sudh uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but nbt limited to fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONALs), add 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, howeve1r, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price ~r an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observatioh, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or exteht 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 9r suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may ord~r 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 t~e 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 OWN9R and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does nbt correct such defective Work or remove and replace such defective Work within a reasonable time, ~s specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct a~d indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment Ito CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. . GC-37 70459.00.AG! Wood Park Improvements 1/21IOB! ReV!SLon na~e August ;I0ql 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 an~ 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 sh~1I promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defecti~e Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may ha~e 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 a~d 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 tiy 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 PROFESSIONAqs recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in t1ie Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in t~e 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 appropriaie amount will be paid by CONTRACTOR to OWNER . OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL lin accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTO R falls to comply with any other provision of the Contract Documenis, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. ~n 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 p~rt of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereio, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site a~d incorporate in the Work all materials and equipment stored at the site or for which OWNER has p~id 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 ito exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNEER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved aslto 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 appropri~te decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER mby 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, attomeys and other professionals, all court co~ts GC.38 70459.00.AGi Wood Park Improvement~ 1/21/08: R.cv1Dion coda AlJ9118l' ~och and all costs of repair and replacement of work of others destroyed or damaged by correction, removal dr replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of th~ Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER df 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 submlt a recovery plan and take specific corrective actions including, but not limited to, employing additional workmeh and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to pJt the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged agaimh CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contra9t Documents, including an appropriate reduction in the Contract Price. Ifthe payments due CONTRACTOR a~ 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 cosfs to OWNER of associated inspection, construction management and resident engineers shall be identified tb CONTRACTOR and the Contract Price reduced by a like amount via Change Order. ' GC-39 70459.00.AG ! Wood Park Improvementsl 1/21/08 i Revis:um Date #u..lguBt 20~1 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progre~s payments and will be incorporated into a form of application for Payment acceptable to Project Managek 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 applicatidn for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of t~e application and accompanied by such supporting documentation as is required by the Contract Documents.llf 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 ~e 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 cover~ by appropriate property insurance and other arrangements to protect OWNER's interest therein, all ofwhidh will be satisfactory to OWNER. Payment is subject to a ten percent (1 0%) retainage that will be held until t~e final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will qe as stipulated in the Agreement. . CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipmeht covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER rlo later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. . PROFESSIONAL will, within ten (10) calendar days after receipt of each Application fbr Payment, either indicate in writing a recommendation of payment and present the application to OWNER, pr 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 resub~it 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 amourt recommended. j 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Paymert will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-si~e observations of the Work In progress as an experienced and qualified design PROFESSIONAL and on PROF- ESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Wo'rk has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information a+d belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of t~e 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 pri?e GC-40 70459.00.AG: Wood Park Improvements! 1/21/081 ReVlj.IO(l J'lBte Au9UB~ ~Opl Work under paragraph 9.10. and to any other qualifications stated in the recommendation; and th~t 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 continuoJs on-site inspections have been made to check the quality or the quantity of the Work beyond th'e 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 t\y 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 fin~1 payment as set forth in paragraph 14.13 have been fulfilled. I 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, !n 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 extert 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 9r 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 lin paragraphs 15.2.1 through 15.2.9 inclusive. i OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because clairlls have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work 6r Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-~t 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: i 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTqR 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 issuel 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. I If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substanti~lIy 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 certificat~ 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 a1ny I GC-41 70459.00.AGI Wood Park Improvements 1/21/08! Rcvhion [Jllte ^U~U8t 20 ~ 1 provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL conclud~ that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission ofttlb tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, aftJr consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR la definitive certificate of Substantial Completion (with a revised tentative list of items to be completed 6r corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as ~o division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER ahd CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAl's issuihg the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will ~e binding on OWNER and CONTRACTOR until final payment. I 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date 6f Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or corr~t items on the tentative list. . Partial Utilization: 14.1 Q. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, a~d CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used GY 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 aIi y such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of t e Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completi~n for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing th~t CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete ail d 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 n inspection of that part ofthe Work to determine its status of completion. If PROFESSIONAL does not consid~r that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTO~, 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 Substant al Completion of that part of ttle Work and the division of responsibility in respect thereof and access thereto. I 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take o0:r 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 aMd PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, ahd PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before fi~al payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of tre GC-42 70459.00.AG! Wood Park Improvements 1/21/08! Rev1Uon lJo1~1l AUgust ~OP:1 Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to b~ completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER an1d CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties an~d guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so inform~d 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 io compliance with the requirements of paragraph 5.15 in respect of property insurance. : . . 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficirl Occupancy. Flnallnspect;on: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portidn thereof is complete. PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and ~i11 notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete 9r defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such de~- ciencies. ' Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction bf PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenante 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 m~y 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 t~e Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the sureo/, 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 ~s approved by OWNER, CONTRACTOR m.ay ~urnish receipts or .release in. full and. an affidavit. pf CONTRACTOR that (i) the releases and receipts Include all labor, services, matenal and equipment forwhlcph a lien could be filed, and (it) all payrolls, material and equipment bills and other indebtedness connected wi~ 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 agai~st . I any hen. ; i 14.12.1. No application for final payment will be accepted by OWNER until approved as.b~ilt documents by CONTRACTOR are accepted and approved by PROFESSIONAL. ' GC-43 70459.00.AG! Wood Park Improvements! 1/21/081 , Revls!on DII~e: August 20tl1 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 provide~, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any M them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy ~f nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractor~, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor Qr supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for a~y 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 fin~1 inspection and PROFESSIONAL's review of the final Application for Payment and accompanYi~g 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 payme~t. 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 retum the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which ca~e 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 ~y 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 arld if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application tbr Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment bf the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract a~d if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of t~e balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTd,R to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms a~d 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 t~e Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nbr I any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use pr occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNBR nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant ita paragraph 14.13, nor any correction of defective Work by OWNER will constitute <;1n GC-44 70459.00.AG i Wood Park Improvements: 1/21/08: Re'IJ.siol1 DHht AUf'!U::l1: 204H acceptance of Work not in accordance with the Contract Documents or a release 6f CONTRACTOR's obligation to perform the Work in accordance with the Contract Documen~ (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 I unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comp y with the Contract Documents or the terms of any special guarantees specified therein, or fronn 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 maqe in writing and still unsettled. . GC-45 70459.00.AG i Wood Park Improvementsl 1/21/081 RcvJ.II.l.on Dt.I~e l'lUgUBt 2QPl ARTICLE 15--5USPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for ia 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, 6r both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provid$d in Articles 11 and 12. ! Termination For Cause: 15.2. Upon the occurrence of anyone or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent br similar action by filing a petition or otherwise under any other federal or state law in effect at such time relati1g to the bankruptcy or insolvency; , 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as ndw or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar reli~f against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy ~r 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 I~w 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 prope~ 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 du~; I 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 br failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time)! 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; ! 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contr~ct Documents, OWNER may, after giving CONTRACTOR (and the surety, ifthere be one) seven days' written notice andlto the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR. excluge I GC-46 70459.00.AG i Wood Park ImprovementS 1/21/081 R.cv1:l110n Do~c "U~"U8t ;iOpl CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliance~, 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 ~Il materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which a~e stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR sh~1I not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contratt 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 ahd arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balanc~, 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 cbr remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the WO~k performed. ' 15.3. In the event OWNER terminates the contract for cause and it is subsequently judiciai'ly 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. I Termination for Convenience I 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 t~e Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): .: i 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 SU9h Work; , 15.4.2. For expenses sustained prior to the effective date of termination in performing services a~d furnishing labor, materials or equipment as required by the Contract Documents in connection wi~h uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; I 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts wtth . I 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 lo~s arising out of or resulting from such termination. ' 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination ~iIl 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 relea~e CONTRACTOR from liability. . CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended fora period ofmoreth~n ! GC-47 70459.00.AG i Wood Park Improvement~ 1/21/081 Ttevl'!1.lon t)a~e Al,lguat .lOpl ; ninety calendclr 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 da~s to pay CONTHACTOR 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 n~t 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 da~s after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to p~y CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice '0 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 Contraet Time or othelwise 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 t~e obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and withoot delay during clisputes and disagreements with OWNER. I GC-48 i 70459.00.AG j Wood Park Improvements! 1/21/08! j Wood Park Improvements 1/21/08 ReVU1C'.T1 Date AU9lJ~(t. 100 l ARTICLE 16-DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or t?oth, or extra wOI.k, 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 char~cter and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claiml not presented within the time limit specified in this paragraph shall be deemed to have been waived, except t~at if the claim is ()f 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 priort6 the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be maile~ 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 Ge~rgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Con~ract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest sam3. GC-49 70459.00.AG Wood Park Improvemen:ts 1/21/08 RevJ.lucm Do!IIt'e l\l,l~\lSC '2Ml ARTICLE 17 -MISCELLANEOUS Giving Noticl~: 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 ot to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified m~iI, postage prep.~id, to the last business address known to the giver of the notice. Computatiolil of Time: 17.2. '1. When any period of time is referred to in the Contract Documents by days, it will be compu~ed to exclude tM first and include the last day of such period. If the last day of any such period falls o~ 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 Ithe computation. 17.2.:2. A calendar day of twenty-four hours measured from midnight to the next midnight small 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 Ifor whose acts the other party is legally liable, claim should be made in writing to the other party Withi~ a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 slhall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation~ or repose. 17.4, The duties and obligations imposed by these General Conditions and the rights and remedies available herE~under to the parties hereto, and, in particular but without limitation, the warranties, guarantJes 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 ~re not to be con~jtrued 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 o~er 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 surv,ive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to ~is Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimun) of five (5) years 'from the date of final completion or termination of this Contract. OWNER shall have the righ~ to audit, inspect and copy all such records and documentation as often as OWNER deems necessary during ~e period of the Contract and for a period of five (5) years thereafter provided, however, such activity shalll be conducted only during normal business hours. OWN ER, during this period of time, shall also have the righ,t to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid rec()rds and supporting documentation. GC-50 70459.00.AG Wood Park Improvementi:; 1/21/0$ RC"J,SJ,uu blltfl) AuguSt i! 00 J. 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and jail provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, etseq. In the event any provision of~e Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. . 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents a:nd CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract docume~ts 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 emergericy situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. ,a!ny changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior! to establishment of the bypass. All bypass systems will include complete redundancy in pumping system~, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of ~e State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump opera~on and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewaten to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. 2. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruct/on conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions tak;en 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 GC-51 70459.00.AGi Wood Park Improvement$ 1/21/0$ K6v.t.I'I.l0n pate- AIJl)uat IOt)l 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 Utili~es Department will undertake necessary actions to abate an overflow situation. The cost of these actions willlbe the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conductedlby 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 HILL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as on~ite 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 I or the CONTRACTOR or other entities, a'nd do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, includi~g, 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 Contr~ct 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 confrol over any construction contractor or other entity or their employees in connection with their work or any hea'lth or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on healthlor 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 constructi~on 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 i~to the construction work, and construction contractors include manufacturers of materials incorporated into the construction work . GC-52 70459.00.AG Wood Park Improvement~ 1/21/08 1. GENERAL SECTION 01090 REFERENCE STANDARDS 1.1 Description Throughout these specifications, references are made to specifications and standards issued 'by nationally recognized professional and/or trade organizations. 1.1.1 These referenced standards are generally identified by abbreviating the names of the specific organization followed by the specification/standard number. 1.1.2 Unless specifically indicated otherwise, all references to such standards refer to the latest editipn available at the time of the bidding of this project. . 1 .2 Abbreviations Wherever the following abbreviations are used in these specifications and other project documents, th'ey are to be construed as the same as the respective expressions represented: AASHTO ACI AISC ArSI ANSI ASTM A\NWA AWS FSS ACE NAVFAC NFPA NSF SSPC UL American Association of State Highway and Transportation Officials American Concrete Institute American Institute of Steel Construction American Iron and Steel institute American National Standards Institute, Inc. American Society of Testing Materials American Water Works Association American Welding Society Federal Specifications and Standards General Service Administrations US Army Corps of Engineers Naval Facilities Command National Fire Protection Association National Sanitation Foundation Steel Structures Painting Council Underwriters Laboratory END OF SECTION 01090-1 70459.00AG Wood Park Improveme~ts 1/21/08 01150-1 70459.00.AG Wood Park Improvements 1/21/08 SECTION 01150 PAYMENT 1. GENERAL 1.1 Scope This section covers methods of payment for items of Work under this contract. 1.2. Related Work The general provisions of the Contract, including the General Conditions and Division 1 Specifications sections apply to work of this section. 1.3. General The total Bid Price for each part of the Project shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment and tools, and performing all necessary labor and supervision to fully complete the Work shall be included in the unit and lump sum prices bid. