Loading...
HomeMy WebLinkAboutJamestown Swere Extension-Phase II Augusta Richmond GA DOCUMENT NAME: ~A-ro6S\OvlN ~Ec..A1Gc.<. GVTelUSloN - ~HAS'~]I DOCUMENT TYPE: C. DN TR.A-C T So YEAR: ;}6D Y BOX NUMBER: ~ L/ FILE NUMBER: ) 7 "I ~ 8' NUMBER OF PAGES: liS- " ~ OP"ID 8~ DATE (MMlDDIYYYY) ACORDN CERTIFICATE 'OF LIABILITY INSURANCE EAGLE-8 10/08/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Main Street Ins Services Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1071 B Founders Blvd ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Athens GA 30606 Phone: 706-354-3893 Fax:706-548-0751 .INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Ohio Casualty Company INSURER B: Eagle Utilit~ Contracting, Inc INSURER C: 13 0 Branch oad INSURER D: Bishop GA 30621-1729 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRC POLICY NUMBER DATE (MMfDDJYY)~ IPOl LIMITS TYPE OF INSURANCE DATE (MM/DOiVYj. GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000. - A X COMMERCIAL GENERAL LIABILITY BL052908883 12/01/03 12/01/04 PREMISES '(E~~~~nce) $100,000. I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $ 10,000 PERSONAL & ADV INJURY $1,000,000. GENERAL AGGREGATE $2,000,000. - GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000. I n PRO- nLOC POLICY JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT - $1,000,000. A ~ ANY AUTO BA052908883 12/01/03 12/01/04 (Ea accident) ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - HIRED AUTOS BODILY INJURY - $ NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per accidant) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ==1 ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $1,000,000. A ~ OCCUR D CLAIMS MADE BX052908883 12/01/03 12/01/04 AGGREGATE $ 1,000,000. $ ~ DEDUCTIBLE $ X RETENTION $10 000 $ WORKERS COMPENSATION AND I TORY lIMm3 I jUJR- A EMPLOYERS' LIABILITY XWS52908883 12/01/03 12/01/04 E.L. EACH ACCIDENT $ 500000 . ANY PROPRIETORIPARTNERlEXECUTIVE OFFICERlMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 500000. If rs, describe under E.L. DISEASE. POLICY LIMIT $ 500000. S ECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project # Jamestown Sewer Extension, Phase II, Spirit Creek Basin Pocket Project Number 50215 Augusta-Richmond County Consolidated Government 503 Greene Street Augusta GA 30911-4430 CANCELLATION AUGUS 1 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLI ION OR U ILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR CERTIFICATE HOLDER ACORD 25 (2001/08) @ACORDCORPORATION 1988 I I I I I I I I I I I I I I I I I I I :J& I/- /71/& '1 SPECIFICATIONS AND CONTRACT DOCUMENTS . FOR ~. JAMESTOWN SEWER EXTENSION - PHASE II (Spirit Creek Basin - Pocket) Project No. 50215 prepared for AUGUSTA-RICHMOND COUNTY COMMISSION Augusta, Georgia r prepared by JOHNSON, LASCHOBER & AsSOCIATES, P.C. ENGINEERS ... DESIGNERS ... CONSULTANTS'" LANDSCAPE ARCHITECTS 1296 Broad Street, Augusta, GA 30901 APRIL 2004 JLAJOB No. 42.0007 I --1 I I 1 ~I ~ .~I . -1 -I l ] -I J -11 JI JI JI -J .1 JI 11 )1 il I SPECIFICATIONS AND CONTRACT DOCUMENTS FOR JAMESTOWN SEWER EXTENSION - PHASE II (Spirit Creek Basin - Pocket) Project No. 50215 prepared for AUGUSTA-RICHMOND COUNTY COMMISSION Augusta, Georgia prepared by JOHNSON, LASCHOBER & ASSOCIATES, P.e. ENGINEERS + DES1GNERS + CONSULTANTS + LANDSCAPE ARCHITECTS. 1296 Broad Street, Augusta, GA 30901 APRIL 2004 JLAJOB No. 42.0007 I I I I -I .-1 ...\ -I ~I ~I i ~I ,-I J ~I JI JI JI JI. JI Jamestown Sewer Extension -Phase II (Spirit Creek Basin-Pocket) Project No. 50215 INDEX TO SPECIFICATIONS Title Invitation To Bid Instruction To Bidders Bid Form (Exhibit to Standard Form of Agreement) Bid Bond Standard Form of Agreement General Conditions Supplementary General Conditions Special Provisions Notice of Award Performance Bond Payment Bond Notice to Proceed Application for Payment Change Order Certificate of Substantial Completion Division 1 GENERAl REQUIREMENTS 01100 Summary Division 2 SITEWORK 02050 02230 02240 02300 02530 02920 Subsurface Conditions Site Cle<lling Dewatering Earthwork. Sanitary Sewerage Grassing I. I I I -I .1 -I l ~l -J JI JI .-11 JI JI JI JI 11 I INVITATION TO BID SEALED BIDS will be received at this office until 11 :00 a.m. legally prevailing time on , 2004 for the construction of approximately 20,100 linear feet of15, 12,10, and 8 inch diameter sanitary sewer pipe, 6 inch service laterals (side sewers) and manholes, hereinafter referred to as'project name: Bid Item # Project No. 50215. Jamesto'Yll Sewer Extension - Phase IT; (Spirit Creek Basin - Pocket); Bids will be received by Augusta-Richmond County Commission hereinafterreferred to as the OWNER at the offices of: Geri A. Sams The Augusta-Richmond County Purchasing Department 530 Greene Street - Room 605 Augusta, GA 30911 At the time and place noted above the proposals will be publicly opened and read. Bidding documents may be obtained at the office of the engineer, Johnson, Laschober & Associates, P.C., Consulting Engineers, 1296 Broad Street, Augusta, Georgia 30901. Applications for documents, together with a non-refundable deposit of$50.00 per.set shall be filed promptly with the engineer. Bidding material will be forwarded, shipping charges collected, as soon as possible. Bid documents may be viewed at the following locations: The Augusta Richmond County Commission Purchasing Department, The Engineer's Office, Dodge Plan Room, Augusta Builder's Exchange. . It is the wish of the Owner that minority businesses are given the opportunity to bid on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ainple opportunity for business growth and development. No bid may be withdrawn for a p~od of 60 days after time has been called on the date of opening. Bids must be accompanied by a bid bond and in an amount not less than 10% of the base bid. Both a performance bond and a payment bond will be required in an amount equal to 100% of the contract price. The Owner reserves the right to rej ect any or all bids and to waive technicalities and informalities. Please mark Bid Item # and Project Name on the outside of the envelope. Any obj ections to the specifications as set forth should be filed in writing prior to bid opening. GERI A. SAMS, Purchasing Director Augusta-Richmond County Consolidated Government K:\420007\AdminIPHASE 2\Specs-Front End\lNV.BID.DOC I ., 1 I I -, I -I ., I. l ~I. .. j' I .1 ~I JI -1 JI JI JI JI JI JI SECTION IB INSTRUCTION TO BIDDERS IB.Ol GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will "be . treated in every respect as though filed in person and will be subj ect to the same requirements. . Proposals received subsequent to the time stated will be returiled unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. . IB-02 EXAMlNATION 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 l!-eeded 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 orc<;:mversation with any officer, agent, or employee ofthe Owner, either before or after the execution of the contract, shall affect or modify any of th~ terms or obligations therein. IB-03 ADDENDA AND lNTERPRETA TIONS ;,.".: 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 ENGJNEER, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemen~l instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with r etLim receipt requested to all prospective bidders (at the respective addresses furnished for such purp~ses), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become. part of the Contract Documents. IB-04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. . 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 IB-I I I I I .1 I I I I I I I I I I I I I I words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already. submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. lB-05 BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying co~tract, and ill the manner set forth and described in the specifications. ." , I I . t Where estimated quantities are included in certain items of the proposal, they are for the purpose of : comparing bids. \Vhile they are believed tobe.c1ose approximations, they are not guaranteed. lhs:the responsibility of the Contractor to check all items of cons1ruction. In case of error in extension of ,prices in a proposal, unit bid prices shall govern. ]' r . '. ..-, IB-06'-BIDDER'S OUALIFICATIONS .~,t,. ... No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in c?ITYing out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and. his experience and general qualifications. The Owner may' make such investigations as are deemed necessary to determine the . ability of the bidder to perform the work and the bidder shall furnish to hjm 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. lB-07 PERFORMANCE BOND I I 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 sklll, tools, machinery or materials under or for the purpose of such con:tract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the. Owner. hannless from all cost and charges that I IB-2 I I I ._, .1 ... .. ~I ~ .-~I l -I '-l =I ~l ,31 may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory t6 the Owner and authorized by law to do business in the State of Georgia. . Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. lB-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than th~ lowest submitted if such action is deemed to be in the best interest of the Owner. lB-09 CONTRACT TIMES Substantial completion of this project shall be 180 days afternotice to proceed. Final completion shall be 30 days after substantial completion. Substantial completion shall be)du;; as sewer being in service. :.~ .:....;. . ..'.: , ~di,J~cP ::~., ':,'J.; ,',:"', . '\.. " . " ~ oJ . -1 JI II . 