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of the CONTRACTOR and all costs in connection therewith shall be included in the prices bid. 1.4. Estimated Quantities All estimated quantities stipulated in the Bid Form or other Contract documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the bids submitted for the work. The actual amounts of work done arid materials furnished under unit prices may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. CONTRACTOR agrees that he will make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefor. Payment will be made or lump sum prices adjusted according to unit prices bid and as described in other section of these Specifications. END OF SECTION 01151-1 70459.00.AG Wood Park Improvements 1/18/08 SECTION 01151 METHOD OF MEASUREMENT 1. GENERAL 1.1 ScoDe This section covers methods of measurement for payment for items of Work under this contract. 1.2 General The total Bid Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including fumishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, i and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit prices bid. All Work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of CONTRACTOR and all costs in connection therewith shall be included in the prices bid. 1.3 Estimated Quantities All estimated quantities stipulated in the Bid Form or other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and ! materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. CONTRACTOR agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefore. END OF SECTION 02110-2 70459.00.AG Wood Park Improvem~nts 111 13/08 1.2.6 The CONTRACTOR shall obtain, at his own expense, all necessary permits pertaining to clearing and grubbing work not already secured by the ENGINEER. The CONTRACTOR shall then provide a c~py of any and all required permits to the ENGINEER. 2. MATERIALS Topsoil shall be considered to mean original surface soil, typical of the area, which is capablel of supporting native plant growth. and shall be free of large stones, roots, brush, waste construction de~ris and other undesirable material. . 3. INSTALLATION 3.1 Clearing and grubbing shall be performed in areas as called for on the plans, the limits of wh'ich shall coincide with the construction limits and in general shall extend 5 feet beyond top of cut or toe of Ifill, not to exceed the limits of the OWNER'S property. Clearing and grubbing activities shall conforml to Section 201 of the .Standard Specifications Construction of Transportation Systems", 2001 editibn, . published by the Georgia Department of Transportation, except that grubbing shall be performed onl all cleared excavation and embankment areas and shall include the complete removal of all stumps, ropts and embedded debris. . 3.2 The CONTRACTOR shall perform all clearing and grubbing operations before constructIon operations begin. ' 3.2.1 Where adjacent areas within the site but outside the limits of construction are disturbed as a result of clearing and grubbing activities, the CONTRACTOR shall remove all debris and restore to the origihal grades and equal or better condition. 3.2.2 The CONTRACTOR shall exercise caution to protect and maintain all existing utilities and underground works which are to remain. Any existing utilities or underground works which are to rem~in that are disturbed during construction shall be repaired or replaced at the CONTRACTOR'S expense. I 3.2.3 The CONTRACTOR must comply with all local, state and federal laws, ordinances and regulations in the removal and disposal of clearing and grubbing of all vegetation, timber, waste andl all surface debris that must be hauled from the Project Site. No burning of materials will be allowed on site. The CONTRACTOR shall properly dispose of all cleared materials at his expense, in conformance withl all applicable local and state laws and ordinances with the exception of any materials to be reused! or recycled as directed elsewhere in this contract. 3.3 Striooino and Storaoe of Toosoil All topsoil suitable for reuse, in the opinion of the ENGINEER, shall be stripped to its full depth, all top~oil to be moved shall be free of large stone, roots, brush, waste construction materials and other undesira,ble matter. . 3.3.1 Topsoil stripping shall be accomplished from all topsoiled areas to be disturbed. 3.3.2 Existing lawn sods may be left to decompose with the topsoil. Heavier stands of weeds ~nd grasses shall be removed as directed by the ENGINEER prior to the stripping operations. 3.3.3 The topsoil shall be kept separate from other excavated materials and stored in stockpiles, the location of which shall be as directed by the ENGI NEER. Topsoil shall be stockpiled so that it shall notl be subject to abnormal erosion and loss, and so that it does not impede the flow of drainage runoff. "The 02110-3 70459.00.fG Wood Park Improvements 1/18r08 directed locations of topsoil stockpiles will, when construction sequence permits, be located in areas t~at have previously been graded to design rough grade. . 3.3.4 Any excess topsoil shall be hauled off the OWNER'S property by the CONTRACTOR at his expense. END OF SECTION 02210-1 70459.00.fJG Wood Park Improveme~ts 1/21108 SECTION 02210 UNCLASSIFIED EXCAVATION AND GRADING 1. DESCRIPTION This portion of the project includes the excavation, undercut excavating, grading, earthwork and compaction required as shown on the plans and all other associated miscellaneous items of earthwbrk construction, as shown on the plans. The CONTRACTOR shall furnish all materials, labor, equipm~nt and incidental items necessary to complete this portion of the work as detailed on the plans and as caljed for in these Specifications. 1.1. Any reference to standard specifications refers to the most current published date published! of the following specification unless otherwise noted. . All unclassified excavation shall be in accordance with Section 205 and in the event "Barrow Fill"l is required, of the latest version of the "Standard Specifications Construction of Transportation Systems", 2001 edition, published by the Georgia Department of Transportation, unless otherwise directed herein.! 1.2. Any reference to standard specifications refers to the most current published date of the followIng specification unless otherwise noted: ' Reference the following specifications for related work: 02110 Clearing and Grubbing 02222 Excavating, Backfilling, and Compacting for Utilities 02933 Seeding and Mulching ASTM D698C 1.3. Definitions Trench Rock: That rock within the trenching limits that must be removed for utility construction'l Mass Rock: That rock which must be removed by blasting to permit reaching one foot below the design finish grade. . Geotechnical Engineer, also known as the "Project Geotechnical Engineer": Professional soils engineer hired by the CONTRACTOR and approved by the OWNER for this project. I Surveyor: Licensed surveyor hired by the CONTRACTOR and approved by the OWNER for t!1is project. . 2. MATERIALS 2.1. Topsoil shall be considered to mean original surface soil, typical of the area, which is capable of supporting native plant growth, and shall be free of large stones, roots, brush, waste, construction de~ris and other undesirable material or contamination. : 2.2. All fill used for site grading operations should consist of a clean (free of organics and debris) Ipw plasticity soil (plasticity index less than 3D). I 3. INSTALLATION 3.1. General Reauirements Construction stakeout will be by a licensed survey firm provided by the CONTRACTOR. Exact locations and grade points are to be staked or fixed by the surveying firm before constructibn. The CONTRACTOR shall not disturb any benchmarks, reference stakes or property line monuments. In the event it becomes necessary to remove any benchmark, reference stakelor property line monument in the performance of the work, the CONTRACTOR shall reference s~ch points in preparation for replacement. If any such points are disturbed or damaged, they shalllbe replaced by a Registered Land Surveyor in the state where the work is located at the expens~ of the CONTRACTOR. . 3.1.1. In the event a subsurface investigation report has been prepared for this project, all excavation, filling and grading shall be performed in accordance with the recommendations of the subsurface rep~rt, and under the direction of the project geotechnical ENGINEER. 3.1.2. 3.1.3. 3.2. 3.2.1. 3.2.2. 3.2.3. Existing utility lines (either overhead or underground), sidewalks, fencing, pavement or other structures shown on the drawings, shown to the CONTRACTOR or mentioned in the plans ~nd specifications shall be kept free of damage by the CONTRACTOR'S operations. It shall be lhe responsibility of the CONTRACTOR to verify the existence and location of all underground utilities within the Project Site. The omission from or the inclusion of utility locations on the plans is noj to be considered as the non-existence of or a definite location of existing underground utilities. Any existing construction damaged by the CONTRACTOR shall be restored to an equal conditionlas that existing at the time prior to damage, at the CONTRACTOR'S expense. If any existing utility is inadvertently damaged during construction, the CONTRACTOR shall notify the utility, the ENGINEER and the OWNER of said damaged utility at once so that emergency repairs may!be made at the CONTRACTOR'S. expense and to the satisfaction of the party having jurisdiction of the utility. Unclassified Excavation Upon completion of the stripping operations, and after all excavation of the site has been completed to the lines and grades shown on the drawings, the exposed subgrade in cut ar~as should be proofrolled as specified herein for areas to receive fill. Any areas which deflect, ru~ or pump excessively during the proofrolling or fail to "tighten up" after successive passes Shouldlbe undercut to suitable soils and replaced with compacted fill. . All site excavation shall be unclassified regardless of the nature of the materials encountered '1ith the exception of rock excavation. Only that material which in the opinion of the ENGINEER cannot be removed with a caterpillar D-9 or equal, equipped with a properly fitted single tobth ripper, or removed by a caterpillar 225 backhoe or equal, equipped with rock teeth, willlbe regarded as rock. The ENGINEER should be notified immediately if rock is encountered. IAII excavation materials which are not required for fills shall be considered as waste and shall be disposed of off the OWNER'S property unless directed otherwise by the OWNER in writing. ; All site excavation of previously stockpiled or buried construction, clearing or demolition debri~ or any other refuge shall be properly disposed of offsite at the CONTRACTOR'S expense. lfhe CONTRACTOR shall obtain all necessary Federal, State or Local permits for transporting Clnd disposing of such material, at his expense. 02210-2 70459.00.A;G Wood Park Improvemehts I 1/21/08 0221 0-3 70459.00.~G Wood Park Improvemehts I 1/21/0~ 3.2.4. Rock in the bottom of roadway cuts shall be excavated to a depth of 1 foot below the road tied and ditches. Rock in building pad areas shall be excavated to a depth of 1 foot below finished grade or as indicated on the grading plans. ' 3.2.5. The CONTRACTOR shall provide all sheeting, shoring, underpinning and bracing required to hbld the sides of the excavation and for the protection of all adjacent structures. The CONTRACT?,R shall be held responsible for any damage to any part of the work by failure of excavated sides, or bottoms. . 3.3. Blastinq 3.3.1. Any and all blasting operations shall be conducted in strict accordance with existing ordinances and regulations relative to storage and use of explosives. Blasting shall be done only Iby experienced men and extreme caution and care shall be exercised to prevent injury to persons or damage to any pipe, mains, wires, drains, buildings, railroad tracks or other property abovel or below the surface of the ground. The CONTRACTOR shall use safety nets or other equivalent measures as approved by the ENGINEER to reduce the possibility of flying rock as a result of blasting operations. The CONTRACTOR shall be held strictly responsible for any injuryl to persons or damage to public or private property. 3.3.2. The CONTRACTOR shall submit blasting plans to the ENGINEER for review and shall not proceed with blasting operations until approval has been granted. As directed by the ENGINEER, blasting operations shall be monitored to insure that vibration levels produced Iby blasting are within tolerable limits. . 3.3.3. The CONTRACTOR shall obtain at his expense, all Federal, State and Local permits require~ to perform blasting operations. . 3.4. Dewaterinq 3.4.1. The CONTRACTOR shall control the grading in all areas so that the surface of the ground willlbe properly sloped, diked or ditched to prevent water from entering into excavated areas. ljhe CONTRACTOR shall maintain sufficient personnel and equipment to promptly and continuoufly remove all water, from any source, entering or accumulating in the excavation or other parts, of the work. All water pumped or drained from these areas shall be disposed of in a suitable manner without damaging adjacent property or other work under construction. ! 3.5. Embankments. Fills and Backfills Upon completion of the stripping operations, the exposed subgrade in areas to receive fill sholJld be proofrolled with a loaded dumptruck or similar pneumatic-tired vehicle with a minimum loaded weight of 25 tons, under the supervision of the geotechnical ENGINEER. The proofroll!ng procedure should consist of four complete passes of the exposed areas with two of the passes being in a direction perpendicular to the preceding ones. Any areas that deflect, rut or PUfnP excessively during the proofrolling or fail to "tighten up" after successive passes should Ibe undercut to suitable soils and replaced with compacted fill. ' 3.5.1. 02210-4 70459.00.A!C I Wood Park Improvements I 1/21/08 3.5.2. Embankments and fills shall be constructed at the locations and to the lines and grades indicaied on the drawings. Material shall be placed in horizontal layers not to exceed 8 inches in loose depth and thoroughly compacted prior to placing each following layer. All fill material shall be ftee from roots or other organic material, trash, and from all stones having anyone dimension gre~ter than 6 inches. Stones larger than 4 inches, maximum dimension, shall not be permitted in ~he upper 6 inches of fill or embankment. Fill areas shall be kept level with graders or other appro'{ed devices. . 3.5.3. Embankment and fill compaction shall be accomplished by thoroughly compacting each layer ~ith sheep foot rollers, pneumatic rollers, and mechanical tampers in places inaccessible to rOllers~ or other equipment. When material has too much moisture, grading operations shall be limite to drying soil by spreading and turning for drying by the sun and aeration. When material is ,ry, moisture shall be added by sprinkling by approved means. . 3.5.4. All embankments and fills shall be compacted to the following percentages of the maximum /:iry density as determined by the Standard Proctor Density Test, ASTM D-698 , Method C. ! 3.5.5. The following table shall be used unless otherwise specified: TABLE OF COMPACTION Type Fill or Minimum Embankment Zone Density % Structure Roadway and Parking All Depths Top 12 Inches Remainder 100 100 95 3.5.6. Embankment types are defined as follows: Structure - beneath concrete slabs of buildings, floors, foundations, etc. Roadway and Parking - beneath all roads, streets, truck operations, and automobile I parking lots Where backfilling is required after the completion of drainage structures, all forms, trash, ~'nd construction debris shall be removed from. excavation before backfilling begins. Backfill shall be placed in horizontal layers of 6 inches in loose depth. Compaction shall conform to requireme ts in the above table. Heavy rollers, crawler equipment, trucks or other heavy equipment shall not be used for compacting backfill within 5 feet of structure walls or other facilities which may Ibe damaged by their weight or operation. No backfilling shall begin until concrete and masonry w~lIs are properly cured. The CONTRACTOR shall carry the top of embankments, fills, or backfills to the surrounding grade so that upon compaction and subsequent settlement, the grade will be at proper elevation. Should settlement occur during the guarantee period of the contract, the CONTRACTOR s~all provide sufficient fill to bring area up to finished grade and shall reseed as required. , 3.5.7. 3.6. Proofrollino Schedule 3.6.1. 3.6.2. 3.6.3. 3.6.4. 3.7. 3.7.1. 3.7.2. 3.7.3. 3.7.4. 3.7.5. 3.7.6. Proofrolling under the observation of the geotechnical ENGINEER will be performed using a loaded dumptruck or similar pneumatic-tired vehicle with a minimum loaded weight of 25 tonslas specified herein and as follows. . Immediately following stripping, all areas to receive fill shall be proofrolled as specified herein. i Immediately following the completion of excavation to proposed grades in cut areas, proofrolllng shall be performed as specified herein. . Immediately prior to stone base course placement in pavement areas and following final floor slab preparation, all subgrade areas will be proofrolled. Any local areas that deflect, rut or pup,p under the roller shall be undercut and replaced with compacted fill material as specified herein.1 Soillnsoection and Tests All excavated and fill material shall be removed, selected, placed and compacted un~er supervision of a representative of a commercial soils testing laboratory which will be selected I by the OWNER. A commercial soil testing laboratory shall be any firm properly equipped to perform such compaction tests and who has in their employment a Professional ENGINEER experiended in testing and soil mechanics. The laboratory representative shall have the authority to apprbve or disapprove the condition of the subgrade on which fill is to be placed, filled material, placem~nt methods, compaction methods, and shall make compaction density tests as necessary I to determine that the specified density is obtained. The CONTRACTOR shall notify the laborat~ry at least three (3) days prior to starting fill operations in order that suitability of material Ifor compaction may be checked and no material shall be used that has not been previously chec~ed and approved by the laboratory. The laboratory shall be notified before any cut is made or fill is placed in order that the laboratory representative may be present during all grading operatiors. The CONTRACTOR shall remove, replace, recompact and retest all fills failing to meet the density requirements at his own expense. I I A soil testing laboratory shall be retained by the OWNER to supervise fill placement and compaction at no expense to the CONTRACTOR. However, extra time and trips caused !bY excessive delay, failure of the CONTRACTOR to properly coordinate with the laboratory, or failure of the CONTRACTOR to properly compact fill material shall be backcharged to he CONTRACTOR. . I Field density tests shall be performed by the OWNER'S testing agency for each one foot ofj fill material placed at the following frequency: To be determined by the ENGINEER. ' A minimum of one field density test shall be made for each 5,000 square feet of fill placement in building areas. I A minimum of one field density test shall be made for each 10,000 square feet of fill placement in all other areas where pavement is to be placed. I Prior to final acceptance, the Soils ENGINEER and Surveyor shall submit certification specifyIng that the project compaction criteria and subgrading elevations have been satisfactorily obtain~d. The CONTRACTOR is responsible for the certification statement from the Surveyor. Tlhis 02210-5 70459.00.~G I Wood Park Improvements I 1/21/08 02210-6 70459.00.A:C Wood Park Improvememts 1 121 IO~ certification should be in the form of a letter accompanied by a stamped as-built drawing show~ng spot elevations. . 3.8. Borrow and Waste Materials 3.8.1. Borrow . In the event borrow material is required, the borrow material shall be checked for suitability ifor compaction and approved by the soils testing laboratory. The CONTRACTOR shall notify the laboratory at least three (3) days in advance of beginning borrow operations. Borrow excavation shall be performed in accordance with referenced State Highway construction Specificationl in which state the project is located except where modified herein. : 3.8.2. Waste I Excavated materials not suited for backfill and excavated material in excess of that needed'l to complete the work shall be wasted on the project site where directed by the ENGINEER or hauled off the OWNER'S property at the CONTRACTOR'S expense. Waste areas shall be lef\ in a graded and sloped condition to allow natural drainage of surrounding area. i 3.9. Residual Soil Areas If proofrolling indicates that on-site virgin soils supporting any roadway, parking, building or ot~er structural areas are not adequate as determined by the Soils ENGINEER, then these unsuitable areas shall be repaired by the CONTRACTOR. The necessary repair procedure shall be determined by the Soils ENGINEER and may include scarifying, drying and recompaction procedures or undercutting ~nd replacement procedures. . : 3.10. Final GradinQ On completion of all grading, all graded areas (except building pads and pavement areas in rodgh grading contracts and all cut slopes steeper than 4:1 slope) shall be provided with 4 incheslof topsoil and brought to the finished grades shown on the drawings. Areas disturbed by operatiqns of the CONTRACTOR shall be properly returned to their original condition with a topsoil coveri,ng of 4 inches. . 3.10.1. 3.10.2. After the entire graded area has been brought to the finished grades shown on drawings, lall areas shall be left smooth and free from erosion, ridges, ditches and evidence of ponding. Final grades shall be free from all roots, debris, rock and soil lumps and left in readiness for seeding.! ! 3.10.3. Prior to acceptance of the entire project, the CONTRACTOR shall correct all embankments ~nd graded areas of all damages due to washes, settlement, erosion, equipment ruts or any ot~er cause at his expense. : 3.10.4. Prior to final acceptance, the CONTRACTOR shall provid~ certification as specified in paragrciph 3.7.6 that all grades are + .1 foot of the finished grades shown on project drawings. I 3.10.5. The CONTRACTOR shall stabilize all disturbed areas, unless otherwise directed, by seeding and mulching per section 02933 of these specifications or other means of stabilization called for !by the contract drawings. ' 3.11. Clean-Up 02210-7 70459.00.A!G Wood Park Improveme~ts 1/21/0~ Upon completion or termination of the work, and before final payment is made, the CONTRACTOR s~all remove from site all equipment, waste materials and rubbish resulting from his operations. In the event of his failure to do so, the same may be done by the OWNER at the expense of the CONTRACTOR. I , END OF SECTION 2. MATERIALS 2.1 Fill Material shall be classified as ML-Iow plasticity silt or better by the Unified Soil Classificatjon I System and tabulated below: . Unified Class Description : Class I 1/4" - 1-1/2" well graded stone including co~al, slag, cinders, crushed stone and crushed shells I Class II GM Coarse gravel well graded ' GP Coarse gravel poorly graded SW Coarse sands well graded SP Coarse sands poorly graded Class III GM Silty-sandy gravel GC Clayey-sandy gravel SM Silty-sands SC Clayey-sands Class IV ML Inorganic silts and fine sands , Fill material shall exhibit a plasticity index of less than 20 and Standard Proctor maximum densityl at optimum moisture greater than 90 pounds per cubic foot. The following materials are unacceptable i Unified Class Description . Class IV CL Inorganic clays - low plasticity MH Inorganic elastic silts CH Inorganic clays - high plasticity Class V OL Organic silts OH Organic clays PT Highly organic soil 02222-1 ; 70459.00.tG Wood Park Improvements 1/21~OB SECTION 02222 EXCAVATING, BACKFILLING & COMPACTING FOR UTILITIES 1. DESCRIPTION ; The CONTRACTOR shall furnish all labor, material, equipment, and supplies, and shall perform lall earthwork including excavation and backfill, pavement removal, sheathing, bracing, shoring, pumping or bailing, dewatering, restoration and cleanup, all as indicated, specified and/or necessary to complete ~he work. . 1.1 Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. : 1.2 Related Work Reference the following specifications for related work: 02270 Erosion and Sediment Control 02575 Pavement Repair and Resurfacing 02933 Seeding and Mulching i 0-2487 ASTM Uniform Soil Classification System, 1991 (US Army Corp of Engineers Stand'i'rd as revised by the US ACE and the Bureau of Reclamation in 1952) . 0-698 ASTM Compaction Testing P-1926 OSHA Regulations 1.2.1. Any reference to Georgia DOT standard specifications was obtained from the "Stand~rd Specifications Construction of Transportation Systems", 2001 edition, published by the Georgia Department of Transportation, unless otherwise directed herein. : 02222-2 70459.00.tG Wood Park Improvements 1/21/,08 2.2 Washed Stone Stone material where indicated shall conform to standard size passing: 1 1,4" 100% 1" 95-100% Y2" 25-60% #4 0-10% #8 0-5% i be crushed stone or gravel of strong, durable nature and sljlall 2.3 Class C Concrete Minimum 28-day compressive strength shall be 2000 psi. 3. CONSTRUCTION 3.1 Existina Facilities 3.1.1 Existing Utilities Shown on the Drawings It shall be the CONTRACTOR'S responsibility to conduct the work in such a manner as to avoid damc!ge to or interference with any utilities services shown on the drawings. If such damage, interference, I or interruption of service shall occur as a result of his work, then it shall be the CONTRACTOR'S responsibility to promptly notify the ENGINEER of the occurrence and to repair or correct it immediatelyl at his own expense, and to the satisfaction of the ENGINEER and the OWNER of the Utility. I 3.1.2 Existing Utilities Not Shown on the Drawings . It shall be the CONTRACTOR'S responsibility to exercise all reasonable precaution in the performance of the work to avoid damage to or interference with any utilities services, even though not shown on the drawings. If such damage, interference, or interruption of service shall occur as the result of this wdrk, then the CONTRACTOR'S responsibility will be the same as stipulated in Paragraph 3.1.1 above. I 3.2 Excavation and Backfill - General Reauirements 3.2.1 Pavement, gutters, sidewalks, aprons and curbs which will be disturbed by excavation shalllbe removed and disposed of as a part of ordinary excavation. That which is to be removed shall be cu~ or sawn along clean straight lines from that which is to remain. Remove enough such that a minimuml of twelve inches of undisturbed earth remain between the excavation and that which is to remain. ~ 3.2.2 Where required, and as approved by the ENGINEER, sheeting and bracing shall be usedl to prevent injury to persons, caving of trench walls and to conform with all governing laws and ordinances. Sheeting and bracing shall be left in place until the trench is refilled to a safe limit. The top portion rr\ay then be removed, but the lower portion shall remain undisturbed. ! 3.2.3 It is the responsibility of the CONTRACTOR to provide an adequate dewatering system wh~re required. The system shall be capable of removing any water that accumulates in the excavation ~nd maintaining the excavation in a dry condition while construction is in progress. The surface of the groJnd shall be sloped away from the excavation or piping provided to prevent surface water from entering 1he excavation. Disposal of water resulting from the dewatering operation shall be done in a manner that does not interfere with normal drainage, and does not cause damage to any portion of the worklor adjacent property. All drains, culverts, storm sewers and inlets subject to the dewatering operation shall be kept clean and open for normal surface drainage. The dewatering system shall be maintained urtil backfilling is completed or as otherwise directed by the ENGINEER. All damage resulting from ~he 02222-3 70459.00.AG I Wood Park Improvemerts 1/21 (08 dewatering operation shall be repaired by the CONTRACTOR to the satisfaction of the ENGINEER an~ at no cost to the OWNER. ' 3.2 The CONTRACTOR shall erect, maintain, and safeguard temporary bridges, walkways, I or crossings where it is necessary to maintain traffic. Where trenches are open in the vicinity of pedestrIan or vehicular travel lanes, suitable carriers will be constructed and maintained and the work will be further protected from sunset to sunrise with a sufficient number of lights or flares to fully protect the public frpm accidents on account of construction. I 3.3 If the specified depth for foundations proves insufficient to reach firm ground, the ENGINEFR shall be notified and will furnish instructions for proceeding with the work. ' 3.4 Rock, wherever used as a name for excavation material, shall mean boulders exceeding one-half cubic yard in volume or solid ledge rock, which in the opinion of the ENGINEER, requires for its remOral drilling and blasting, or wedging or sledging and barring. Where rock excavation is necessary, the CONTRACTOR shall excavate the same as near the neat lines of the trench as practicable and he s~all take all due precautions in the pursuance of the work. He will be held strictly responsible for all injurY, to life and to public and private property. ; 3.4.1 Rock shall be removed from the excavation to the following limits: i . Trenches - The diameter of the pipe plus 8-inches on each side, extending six inches below the pipe wall and bell. ! . Structures - 12-inches beyond the vertical plane of the structure on all sides and on the bottpm only to the depth necessary for proper installation. . 3.5 Blastina : Prior to commencing any blasting operations the CONTRACTOR shall notify the ENGINEER and either the Local Fire Department - Fire Prevention Section or the County Fire Administrator (as applicable) ~nd obtain blasting permits as required. The CONTRACTOR must furnish proof (certification) of insuraryce specifically covering any and all obligations assumed pursuant to the use of explosives. I All blasting operations shall be conducted in strict accordance with any and all decrees, rules, regulatiohs, ordinances, laws as may be imposed by any regulatory body and/or agency having jurisdiction over the work relative to handling, transporting, use and storage of explosives. Blasting shall be done onlyl by competent and experienced men whose activities shall be conducted in a workmanlike manner. Satisfactory information must be provided to the ENGINEER, that the blaster meets or exceeds the qualifications enumerated in OSHA Regulations Part 1926, Subpart U, Section 1926.901 - BlaSter Qualifications. ! The CONTRACTOR shall protect all structures from the effects of the blast and repair any resulting damage. If the CONTRACTOR repeatedly uses excessive blasting charges or blasts in an unsafel or improper manner, the ENGINEER may direct the CONTRACTOR to employ an independent blasting consultant to supervise the preparation for each blast and approve the quantity of each charge. I 3.5.1 Overburden . Undisturbed overburden may be deemed adequate in lieu of matting but only after the actual depth of the undisturbed overburden has been determined and adjudged sufficient by the ENGINEER. Under Ino circumstances will loose or fill overburden be adequate without the use of weighted mats. . 02222-4 70459.00.AG I Wood Park Improvements 1/21(08 3.5.2 Permission to Blast. . The CONTRACTOR shall not be allowed to blast before 9 a.m. or atter 3 p.m. without approval of ihe ENGINEER and OWNER. Blasting will not occur within any rights-of-way maintained by any age~1 cy (D.O.T., R.R.. Gas, OWNER, etc.) without specific approval of the controlling agency and only in accordance with their respective requirements (as exceeded herein). The CONTRACTOR shall be held responsible for any and all injury to persons or damage to public or private property. I 3.5.3 The CONTRACTOR shall not use excavated rock as backfill material. Dispose of rock whic~ is surplus or not suitable for use as rip rap. ! 3.5.4 Monitoring , The CONTRACTOR shall notify the ENGINEER prior to any blasting. Additionally, the CONTRACTOR shall notify the ENGINEER before any charge is set. Following review by the ENGINEER regarding the proximity of permanent structures to the blasting site. the ENGINEER may direct the CONTRACTOR to employ an independent, qualified specialty sub-contractor, approved by the ENGINEER, to monitor the blasting by use of seismograph, identify the areas where light charges must be used, conduct pre-bl~st and post-blast inspections of structures, including photographs or videos, and maintain a detailed written log. ! 3.6. Structure Excavation and Backfill 3.6.1 Structure Excavation shall be made at the locations shown on the plans and to the exbct subgrade required. Bottom of excavations shall be level and in firm, solid material, with soft material or voids treated as specified. Excavated areas shall be kept free of water during the construction periJd. Where earth will stand, footing trenches may be cut to the exact size of the footings; otherwise, forlns shall be used. Where necessary, sides of excavations shall be shored and sheathed, or cofferdams btUilt, as required for protection of the work and personnel. ! 3.6.1.1 Wherever excavation for a foundation extends below the water table or where specifi~lIy indicated on the plans, washed stone shall be placed to a minimum thickness of 12 inches, unless otherwise shown, prior to placing the foundation. The washed stone shall be compacted to 90%1 of maximum as determined by the Standard Proctor test (ASTM D698). . ; 3.6.1.2 If the specified depth for foundations proves insufficient to reach firm ground. the ENGINE~R shall be notified for fumishing instructions and proceeding with the work. i , 3.6.1.3 An adequate dewatering system shall be provided at all structure excavations and elseWherel as directed by the ENGINEER. If a well-point system is used, the CONTRACTOR shall submit plans to the ENGINEER for approval. The system shall be capable of removing any water that accumulates in ~he excavation and maintaining the excavation in a dry condition while construction is in progress. The surface of the ground shall be sloped away from the excavation or piping provided to prevent surf~ce water from entering the excavation. Disposal of water resulting from the dewatering operation shall I be done in a manner that does not interfere with normal drainage. and does not cause damage to any por.t;ion of the work or adjacent property. All drains, culverts, storm sewers and inlets subject to the dewatering operation shall be kept clean and open for normal surface drainage. The dewatering system shall I be maintained until backfilling is complete or as otherwise directed by the ENGINEER. All damage resulting from the dewatering operation shall be repaired by the CONTRACTOR to the satisfaction of ~he ENGINEER and at no cost to the OWNER. ' 02222-5 70459.00.AG I Wood Park Improvements 1/21l0B 3.7. Structure Backfill shall be done with material free from large clods, frozen earth, organic matehal or any foreign matter, and shall evenly and carefully be placed and tamped in horizontal layers. Compaction equipment specifically designed for these purposes must be present and operational at the , job site and shall be utilized throughout to obtain uniform compaction. The degree of compaction and the density shall be determined by the Standard Proctor Test (ASTM D698), with compaction requirementsl as follows: I Percent of Maximum Density at Optimum Moisture 98 95 90 Location Top 12" of fill pav~ment or surfacing . I Full depth beneath all roads - paved or unpaved, driveways, sidewalks and undercut backfill for struct~re excavation ' All other areas not defined above 3.7.1 No backfill shall be placed against a structural wall until all connecting structural members are in place. It shall be the CONTRACTOR'S responsibility to provide compaction to such a degree t~at subsidence after placing shall not be detrimental to the stability or appearance of the structure, adjacent ground, or paved areas. The CONTRACTOR shall provide adequate protection to all structures during backfilling and shall use every precaution to avoid damaging or defacing them in any w~y. CONTRACTOR shall be responsible for the protection of all structures from damage or flotation prio~ to backfill being placed. ! 3.7.2 Unless otherwise approved by the ENGINEER, liquid-retaining structures shall not be backfil'led until tested for leakage. I 3.8. Unstable SubQrade I Should unstable soil, organic soil, or soil types classified as fine-grained soils (silts and clays) by ASfM 0-2487 be encountered in the bottom of pipe trenches or structure excavations, such soils shall be removed to a depth and width determined by the ENGINEER, properly disposed of and shall be backfilled with crushed stone conforming to the Department of Transportation Specifications, Size 57. Placembnt shall not exceed 12-inches loose and compacted to 90% of the dry density determined by the Stand~rd Proctor Test ASTM 0698 (Class C concrete may be substituted in place of #57 stone at ~he CONTRACTOR'S option. A 24-hour cure must be given before proceeding with the work). i 3.9. Site Gradinq I Site grading shall conform to the grades indicated by the finish contours on the plans. Where top~oil pavement, gravel or crushed stone surfacing and other items are shown, rough grade shall be finished to such depth below finish grade as necessary to accommodate these items. All areas where structures ~re to be built on fill shall be stripped to such depth as necessary to remove turf, roots, organic matter l'i.nd other objectionable materials. I 3.9.1 Excavation shall be made to the exact elevations, slopes and limits shown on the plans. Material excavated may be used as fill material as long as it meets the material requirements established herein. Acceptable material must be stockpiled neatly onsite and clear of all unsuitable materials to be remo~ed I ~m~s~ ! 02222-6 70459.00.}..G I Wood Park Improvemerts 1/21(08 3.9.2 Fill shall incorporate only acceptable materials defined herein. material. roots. debris or rock larger than 6 inches in diameter. 3.9.2.1 Where fill is to be placed, all existing vegetation, roots and other organic matter down to 12 inc~es below grade shall be stripped and disposed of as directed. i I It shall not contain organic ! 3.9.2.2 After clearing existing vegetation. at the ENGINEER'S discretion, the site may require proof roll,ng to insure that all unstable material has been removed. Proof rolling shall be done in the ENGINEE~'S presence, utilizing a loaded dumptruck or similar pneumatic-tired vehicle with a minimum loaded weight of 25 tons. I 3.9.2.3 Fill shall be placed in successive compacted layers not to exceed 6 inches compacted thickn~ss. Each layer shall be spread evenly and compacted as specified below before the next layer is placed. ! 3.9.2.4 Rock shall not be incorporated in fill sections supporting pavement or structures. i 3.9.2.5 Where natural slopes exceed 3: 1, horizontal benches shall be cut to receive fill material. Slop,es of less than 3: 1 and other areas shall be scarified prior to placing fill material. I 3.9.2.6 Borrow material. as required. shall be provided by the CONTRACTOR at his own expen~e. Borrow material on site may be utilized provided it complies with these specifications. i 3.10. Compaction I Unless otherwise noted, each layer of fill and backfill and the top 12 inches of existing subgrade material in cuts shall be compacted by approved equipment as specified below. The degree of compaction ~nd the density shall be determined by the Standard Proctor Test (ASTM D698). . Percent of Max. Dry Density at Optimum Moisture Content Top 12 inches of fill under pavement or surface 98% Fill under roads and structures 95% Fill and backfill in other areas 90% I Material too dry for proper compaction shall be moistened by suitable watering devices, turned ~nd harrowed to distribute moisture. and then properly compacted. When material is too wet for proper compaction, operations shall cease until such material has sufficiently dried. I 3.11. Compaction Tests The CONTRACTOR shall provide compaction tests by an independent testing agency selected by the CONTRACTOR and approved by the OWNER. The compaction tests shall be taken at appropri~te locations and frequency to demonstrate that the backfill (or fill) has been placed to meet the minimUm compaction density required. The testing agency shall submit written test records to the ENGINEER Ifor all compaction tests performed. Minimum testing shall be one test per 500 CY of material placed at the ENGINEER'S option and one test per 10,000 square feet of fill placed for every foot of fill thickness. I In the event that the soil compaction is not in compliance with these specifications, then ~he CONTRACTOR shall take corrective action, at no cost to the OWNER, to compact the soils within the limits of the specifications. The ENGINEER shall be notified within 24 hours of any failing compaction tests. Any retesting of failed areas shall be performed only after corrective measures have been made: by the CONTRACTOR to bring the compacted soils into compliance. All retesting shall be performed .."ith the ENGINEER present. ' 02222-7 70459.00.AG I Wood ParI< Improvements 1/21108 3.12. Site Restoration 3.12.1 General I All surfaces disturbed by the CONTRACTOR in the work shall be restored to a condition equal to or better than that which existed prior to commencement of the work, except as otherwise specified herein. I 3.12.2 Pipe drains, headwalls, catch basins, curbs and gutters, and all incidental drainage structures s~all be restored using like materials and details at no additional cost to the OWNER. The CONTRACTOR shall maintain drainage during construction. I 3.12.3 All cuts, fills and slopes shall be neatly dressed off to the required grade or subgrade, as indicated I on the plans. ! 3.12.4 Grassed areas shall be restored at no additional cost to the OWNER. Disturbed areas shall I be covered with two (2) inches of topsoil, furnished by the CONTRACTOR from an approved source and of approved quality, then shall be fertilized, and seeded to match existing adjoining areas. All ditches s~all be restored to their existing grade, line and cross section. I 3.12.5 Paved surfaces shall be restored in accordance with the provisions of Section 02575. END OF SECTION 02231-1 70459.0o.AG Wood Park Improveme~ts 1/18{08 SECTION 02231 SUBGRADE 1. DESCRIPTION . The work covered by this section consists of the preparation, shaping and compaction of either 'I' an unstabilized or stabilized subgrade, suitable for placement of base course, pavement and shoulders or for the placement of structures as called for on the plans. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and speCificatiops, ! 1.1 Related Work Any reference to standard specifications refers to the most current published date published of the following specification unless otherwise noted. I 1.1.1. Reference the following specifications for related work: 02210 Unclassified Excavation and Grading ASTM C977 AASHTO T26 AASHTO T -99 Subgrade work shall conform to Section 209 of the "Standard Specifications Construction i of Transportation Systems", 2001 edition, published by the Georgia Department of Transportation. i 2. MATERIALS 2.1. Water Water shall be clean and free from oil, salt, acid, alkali, organic matter or other substances detrimental to the finished product. Water shall not contain more than 100-PPM chlorides or more than 500 PpM dissolved solids, and shall have a pH in the range of 4.5 to 8.5. ' i 2.1.1. Water from a city water supply may be accepted without being tested. Water from other sour<1:es shall be tested in accordance with AASHTO T26, unless the requirement for testing is waived by ~he ENGINEER. The cost of testing water shall be paid by the CONTRACTOR. : 2.2. Lime Quicklime and Hydrated Lime for soil stabilization shall meet the requirements of ASTM C977 except that it shall contain a minimum of 90 percent available calcium oxide (CaO) on an LOI-free basis. : 2.2.1. Hydrated Lime shall have a minimum of 85 percent passing a No. 200 sieve. 2.2.2. Quicklime shall meet one of the following gradation requirements. "A" Gradation (% Passing) "8" Gradation (% Passing) 3/4 in. Sieve - 100% NO.6 Sieve 100% 1/8 in. Sieve ~ 0% to 5% 2.2.3. The CONTRACTOR shall furnish material certifications with each shipment of lime attesting that the lime meets the requirements of the specifications; however, the material shall be subject to inspecti~m, test or rejection by the ENGINEER at any time. i 02231-2 70459.0o.AG Wood Park Improvemehts I 1/181,08 , 2.3. Stabilizer AooreQate , Stabilizer Aggregate shall consist of crushed stone or gravel or other similar material havin9 hard, stror9, durable particles free of adherent coatings. i 02231-3 70459.00.tG Wood Park Improvemerts 1/18/08 i STABILIZER AGGREGATE GRADATION ACCEPTANCE CRITERIA Column A Sieve Size 1%" 1" %" NO.4 No. 10 10 - 50 No. 40 0 - 34 NO. 200 Material Passing No. 40 Sieve Column B % Passino 98 - 100 60 - 1 00 36 - 84 21 - 61 0- 13 L.L. P.1. 0- 30 0- 6 3. INSTALLATION 3.1 General Requirements All subgrade preparation shall be in conformance with local and state Department of Transportation requirements. I 3.1.1 The subgrade for roadways and structures shall be shaped to conform to the lines, grades and typical sections shown on the plans or established by the ENGINEER. All vegetation, organic matte~ or other deleterious material shall be removed and properly disposed of by the CONTRACTOR. Nor shall the soil contain stone or gravel larger than 2 inches for the full depth of the specified subgrade thickn~ss. In areas where the subgrade is to be stabilized with aggregate. the subgrade surface may be left uniforfuly below grade to provide for the addition of the stabilizer aggregate. ! I 3.1.2 All material to a depth of 12 inches below the finished surface of the subgrade shall be compacted to a density equal to at least 100 percent maximum density per AASHTO T99. ! 3.1.3 A tolerance of plus or minus 0.1 + foot from the established grade will be permitted after the subgrade has been graded and compacted to a uniform surface. ! 3.2 Proof RollinQ . I The subgrade for roads, parking areas and other locations designated on the plans or by the ENGINEER shall be proofrolled in accordance with local and state Department of Transportation requirements, to ~est for stability and uniformity of compaction. The subgrade shall be proof rolled in the presence of the ENGINEER or his designee using a loaded dumptruck or similar pneumatic-tired vehicle with a minim~m loaded weight of 25 tons. Any area of the subgrade which pumps or ruts excessively shall be considered unsatisfactory and shall be windrowed and dried or shall receive lime or aggregate stabilization as direqed by the ENGINEER. The subgrade shall then be recompacted and proof rolled at no additional cost to ~he OWNER, repeating the above-outlined process until a stable, unyielding and uniformly compacted subgrade is provided. i 3.3 Lime Stabilized Suborade I Where the existing soil is incapable of providing adequate foundation for roadways or structures or where called for on the plans, the subgrade may be stabilized using lime. The treatment of subgrade soils ~ith lime shall be in conformance with local and state Department of Transportation requirements. ! 02231-4 , 4/12/07 I 70025.00.