1 II 11 11 I I I lB-3 I I I I I I I I I I I I I I I I I I I lVDNORITY AND ECONOMICALLY DISADVANTAGED BUSlNESS 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-Govemment. r I t 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 inc1u~ed such finns as subcontractors on this project. f" - I 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. \ -- I I t c. j f . ! i I i i t . L )~. . r. I I. r. I IB-4 I. I I I I I I I II II I ,I I ',I I II I ,I I II ,I I II II I 1,1 ( ( I BID FORM PROJECT IDENTIFICATION: Jamestown Sewer Extension -Phase IT; (Spirit Creek Basin - Pocket), Project No. 50215. CONTRACT IDENTIFlCATION AND NUMBER: Bid Item # THIS BID IS SUBMITTED TO: Augusta-Richmond County Commission Augusta-Richmond County Purchasing Department 530 Greene Street - Room 605 Augusta, GA 30911 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other tenus and conditions of the B~dding Documents, 2.01 Bidder accepts all of the tenus and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in ~ting upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. Addendum Date . I 7- 9-0~ B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations .that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. 00300-1 ( E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studie,s and data . concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or perforIDance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents. to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price( s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information kriown to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given ENGlNEER written notice of all conflicts, errors, ambiguities, or discrepancies that . Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGlNEER is acceptable to Bidder. J: The Biddjng Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. I I I I I I I I I I 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any I undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham .Bid; Bidder has. ,I1ot solicited or induced any individual or entity to refrain I from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other J?idder or over OWNER. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s) on the I attached Bid Schedule: . 00300-2 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 AUGUSTA UTILITIES DEPARTMENT JAMESTOWN PHASE 2 SANITARY SEWER EXTENSION, PROJECT 50215 SANITARY SEWER BID SCHEDULE Apr-04 b'E's'1i ~ :~~~,>, S-2A 8" diameter PVC sanitary sewer pipe SDR 35, 3278 Depth 6' to 8', including Type II (No. 67 stone) bedding material S-28 10" diameter PVC sanitary sewer pipe SDR 35, 851 Depth 6' to 8', including Type" (No. 67 stone) bedding material 5-2C 12" diameter PVC sanitary sewer pipe SDR 35, 166 Depth 6' to 8', including Type" (No. 67 stone) bedding material 5-20 15" diameterPVC sanitary sewer pipe SDR 35, 124 Depth 6' to 8', including Type /I (No. 67 stone) bedding material 5-3A 8" diameter PVC sanitary sewer pipe SDR 35, 6809 Depth 8' to 10', including Type II (No. 67 stone) bedding material 5-38 10" diameter PVCsanitary sewer pipe SDR 35, 1207 Depth 8' to 10', including Type II (No. 67 stone) bedding material 5-3C 12" diameter PVC sanitary sewer pipe SDR 35, 310 Depth 8' to 10', inclUding Type II (No. 67 stone) bedding material 5-3D 15" diameter PVC sanitary sewer pipe SDR 35, 1287 Depth 8' to 10', including Type" (No. 67 stone) bedding material 5-4A 8" diameter PVC sanitary sewer pipe SDR 35, 1957 Depth 10' to 12', including Type II (No. 67 stone) bedding material 'See Spec Section 2530 for Bid Item Descriptions 3 LF 9(r;} 701 J CI 0 ?ff.50 .~ LF 37,$"0 3' J 9' ,St:7 LF 41 '.so LF .6'7,,5'0 7; /3O,OG LF J~ I Ci 0- :} J 7J '? ~'6 ,C'IC LF 37,.)0 LF 47,i!0' LF 07,.5'0 LF .3 t.f ,00 ~(PJ SJtpcf *See Spec Section 2530 for Bid Item Descriptions 4 I I I I I I I I I I I I I I I I I I I S-4B 10" diameter PVC sanitary sewer pipe SDR 35, 234 LF 37/50 e, 77,5, DC Depth 10' to 12', including Type II (No. 67 stone) bedding material S-4C 12" diameter PVC sanitary sewer pipe SDR 35, 1246 LF 47.50 59, I g-S-, 00 Depth 10' to 12', including Type II (No. 67 stone) bedding material S-4D 15" diameter PVC sanitary sewer pipe SDR 35, 50 LF 67,SO ~) ~7:r:ClC Depth 10' to 12', including Type II (No. 67 stone) bedding material 5-5A 8" diameter PVC sanitary sewer pipe SDR 35, 230 LF 30,00 ~) 'J. 8 0 . 00 Depth 12' to 14', including Type II (No. 67 stone) bedding material 5-5B 10" diameterPVC sanitary sewer pipe SDR 35, LF J~'SO Depth 12' to 14', including Type II (No. 67 stone) bedding material 5-5C 12" diameter PVC sanitary sewer pipe SDR35, 1217 LF 49,$9 ~ClI ~ tJ ) ,So Depth 1.2' to 14', including Type II (No. 67 stone) bedding material 5-50 15" diameter. PVC sanitary sewer pipe SDR 35, 263 LF 69,$0 I S'} teA 8. S-O Depth 12' to 14', including Type II (No. 67 stone) bedding material 5-6A Line Item does not apply to this project LF 5-6B Line Item does not apply to this project LF 5-6C 12" diameter PCVsanitary sewer pipe SDR 35, 473 LF 4-9 JbO J 3 J 4 13 ,So Depth 14'.to 16', including Type II (No. 67 stone) bedding material . . 