-1G 3.4 AQQreaate Stabilized Subarade . Where the existing soil is incapable of providing adequate foundation for roadways or structures or whJre called for on the plans, the subgrade may be stabilized using aggregate. The treatment of subgrade sdils with aggregate shall be in conformance with local and state Department of Transportation requirementsJ I END OF SECTION 02235-1 70459.00.A\G I Wood Park Improvernelj1ts 1/181,08 SECTION 02235 AGGREGATE BASE COURSE 1. DESCRIPTION , The work covered by this section consists of the construction of a base composed of an approJed aggregate material delivered, placed. compacted and shaped to conform to the lines, grades, depths a1nd typical sections shown on the plans or established by the ENGINEER. : 1.1. Related Work Any reference to standard specifications refers to the most current published date of the followiing specification unless otherwise noted. i 1.1.1. Reference the following specifications for related work: 02231 SUBGRADE AASHTO T-180 COMPACTION 1.1.2. Aggregate Base Course work shall conform to Section 209 of the "Standard Specificatidns Construction of Transportation Systems., 2001 edition, published by the Georgia Department lof Transportation. I 2. MATERIALS 2.1 General Reauirements , Aggregate base course material shall consist of crushed stone, crushed or uncrushed gravel or ot~er similar material having hard, strong, durable, particle free of adherent coatings. ' 3. INSTALLATION 3.1 General ReQuirements I The subgrade shall be prepared as called for on the plans in accordance with Section 02231 of thdse specifications prior to placement of the base material. ' 3.1.1 The aggregate material shall be placed on the subgrade with a mechanical spreader capablel of placing the material to a uniform loose depth without segregation except that for areas inaccessible t<p a mechanical spreader, the aggregate material may be. placed by other methods approved by the ENGINEER. ! 3.1.2 Where the required compacted thickness of base is 8 inches or less. the base material may ibe spread and compacted in one layer. Where the required compacted thickness is more than 8 inches, the base material shall be spread and compacted in2 or more approximately equal layers. The minimum compacted thickness of anyone layer shall be approximately 4 inches. I 3.1.3 Each layer of material shall have been sampled, tested, compacted and approved prior to placing succeeding layers of base material or pavement. ! 3.1.4 No base material shall be placed on frozen subgrade or base. 3.1.5 Base course which is in place on November 15 shall have been covered with a subsequent layer of pavement structure or with a sand seal. Base course which has been placed between November 116 and March 15. inclusive, shall be covered within 7 calendar days with a subsequent layer of pavem~nt structure or with a sand seal. ; 3.2 ShapinQ and ComoactinQ . Within 48 hours after beginning the placing of a layer of the base, the CONTRACTOR shall be~in machining and compacting of the layer. Each layer shall be maintained to the required cross section during compaction and each layer be compacted to the required density prior to placing the next layer. I I I 3.2.1 Each layer of the base shall be compacted to a density equal to at least 100% of that obtained I' by compacting a sample of the material in accordance with AASHTO T180. 3.2.2 The base material shall be compacted at a moisture content which is approximately that requi~ed to produce a maximum density indicated by the above test method. The CONTRACTOR shall dry or add moisture to the material when required to provide a uniformly compacted and acceptable base. ! 3.2.3 The final layer of base material shall be shaped to conform to the lines, grades and tyPibl sections shown on the plans or established by the ENGINEER. When completed, the base course s~all be smooth, hard, dense, unyielding and well bonded. A broom drag may be used in connection with ~he final finishing and conditioning of the surface of the base course. ! 3.2.4 After final shaping and compacting of the base, the ENGINEER will check the surface of the b~se for conformance to the grade and typical section and determine the base thickness. I 3.2.5 The thickness of the base shall be within a tolerance of plus or minus 0.1 feet of the b~se thickness required by the plans. The maximum differential between the established grade and the b~se within any 100 foot section shall be 0.1 feet. - ; 3.2.6 Where the base material is placed in a trench section, the CONTRACTOR shall provide adequ~te drainage through the shoulders to protect the subgrade and base until such time as the shoulders +re completed. 3.2.7 The CONTRACTOR shall maintain the surface of the base by watering, machining, and rolling! or dragging when necessary to prevent damage to the base by weather or traffic. i 02235-2 70459.0o.AG Wood Park Improveme~ts 1/18/P8 3.1.6 Failure of the CONTRACTOR to cover the base course as required above will result in the ENGINEER notifying the CONTRACTOR in writing to cover the base course with a sand seal andl to suspend the operations of placing aggregate base course until such cover has been placed. This wcprk shall be performed by the CONTRACTOR at no cost to the OWNER. In the event that the CONTRACTOR fails to apply the sand seal within 72 hours after receipt of such notice, the ENGINEER may proceed to have such work performed with other forces and equipment. The cost of such w9rk performed by the other forces will be deducted from monies due or to become due the CONTRACTOR. The application of the sand seal by the CONTRACTOR or by others will in no way relieve ~e CONTRACTOR of the responsibility to maintain or repair the damaged base or subgrade, no matter w~at the cause of damage, at no cost to the OWNER. I , 3.1.7 No traffic shall be allowed on the completed base course other than necessary local traffic ~nd that developing from the operation of essential construction equipment as may be authorized by the ENGINEER. Any defects that develop in the completed base or any damage caused by local I or construction traffic shall be acceptably repaired at no cost to the OWNER. . i 3.1.8 The CONTRACTOR shall utilize methods of handling, hauling and placing which will minimize segregation and contamination. If segregation occurs, the ENGINEER may require that changes be m~de in the CONTRACTOR's methods to minimize segregation, and may also require mixing on the road which may be necessary to correct any segregation. No additional compensation will be allowed for the wor~ of road mixing as may be required under this provision. Aggregate which is contaminated with foreign materials to the extent that the base course will not adequately serve its intended use will be removed and replaced by the CONTRACTOR at no additional cost to the OWNER. I 02235-3 70459.00.tG Wood Park Improvemeljlts 1/18~08 3.2.8 Where the base or subgrade is damaged, the CONTRACTOR shall repair the damaged ar~a; reshape the base to required lines, grades and typical sections, and recompact the base to the requi~ed density at no cost to the OWNER. i END OF SECTION 02270-1 70459.00.tG Wood Park Improveme';1ts 1/18~08 , SECTION 02270 EROSION AND SEDIMENT CONTROL 1. DESCRIPTION 1.1. Erosion and sedimentation control shall be provided by the CONTRACTOR for all areas of the site denuded or otherwise disturbed during construction. The CONTRACTOR shall be responsible for all installation, materials, labor, and maintenance of erosion and sediment control devices. as well as removal of temporary erosion and sediment control devices shown on the plans or required to protect all downstream properties, natural waterways, streams, lakes, ponds. catch basins, drainage ditches, roafs. gutters, natural buffer zones, and man made structures. . I 1.2. Erosion and sediment control procedures and facilities shall conform to all legally regula~.ed procedures for the control of erosion and sedimentation. 1.3. Related Work See the following sections for related work. 02274 Plain Rip Rap 02275 Stone for Erosion Control 02933 Seeding and Mulching 02277 Silt Fence 02271 Engineering Fabrics 1.3.1 Erosion and sediment control procedures and facilities shall conform to Section 1670f ~he "Standard Specifications Construction of Transportation Systems", 2001 edition, published by the Georgia Department of Transportation. i 2. MATERIALS 2.1. Washed stone to be used in temporary sediment basins shall be of strong, durable nature, resistant to weathering and shall be graded to conform to local and state Department of Transportati'on requirements. I 2.2. Refer to other sections within these specifications as listed in Item 1.3 above for other mateMal specification required in the installation of erosion and sediment control facilities. I 3. INSTALLATION 3.1 General ReQuirements 3.1.1 The CONTRACTOR shall follow the erosion control construction sequence schedule as shown ~on the contract drawings, except that should circumstances dictate that extra precaution be taken to prohlbit erosion and sedimentation on the project, the CONTRACTOR will, at his own expense, take preventative measures as needed. ; 3.1.2 The CONTRACTOR is required to maintain all erosion and sediment control facilities to ins~re proper performance throughout the construction phase and until such time all disturbed areas ~re permanently stabilized. . 02270-2 70459.00.f.G Wood Park Improvemeflts 1/18~08 i 3.1.3 Upon completion of construction or successful permanent stabilization of all areas which w~re disturbed before or during construction operations or as indicated on the construction drawings, whiche~er occurs last, the CONTRACTOR shall remove all temporary erosion and sediment control devices ~nd facilities from the project site. The CONTRACTOR shall retain these items for future use or prop~rlY dispose of these items offsite. ; 3.1.4 The CONTRACTOR shall provide temporary or permanent ground cover as called for on ~he construction plans within thirty (30) working days after disturbance of any areas on the site. I END OF SECTION SECTION 02271 ENGINEERING FABRICS 1. DESCRIPTION I The work covered by this Section consists of the installation of an acceptable engineering fabric (~Iter fabric) appropriate for the application(s) called for on the plans or as required by field conditions. Placement dt the fabric shall be an integral function of the construction of shoulder drains, subsurface drainage systems, temporary silt fences and placement of erosion control stone or rip rap facilities. The CONTRACTOR shall IfurniSh all. equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. 1.1. Related Work I Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. I 1.1.1 Reference the following specifications for related work: 02270 Erosion and Sediment Control 02274 Plain Rip Rap 02275 Stone for Erosion Control 02277 Temporary Silt Fence 1.1.2. The filter fabric shall conform to Section 455 of the "Standard Specifications Construction of Transportation Systems., 2001 edition, published by the Georgia Department of Transportation. I 2. MATERIALS ! Engineering fabric shall have material properties strictly conforming to those specified in Sections of tlJ'e standard State Department of Transportation specifications. The CONTRACTOR shall provide engineering ffbric(s) for various applications which meet or exceed the corresponding criteria for each different fabric utilized per the subject specification. I 3. INSTALLATION 3.1 General Reauirements 3.1.1 Engineering fabric installed under erosion control stone or rip rap shall be placed at locati6ns, to the dimensions as shown on the plans or as directed by the ENGINEER. ! 3.1.2 Surfaces to receive filter fabric shall be graded to the lines and grades as shown on the plJns, unless otherwise directed by the ENGINEER. The surface shall be free of obstructions, debris and pockets of ~oft or low- density material. ! 3.1.3 At the time of installation, the fabric shall be free of defects, rips, holes, flaws, deterioration br damage incurred during manufacture, transportation or storage. I 3.1.4 The filter fabric shall be laid smooth and free from tension, stress, folds, wrinkles, or creases. i Horizontal overlaps shall be a minimum of 12 inches with the upper fabric overlapping the lower fabric. Vertidtl overlaps shall be a minimum of 18 inches with the upstream fabric overlapping the downstream fabric. In the ev~nt that the fabric is displaced or damaged during stone placement, the stone shall be removed and the fabric repbsitioned or replaced prior to replacement of the stone, all at no additional cost to the OWNER. ! I 02271-1 7p459.00.AG Wood Park l"1provements . 1/18108 3.1.5 The placement of the filter fabric and stone shall be performed in a continuous manner as direfted by the ENGINEER. The filter fabric shall be protected from damage due to the placement of stone or other lTIaterials by limiting the height of drop of the material or by placing a cushioning layer of sand on top of the fabric before dumping the material. I 3.1.6 No more than 72 hours shall elapse from the time the fabric is unwrapped to the time the fabricl is covered with stone or sand. . 3.1.7 Filter fabric installed in association with shoulder drains or other subsurface drainage syste~s shall be . installed in such a manner that all splice joints are provided with a minimum over1ap of 2 feet. The over1ap of the closure at the top of the trench shall be at least 6 inches and secured with mechanical ties. Where Ioutlet pipe passes through the fabric, a separate piece of fabric shall be wrapped around the outlet pipe, flared ~gainst the side of the filled drain, and secured with anchor pins. I ; 3.1.8 Field splices of filter fabric shall be anchored with anchor pins to insure that required loverlap is maintained. I 3.1.9 At the time of installation, the fabric wilt be rejected if it has defects, rips, holes, flaws, deterforation, or damage incurred during manufacture, transportation, or storage. i 3.1.10 Aggregate placement operations and the pipe installation shall be done so as to prevent darrlage to the filter fabric. Damaged sections of filter fabric shall be replaced at no cost to the OWNER. I ! 3.1,11 The aggregate shall be compacted to a degree acceptable to the ENGINEER by the use of b vibratory compactor before making the filter fabric closure at the top of the trench. I 3.1.12 Filter fabric installed in association with temporary silt fences shall be a water permeable filter ~pe for the purpose of removing suspended particles from the water passing through it. Silt fences shall be constructed in accordance with local and state Department of Transportation requirements in the locations ~nd to the configurations as shown in the plans and as directed by the ENGINEER. Should the requirements of local, regional or state authorities having jurisdiction over the project exceed the requirements of this secti~n or other sections in this specification regarding temporary silt fences, the more stringent shall govern. I 3.2. Phvsical Prooerties of Enaineerina Fabrics PHYSICAL PROPERTIES OF ENGINEERING FABRICS I i , Test Method Type 1 Type 2 Type 3 I Class B Phvsical Prooerty (Article 1056-2) Class A Min. Roll Width -- -- -- 36" 36" Min. Fabric Weight 1 4.0 ozlvd2 -- -- -- Min. Tensile Strenath 2 90 lb. 200 lb. 50 lb. hoo lb. Elonaation 2 80% Max. 15% Min. 30% Max. 2$% Max. Min. Burst Strength 3 150 psi 400 psi 1 00 psi 180 osi Min. Puncture Strength 4 45 lb. 80 lb. 30 lb. 60 lb. Apparent Opening I I Opening Size - MaxiMin 5 60/100 30/130 20/50 120/50 (U.S. Std. Sieve) i i 02271-2 7p459.00.AG Wood Park Illlprovements , 1/18/08 Min. Ultra-Violet Exposure 6 80 lb. 140 lb. 40 lb. 180 lb. Strenath Retention I No No No I No FunclJS Resistance 7 Growth Growth Growth Growth Min. Permeability I , (Thiclmess x PermitiviM 8 0.2 em/sec. -- -- i- Min. Flow Rate 8 -- -- 10 Qal/min/ft2 10 c lal/minlft2 Typical Application -- Shoulder Drain Under Riprap Temporary Silt Fence END OF SECTION 02271-3 I 7b459.00.AG Wood Park Improvements ! 1/18/08 02275-1 70459.00.tG Wood Park Improvemeflts 1/18~08 SECTION 02275 STONE FOR EROSION CONTROL 1. DESCRIPTION i The work covered by this section consists of the furnishing, stockpiling if directed, placing and maintaining an approved stone liner placed in or at ditches, swales, pipe inlets, pipe outlets, and at other locatidns designated on the plans or directed by the ENGINEER. The CONTRACTOR shall furnish all equipm~nt, tools, labor and materials necessary to complete the work in accordance with the plans and specificatio~s. 1.1. Related Work Any reference to standard specifications refers to the most current published date of the following I specilication unless otherwise noted. I 1.1 .1. Reference the following specifications for related work: 02270 Erosion control 02274 Plain Rip Rap. 1.1.2. The stone for erosion control shall conform to Section 603 of the "Standard Specifications Construction of Transportation Systems", 2001 edition, published by the Georgia Department! of Transportation. 2. MATERIALS j 2.1 Stone for erosion control shall conform to local and state Department of Transportatlon requirements. 2.2 Stone for erosion control shall be resistant to the action of air and water, be of a hard, durable natum and shall range in size as follows: I Class Size A 2" -6" B 5" -15" 2.3 All stone shall meet the approval of the ENGINEER. While no specific gradation is required, ihe variOllS sizes of stone shall be equally distributed within the required size range. The size of an individLal stone particle will be determined by measuring along its long dimension. I 3. INSTALLATION i 3.1 Unless otherwise directed by the ENGINEER, the stone shall be placed on slopes less than the angle of repose of the material and to the line, grade and slope as indicated on the plans. The stone shall be placed so that the smaller stones are uniformly distributed throughout the mass. All stone shall [be placelj in a neat, uniform layer with an even surface meeting the approval of the ENGINEER. i , 3.2 At locations where stone is required for channel changes and drainage ditches, the stone shalllbe placed prior to diverting the water into the channel changes and drainage ditches. ; 3.3 At locations where stone is required at the outlet of pipe culverts, the stone shall be pladed immediately after completion of the pipe culvert installation. ~ END OF SECTION 02277-1 70459.00.tG Wood Park Improveme,:,ts 01/18~08 SECTION 02277 TEMPORARY SILT FENCE 1. DESCRIPTION i The work covered by this Section consists of the furnishing, installing, maintaining, replacing as need~d, and n~moving of temporary silt fence. The CONTRACTOR shall furnish all equipment, tools, labor ~nd materials necessary to complete the work in accordance with the plans and specifications. All materials and procedures shall conform to the latest version of local and state Department of Transportation requirements. I 1.1. Related Work . i Any reference to standard specifications refers to the most current published date published of ~he following specifications unless otherwise noted 1.1.1. Reference the following specifications for related work: 02270 Erosion Control 02275 Stone for Erosion Control . All applicable local design manuals, codes and/or ordinances for Erosion and Sedimentation Cont~ol. (Were! these design manuals, local codes and ordinances are more stringent then the State Department of Transportation, these codes andlor ordinances will control the erosion and sedimentation control procedures to be followed.) ! The temporary silt fence shall conform to Section 171 of the "Standard Specifications constructionl of Transportation Systems", 2001 edition, published by the Georgia Department of Transportation. ; ; 2. MATERIALS 2.1, General Reouirements , Temporary silt fence shall be a water permeable filter type fence for the purposes of removing suspended partic'es from the water passing through it. I 2.2. Posts i Either wood posts or steel posts may be used. Wood posts shall be a minimum of 6 feet long, at least 3 inche::; in diameter, and straight enough to provide a fence without noticeable misalignment. Steel pokts shall be at least 5 feet in length, approximately 1-3/8 inches wide measured parallel to the fence, and h~ve a minimum weight of 1.25 Ib/ft of length. The post shall be equipped with an anchor plate having a minimum area of 14.0 square inches, and shall have a means of retaining wire and fabric in the desi~ed position without displacement. i 2.3. Woven Wire Fence ! Wire 1~ence fabric shall be at least 32 inches high, and shall have at least 6 horizontal wires. Vertical wi~es shall be spaced 12 inches apart. The top and bottom wires shall be at least 10 gage. All other wires shall be at least 12-1/2 gage. 2.4. Silt Fence Filter Fabric The filter fabric shall meet the requirements of the Georgia Department of Transportation. 02277 -2 i 70459.00.tG Wood Park Improvemerts 01/18108 i Silt fence which incorporates filter fabric meeting the requirements of these State Specifications but which fail to perform in an acceptable manner shall be replaced with silt fences which are capable of acceptable performance. All silt fences shall meet the local governmental requirements as well as the Stat~'s requirements. : 2.5, Wire Staples Wire l.taples shall be a No. 9 staple and shall be at least 1 Y2 inches long. 3. INSTALLATION 3.1. General Reouirements 3.1.1. The CONTRACTOR shall install temporary silt fence as shown on the plans or as required by field condilions. The silt fence shall be constructed at the locations shown on the plans and at all ot~1 er locations necessary to prevent sediment transport, as directed by the ENGINEER. . 3.1.2. Class A synthetic filter fabric may be used only in conjunction with woven wire fence fa~ric backing, Filter fabric shall be attached to the wire fence fabric by wire or other acceptable means. I i 3.1.3. Class 8 synthetic filter fabric may be used without the woven wire fence fabric backing, subject to the following conditions: ! · P'Jst spacing is reduced to a maximum of 6 feet. I I · Tile proposed fabric has been approved by the ENGINEER as being suitable for use without the woven wire fence fabric backing. I ! . Flance posts shall be inclined toward the runoff source at an angle of not more than 200 from vertic~1. . Posts shall be installed so that no more than 3 feet of the post shall protrude above the 9rou~d. Where possible, the filter fabric from a continuous roll cut to the length of the barrier shall be used to avoid joints. When joints are necessary, securely fasten the filter cloth only at a support post With overlap to the next post. At the time of installation, the fabric will be rejected if it has defects, rips, holes, flaws, deterioration, or damage incurred during manufacture, transportation, or storage. 1 i 3.2. Maintenance and Removal 3.2.1. The CONTRACTOR shall inspect temporary silt fences at least once a week and after e~ch rainfall and shall make any required repairs and remove and dispose of silt accumulation immediatEtly. Should the fabric of the silt fence collapse, tear, decompose or become ineffective, the CONTRACT<DR will rE!place it promptly at his own expense. The CONTRACTOR shall remove sediment deposits las necessary to provide adequate storage volume for the next rain and to reduce pressure on the fence. : 3.2.2 The CONTRACTOR shall remove all temporary silt fence and associated appurtenances oncelall disturl::>ed areas upland of the fence are properly and satisfactorily stabilized as called for on the plans. . END OF SECTION 02511-1 70459.00.AG Wood Park Improvements 1/18108 SECTION 02511 BITUMINOUS PAVEMENTS 1. DESCRIPTION: 1.1 The work covered by this Section consists of the production, delivery, placement and cClmpaction of various types of bituminous pavements for roadway and parking facilities. All bituminous pavement materials and installation shall conform to the Section 424 of the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia DI~partment of Transportation (GDOT). 1.2 The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to cClmpletethe work in accordance with the plans and specifications. 2. MATERIALS: 2.1 Prime Coat: Cut-back asphalt used as prime coat shall conform to Section 412 of the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia Department of Transportation. 2.2 Bituminous Tack Coat: Bituminous tack coat shall conform to Section 413 the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia Department of Transportation. 2.3 Non-Strio Additive for Plant Mix: Non-strip additive for plant mix shall conform Section a:310f the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia department of transportation. . 2.4 Bituminous Concrete Base Course. Tvpe: Bituminous concrete base course shall conform to Section 302 of the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia Department of Transportation. 