5~6D 15" diameter PCV sanitary sewer pipe SDR 35, 117 LF S9,so (p ) q '=- I tSc; Depth 14' to 16', including Type II (No. 67 stone) bedding material 5-7A Line Item does not apply to this project LF 5-8A Line Item does not apply to this project LF . 5-9A Line Item does not apply to this project LF 5-10A Line Item does not apply to this project LF - I. I I I I I I I I I I I I I I I I I I *See Spec Section 2530 for Bid Item Descriptions S-11 A 8" diameter ductile iron sanitary sewer pipe 20 LF 6'Q IOcr 1)040100 Class 350, Depth 8' to 10', including Type II (No. 67 stone) bedding material S-12A Line Item does not apply to this project LF S-13A Line Item does not apply to this project LF S-14A Line Item does not apply to this project LF S-15A Line Item does not apply to this project LF S-16A Line Item does not apply to this project LF S-17 A Jack and Bore 16" diameter steel casing, 50 LF J C;~ 0 0 ~J 750 ICC Minimum wall thickness 0.312 inch, Carrier pipe included, 10" diameter, Ductile iron sanitary sewer pipe, Class 350, restrained joint, end seals S-178 Jack and Bore 24" diameter steel casing, 200 LF 360,00 70 (X)OIO~ Minimum wall thickness 0.375 inch, Carrier pipe . ) included, 16" diameter, Ductile iron sanitary sewer pipe, Class 350, restrained joint, end seals. Item includes dewatering to level customary for open trench installation and . draining and re-filling adjacent pond. S-18 Select backfill, GA DOT Type I, Class I & II 8000 CY /),50 J 0) (}OO I cC' (Sand/Clay) - Measured by in-place volume. S-19 Line Item does not apply to this project LBS S-20A Pre-cast sanitary marihole, GA DOT STD 85 EA I f6"o)t/o 1 ~ 3/ ~sopo 1 011A, Type 1, Depth 0' to 6' (48" Diameter) ) S-21A Additional sanitary manhole depth, Type 1, 150 VF ! 76'PO ri&1 ~S'O,oC Oepth Class 1 (48" Dia.) S-22A Additional sanitary manhole depth, Type 1, 300 VF I q $;00 CgJ SOO)e<- Depth Class 2 (48" Dia.) S-23 Line Item does not apply to this project EA 5 .See Spec Section 2530 for Bid Item Descriptions 6 I I I I I I I I I I I I I I I I I I I 5-24 Line Item does not apply to this project VF 5-25 Line Item does not apply to this project VF 5-26A . 48" Diameter sanitary manhole exterior joint 85 EA 76,00 &;737~OJ wrap 5-27 A Line Item does not apply to this project VF 5-28 Outside Drop Piping - Complete 1 EA JePC/CC '3 tJr:?i oG' /0> 5-29 Line Item does not apply to this project EA S-30A 6" sanitary sewer service (open cut), complete 99 EA J) lfOO, cC 13<JJ &OJo~(jO 5-308 6" sanitary sewer service (bore), complete 18 EA I ~-5'o, 00 3j73OG'~' , 5-31 Line Item does not apply to this project EA 5-32 Line Item does not apply to this project EA . . 5-33 Tie new sanitary sewer to existing manholes, 1 EA J)SOUfC c. 1 J c5vo rC>~ diameter varies . 5-34 Line Item does not apply to this project EA 5-35 Ductile Iron Pipe Polyethylene Encasement 20 LF J Of 00 if-a0r-6".0' .. 5-36 Concrete encasement of sanitary sewer (creek 50 CY ~ :{OIOC J ~J sr:P' ,~. crossings, etc.) I. I I P-1 Asphalt overlay, type F, 1 ~"thick, minimum 16000 SY I P-2 Graded aggregate base, 10 ~"thick, 7' wide 3500 SY ~O;S"O I and asphalt patch 2 ~ " thick, including removal of 2 ~ " GAB and placement of bituminous tack coat I P-3 Asphalt Pavement Leveling 100 Tons '761 cO 7 50c ,ce ) . I P-4 Milling, 0 - 2" 500 SY , r, to 9) 1SV'o~ I P-s Line Item does not apply to this project SY I P-6 6" thick concrete driveway replacement, replace 400 SY J6PO It J o:;:.c Jce in kind, 3000 psi mix I P-? Line Item does not apply to this project Sy I P-8 Line Item does not apply to this project LF I P-9 Line Item does not apply to this project LF I I 76(00 7/ 5"oo,vc' I M-2 Rock excavation 100 CY lS"to 0 I) sooJc c> I M-3 Foundation backfill, GA DOT Type II, for 5000 CY ~ ,So 1'4) 6001( additional unclassified excavation I M-4 Clearing and Grubbing 10 ACRE fq Oa;,(C. . &:10 co, c;. I I 'See Spec Section 2530 for Bid Item Descriptions 7 ( I I M-S Fence Removal & Replacement, New, 1200 LF 15,0 0 I g-) aOOr OC Replaced in Kind I M.6 30" Class III RCP at Hilson and Barlow Road 65 LF 3J:DO ~ J ~'76JO . / I M-7 Junction Box, Ga. DOT Std. 1 019A, Type C 1 EA J/ gsOIO 0 1) g5'O/ C/ (complete with box and cover) I M-B 30" Flared End Section, Ga, DOT Std. 1120 @ EA J) ~ SO, OOJ I; 2 60J c,- Hilson and Barlow Road I M-9 Rip Rap, GA DOT Type 3 450 SY Ss-,o 0 Q+) 7SoJ I M-10 Check Dams 11 EA I SCt Ie J} hSO y I M-11 18" Class III RCP for driveways along Barlow 240 LF ~0loo b) 00<3) 0<T Road I M-12 18" Concrete Straight Headwallsfor driveway 20 EA I pipes along Barlow Road I Lump sum construction (includes but is not I limited to the listing continued below) TOTAL: j 7~ 91L;}7v I 'J I I I I I 'See Spec Section 2530 for Bid Item Descriptions 8 I I. I I I I I I I I I I I I I I I I Lump Sum Construction · Mobilization., Demobilization · Bonds, Insurance · Gabion Retaining Walls · Remove and reset fences, All types · Remove and reset gates, All types · Remove and reset storm sewer, Lengths & sizes vary · Remove and reconnect water services, complete · Reconnect sanitary