2.5 Bituminous Concrete Binder Course: Bituminous concrete binder course shall conform to S'~ction 302 of the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia Department of Transportation. 2.6 Bituminous Concrete Surface Course: Bituminous concrete surface course shall conform to Section 302 of the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia Department of Transportation. 2,7 Open-Graded Asohalt Friction Course: Open-graded asphalt friction course shall conform to Section 424 of the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia Department of Transportation. 2.8 Asphalt Drainaae Course: Asphalt drainage course shall conform to Sections 574 of the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia Department of Transportation. 3. INSTALLATION: 3.1 Prime Coat: Prime Coat shall be applied to non-bituminous base course except beneath bituminous plant mixed pavements unless otherwise required by the plans. Prime shall be Bituminous Material A~;phalt Cement A~:>phalt, Grade CRS-2h A'lphalt, Grade CRS-J Temperature Ranoe 3500 F - 4000 F 1400 F - 1800 F 1400 F - 1800 F applied only when the surface to be treated is sufficiently dry and the atmospheric temperature in the shade away from artificial heat is 400F or above for plant mix and 500F or above for bituminous surface treatment. Prime coat shall not be applied when the weather is foggy or rainy. The base shall be cleaned of objectionable dust, dirt, clay and other deleterious matter prior to placing prime coat. 3.1.1 When directed by the ENGINEER, the CONTRACTOR shall dampen the surface of the b.lse prior to application of the prime coat. Prime coat consisting of asphalt, Grade MC-30 or Grade RC-30 shall be applied at a rate of 0.18 to 0.45 gallons per square yards at an application temperature between 900F and 130oF. 3.2 Tack Coat: 3.2.1 Tack coat shall be applied beneath each layer of bituminous plant mix base or pavement to be placed except where a prime coat or a newly placed bituminous surface treatment mat coat has been applied, unless otherwise directed by the ENGINEER. The tack coat material shall not bE! diluted or mixed with water, solvents, or other materials prior to application. 3.2.2 Tack coat shall be applied only when the surface to be treated is sufficiently dry and wlhen the atmospheric temperature is 350F or above in the shade away from artificial heat. Tack cClat shall not be applied when the weather is foggy or rainy. 3.2.3 The existing bituminous or concrete surface to which tack coat is to be applied shall be ck:!aned of all dust and foreign material prior to placing the tack coat. 3.2.4 Tack coat shall be uniformly applied at a rate from 0.02 to 0.05 gallons per square yard. The exact rate of application will be established by the ENGINEER. The temperature of the tack cClat material at the time of application shall be within the ranges shown below: 3.2.5 No more tack coat material shall be applied than can be covered with base, binder, or ! sLlrface course material during the next day's operation. : 3.2.6 Tack coat material shall be applied with a distributor spray bar which can be adjusted to uniformly coat the entire surface at the directed rate. A hand hose shall be used for irregular areas. Application of tack coat shall only be done in the presence of the ENGINEER or EI'lGINEER's representative. No base or surface mixture shall be deposited thereon until the tack coat has sufficiently cured. 3.2.7 Contact surfaces of headers, curbs, gutters, manholes, vertical faces of pavements, and I' all exposed traverse and longitudinal edges of each course shall be painted or sprayed with tack . eClat before mixture is placed adjacent to such surfaces. . 3.2.8 After tack coat has been applied it shall be protected until it has cured for a sufficient I length of time to prevent it from being picked up by traffic. ! 3.3 Non-Strip Additive for Plant Mix: The non-strip additive shall be introduced and mixed into the asphalt cement in the presence of the ENGINEER unless it is added at the supplier's terminal and the rate, brand and grade are so noted on the asphalt cement ticket. The non-strip additive and asphalt cement shall be thoroughly mixed before being incorporated into the bituminous plant mix. 02511-2 70459.00.AG i Wood Park Improvements I 1/18108 ! 02511-3 70459.00.AG Wood Park Improvements 1/18/08 3.4 Bituminous Concrete Base Course. Tvoe HB: 3.4.1 The bituminous plant mix shall be compacted to a density of at least 90% of the I maximum theoretical density, 3.4.2 No plant mix base course shall be placed that will not be covered with binder course or surface course during the same calendar year or within 15 days of placement if the plant mix is placed in January or February. 3.4.3 Should the CONTRACTOR fail to cover the plant mix as required, it will result in the ENGINEER notifying the CONTRACTOR in writing to cover the plant mix with sand seal. The application of the sand seal shall be done by the CONTRACTOR at no cost to the OWNER. 3.5 Bituminous Concrete Binder Course 3.5.1 The bituminous plant mix shall be compacted to a density of at least 94% of the I laboratory density as determined by the Marshall method of test. . 3.5.2 No plant mix base course shall be placed that will not be covered with binder course or I surface course during the same calendar year or within 15 days of placement if the plant mix is placed in January or February. ; 3.5.3 Should the CONTRACTOR fail to cover the plant mix as required, it will result in the ENGINEER notifying the CONTRACTOR in writing to cover the plant mix with sand seal. The application of the sand seal shall be done by the CONTRACTOR at no cost to the OWNER. 3.6 Bituminous Concrete Surface Course ! Tne bituminous plant mix shall be compacted to a density of at least 95% of the laboratory I dl3nsity as determined by the Marshall method of test. ' 3.7 Ooen Graded Asphalt Friction Course 3.7.1 The existing surface shall be cleaned in an acceptable manner prior to placement of any I bituminous material. . 3.7.2 Any part of finished friction course which shows non-uniform distribution of asphalt Cl~ment shall be removed and replaced at no cost to the OWNER. 3.8 Asohalt DrainaCle Course: A prime coat or tack coat will not be required. The mix shall be compacted to a degree acceptable to the ENGINEER. 4, TESTING: 4.1 All testing requested by the ENGINEER shall be done by the CONTRACTOR in al::cordance with the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the GDOT. END OF SECTION 02513-1 i 70459.00.AG Wood Park Improvemehts 1/21/~8 SECTION 02513 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION 1.1. The work covered by this section consists of the construction of a single course reinforded portland cement concrete pavement on a prepared base in accordance with these specifications and With the lines, grades, thickness, and typical sections shown on the plans or established by the ENGINEER. I 1.2, The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to comp,kte the work in accordance with the plans and specifications. ! 1.3. RELATED WORK Any r,eference to standard specifications refers to the most current published date of the following specification unless otherwise noted. I 1.3.1. Reference the following specifications for related work: 02231 - Subgrade ASTM C150 - Type T Portland Cement ASTM Material Specifications as listed Concrete Products (Section 02513 Part 2) j ASTM Testing Requirements - As listed under testing in Section 02513.3.4.2 i AASHTO Material Requirements - As listed under Concrete Products (Section 02513 Part 2) ~nd other as referred to in this Section ! AASHTO Testing Requirements - As listed under Concrete Products (Section 02513 Part 2) i 1.3.2. All portland cement concrete pavement materials and installation shall conform to Section 430: of the "Standard Specifications Construction of Transportation Systems", 2001 edition, published by the Georglia Department of Transportation. I 2. MATERIALS 2.1, Composition and Desi9n 2.1.1. The CONTRACTOR shall submit a concrete paving mix design to the ENGINEER for approv~1 a minimum of 30 days prior to proposed use. ! 2.1.2. The mix design criteria will be a minimum cement content of 526 pounds of cement per cubic yard, .3 maximum water cement ratio of 0.559, air content in the range of 4.5 to 5.5 percent, a slump df 2 to 3 inches, and a minimum compressive strength of 4000 psi at 28 days. ! i 2.1.3. The mix design shall include the source of aggregates, cement, fly ash, slag and admixtures; 1he gradation and specific gravity of the aggregates; and the fineness modulus (F.M.) of the fine aggreg~te. The CONTRACTOR shall submit test results showing that the mix design conforms to the criteria, including the 14-day flexural strength, of a minimum of 6 beams made and tested in accordance ~ith AASHTO T126 and MSHTO T97. The mix design shall produce an average compressive strength sufficient to indicate that a minimum strength of 4000 PSI will be achieved in the field. ! 02513-2 70459.00.AG Wood Park Improvemerts 1/211PB 2.1,4. The CONTRACTOR may adjust the proportions of the tine and coarse aggregates and water las desired provided the cement content is not decreased, the water cement ratio is not increased, and such adjustments produce concrete in accordance with these specifications. I 2.1.5. Where it is necessary to provide concrete with a higher slump for hand method of placing ~nd finishing. the mix proportions shall be adjusted by the CONTRACTOR to provide the necessary slump ~nd to maintain the water cement ratio established by the original mix design. 2.2. Cement Portland cement shall be ASTM C150, Type I. 2.2.1. Only one brand and type of cement shall be used throughout the project unless otherwise speciflled. I 2.3. Water . Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or ot~er subst~mces injurious to the finished product. Water will be tested in accordance with the requirements of AASHTO T26. Water known to be of potable quality may be used without testing. I 2.4. Admixtures 2.4.1. Air Entraining Agent shall meet the requirements of AASHTD M 154. 2.4,2. Set Retarding Admixtures shall meet the requirements of AASHTO M194 for Type B - retarding admixtures, or Type D - water reducing and retarding admixtures, I 2.4.3. Water Reducing Admixtures shall meet the requirements of AASHTO M194 for Type I A admixtures. , 2.4.4. Calcium Chloride shall meet the requirements of AASHTO M144 for Type 2, concentrated f1a~e, pellet, or other granular calcium chloride. The ENGINEER may waive the gradation requirement. Calci~m chloride shall not be used when the pavement section includes steel reinforcement. . 2.5. Fly Ash shall meet the requirements of ASTM C618 for Class F or Class C except that the loss Ion ignition shall not exceed 4%. Fly ash shall also meet the optional physical requirements for uniformity as shown in Table 2A of ASTM C618. I 2.6. Aooreoate 2.6.1. Fine Aggregate 2.6.1.'1, General: Fine aggregate shall consist of natural sand or manufactured sand having clean, durable, hard, uncoated particles, or other inert materials having similar characteristics. Manufactuted sand shall be produced from fractured stone material. Fine aggregate shall be free from dirt. wobd, paper, burlap. and all other foreign material. - ! i 2.6.1.:2. Soundness: When subjected to 5 cycles of the soundness test the weighted average loss s~all be nol: more than 15 percent. ! 02513-3 i 70459.00.f.G Wood Park Improvemerts 1/21/08 ! 2.6.1.:3. Deleterious Substances: The amount of deleterious substances shall not exceed the following. Maximum Substance Permissible PercentaQe Clay Lumps and 2.0 by weight (Natural sand) Friable Particles 1.0 by weight (Manufactured sand) The pl9rcentage of deleterious substances will be determined in accordance with AASHTO T112. 2.6.1.4. Gradation: Natural sand shall meet the gradation requirements for standard size No. 2S !ne aggre!~ate. Manufactured sand shall meet the gradation requirements for standard size No. 2MS fine aggregate. 2.6.2. Coarse Aggregate i 2.6.2. '1. General: Coarse aggregate shall consist of crushed stone, crushed or uncrushed gravel, crus~ed air-col)led blast furnace slag, or other inert materials having similar characteristics. Washing to remove clay, loam, dust and similar adherent materials will be required for all coarse aggregate for portlsnd cement concrete unless otherwise permitted by the ENGINEER in writing. Coarse aggregate shall be fd1ee from dirt, wood, paper, burlap, and all other foreign material. . 2.6.2.:2. Soundness: When subjected to 5 cycles of the soundness test the weighted average loss s~all be not more than 15 percent. I 2.6.2.:3. Deleterious Substances: Maximum Substance Permissible PercentaQe Clay Lumps and Friable Particles 3.2 by weight The p'9rcentage of deleterious substances will be determined in accordance with AASHTO T112. i 2.6.2.4. Resistance to Abrasion: Crushed stone or gravel shall have a percentage of wear of not mfre than 5,5 percent. I I 2.6.2.:5. Aggregate Sizes; The CONTRACTOR may, at his option, use either standard size No. 57 or ~o. 67 coarse aggregate in Class AA, A, 8, CMB, or S concrete. ! 2.7. Reinforcement Reinforcing shall consist of welded steel wire fabric conforming to the requirements of ASTM A 185. 3. INSTALLATION 3.1. Preparation of SubQrade and Base 3.1.1. The subgrade and base beneath portland cement concrete pavement shall be prepared I in acconjance with the applicable sections of these specifications, 02513-4 70459.00.~G Wood Park Improvemef1ts 1/21/98 3.1.2. The surface of the base shall be damp at the time the concrete is placed. The CONTRACT~R shall sprinkle the base when necessary to provide a damp surface. The CONTRACTOR shall satisfclctorily correct all soft areas in the subgrade or base prior to placing concrete. I I 3.1.3. Hauling over the base course will not be allowed except where absolutely necessary to place 'he concmte. i 3.2. Placina Concrete 3.2.1. Concrete shall be handled in such a manner as to prevent segregation and kept free from m~d, soil or any other foreign matter, ! 3.2.2. Paving operations shall not be undertaken or shall be discontinued when any of the followjng conditions exist. I · When a descending air temperature in the shade and away from artificial heat reaches 400 F and ~ot I resumed until an ascending air temperature in the shade and away from artificial heat reaches 350F . When the subgrade or base course is frozen ! . When aggregates to be used in the mix contain frozen particles . i 3.2.3. Construction equipment or hauling equipment will not be allowed over the pavement urtil representative test beams of the concrete have attained a flexural strength of 550 psi and 14 curing days have olapsed since placing the concrete. ! 3.3. Forms i . Metal and of such section and design that they will adequately support the concrete and the CCIOstruction equipment i . H:3ve a depth not less than the edge thickness of the pavement to be constructed and not more than 1 inch greater than the edge thickness of the pavement to be constructed. Base width shall be at le~st equal to the height of the form. I . T()p face of the form shall not vary from a true plane more than 1/8 inch in 10 feet, and upstanding leg shall not vary more than 1/4 inch. I . Straight forms 10 feet in length shall have at least 3 pin pockets. Straight forms 5 feet in length shall have at least 2 pin pockets. I . Fl)rm pins shall be metal and shall be capable of holding the forms rigidly in place during construction operations. The ENGINEER may require pin holes in the base to be sealed prior to PlaCing subsequent pavement. o Form sections shall be connected by a locking joint that shall keep the forms free from I vertical and horizontal movement. i o Straight forms 10 feet in length shall be used on tangents and on curves having a radiu~ of 200 feet or more. Forms for curves having a radius of between 200 feet and 50 feet maylbe either straight forms 5 feet in length or flexible forms. Forms for curves having a radius of less than 50 feet shall be flexible forms. I o Thoroughly cleaned before being set and shall be thoroughly oiled before any concrete is placed. The bearing of the forms shall be checked and all areas of inadequate bearing s~all be corrected. 'r o All rejected forms that are not satisfactorily corrected immediately shall be removed from the project by the CONTRACTOR. ! Making and Curing Concrete Test Specimens in the Field I Compressive Strength of Cylindrical Concrete Specimens ; Test for Flexural Strength of Concrete (using Simple Beam with Thi~d- Point Loading) , Test for Resistance to Abrasion of Small Size Coarse Aggregate IbY Use of the Los Angeles Machine ! Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete I Test for Slump of Portland Cement Concrete ; Sampling Fresh Concrete , Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ! Measuring Length of Drilled Concrete Cores ; Test for Air Content of Freshly Mixed Concrete by the Pressure Meth~d Sampling and Testing Fly Ash for Use as an Admixture in Portland Cement Concrete I Test for Resistance to Abrasion of Large Size Coarse Aggregate IbY Use of the Los Angeles Machine . Quality of Water to be Used in Concrete o Set a sufficient distance in advance of the point where the concrete is being placed i to provide for a continuous operation in placing the concrete and for proper inspection of line and grade. I 3.4. Acceptance Tests for Concrete 3.4.1. General I Acceptance sampling and testing of paving concrete will be the responsibility of the certified testing lab approved by the OWNER. The CONTRACTOR shall furnish all materials to be tested. I 3.4.2. Testing Requirements ASTM C 31 ASTM C 39 ASTM C 78 ASTM C 131 ASTM C 138 ASTM C 143 ASTM C 172 ASTM C 173 ASTM C 174 ASTM C 231 ASTM C 311 ASTM C 535 AASHTO T 26 3.5. FinishinQ i 3.5.1. The concrete shall be screeded and float finished to the required cross section by an appro~ed float that minimizes or eliminates hand finishing. Normally, hand finishing will not be permitted excrpt under the following conditions. ! '. Narrow widths, or irregular areas, where operation of mechanical equipment is impractical. I '. In the event of breakdown of mechanical equipment, hand methods may be used to finish or1y that concrete deposited on the base when the breakdown occurred. ! ,. Abnormal circumstances of short duration subject to the approval of the ENGINEER. ' 3.5.2. The final finish shall produce a pavement surface that is true to grade and uniform in appeara1ce and fme of irregular, rough, or porous areas. ! I 3.5.3. Following the finishing of the pavement by the screed and float and the checking ~ith straightedges, the surface of the pavement shall be further finished by burlap dragging, or ot~er acceptable method which will produce a uniform surface texture acceptable to the ENGINEER. l1he burlap drag shall be operated in a longitudinal direction. ! i 70459.00.AG Wood Park Improveme~ts 1/21/98 02513-5 3.7.1.2. Curing shall be applied to the edges of the pavement immediately after the forms are removed. I 3.5.4. After final finishing, hand finishing may be required on the edges of pavement andlor joints whenElver irregularities in surface texture or alignment occur. Care should be taken in hand finishing pavement edges in order to avoid ridges or high places. ! 3.5.5. The use of excessive water during the finishing operations will not be permitted. 3.6. Protection From Cold Weather and Rain 3.6.1. Concrete pavement less than 72 hours old that may be subject to damage by freezing shalllbe adequately protected until the concrete reaches an age of 72 hours. Concrete damaged as a result of freezing shall be removed and replaced by the CONTRACTOR at no cost to the OWNER. i 3.6.~. Pr~tective c~verings that w!1I protect the surface of the freshly ~Iaced ~avement ~rom rain shalllbe readll~' available dally at the location of each proposed day's operations prior- to beginning work. ~n adequate quantity of these materials shall be stored at the job site. Concrete damaged as a result of failure on the part of the CONTRACTOR to adequately protect the concrete from rain shall be repaired or removed and replaced by the CONTRACTOR as directed by the ENGINEER at no cost to the OWNER. 3.7. Curina 3.7.1. General 3.7.1.'1. Immediately after finishing operations have been completed and surface water has disappear~d, all exposed surfaces of the pavement shall be cured. I 3.7.1.:~. The total curing period required shall be 3 curing days for all methods. i I 3.7.1.4. A curing day will be considered as any consecutive 24-hour period, beginning when lhe manipulation of each separate mass has been completed, during which the air temperature adjacent to I the mass does not fall below 400F. . i 3.7.2. Membrane Curing Compound i The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compoynd immediately after the finishing of the surface and before the set of the concrete has taken place. ~he curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayors under pressure at the rate of 1 gallon (4 liters) to not more than 150 square feet (14 squ~re meter:;). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time c,f use, the compound shall be in a thoroughly mixed condition with the pigment uniformly disper~ed throu~lhout the vehicle. During application the compound shall be stirred continuously by effec~ve mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed, but approved means shall be used to insure proper curing for 72 hours. The curing compoynd shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shalllbe repain:~d immediately with additional compound. Upon removal of side forms, the sides of the expo~ed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surfacel 02513-6 70459.00.f'G Wood Park Improvemerts 1/21/p8 02513-7 70459.00.tG Wood Park Improvemepts 1/21/~8 3.7.3. Polyethylene Film . The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The U~its shall be lapped at least 18 inches (45 em). The sheeting shall be placed and weighted to cause itl to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, fue sheeting shall be maintained in place for 72 hours after the concrete has been placed. I 3.7.4. White Burlap-Polyethylene Sheets I The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be syCh length (or width) that it will extend at teast twice the thickness of the pavement beyond the edges of ~he slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely coverEld. The sheeting shall be placed and weighted to remain in contact with the surface covered, dnd the covering shall be maintained fully wetted and in position for 72 hours after the concrete has bden I placecl. ' 3.8. Joints 3.8.1. General . i 3.8.1. 'I. All joints shall be constructed in accordance with the requirements of these specifications and the details shown on the plans. : 3.8.1.~!. Deviations from the method of joint construction required by the plans or specifications may Ibe permitted provided prior approval has been obtained in writing from the ENGINEER. Such approval Will be considered conditional and will be subject to obtaining satisfactory results. I 3.8.1. a. If the CONTRACTOR desires to utilize any construction techniques not shown on the Plans] to minimize potential cracking, permission shall be obtained in writing from the ENGINEER prior to beginning the affected work. ! 3.8.2. Transverse Contraction Joints 3.8.2. '1. Transverse contraction joints shall be constructed in accordance with the details and dimensidns shown on the plans, and shall be formed by sawing with an approved concrete saw. ! 3.8.2.2. Sawing shall be performed at such intervals and frequency to control random cracking. SJch control sawing shall be done to the full depth required by the plans as soon as the concrete has harderled sufficilE!ntly to be sawed without significant spalling and raveling but not more than 24 hours after ~he concrete is placed. I 3.8.2.:3. The additional sawing necessary to provide the full joint width required by the plans shall be ddne no earlier than 10 days prior to the sealing of the joint. ! 