sewer services · Remove and reset signs, Type varies · Remove and reset water sprinkler systems, complete · Remove and reset water valve, size varies · Remove and reset yard lamps, Type varies · Remove and reset mailboxes, Type varies NPDES GAR1 000 ~ BMP's and Inspections and. Erosion and sediment control (temporary grassing, construction exits, rip-rap, misc. erosion control structures) Site Restoration (Restore Private Property to pre-construction conditions by repair or replacement of items disassembled or removed, damaged or destroyed, by using materials of equal quality and with workmanship commensurate with original construction. Items shall include replacement of distributed property pins.) · Construction Staking and Asbuilt survey · Silt fence, Type "C" · Traffic control · Miscellaneous grading · Permanent Grassing · Raise manholes and valves boxes to grade . . . I I NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO THE TECHNICAL SPECIFICATIONS. *See Spec Section 2530 for Bid Item Descriptions 9 6.01 6.02 Unit Prices have been computed in accordance with paragraph 1 J .03.B of the General Conditions. Bidder acknowledgeS that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. Bidder agrees that the Work will be substantially completed and completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work Within. the times specified above, which shall be stated in the Agreement. 00300-10 I I I I I I I I I I I I I I I I I I I I- I I I 7.01 The following documents are attached to and made a condition of this Bid:. A. B. Required Bid security in the form of Certified Bid Bond; financial experience and equipment statement per section IB-06 of Instructions to Bidders. SUBMITTED on ?/ !II If BIDDER is: I An Individual I I I I I I I I I I I I I I ,204-. (Name -. type or. print} (SEAL) (Individual's Signature. Doing. Business. As Business. Address. Phone No Fax No. A Partnership (Partnership Name - type or print} (SEAL) (Signature of General Partner) (attach evidence of authority to sign) Business Address Phone No Fax No A coroo'"f; IE' Ji: //-) 7 (Corporation Name). 7 &Ilj (State of Incorporation) (l/?~, fpC I (SEAL) cJ);, Ii 1'1 CR.v fry I U rJ // f'/J / ! -c J (Type - ~neral Business, Professional, Service, Limited Liability) \ J c/ N (i; t-/l ~ (Name -. e or print) Uct {/c.tJ eJ-J- p ~ e--5 / Je,J +- ence if authority to sign) r,'~ /J 200 21 ( 00300-11 I I (CORPORATE (SEAL) I I Business Address j],;,1 "",p I & t9, 10'- 701-7~S7 Phone No 7 o~ "- Fax No 7~1'-1r;3Y I \fc) ~ 2.'S- / '19 IJ Date. { Qualification To Do. Busmess I I A Joint Venture (SEAL) I (Joint Venture Name - type or. print) (Signature of Joint Venture Partner). . (attach evidence of authority to sign) I (Name - type or print) I (Title - type or print) I Business Address I Phone No Fax No. I (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the maimer indicated above). I I I I I 00300-12 I I., / - ( I THE AMERICAN INSTITUTE OF ARCHITECTS I I I AlA. Document A31 0 Bid Bond BOND # THIEUCOl I I KNOW ALL lVIEN BY THESE PRESENTS, that we EAGLE UTILITY CONTRACTING, INC. 1350 BRANCH ROAD, , BISHOP, GA 30621 (Here insert full Dame ,and address or legal titre of Contractor) as Principal, hereinafter called the Principal; and THE IIA.J~OVER INSURANCE COMPANY 600 EMBASSY ROW, SUITE 500, 6600 PEACHTREE-DUNWOODY ROAD, ATLANTA, GA 30328 (Here insert full Dame and address or legal title of Surety) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and finnly bound unto AUGUSTA-RICHMOND CONSOLIDATED GOVERNMENT 530GREEt'.'E STREET, , AUGUSTA, GA30911-4430 (Here insert full name ,and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of 10 % OF BID AMOUNT, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and se>:erally, finnly by these presents. I I I I .WHEREAS, the Principal has submitted a bid for Sewer Line Installation: Jamestown Sewer Extension - Phase II, Spirit Creek Basin-Pocket. Project No. 50215 (Here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in full force and effect. I I Signed and sealed this 21st day of July, 2004 I I (Witness) EAGLE UTILITY CONTRACTING, mc. (principal) (Seal) Cf7 ~~!rL ?&~5/j_^,) THEHANOVERINSURAN E COMPAl\ry ~_1;1rety) (Seal) ( . T I ~a~~ . . . (Witness) ~ ...--.. , I I PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall fu;nish evidence satisfactory to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. I AlA DOCUMENT A3IO BID BOND AIA@ FEBRUARY 1970 ED THEAMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHlNGTON, D.C. 20006 1 I,. . \ This Power of Attorney. '>;-:y not be used to execute any bond with an... ,eption date after 12/1/2006 I THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA I POWERS OF ATTORNEY CERTIFIED COPY I KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing. under the laws of the State of New.Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Dianne L. Hrehor, Robert G. Hrehor, Robert M..Hrehor, Kathy S. Smith andllor Rena C. Moss of Lilburn, GA and each is a.true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and onits behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, in any amount And said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. . These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: I I I "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety. any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted Sepiember 7,2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice President and an Assistant Vice President, this 1st day of December, 2003. 1 I' I \\\\t\I",nr;'I/ . \"..., ~SU.QA ;'11'; "....~, ....:::vvc~ ~',;,.V;,.'f:,~~~..."(' ~ .~C.'~.s; ~.,.~~ -3'~ . "" ~.x! 1972 J i \~'~J$j ~,~ ""lIlll/'UIII ~+"'\ Crt COMpJ'/I/,-, \,' ........ ~..,_'l ~ ..co.poil1.', r ~ if /00' ~ {.:.'.~ " :~;. SEAL ':~~ ~ \ 1 974 J~~ 1. ' ..~~ ~ ....~-~~... ~ "", "'~.~' 4~ r"", , . ."","'",..... I I THE COMMONWEALTH OF MASSACHUSETTS) COUNTY OF WORCESTER, ) ss. . On this 1.st day of December 2003, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to.the preceding instrument are the corporate seals of The Hanover Insurance Company Massacl)usetts Bay Insurance Company and Citizens Insurance Company of AJ:nerica, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. I ~10A-1/-1?;f/) a '4]~/Mh Sarbara A. Garlick, Notary Public . My Commission Expires November 26, 2004 I I I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of Amenca, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. . I This Certificate may be signed by facsjmile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted.ApriH4, 1882'Massachusetts Bay Insuran'ce Company; Adopted September 7,2001 - Citizens Insurance Company of America) I I t GIVEN under my hand and the seals of said COl1ipanjss, at WorceGter; Massachusetts, this y of JULY. 20 04 .. .. . , .. THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPA/',/Y CITIZENS INSURANCE COMPANY OF AMERICA ~.o~ 21ST Charfes -T. Weiis, Assisfant Vice President I I I I I I I I I I I I I I I I I I I . J UL -1::J':l-L'\j1::J4 11 ; l1':l HKI.. t-'UKI..HH:::'ll'lll .(l::Jbl:)~l~l:)ll j-J.I;j~/~ ,- ( Purchasing Department Geri A. SaUlS, Purchasing Director Room 60S. Muni.c:lpal Building 530 Greene Street - Augusta, GA 30911 (706) 821.2422. FAX (106) 82J..2811 VlsJt os at lVWw.aue:usta:a.:ov I . ADDENDUM TO: All Bidders FROM: Oeri A. Sams DATE: July 9, 2004 SUBJ: Addendum # 1 Bid Item #04-100 Jamestown Sewer Extension - Phase II Please note the following change/addition: You must acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondencc, please contact me at (706) 821-2422. Fred Russell, Augusta, GA Interim Administrator Brenda Byrd-Pelaez. Augusta, GA Human Resources Mag Akpo-Sanni, Augusta, GA Utilities All Bidders I~ I I I I I I I I I I I I I I I I I I JUL-09-2004 11:10 ARC PLRCHAS I NG 7068212811 . P. 03/03 Addendum No.1. Date: July 7,2004 Jamestown Sower Extension -.: Phase II (Spirit Creek Basin - Pocket) Project No. 50215 1. SPECIAL PROVISIONS: a. Add "All Bagwell Trust Properties not requiring permanent grassing shall receive temporary mulching". b. Add "All Construction within County Right-of-wuy will require traffic control plahs be submitted to Public Works at least 2 weeks prior to scheduled work \\rithin right-of-way." 2. SECTION 00300 - BID FORM: The following clarifications arc provided for the Bid Schedule: a. Lump Sum Item . Delete "Remove and reset fences". All fences shall be removed and replaced new, in kind according to Bid item M-S. b. Lump Sum Item - Clarification for "Remove and Reset Storm Sewer". Removal and resetting of StOln1 .sewer shall be compensated under Lump Sum Construction with the exception of bid items M-5 through M-8, and M-12 for storm replacement along the Hilson and Barlow Road areas. c. Revise Bid Item 17A -" Ja~k and Bore 50 If casing pipe". Biditern shall include carrier pipe plus additional ductile iron pipe ex.tension beyond the ca~ing pipe to manholes at the Willis Foreman Road crossing. 3. SECTION 02530- SANITARY SEWERAGE: a. Section 3.10 INSPECTION LEAKAGE TESTS INFIL TRATIONfEXFIL TRA TTON i) Delete Section A in its entirety and insert the following: "Contractor is to perfonn low pressure air test for gravity line inspection. The low pressure air test shall . bc carried out in accordance v.:ith the applicable sections of the Uni-Bell UNI-B-6-90, latest edition." 4. REVISION TO DRAWING nel.1: a. Utility Notes, Item 11. delete in its entirety. Refer to Spec Section 02530, 3.9, B. regarding camera inspection. END OF ADDENDUM TOTRL P. 0.3 ,I I I I I I I I I I I I I I I I I I I EMPLOYEE CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the pUrchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per O.C.G.A. 36- 1-14, or the procurement contract is awarded pursuant to O.C.G.A. 45-10- 22 and 45-10-24, or the transaction is excepted from said restrictions by O.C.G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or officials immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest. . USE OF CONFIDENTIAL INFORMATION 1-10-15 It shall be unethical for any Augusta, GA County employee or official to knowingly use confidential information for actual or anticipated personal gain, or for the actual or anticipated gain for any other person. Name 07 . ~*y/. Date:7-J!