3.8.2.4. At his discretion, the ENGINEER may order any concrete pavement where uncontrolled craCking has oc;curred prior to final acceptance to be removed and replaced at no additional cost to the OWNEtR. Whem permitted by the ENGINEER, the CONTRACTOR may be allowed to repair the cracking i~ a manner acceptable to the ENGINEER. ! 02513-8 70459.00.~G Wood Park Improvemerts 1/21/p8 3.8.3. Longitudinal Contraction Joints 3.8.3.1. Longitudinal contraction joints shall be constructed in all pavements wider than 16 feet I. in accorclance with the details and dimensions shown on the plans, and shall be formed by sawing with an approved concrete saw. ! 3.8.32. Sawing to the full depth required by the plans shall be done as soon as the concrete Has hardened sufficiently to be sawed without spalling and raveling but not more than 24 hours after the concre!te is placed. : 3.8.4. Transverse Construction Joints 3.8.4.1.. General: Transverse construction joints shall be constructed by use of an approved form at the end of each day's operations (planned joint) or whenever the placing of concrete is suspended for mbre than 30 minutes (emergency joint), All transverse construction joints shall be sawed to the dimensidns shown on the plans. I 3.8.4.~!. Planned Transverse Construction Joints: This type joint shall be located at the same spacing requimd for contraction joints. Dowel bars of the size and spacing shown on the plans shall be used. I 3.8.4.~1. Emergency Transverse Construction Joints: This type joint shall be used when the placing I of concrElte is suspended for more than 30 minutes. Tie bars of the size and spacing shown on the plans shall be used. The spacing of contraction joints shall not be changed due to emergency construction joints and the emergency construction joints shall not be located less than 6 feet from any contraction j<?int or planned construction joint. Emergency transverse construction joints shall be sawed and sealed in 1he same manner as required by the plans for planned transverse construction joints. I 3.8.5. Longitudinal Construction Joints : Longitudinal construction joints shall be constructed by the use of tie bars in accordance with the det~ils shown on the plans. The joints shall be sawed to the dimensions shown on the plans. I 3.8.6. Transverse Expansion Joints i Transverse expansion joints shall be constructed in accordance with the details shown on the plans utilizing an approved joint assembly. . ! 3.8.7. Sealing Joints . . Gl~neral: All joints shall be sealed with low modulus silicone sealant. i . Age of Pavement: The concrete shall be at least 14 calendar days old before the joints are sealed. I END OF SECTION 1.3. Related Work Any reference to standard specifications refers to the most current published date following specification unless otherwise noted. i 1.3.1. Reference the Manual of Uniform Traffic Control Devices, latest revision, as published by the Uj.5. Department of Transportation, Federal Highway Administration (U.S. Government Printing Office, origihal date 1988) and ASTM Specifications as noted for related work: I : . , published of the ! SECTION 02580 PAVEMENT MARKING 1. DESCRIPTION 1.1. The pavement marking work covered by this section consists of preparing the pavement sUrfabe, developing layout pattems and applying the pavement markings as called for on the plans. ~he CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the wor~ in accorclance with the plans and specifications. I 1.2. When applicable to the project and required by the OWNER, the CONTRACTOR shall analYze each roadway section prior to application of pavement markings to determine the exact location I of centerline markings and no-passing zones by electronic methods, as approved by the OWNER's Repre:;entative. Unless otherwise approved, the CONTRACTOR's analysis method for establishment of pavement markings and layout patterns shall be in accordance with the Manual of Uniform Traffic Control DeviCEls. The CONTRACTOR shall also submit to the OWNER's Representative and ENGINEER thtee straight line diagrams of the approved centerline recommendations with distances and centerline patt~rn changl~ points clearly marked thereon. Maps shall be to scale in the range of 1" .. 100'. lfhe CONTRACTOR shall establish the necessary tack points at appropriate intervals for setting the alignmfnt of all markings in accordance with the approved recommendations. , i All concrete curb, curb and gutter, and gutter installation shall conform to Section 441 of the "Stand~rd Specifications Construction of Transportation Systems", 2001 edition, published by the Georgia Department of Transportation. ! 2. MATERIALS 2.1. Paint Tvpe i The type paint to be used shall be Traffic Line Paint 5A (Waterborne White Traffic Line Paint) and Traffic Line Paint 58 (Waterborne Yellow Traffic Line Paint). i 2.2. Material Reouirements Materi;als for painting Traffic Striping, Words and Symbols shall meet the following requirements. 2.2.1. Finished Paint 2.2.1.1. Flexibility: The paint shall be applied to a 30 gauge, clean plate panel, to a wet film thicknesS of approximately 0.002 inches, with a doctor blade or other suitable means. The panel shall be dried iil a horizontal position for 18 hours, and shall then be bal<ed for 5 hours at 1050 to 1100 C. The panel shall be cooled to approximately 250 C and bent double over a Y:z..inch rod. The film shall show no cracking or flaking on bending or straightening. 02580-1 70459.00.f.G Wood Park Improvements 1/18'08 3. INSTALLATION 2.2.1.:;~. Bleeding: When painting over a bituminous surface of the types used in Georgia, no percePti~le bleeding shall occur. ~ i 2.2.1.~i. Color: The paint shall dry to a pure, intense white or yellow and furnish the maximum amount of opacillr and visibility under both daylight and artificial light. It shall not discolor on exposure to weathe~ or traffic and shall not show appreciable discoloration through staining during its service life on either concre!te or bituminous surface. ! 2.2.1.t.... Consistency: The viscosity of the paint when measured at 770F shall be 85 to 100 Krebs Unit~. 2.2.1.~;. Moisture Content: Shall contain no more than 0.5 percent water. , ; : 2.2.1.Ei. Drying: The paint shall dry to no pick-up within 45 minutes when tested according to ASTM D 711. I 2.2.1.i'. Spraying: The paint shall be mixed at the factory, ready for application through spray machi~es without the necessity of using thinners. i 2.2.1.El. Storage: The paint shall not cake, liver, thicken, curdle, gel or show any other Objectiona~le properties after storage for six months. . 2.2.1.~'. Coarse Particles and Skins: The paint shall contain no more than 1.0 percent. 2.2.1.10. Fineness of Grind: The paint shall have a grind of 3 to 5 Hegman scale. 2.2.1.11. Weight per Gallon: The paint shall weigh a minimum of 10.88 pounds at 220F. i 2.2.1.12. Packaging: The finished paint shall be passed through a No. 40 mesh screen while filling ~he containers. ' 3.1. CleaninCl of Surface i All surfaces to be painted shall be thoroughly cleaned of all dust, dirt, grease. oil and all other foreIgn matter before application of the paint.. ! 3.2. Ali9nment I Traffic stripes shall be of the length, width and placement specified. On sections where no previously applied markings are present, the CONTRACTOR shall establish control points, satisfactory to the OWNE:R's Representative, spaced at intervals that will insure accurate locations of the stripe. ! ; 3.3. Aoolication l Application to be in accordance with manufacturer's instructions and these specifications. Traffic Strtpe paint shall be applied by machine except for special areas and markings that are not adaptable to machine application, in which case, hand application will be permitted. ; i 3.3.1. No paints shall be applied to areas of pavement when any moisture or foreign matter is presknt on the surface, the air temperature in the shade is below 50oF, or wind conditions are such as mi~ht cause dust to be deposited on the prepared areas or to prevent satisfactory application of the paint. ! I i I i 02580-2 70459.00.AG Wood Park Improvemerts 1/18{08 02580-3 70459.00.):..G I Wood Park Improvements 1/18{08 3.3.2. Painting shall be done only during daylight hours and all painted areas shall be dry enough, before sunset, to permit crossing by traffic. All protective devices shall be removed no later than sunset to allow free movement of traffic at night. I i 3.3.3. Traffic Stripe paint shall be thoroughly mixed in the shipping container before placing in the machine tank. The paint machine tanks, connections and spray nozzles shall be thoroughly cleaned With thinner before starting each day's work. I , 3.3.4. The minimum wet film thickness for all painted areas shall be 15 mils. The minimum dry film thicknl;!SS for all painted areas shall be 13 mils. ! 3.3.5. The minimum rate of application for 4" wide traffic stripe shall be as follows. . SCllid Traffic Stripe Paint . Rate of Application - 20 gallons per mile, minimum . S~:ip Traffic Stripe Paint . Rate of Application - 7.5 gallons per mile, minimum (Note: Change minimum rate proportionately for varying width of stripe.) 3.4. Protective Measures I The CONTRACTOR shall furnish and place all warning and directional signs necessary to direct, COn]rOI and protect the traffic during the striping operations. The freshly painted stripe shall be protected by cones or other satisfactory devices. All stripes damaged by traffic, or pavement marked by traffic cross n9 wet pclint, shall be repaired or corrected as specified in paragraph 3.6 below. 3.5. Tolerance and AODearance I No stripe shall be less than the specified width. No stripe shall exceed the specified width by more tha~ Y:. inch. The alignment of the stripe shall not deviate from the intended alignment by more than 1 inch. All stripes. and segments of stripes shall present a clean-cut, uniform and workmanlike appearance. All markings that fail to have a uniform, satisfactory appearance, either by day or night, shall be corrected by the CONTRACTOR at his expense. . 3.6. Corrective Measures ! All work shall be subject to application rate checks for paint. All traffic stripes which fail to meet the specifications, permissible tolerances and appearance requirements, or is marred or damaged by traffid or from other causes, shall be corrected at the CONTRACTOR's expense. All misted areas, drip ~nd spattered paint shall be removed to the satisfaction of the ENGINEER. In an instance, when it is necessary to remove paint, it shall be done by means satisfactory to the ENGINEER, which will hot dama!}e the underlying surface of the pavement. ! END OF SECTION 02821- 1 70459.00 Wood Park Improvements 3/4/08 SECTION 02821 CHAIN LINK FENCES AND GATES PART 1- GENERAL RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. GENERAL Rellated Documents Drawings and general provisions of the Contract, including General conditions and Division 1 Specification Sections, apply to this Section. Sl.Ilmmarv This Section includes the following: Gnlvanized steel chain-link fabric Gnlvanized steel framework De:finitions CL.FMI: Chain Link Fence Manufacturers Institute. Submittals Product Data: Material descriptions, construction details, dimensions of individual components and profiles, and finishes for the following: Fe,nce and gate posts, rails, and fittings. Chain-link fabric, reinforcements, and attachments. Gates and hardware. Shop Drawings: Show locations of fence, each gate, posts, rails, and tension wires and details of extended posts, extension arms, gate swing, or other operation, hardware, and accessories. Indicate materials, dimensions. sizes, weights, and finishes of components. Include plans, elEwations, sections, gate swing and other required installation and operational clearances, and details of post anchorage and attachment and bracing. Product Certificates Si!)ned by manufacturers of chain-link fences and gates certifying that products furnished comply wil:h requirements. Qualification of Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and OWNERs, and other information specified. 02821-2 70459.00 Wood Park Improvements 3/4/08 SECTION 02821 CHAIN LINK FENCES AND GATES Q.yality Assurance Installer Qualifications: An experienced installer who has completed chain-link fences and gates sirnilar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. SOJrce Limitations for Chain-Link Fences and Gates: Obtain each color, grade, finish, type and variety of component for chain-link fences and gates from one source with resources to provide chain-link fences and gates of consistent quality in appearance and physical properties. Pmiect Conditions Existing Utilities: Do not interrupt utilities serving facilities occupied by OWNER or others unless pelmitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: Notify Architect not less than then (10) days in advance of proposed utility interruptions. Do not proceed with utility interruptions without Architecfs written permission. Fie:ld Measurements: Verify layout information for chain-link fences and gates shown on Dnawings in relation to property survey and existing structures. Verify dimensions by field mE~asurements. PA.RT 2- PRODUCTS Chain-Link Fence Fabric Steel Chain-Link Fence Fabric: Provide fabric fabricated in one-piece widths for fencing in height of 12 feet and less. Comply with CLFMl's .Product Manual" and with requirements indicated below: ME~sh and Wire Size: 1 '% inch mesh, 0.148-inch diameter. PVC-Coated Fabric: ASTM A90/A90m, with PVC coating applied to steel wire before weaving according to Specification, with the following minimum coating weight: Class 1. MEltallic Coating: PVC. Color: As selected by Architect from manufacturer's full range complying with ASTM F 934. . Selvage: Knuckled at both selvages. Industrial Fence FraminQ Re,und Steel Pipe: Standard weight, Schedule 40, galvanized steel pipe complying with ASTM F 1083. Comply with ASTM F 1043, Material Design Group lA, external and internal coating Type A, consisting of not less than 1.8-oz.lsq. ft. zinc; and the following strength and stiffness requirements: Line, End, Corner, and Pull Posts and Top Rail: Per requirements for Light Industrial Fence with colored coating to match fabric. Post Brace Rails: Match top rail for coating and strength and stiffness requirements. Provide brace rail with truss road assembly for each gate, end, and pull post Provide two brace rails , extending in opposing directions, each with truss rod assembly, for each corner post and for pull posts. Provide rail ends and clamps for attaching rails to posts. 02821- 3 70459.00 Wood Park Improvements 3/4/08 SECTION 02821 CHAIN LINK FENCES AND GATES Top Rails (all fencing): Fabricate top rail from lengths 21 feet or longer, with swedged-end or fabricated for expansion-type coupling, forming a continuous rail along top of chain-link fabric. Tension Wire Ge,neral: Provide horizontal tension wire at the following locations: Extended along bottom of fence fabric in accordance with ASTM F166. Inclustrial Swino Gates Ge'neral: Comply with ASTM F 900 for the following swing-gate types: single gate and double gate. MEltal Pipe and Tubing: Galvanized steel. Comply with ASTM F 1083 and ASTM F 1043 for m~lterials and protective coatings. Frames and Bracing: Fabricate members from round galvanized steel tubing with outside dimension and weight according to ASTM F 900 for gate fabric height shown with color coating to m~ltch fabric. Frame Corner Construction: As follows: Welded or assembled with comer fittings and 5/16lh -inch- diclmeter, adjustable truss rods for panels 5 feet wide or wider. Gclte Posts: Fabricate members from round galvanized steel pipe with outside dimension and we'ight according to ASTM F 900 for the following gate fabric heights and leaf widths: Gclte Fabric Height by Leaf Width: 6 feet or less by 4 feet or less. Gclte Fabric Height by Leaf Width: over 6 feet by 6 feet or less. Halrdware: Hinges: Non-lift-off type, offset to permit 180 degree gate opening. Latch: Forked type or plunger-bar type to permit operation from either side of gate, with padlock ey'= as integral part of latch. Keeper: Provide keeper for vehicle gates which automatically engages gate leaf and hold it in open position until manually released. Gclte Stops: Provide gate stops for double gates, consisting of mushroom type flush plate with anchors, set in concrete, and designed to engage center drop rod or plunger bar. Include locking device and padlock eyes as integral part of latch, permitting both gate leaves to be locked with single padlock. Fittinos GElneral: Provide fittings for a complete fence installation, including special fittings for corners. Comply with ASTM F 626. Pest and Line Caps: Hot-dip galvanized pressed steel or hot-dip galvanized cast iron. Provide we!ather tight closure cap for each post. pfiJvide line post caps with loop to receive top rail. 02821-4 70459.00 Wood Park Improvements 3/4/08 SECTION 02821 CHAIN LINK FENCES AND GATES Rail and Brace Ends: Hot-dip galvanized pressed steel or hot-dip galvanized cast iron. Provide rail ends or other means for attaching rails securely to each gate, corner, pull, and end post. Relil Fittings: Provide the following: Top Rail Sleeves: Hot-dip galvanized pressed steel or round steel tubing. Not less than 6 inches long. Relil Clamps: Hot-dip galvanized pressed steel. Provide line and corner boulevard clamps for connecting intermediate rails in the fence line to line posts. Teinsion and Brace Bands: Hot-dip galvanized pressed steel. Te!nsion Bars: Hot-dip galvanized steel, length not less than 2 inches shorter than full height of chain-link fabric. Provide one bar for each gate and end post. and two for each corner and pull pc,st, unless fabric is integrally woven into post. Truss Road Assemblies: Hot-dip galvanized steel rod and turnbuckle or other means of adjustment. Til3 Wires, Clips, and Fasteners: provide the following types according to ASTM F 626: Standard Round Wire Ties: For attaching chain-link fabric to posts. rails, and frames, complying with the following: Hot-Dip Galvanized Steel: 0.148-inch-diameter wire; galvanized coating thickness matching coating thickness of chain-link fence fabric, Round Wire Hog Rings: Hot-dip galvanized steel or aluminum for attaching chain-link fabric to horizontal tension wires. Cast-In-Place Concrete G43neral: Comply with ACI 301 for cast-in-place concrete. Materials: Portland cement complying with ASTM C 150, aggregates complying with ASTM C 33, and potable water for ready-mixed concrete complying with ASTM C 94: Measure, batch, and mix Project-site-mixed concrete according to ASTM C 94. Cc>ncrete Mixes: Normal-weight concrete air entrained with not less than 3000-psi compressive strength (28 days), 3-inch slump, and 1-inch maximum size aggregate. Polymer Finishes Non-shrink, Nonmetallic Grout: Premixed, factory-packaged, non-staining, non-corrosive, nClngaseous grout complying with ASTM C 1107, Provide grout. recommended in writing by manufacturer, for exterior applications. Erosion-Resistant Anchoring Cement: Factory-packaged, non-shrink, non-staining, hydraulic- cClntrolled expansion cement formulation for mixing with potable water at Project site to create pClurable anchoring, patching, and grouting compound. Provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended in writing by manufacturer for exterior applications. SECTION 02821 CHAIN LINK FENCES AND GATES PART 3-EXECUTION Ex:aminations Ex:amine areas and conditions, with Installer present, for compliance with requirements for a verified survey of property lines and legal boundaries, site clearing, earthwork, pavement work, and other conditions affecting performance. . Do not begin installation before final grading is completed, unless otherwise permitted by Architect. Proceed with installation only after unsatisfactory conditions have been corrected. Preparation Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 500 feet or line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. In:;;tallation. General GI~neral: Install chain-link fencing to comply with ASTM F 567 and more stringent requirements specified. Install fencing on established boundary lines inside property line. Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings indicated. in firm, undisturbed or compacted soil. Post Setting: Set all posts in concrete footing. Protect portion of posts aboveground from cClncrete splatter. Place concrete around posts and vibrate or tamp for consolidation, Using mechanical devices to set line posts per ASTM F 567 is not permitted. Verify that posts are set pllJmb, aligned, and at correct height and spacing, and hold in position during placement and finishing operations until concrete is sufficiently cured. E)(posed Concrete Footings: Extend concrete 2 inches (50 mm) above grade, smooth, and shape to shed water. Cllain-Link Fence Installation Tl~rminal Posts: Locate terminal end, corner, and gate posts per ASTM F 567 and terminal pull posts at changes in horizontal or vertical alignment of 15 degrees or more. Line Posts: Space line posts uniformly at 10 feet o.c. unless otherwise shown. Pl)st Bracing Assemblies: Install according to ASTM F 567, maintaining plumb position and alignment of fencing. Install braces at end and gate posts and at both sides of corner and pull posts. Locate horizontal braces at sidelight of fabric on fences with top rail and at two-thirds fabric height on fences without top rail. Install so posts are plumb when diagonal rod is under proper tension. T.~nsion Wire: Install according to ASTM F 567, maintaining plumb position and alignment of I fencing. Pull wire taut, without sags. Fasten fabric to tension wire with O.120-inch-diameter hog I' rings of same material and finish as fabric wire, spaced a maximum of 24 O.C.lnstall tension wire in locations indicated before stretching fabric. : I Bl::>ttom Tension Wire: Install tension wire within 6 inches of bottom of fabric and tie to each post with not less than same gage and type of wire. 02821- 5 70459.00 Wood Park Improvements 3/4/08 02821- 6 I I 70459.00 i Wood Park Improvements I 3/4/08 SECTION 02821 CHAIN LINK FENCES AND GATES Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of fencing. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended by fencing manufacturer. Intermediate Rails: Install in one piece at approximately post-height center span, spanning be~tween posts, using fittings, special offset fittings, and accessories. Coordinate with gate height. Chain-Link Fabric: Apply fabric to outside of enclosing framework. Leave 1 inch between finish grade or surface and bottom selvage, unless otherwise indicated. Pull fabric taut and tie to posts, rails and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. TEmsion or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts with tension bands spaced not more than 15 inches O.C. Ti<e Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain-link fabric per ASTM F 626. Bend ends of wire to minimize hazard to individuals and cl()thing. Maximum Spacing: Tie fabric to line posts 12 inches O.C.. and to braces 24 inches O.C.. Fasteners: Install nuts for tension bands and carriage bolts on the side of the fence opposite the fabric side. TE!nnis Court Fencing: Construct tennis court fence according to ASTM F 969. Gate Installation G,eneral: Install gates according to manufacturer's written instructions, level, plumb, and secure for full opening without interference. Attach fabric as for fencing. Attach hardware using tamper- resistant or concealed means. Install ground-set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. END OF SECTION 02933-1 i 70459.00. .fG Wood Park Improvements 1/18Y08 I SECTION 02933 SEEDING AND MULCHING I 1. DESCRIPTION ! The work covered by this section consists of furnishing all labor, materials, and equipment to perform' all neces,sary operations to topsoil, fine grade, fertilize, mulch and maintain temporary and permanbnt seeding of all graded, cleared, or disturbed areas during construction. The work covered by this section shall be in conformance with the latest version of local and state Department of Transportation requirements. I 2.1. TODsoil i Topsoil shall be from stockpiles created from stripping and required excavation. Should additional topsoil be required in excess of that obtained from stripping and excavation, the contractor shall obtain matdrial from other sources on the site where authorized by the OWNER, or from approved sources off the ~ite_ The tlJpsoil shall be natural, friable soil, possessing characteristics of representative soils in the vicihity which produce heavy growths of crops of grass. It shall be obtained from naturally well-drained ardas, shall be reasonably free from subsoil, brush, objectionable weeds, and other litter and shall be free frbm toxic :substances, clay lumps, stones, roots and other objects larger than 1 inch in diameter, or any other material which might be harmful to plant growth or be a hindrance to grading, planting, and maintenatce operations. 2.2. Fertilizer i I Fertili:zer shall be the product of an approved commercial fertilizer manufacturer and shall be 5~10-5 grade, uniform in composition, free-flowing material suitable for application with approved stand~rd equipment. The fertilizer shall conform to the applicable State fertilizer laws and shall be delivered to the site in bags or other convenient containers each fully labeled and bearing the name, trademark, ~nd warranty of the producer. ' 2.3. Lime , Lime shall be ground limestone containing not less than 85% of total carbonates and shall be groun~ to such '~neness that at least 50% will pass through a 100-mesh sieve and at least 90% will pass through a 20-mE~sh sieve. Coarser materials will be acceptable provided the specified rates of application ~re increc:lsed proportionately on the basis of quantities passing the 1 DO-mesh sieve, but no additi~nal payml9nt will be made for the increased quantity. I 2.4. Mulch 3.2.1. General .1 Seaslonal limitations for seeding operations, the kinds and grades of fertilizers, the kinds of seed, and the rates of application of limestone, fertilizer, and seed shall be as shown in the seeding schedule. ! I 02933-2 70459.00)A.G I Wood Park Improvements 1/1~/08 Mulch shall be straw from wheat or oats. Materials for securing mulch may be one of the following. · Mulch Netting: Lightweight plastic, cotton, jute, wire orpaper nets shall be used. · Peg and Twine: Bailing twine and soft wood pegs 1/2" x 1" x 12". I . Liquid Mulch Binder: RC-2 cut back asphalt conforming to the requirements of Federal Specifications SS-A67IA, and asphalt emulsion shall conform to the requirements of Fedil ral Specification SS-A-674, Type V. . Seed: Seed used shall conform to GDOT Specifications Section 890 Seed & Sod. Seed that has become wet, moldy, or otherwise damaged in transit or storage will not be acceptable. The seed used shall be that shown in seeding schedule specified herein or on the plans. ! 3. INSTALLATION 3.1. Seedbed Preoaration 3.1.1. Clearing 1 Prior to or during grading and tillage operations, the ground surface shall be well drained, cleared o~ all brush, roots, stones larger than 2 inches in diameter, or any other material which may hinder proper grading, tillage, or subsequent maintenance operations. ' 3.1.2. Fine Grading : Areas to be seeded shall be graded as shown on the drawings or as directed and all surfaces shall be Ileft in an even and properly compacted condition so as to prevent the formation of depressions where wJter will stand. Areas to be topsoiled shall be graded to a smooth surface and to a grade that will allow topsoiling to finished grade. [ 3.1.3. Topsoiling ImmEldiately prior to placing topsoil, the subgrade, where excessively compacted by traffic or other cauSE~S, shall be loosened by scarifying to a depth of at least 2 inches to permit bonding of the topsoil to the subgrade. Topsoil shall be uniformly spread by approved equipment in sufficient quantity to provi~e a compacted layer of 4 inches in thickness over the designated areas and in such manner that planting can proceed with little additional soil preparation or tillage. Topsoil shall not be placed when the subgrad~ is frozen, excessively wet, extremely dry, or in a condition otherwise detrimental to the proposed planting or to prclper grading. Topsoil shall be graded to the lines indicated or as directed and any irregularities in j' he surface resulting from topsoilin9 or other operations shall be corrected to prevent formations of deprE~ssions where water will stand. i 3.1.4. Tillage i After topsoiled areas required to be seeded have been brought to the grades shown on the plans and as specified, they shall be thoroughly tilled to a depth of 3 inches by approved methods, until the conditio~ of the soil is acceptable to the ENGINEER. Any objectionable undulations or irregularities in the su~ce resulting from tillage or other operations shall be removed before planting operations are begun. The work shall be performed only during periods when satisfactory results are likely to be obtained. When conditions are such, by reason of drought, excessive moisture or other factors, that results are not likely' to be scltisfactory, the ENGINEER will stop the work and it shall be resumed only when, in his opinion. ~he desifl~ results are likely to be obtained. ! 3.2. Limestone, Fertilizer and Seed 02933-3 70459.00.,lA.G i Wood Park ImprovemE1nts 1/18/08 I I 3.2.2. Equipment to be used for the application, covering, or compaction of limestone, fertilizer, ~nd seed shall have been approved by the ENGINEER before being used on the project. Approval mayl be revoked at any time if equipment is not maintained in satisfactory working condition, or if the equipment operaltion damages the seed. ! 3.2.3. Limestone, fertilizer, and seed shall be applied within 24 hours after completion of seedbed prepalration unless otherwise permitted by the ENGINEER, but no limestone or fertilizer shall I be distributed and no seed shall be sown when the ENGINEER determines that weather and soil conditions are unfavorable for such operations. I 3.2.4. During the application of fertilizer, adequate precautions shall be taken to prevent damagJ to structures or any other appurtenances. The CONTRACTOR shall either provide adequate covering or chanue methods of application as required to avoid such damage. When such damage occurs, ~I he CONTRACTOR shall repair it, including any cleaning that may be necessary. . i 3.3. Limestone and Fertilizer i Limestone may be applied as a part of the seedbed preparation, provided it is immediately worked into ~he soil. If not so applied, limestone and fertilizer shall be distributed uniformly over the prepared seedbe~ at a specified rate of application and then harrowed, raked, or otherwise thoroughly worked or mixed into Ithe seedbed. . 3.3.1. If liquid fertilizer is used, storage containers for the liquid fertilizer shall be located on the project and shall be equipped for agitation of the liquid prior to its use. The storage containers shall be equipped with clpproved measuring or metering devices which will enable the ENGINEER to record at any time lthe amount of liquid that has been removed from the container. Application equipment for liquid fertilifer, other than a hydraulic seeder, shall be calibrated to insure that the required rate of fertilizer is apPlied uniformly. . I 3.4. SeedinQ i Seed shall be distributed uniformly over the seedbed at the rate indicated in the seeding schedule, and imme'diately harrowed, dragged, raked, or otherwise worked so as to cover the seed with a layer of Soil. The depth of covering shall be as directed by the ENGINEER. If two kinds of seed are to be used wrlich require different depths of covering, they shall be sown separately. ! i 3.4.1. . When a combination seed and fertilizer drill is used, fertilizer may be drilled in with the seed after limestone has been applied and worked into the soil. If two kinds of seed are being used which req~ire different depths of covering, the seed requiring the lighter covering may be sown broadcast or with a special attachment to the drill, or drilled lightly following the initial drilling operation. I 3.4.2. When a hydraulic seeder is used for application of seed and fertilizer, the seed shall not remai~ in water containing fertilizer for more than 30 minutes prior to application unless otherwise permitted by !the ENGINEER. I 3.4.3. Immediately after seed has been properly covered, the seedbed shall be compacted in Ithe manner and degree approved by the ENGINEER. 3.5. Modifications : When adverse seeding conditions are encountered due to steepness of slope, height of slope, or soli conditions, the ENGINEER may direct or permit that modifications be made in the above requirements I 3.7.2. Mowing The seeded areas shall be mowed with approved mowing equipment as per seeding schedule. or other undesirable vegetation threaten to smother the planted species, such vegetation removed at no cost to the OWNER. i If weeds shall I be which pertain to incorporating limestone into the seedbed; covering limestone, seed, and fertilizer; and compaction of the seedbed. I 3.5.1. Such modifications may include but not be limited to the following. 3.5.1.1. The incorporation of limestone into the seedbed may be omitted on (a) cut slopes steeper t~an 2: 1 (b) on 2: 1 cut slopes when a seedbed has been prepared during the excavation of the cut and is still in an acceptable condition; or (c) on areas of slopes where the surface of the area is too rocky to permitlthe incorporation of the limestone. ; 3.5.1.2. The rates of application of limestone, fertilizer, and seed on slopes 2:1 or steeper or on robky surfaces may be reduced or eliminated. I 3.5.1.3. Compaction after seeding may be reduced or eliminated on slopes 2: 1 or steeper, on rofkY surfaces, or on other areas where soil conditions would make compaction undesirable. 3.6. Mulch 3.6.1. General i All seeded areas shall be mulched unless otherwise indicated on the plans or directed by the ENGINEER. Application rate of mulch shall be indicated in seeding schedule. ! 3.6.2. Mulching i Mulch shall be applied within 36 hours after the completion of seeding unless otherwise permitted by [the ENGINEER. Care shall be exercised to prevent displacement of soil or seed or other damage to the seeded area during the mulching operations. , 3.6.3. Mulch shall be uniformly spread by hand or by approved mechanical spreaders or blowers that!will provide an acceptable application. An acceptable application will be that which will allow some sunligHt to penetrate and air to circulate but also partially shade the ground, reduce erosion, and conserve ~il moisture. I 3.6.4. Mulch Binding ! Mulch shall be held in place using devices approved by the ENGINEER as per manufactuqers recommendations. During application, the CONTRACTOR shall take adequate precautions to pre~ent damage to structures or appurtenances. i 3.7. Maintenance 3.7.1. General I The CONTRACTOR shall be responsible for the proper care and maintenance of the seeded areas ~ntil the work under the entire contract has been completed and accepted by the ENGINEER. Maintenarce shall consist of repair and replacement of eroded areas, watering, refertilizing, reliming, reseeding, ;md remulching as necessary to provide an even, fixed growth of grass. In addition, the CONTRACTOR srall provide protection against traffic and shall erect the necessary barricades and warning signs immediately after planting is completed. I 02933-4 70459.00. ,lAG I Wood Park ImprovemEfnts 1/18/08 I ! 02933-5 70459.00. JAG Wood Park Improvem~nts 1/18/08 I i 3.8 Insoection and Testina 3.8.1 Fertilizer and Lime 'I The ENGINEER shall be furnished with duplicate copies of invoices for all fertilizer and lime used on the project. Invoices for fertilizer shall show the grade fumished. Invoices for lime shall show total mini':1um carbonates and minimum percentages of the material furnished that pass 100-mesh and 20-mesh sieve. Upon completion of the project, a final check of the total quantities of fertilizer and lime used will be m~de against the total area topsoiled and seeded, and if the minimum rates of application have not been ~I et, the ENGINEER may require the distribution of additional quantities of these materials to make up the minimum application specified at no additional cost to the OWNER. , 3.8.2 Seed i The ENGINEER shall be furnished duplicate signed copies of a statement from the Vendor, certifying lhat each container of seed delivered is fully labeled and in full accordance with the specifications in this section and the seeding schedule. I END OF SECTION AlJgusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG II Water Jewel 13 1531-1 II II II II SECTION 13.1531 WATER JEWEL PART 1 GENERAL 1.1 General Structure Design and Construction: II A. The Water Jewel is a ground spray element that emits vertical streams of water in an outward arching pattern. The feature flow rates can be adjusted to increase'or decrease stream spray heights . and projection. II II B. II II C. The Water Jewel is designed for wet deck applications with no standing water. D. The Water Jewel jet pod to be cast into thickened concrete pad with access cover flush with finished floor. E. The manufacturer shall supply a complete assembly including: water jewel jet pod, non- slip cover plate, bronze water jewel nozzle, vandal proof stainless steel hardware, and winterization cover plate. II F. Pumping system and supply piping with flow control valve to be supplied and installed by others. II II G. The Water Jewel is exclusively manufactured by Aquatic Recreation Company, LLC, Toll Free Phone #877-632-0503, Local Phone #952-445-5135, Fax #952-3456444, Website: wwwarc4waterplay.com. II II 1.2 Jet Pod: A. The Water Jewel jet pod is constructed of heavy-duty pve plastic material with stainless steel hardware. II II 8. Structure fittings and connection ports to be gas welded; triple bead fabrication for strength and durability. C. The jet pod is designed to be completely encapsulated into thickened concrete slab designed by others. II 1.3 Cover Plate: j=:i A. The cover plate to be constructed of a heavy-duty pve plastic material with a colored, non-slip coating. 8. The cover plate is to be secured to jet pod with tamper resistant stainless steel fasteners. 1.4 Nozzle: Water Jewel nozzle to be a durable gas-welded pyC water level independent nozzle designed to create vertical streams of water in an outward arching pattern with a designed spray height of 5 ft. 1.5 Winterization: II II II II II II Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Water Jewel 131531-2 Owner may select colors for the cover plate. Color op!ions are White, Purple, Yellow, Blue, Green, Red, and Orange. '.7 Flow Rate Design: Feature nominal design flow rate for this project is: 20 GPM, which will require a 1 1/2 INCH size pipe feed with a flow control valve supplied by others. A. B. C, 1.6 Colors: A. B. Ground spray embeds will come complete with winterization cover plate and plugs. All water to be evacuated from structure by either blowing out plumbing lines or by gravity draining back to winterization drain. Prior to plugging use of biodegradable swimming pool anti-freeze is recommended. 1.8 Warranty: A. Product warranty will be a five-year warranty on all finishes against corrosion and one.. year warranty against defects in workmanship and materials. B. Warranty period starts from date of shipment. C. yvarranty excludes normal wear and tear, abuse or improper installation & maintenance. 1 .9 Packaging: A. The Water Jewel shall be packaged with all necessary protective wrapping so as to protect during normal shipping and handling. B. Care must be exercised during handling to avoid damage to product structure and finish. 1.10 Installation Instructions: A. The Water Jewel will be provided with complete installation drawings and instructions. B. Please read all installation instructions prior to installation. C. Installer may call Aquatic Recreation Company LLC at their toll free number #877.632- 0503 during installation if there are questions concerning this product. END OF SECTION Augusta Richmond County Recrt\ation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Water Pressure 131532-1 SECTION 13 15 32 WATER PRESSURE PART 1 GENERAL 1.1 General Structure Design and Construction: A. The Water Pressure is an interactive feature that emits water from several different orifices beginning with the very lowest. 8. The user holds each orifice to oet the water Dressure to build UD to the next orifice until . the water sprays from the very-top of the structure onto users below. C. Feature standard height is 8'0" from mounting pad to top of center pipe. D. Feature structure is designed to be mounted directly to a thickened concrete pad designed by others. . Eo Feature flow rates can be adjusted to increase or decrease the rate in which the water will fill to the top when orifices are closed off. F. The manufacturer shall supply a complete structure assembly including: water pressUlie main body with office outlet armatures, base skirt, anchoring system, fasteners, gaskets, and hardware. G. Pumping system and supply piping with flow control valve to be supplied and installed by others. H. The Water Pressure is exclusively manufactured by Aquatic Recreation Company LLO, Toll Free Phone #877-632-0503, Local Phone #952~445-5135, Fax #952-345-6444, Website: www.arc4waterplay.com. 1.2 Structure: A. Structure to have (2) components: water pressure main body with orifice armatures, amd base skirt. B. These individual components to be field installed with stainless steel hardware and gaskets supplied by the manufacturer. 1 .3 Main Body: A. Structure shall be a 12" diameter structural tube with standard #150 mounting flanges. B. Structure to be constructed from fiberglass re-enforced plastic with durable finish designed to resist damage from wind speed of 100 mph and seismic Zone (4) classification. Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Water Pressure 13 15 32~2 1.4 Orifice Armatures: A. The armatures to be 3" smooth finish pipe with one armature straight out, one 90 deg. down, and one 90 deg. up. B. The center mast to be a 3" pipe extended to the full 8ft height. C. The orifice within armatures to be a 1 y.." opening allowing for patron to cover with palm of hand to prevent water from pouring out port. D. Center mast to have a decorative nozzle allowing water to spray upward and outward 'on patrons below. 1 .5 Base Skirt: A. B. 1.6 Finish: A. B. 1.7 Colors: A. B. Base skirt to be fabricated from fiberglass re-enforced plastic with durable finish and fit over base mounting flange and mounting hardware. Base skirt to be a two-piece fabrication with vandal-proof stainless steel security fasteners for securing skirt to structure mounting flange. All structure finishes are non-toxic, compatible with chlorinated water, and corrosion resistant. UV stabilizers are added to the finish coat to provide color protection in indoor or outdQ>or installations. Owner may select colors for each individual component: main body, (3) orifice armatures, and base skirt. Color options are White, Purple, Yellow, Blue, Green, Red, and Orange. 1.8 Mounting System: A. Structure to be anchored to a thickened concrete slab with S/8-inch stainless steel anchoring studs. B. Studs to be drilled and anchored into place with a fast setting two-component adhesive per manufacturer installation instructions. 1.9 Flow Rate Design: Feature nominal design flow rate for this project is: 25 GPM, which will require an 2 INCH size pipe feed with a flow control valve supplied by others. . , 1.10 Warranty: A. Product warranty will be a five-year warranty on all finishes against corrosion and one- year warranty against defects in workmanship and materials. B. Warranty period starts from date of shipment. Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Water Pressure 13 15 32J3 C. Warranty excludes normal wear and tear, abuse, or improper installation & maintenance. 1 .11 Packaging: A. The Water Pressure shall be packaged with all necessary support and protective wrapping so as to protect components during normal shipping and handling. 8. Care must be exercised during handling to avoid damage to product structure and finish. 1.12 Installation Instructions: A. . The Water Pressure will be provided with complete installation drawings and instructions. B. Please read all installation instructions prior to installation. . C. Installer may call Aquatic Recreation Company LLC at their toll free number #877-632.. 0503 during installation if there are questions concerning this product. END OF SECTION Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Water Funnel Tree 13 15 33~1 SECTION 13 IS 33 WATER FUNNEL TREE PART 1 GENERAL 1.1 General Structure Design and Construction: A. The Water Funnel Tree is a structure with three armatures that each emits a morning glory nozzle effect to users below. 8. Feature standard height is 10'0" from mounting pad to top of pipe structure. C. . Feature structure is mounted directly to thickened concrete pad designed by others. D. Feature flow rates can be adjusted to increase or decrease height and diameter of noZzle effect. E. The manufacturer shall supply a complete assembly including: pipe structure, machined bronze morning glory nozzles, base skirt, anchoring system, gasket, and hardware. ! F. Pumping system and supply piping with flow control valve to be supplied and installed!by others. G. The Water Funnel Tree is exclusively manufactured by Aquatic Recreation Company, ~ LLC, Toll Free Phone #877-632-0503, Local Phone #952-445-5135, Fax #952-345-64~4, Website: www.arc4waterplay.com. 1 .2 Structure: A. Structure to have (2) components: tubular structure, and base skirt. B. These components to be assembled in the field with stainless steel hardware and gaskets supplied by the manufacturer. 1.3 Tubular Structure: A. Structure shall be a 6" dia. Structural tube with standard #150 flanged connections on ! mounting base. B. Entire structure constructed from fiberglass re-enforced plastic With durable finish designed to resist damage from wind speed of 100 mph and seismic Zone (4) classification. 1.4 Morning Glory Nozzles: A. The morning glory nozzle to be a machined bronze nozzle with natural finish. B. Nozzle to have a 35-deg. angular departure creating partial sheeting effect. Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Water Funne] Trc'e 13 ]5 33J2 1.5 Base Skirt: A. B. 1.6 Finish: A. B. 1.7 Colors: A. B. Base skirt to be fabricated from fiberglass re-enforced plastic with durable finish and fIt over base mounting flange and mounting hardware. Base skirt to be a two-piece fabrication with vandal-proof stainless steel security fasteners for securing skirt to structure mounting fl~nge. All structure finishes are non-toxic, compatible with chlorinated water, and corrosion resistant. UV stabilizers are added to the finish coat to provide color protection in indoor or outdoor installations. Owner may select colors for each individual component: tubular pipe structure, (3) armatures, and base skirt. Color options are White, Purple, Yellow, Blue, Green, Red, and Orange. 1.8 Mounting System: A. Structure to be anchored to a thickened concrete slab with SIB-inch stainless steel studs. B. Studs to be drilled and anchored into place with a fast settIng two-part component adhesive per manufacturer installation instruction. 1.9 Flow Rate Design: Feature designed flow rate for this project is: 75 GPM, which will require a :3 INCH size pipe feed This flow rate will have a lighter 1.5" morning glory nozzle effect. : 1.10 Interactive Flow Control Valve - (Optional): Feature will be provided with 6" interactive flow ~ control valve mounted to tubular structure. Interactive flow control valve to consist of a flanged I mounted butterfly valve with modified disk to allow only 50% restriction, rubber molded wheel, : and stainless steel hardware. (select one) . This feature will be provided with Optional Interactive Flow Control Valve. . This feature will not be provided with Optional Interactive Flow Control Valve. 1.11 Warranty: A. Product warranty will be a five-year warranty on all finishes against corrosion and one~ year warranty against defects in workmanship and materials. . ,. B. Warranty period starts from date of shipment. C. Warranty excludes normal wear and tear, abuse, or improper installation & maintenan~e. 1.12 Packaging: Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Water Funnel TrC;c 13 15 33~3 A. . The Water Funnel Tree shall be packaged with all necessary support and protective wrapping so as to protect components during normal shipping and handling. B. Care must be exercised during handling to avoid damage to product structure and fini~h. 1.13 Installation Instructions: A. The Water Funnel Tree will be provided with complete installation drawings and instructions. B. Please read all installation instructions prior to installation. C. . Installer may call Aquatic Recreation Company LLC at their toll free number #877-632:' 0503 during installation if there are questions concerning this product. . END OF SECTION SECTION 13 15 34 WATER DUMP PART 1 GENERAL A. 1.1 General Structure Design and Construction: C. E . . 8. The Water Dump is a structure that fills a large over head trough with water. Water is I slowly poured out of trough by users pulling down on dumping handle. ; The wat~r dumping mechanism and water effect for this feature is designed for safe u~e. Feature standard height is 10'0" from mounting pad to top of water trough. D. Feature structure is mounted directly to thickened concrete pad designed by others. i Feature flow rates can be adjusted to increase or decrease the rate in which the trough is filled. . . F. The manufacturer shall supply a complete structure package including: tubular supporjt structure, water trough, dumping handle, (2) base skirts, anchoring system, fasteners,1 gaskets, and hardware. . Pumping system and supply piping with flow control valve to be supplied and installedlby others. ' The Water Dump is exclusively manufactured by Aquatic Recreation Company LLC, 111011 Free Phone #877-632-0503, Local Phone #952-445-5135, Fax #952-345-6444, Webs te: I www.arc4waterplav.com. ' G. H. 1.2 Structure: A. Structure to have (4) components: tubular structure, water trough, dumping handle, an:d base skirts. ' B. These individual components to be assembled in the field with stainless steel hardwar~ and gaskets supplied by the manufacturer. 1 1.3 Tubular Structure: Structure shall be a 6" diameter structural tube with standard #150 mounting flanges. I Stem to be fabricated from fiberglass re-enforced plastic with durable finish designed tb resist damage from wind speed of 100 mph and s~ismic Zone (4) classification. ! 1.4 Water Trough Design: A. B. A. The water trough will fill with water and overflow until user pull down on dumping handle. I 1 B. Water trough to be constructed of PVC with stainless steel mounting brackets and assembly hardware. Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Numher 70459.00.AG Water Dump' 13 15 34,1 Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG i Water Dump 13 15 3412 C. The trough will spread out water to create a safe sheeting type of wateriall. 1.5 Dumping Handle: A. The dumping handle to be constructed of stainless steel with rubber colored coating finish. B. The dumping mechanism to have tension bolts so that the rate of dumping to be at a slow, controlled rate and require pulling the handle backup to re-set the trough to fill again. C. Dump handle throw will allow for completely emptying water trough. 1 .6 Base Skirt: A. B. 1.7 Finish: A. B. 1.8 Colors: A. B. Base skirt to be fabricated from fiberglass re-enforced plastic with durable finish and fi~ over base mounting flange and mounting hardware. . Base skirt to be a two-piece fabrication with vandal-proof stainless steel security fasteners for securing skirt to structure mounting flange. All structure finishes are non-toxic, compatible with chlorinated water, and corrosion resistant. UV stabilizers are added to the finish coat to provide color protection in indoor or outdoor installations. Owner may select colors for each individual component: tubular support structure, wa~er trough, dumping handle, and base skirts. I Color options are White, Purple, Yellow, Blue, Green, Red, and Orange. 1.9 Mounting System: A. Structure to be anchored to a thickened concrete slab with SIB-inch stainless steel anchoring studs. B. Studs to be drilled and anchored into place with a fast setting two-component adhesive per manufacturer installation instructions. I 1.10 Flow Rate Design: Feature nominal design flow rate for this project is: 15 GPM, which will reqJire a 1 112 INCH size pipe feed with a flow control valve supplied by others. ! 1.11 Warranty: A. Product warranty will be a five-year warranty on all finishes against corrosion and one-l year warranty against defects in workmanship and materials. . B. Warranty period starts from date of shipment. Augusta Richmond Cuunly R~cr~alion & Parks Deparlmcnl Wood Park Improvements WKD Project Number 70459.00.AG Water DumP 13 15 34t3 ! c. Warranty excludes normal wear and tear, abuse, or improper installation & maintenanbe. I 1 .12 Packaging: A. The Water Dump shall be packaged with all necessary support and protective wrapPi~g so as to protect components during normal shipping and handling. ' B. Care must be exercised during handling to avoid damage to product structure and fini~h. i 1.13 Installation Instructions: i A. . The Water Dump will be provided with complete installation drawings and instructions~ B. Please read all installation instructions prior to installation. i C. Installer may call Aquatic Recreation Company LLC at their toll free number #877-632~ 0503 during installation if there are questions concerning this product. I I END OF SECTION SECTION 13 1535 WATER BUCKET PART 1 GENERAL 1.1 General Structure Design and Construction: A. The Water Bucket randomly pours a generous amount of water from a large funnel shaped bucket onto users below. B. When the bucket gets top heavy it will tip water onto users below. I"' V. . Feature standard height is 13'0" from finished floor to top of upper water bar. D. Feature structure is mounted directly to thickened concrete pad designed by others. I Feature flow rates can be adjusted to increase or decrease the rate of the bucket fillinb and tipping. ! The manufacturer shall supply a complete structure package including: tubular pipe 'I structure, funnel shaped bucket, stainless steel bucket mounting hardware, base Skirt) anchoring system, gasket, fasteners. and hardware. : 'Pumping system and supply piping with flow control valve to be supplied and installedl by others. , . The Water Bucket is exclusively manufactured by Aquatic Recreation Company, LLC"I Toll Free Phone #877-632-0503, Local Phone #952-445-5135, Fax #952-345-6444, Website: www.arc4waterolav.com. : E. F. G. H. 1.2 Structure: A. Structure to have (3) components: tubular pipe structure, funnel shaped bucket, and b6se skirt. . I I B. These individual components to be assembled in the field with stainless steel hardwarb and gaskets supplied by the manufacturer. I 1 .3 Tubular Structure: I A. Structure shall be manufactured from smooth 6-inch diameter tube with standard 150-lb. . , mounting flanges on each end. ' B. Entire structure constructed from fiberglass re-enforced plastic with durable finish designed to resist damage from wind speed of 100 mph and seismic Zone (4) classification. 1.4 Bucket Tipping Design: A. Fiberglass re-enforced plastic bucket will fill with water and tip when top heavy. B. Stainless steel hardware will mount bucket to pipe arm extension. Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00AG Water BuckJt 13 15 3sh I A. B. 1.S Finish: A. B. 1.7 Colors: A. B. Base skirt to be a two-piece fabrication with vandal-proof stainless steel security fasteners for securing skirt to structure mounting flange. All finishes to be compatible with chlorinated water systems, be non-toxic, and non- corrosive. UV stabilizers are added to provide color protection in indoor and 'outdoor installation~. I . i Owner may select colors for each individual component: tubular pipe structure, buCket. and base skirt. . . 1.8 Mounting System: Color options are White, Purple, Yellow, Blue, Green, Red, and Orange. A. Structure to be anchored to a thickened concrete slab with 5/B-inch anchoring studs. B. Studs to be drilled and anchored into place with a fast setting two-part component adhesive per manufacturer installation instructions. 1.9 Flow Rate Design: Feature nominal design flow rate for this project is: 10 GPM, which will req~ire a 1 1/2 INCH size pipe feed with a flow control valve supplfed by others. ! , i 1 ,10 Warranty: A. Product warranty will be a five-year unconditional warranty on all finishes against corrosion and one-year warranty against defects in workmanship and materials. 8. Warranty period starts from date of shipment. : C. Warranty excludes normal wear and tear, abuse, or improper installation & maintenanfe. , 1.11 Packaging: The Water Bucket shall be packaged with all necessary support and protective wrapping as to protect from damage during shipping. A. 1.12 Installation Instructions: 8. The Water Bucket will be provided with complete installation drawings and instruction~. I Please read all installation instructions prior to instElllation. Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG I Water Buck1l 13 15 35j2 Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG , Water BUCkll 13 15 3sb C. Installer may call Aquatic Recreation Company LLC at their toll free number #877-63J 0503 during installation jf there are questions concerning this product. ! END OF SECTION Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.0U.AG i I Water Ba~s 13 15 36~1 SECTION 13 15 36 WATER BARS PART 1 GENERAL 1.1 General Structure Design and Construction: A. I The Water Bars emit multiple streams of water from a horizontal upper cross bar ontol users. , B. C. Feature standard height is 9'0" from finished floor to top of cross bar. E. ! Featur'" s+"u"t. '''S '1" .........un+ed dl.'........+'........ ......;~I................. ........nc........... ........d ....-....,-............ ...... -..... ---. Ii , I;i I.' """"..... .;J IIIV L I ca""'L.Y LU LlIt\..r\~IIC'U UU I I cae tJGl Ut;;~I~J IC::U uy UlIlt:::!!f:::i. Feature flow rates can be adjusted to increase or decrease volume of streams water flow. I The manufacturer shall supply a complete assembly including: water bar tubular I structure, (2) base skirts, anchoring system, gaskets, fasteners. and hardware. . I Pumping system and supply piping with flow control valve to be supplied and installedl by o~effi. , The Water Bars is exclusively manufactured by Aquatic Recreation Company, LLC, T~II Free Phone #877-632-0503, Local Phone #952-445-5135, Fax #952-345-6444, Website: www.arc4waterplay.com. , ! D. F. G. 1 .2 Structure: A. Structure to have (2) components: tubular structure and base skirt. B. These individual components to be assembled in the fieid with stainless steel hardwarb and gaskets supplied by the manufacture. I 1.3 Tubular Structure: I A. Structure shall be manufactured from smooth 6-inch diameter tube with standard 150-lb. mounting flanges on each end. .. B. Entire structure constructed from fiberglass re-enforced plastic with durable finish designed to resist damage from wind speed of 100 mph and seismic Zone (4) classification. 1.4 Water Bar Nozzle: 1.5 , , A. . The Water Bar is a proprietary product design that includes an internal distribution no~le manifold. I B. This water bar nozzle manifold allows for the water to be redirected and evenly I proportioned throughout the cross bar to create a more uniform water stream effect. I j i Base Skirt: ! A. Base skirt to be fabricated from fiberglass re-enforced plastic with durable finish and fit over base mounting flange and mounting hardware. I Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG I I Water Bars 13 1536-2 ! B. 1.6 Finish: A. B. 1.7 Colors: A. B. Base skirt to be a two-piece fabrication with vandal-proof stainless steel security fasteners for securing skirt to structure mounting flange. All structure finishes are non-toxic, compatible with chlorinated water, and corrosion I resistant. i UV stabilizers are added to the finish coat to provide color protection in indoor or outdbor installations. I I i Owner may select colors for each individual component: tubular water bar structure a~d base skirt. ~ ! Color options are White, Purple, Yellow, Blue, Green, Red, and Orange. Mounting System: A. Structure to be anchored to a thickened concrete slab with 5/8-inch stainless steel stubs. ! B. Studs to be drilled and anchored into place with a fast setting two-part component i , adhesive per manufacturer installation instruction. ! . I I Flow Rate Design: Feature designed flow rate for this project is: 50 GPM, which will require a 1 1/2 INCH size pipe feed ~nis flow rate will have approximately X II stream effects. I 1.10 Interactive Flow Control Valve - (Optional): 1.8 1.9 II A. Feature will be provided with 6" interactive flow control valve mounted to tubular structure. B. Interactive flow control valve to consist of a flanged mounted butterfly valve with modif ed disk to allow only 50% restriction, rubber molded wheel, and stainless steel hardware. (select one). This feature will be provided with Optional Interactive Flow Control Valve. . This feature will not be provided with Optional Interactive Flow Control Valve. 1 . 11 Warranty: A. Product warranty will be a five-year warranty on all finishes against corrosion and one-year warranty against defects in workmanship and materials. B. Warranty period starts from date of shipment. C. Warranty excludes normal wear and tear, abuse, or improper installation & maintenanJe. . I 1.12 Packaging: : A. Water Bars shall be packaged with all necessary support and protective wrapping so ak to protect components during normal shipping and handling. : , Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG i I i I Water Bars I 13 15 36;3 B. Care must be exercised during handling to avoid damage to product structure and fini~h. ! 1.13 Installation Instructions: A. Water Bars will be provided with complete installation drawings and instructions. i I Please read all installation instructions prior to installation. i , Installer may call Aquatic Recreation Company LLC at their toll free number #877-63d- 0503 during installation if there are questions concerning this product. I B. C. END OF SECTION '" Augusta Richmond County R~cr~ation & Parks Department Wood Park Improvements WKD Projcct Numbcr 70459.00.AG i Stream Jet ManifOl~ 13 15 37j 1 ! SECTION 1315 37 STREAM JET MANIFOLD PART 1 GENERAL 1.1 General Structure Design and Construction: ! I A. The Stream Jet Manifold is a ground spray element that emits 7 clear vertical streamsl of water. The feature flow rates can be adjusted to increase or decrease the spray heighr. B. The Stream Jet Manifold is desiqned for wet deck applications with no standina water] ~ . . ~ I C. . The Stream Jet Manifold to be cast into thickened concrete pad with spray nozzle flush with finished floor. I D. The manufacturer shall supply a complete assembly including: Stream jet manifold structure, adjustable & removable jets, jet extraction tool and winterization plugs. E. Pumping system and supply piping with flow control valve to be supplied and installed by others. F. .The Stream Jet Manifold is exclusively manufactur'l3d by Aquatic Recreation Compan~,. LLC, Toll Free Phone #877-632-0503, Local Phone #952-445-5135, Fax #952-345-641144, Website: wwwarc4waterplay,com. , I 1.2 Jet Manifold: . A. The Stream Jet Manifold is constructed of heavy-duty PVC plastic material with indusJial solvent welded fittings for strength and durability. ! B. The jet manifold is designed to be completely encapsulated into a thickened concrete 'I slab designed by others. . . ~ 1.3 Stream Jet: A. Stream Jets are manufactured from heavy-duty PVC plastic materials. B. Stream jet creates a clear stream water effect with a design spray height of 5ft. 1.4 Winterization: A. Stream Jet Manifold will be provided with a threaded winterization plugs. , i B. All water to be evacuated from structure by either blowing out plumbing lines or by gra~ity draining back to winterization drain. ! C. Prior to plugging use of biodegradable swimming pool anti-freeze is recommended. 1 .5 Colors: The top of jet fitting to be flush with finished floor and be gray in color. 1 .6 Flow Rate Design: Feature designed flow rate for this project is: 35 GPM, which will require a 1/2 INCH size pipe feed. This flow rate will have approximately %" stream effects. Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Stream Jet Manifold 13 15 37.2 1.7 Warranty: A. Product warranty will be a five-year warranty on all finishes against corrosion and one" year warranty against defects in workmanship and materials. B. Warranty period starts from date of shipment. C. Warranty excludes normal wear and tear, abuse or improper installation & maintenance. 1.8 Packaging: A. The Stream Jet Manifold shall be paCkaged with all necessary protective wrapping so as to protect during normal shipping and handling. .. B. Care must be exercised during handling to avoid damage to product structure and finish. 1.9 Installation Instructions: A. The Stream Jet Manifold will be provided with complete installation drawings and instructions. B. Please read all installation instructions prior to installation. C. Installer may call Aquatic Recreation Company LLC at their toll free number #877-632- 0503 during installation if there are questions concerning this product. END OF SECTION Augusla Richmond County Recreation & Parks Department Wood Park Improvemenls WKD Project Number 70459.00.AG Geyser 13 1538-1 SECTION 13 15 38 GEYSER PART 1 GENERAL 1.1 General Structure Design and Construction: A. The Geyser is a ground spray element that emits a heavy bodied, aerated mound of water. B. The feature flow rates can be adjusted to increase or decrease geyser height and . volume. C. The geyser is designed for wet deck applications with no standing water. D. The Geyser jet pod to be cast into thickened concrete pad with access cover flush with finished floor. E. The manufacturer shall supply a complete assembly including: geyser jet pod, non-slip cover plate, bronze geyser nozzle, vandal proof stainless steel hardware, and winterization cover plate. F. Pumping system and supply piping with flow control valve to be supplied and installed by others. G. The Geyser Is exclusively manufactured by Aquatic Recreation Company, LLC, Toll Free Phone #877-632-0503, Local Phone #952-445-5135, Fax #952-345-6444, Website: wwwarc4waterplay.com. 1.2 Jet Pod: A. The Geyser jet pod is constructed of heavy-duty PVC plastic material with stainless st$el hardware. B. Structure fittings and connection ports to be gas welded; triple bead fabrication for strength and durability. e. Geyser pod is designed to be completely encapsulated into thickened concrete slab designed by others. 1.3 Cover Plate: A The cover plate to be constructed of a heavy-duty pve plastic material with a colored, non-slip coating. B. The cover plate is to be secured to jet pod with tamper resistant stainless steel fasteners. , 1.4 Nozzle: A. Geyser nozzle to be a cast bronze water level dependent nozzle designed to create a heavy bodied, aerated mound of water with a designed spray height of 5 ft, Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Geyser 13 15 38-2 1.5 Winterization: A. Ground spray embeds will come complete with winterization cover plate and plugs. B. All water to be evacuated from structure by either blowing out plumbing lines or by gravity draining back to winterization drain. C. Prior to plugging use of biodegradable swimming pool anti-freeze is recommended. 1.6 Colors: Owner may select colors for the cover plate. Color options are White, Purple, Yellow, Blue, Green, Red, and Orange. 1.7 Flow Rate Design: Feature designed flow rate for this project is: 25 GPivi, which will require a 1 1/4 INCH size pipe feed. This flow rate will have a lighter 1.25" geyser nozzle effect. 1.8 Warranty: A. Product warranty will be a five-year warranty on all finishes against corrosion and one- year warranty against defects in workmanship and materials. B. Warranty period starts from date of shipment. C. Warranty eXcludes normal wear and tear, abuse or improper installation & maintenanoe. 1 .9 Packaging: A. The Geyser shall be packaged with all necessary protective wrapping so as to protect during normal shipping and handling. B. Care must be exercised during handling to avoid damage to product structure and finish. 1.10 Installation Instructions: A. The Geyser will be provided with complete installation drawings and instructions. B. Please read all installation instructions prior to installation. C. Installer may call Aquatic Recreatfon Company LLC at their toll free number #877-632- 0503 during installation if there are questions concerning this product. " END OF SECTION Augusta Richmond County Recreation & Parks Department Wood Park [mprovement~ WKD Project Number 70459.00.AG Fan Spray 13 15 39-i SECTION 13 15 39 FAN SPRAY PART 1 GENERAL 1.1 General Structure Design and Construction: A. The Fan Spray is a ground spray element that emits a sheeting fan water effect in an outward arching pattern. B. The feature flow rates can be adjusted to increase or decrease fan spray heights and projection. C. The Fan Spray is designed for wet deck applications with no standing water. D. The Fan Spray jet pod is to be cast into thickened concrete pad with access cover flush with finished floor. E. The manufacturer shall supply a complete assembly including: fan spray jet pod, non-slip cover plate, bronze fan spray nozzle, vandal proof stainless steel hardware, and winterization cover plate. F. Pumping system and supply piping with flow control valve to be supplied and installed by others. G. The Fan Spray is exclusively manufactured by Aquatic Recreation Company, LLC, Toll Free Phone #877-632-0503, Local Phone #952-445-5135, Fax #952-345-6444, Website: wwwarc4waterplay.com. 1.2 Jet Pod: A. The Fan Spray jet pod is constructed of heavy-duty PVC plastic material with stainless steel hardware. B. Structure fittings and connection ports to be gas welded; triple bead fabrication for strength and durability. C. The jet pod is designed to be completely encapsulated into thickened concrete slab designed by others. 1 .3 Cover Plate: A. The cover plate to be constructed of a heavy-duty PVC plastic material with a colored, non-slip coating. B. The cover plate is to be secured to jet pod with tamper resistant stainless steel fasteners. 1.4 Nozzle: Fan spray nozzle to be a machined brass water level independent nozzle designed to create a sheeting fan water effect in an outward arching pattern with a designed spray height of 2 ft. Augusta Richmond County Recreation & Parks Department Wood Park Improvements WKD Project Number 70459.00.AG Fan Spray 13 15 39-2 1.5 Winterization: A. Ground spray embeds will come complete with winterization cover plate and plugs. B. All water to be evacuated from structure by either blowing out plumbing lines or by gravity draining back to winterization drain. C. Prior to plugging use of biodegradable swimming pool anti-freeze is recommended. 1,6 Colors: Owner may select colors for the cover plate. Color 'options are White, Purple, Yellow, Blue, Green, Red, and Orange. 1.7 Fiow Rate Design: Feature nominai design flow rate for this project is: 10 GPM, which wiii require a 1 INCH size pipe feed with a flow control valve supplied by others. 1 .8 Warranty: A. Product warranty will be a five-year warranty on all finishes against corrosion and one- year warranty against defects in workmanship and materials. B. Warranty period starts from date of shipment. C. Warranty excludes normal wear and tear, abuse or improper installation & maintenance. 1.9 Packaging: A. The Fan Spray shall be packaged with all necessary protective wrapping so as to protect during normal shipping and handling. ~ B. Care must be exercised during handling to avoid damage to product structure and finish. 1 .10 Installation Instructions: A. The Fan Spray will be provided with complete installation drawings and instructions. B. Please read all installation instructions prior to installation. C. Installer may call Aquatic Recreation Company LLC at their toll free number #877-632- 0503 during installation if there are questions concerning this product. END OF SECTION