-o'f Title: ?~ e5rd G',vI ..J- Company: fl17h J-/-/ ~(-J7 (!c j./11~Ji.-'a,. THIS SHEET IS REQUIRED TO BE IN SUBMITTAL. 4 I I I I I I I I I I I I I I I I I I I AGREEMENT TIllS AGREEMENT, made on th,J/sf- day Of~004, by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUG STA-RICHMO~ COUNTY COMMISSION, ~h, of the fIrst part, hereinafter called the OWNER, and 7k 4I'h./t'7 '/:..~j} :;z;;;:. ,party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to fumish all of the materials and all of the equipment and labor necessary, and to perform all ofthe work shown on the plans and described in the specifications for the proj ect entitled: "Jamestown Sewer Extension - Phase IT; (Spirit Creek Basin - Pocket; Project No. 50215)" and in accordance with the requirements and provisions of the Contract Documents as defIned in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE IT - TIME OF COMPLETION - LIQUIDATED DAMAGES The work to be performed under this Contract shall be comrrienced within 10 calendar days after the date of written notice by the Owner or the Contractor to' proceed. All work shall be substantially completed within 180 calendar days with all such extensions of time as are provided for ip. the General Conditions. Substantial completion shall be defined as sewer being in service. Final completion shall be 30 days after substantial completion. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion ofthe work to be done hereunder are ESSENTIAL CONDITIONS of.this contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereofwithiri the time specifIed. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHlN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay the Owner the sum of one thousand ($I,OOO)DolIars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fIxing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current 1 I I I I I I I I I I I I I I I I I I I .. periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a defmite portion and certain length of time is fixed for the additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE ill - PAYMENT (A) The Contract Sum The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the BID FORM and Schedule ofItems. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on Units accepted in place. The 10% retained percentage may be held by the O'l'.'11er 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 acceptance, the Engineer shall within 10 days made such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate. (B) Before fmal payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed an10unts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the fmal payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon 2 I I I I I I I I I I I I I I I I I I I certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. . ~9l~ B A1-. { ,) ;v- ,~ . ; {~j (SEAL) ~~'~~ (SEAL) By: &'a;JC~ ~11C-. Address: /35(}~~ Rrnu-/ /J.,;J;c;J/ C;f;' 3~hZI-/7~i 3 f / I -I -I -I -I I ~I I I _I I I I I I I I I I GENERAL CONDITIONS ARTICLE I--DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: Addenda-Any changes, revisions of clarifications of the Contract Documents which have been duly issued by COUNTY to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed: other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid- The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order--A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. - Contract Documents-The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds, these General Conditions, the Supplementary Conditions, the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement, Certificates of Insurance, Notice of Award, and Change Order duly delivered after execution of Contract, together with all amendments, modifications and supplements issued pursuant to paragraphs 3.4 and 3.5 or after the Effective Date of the Agreement. Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time-The number of days (computed as provided in paragraph 17.2) or the date stated in the Agreement for the completion of the Work. CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the Augusta-Richmond County Commission, and its authorized designees, agents, or employees. Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday that day will be omitted from the computation, legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective-An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does. not meet the requirements of any K:\420007\Admin\PHASE 2\Specs-Fronl Enc!l2002GENCOND.doc I I I I I I I I I I I I I I I I I I I inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). . . Drawings- The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of the Augusta, Georgia. Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications, Laws and Regulations: Laws or Regulations-Laws. rules, regulations, ordinances, codes and/or orders. Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission. Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended for a related purpose) before reaching Substantial Completion for all the Work. Professional-The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and/or resident engineer services for the Work. Project-The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. Project Area-The area within which is the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-The professional in charge, serving COUNTY with architectural or engineering services, his successor, or any other person or persons, employed by said COUNTY, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative- The authorized representative of PROFESSIONAL who is assigned to the site or any part thereof. Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applic;:able thereto. 2 K:\42000T\Admin\PHASE 2\Specs-Front Encfl2002GENCOND.doc -I -I --I ~I I I I I I _I I I I I I I I I I Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14,13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials, electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. Unit Price Work-Work to be paid for on the basis of unit prices. Work-The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents, Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. . Work Directive Change-A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Directive Change 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 Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non- engineering or nontechnical rather than strictly Work-related aspects of the Contract Documents. 3 K:\420007\Admln\PHASE 2\Specs-Front Encf\2002GENCOND.doc I I I I I I I I I I I I I I I I I I I ARTICLE 2-PRELlMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work. CONTRACTOR shall carefully study and compare the Contract Documents and check. arid verify pertinent figures shown thereon and all applicable field measurements. .CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error,. ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, effort, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2,6. Within ten days after the Effective Date of the Agreement unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL AND PROJECT MANAGER for review: 2.6.1. An estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. A preliminary schedule of Shop Drawing and Sample submissions: and 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction, Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which COUNTY may reasonably request) which 4 K:\420007\Admin\PHASE 2\Specs-Frant Enlf\20D2GENCONO.doc -I 'hi I I I I I I I _I I I I I I I I I I CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, Project Manager, Professional and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6, procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, PROFESSIONAL and Project Manager and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make correCtions and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to Project Manager and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to Project Manager and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefore, The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. 5 K:\42000Mdmin\PHASE Z\Specs-Front EnQ\2002GENCOND.doc I I I I I I I I I I I I I I I I I. I 1 ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise s.pecifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents)and the provisions of any such Laws or Regulations application to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. . 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.1. A formal Written Amendment, 3.6.2. A Change Order (pursuant to paragraph 10.3), or 3.6.3, A Work Directive Change (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 6 K:\420D07\Admin\PHASE lISpecs-Fronl En0\2002GENCONO.doc -I -I -I I I I I I -I _I ~~I I I I I I I I I Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.7.1. A Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or certification (pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies oil any thereof) prepared byor bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. 7 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc I I I I I I I I I I I I I I I I I. I I ARTICLE 4-AVAILABILlTY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS A vailability of Lands: 4.1. OWNER shall furnish as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefore as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reporls: Reference is made to the Supplementary Conditions for identification of those reports of explorc:Itions and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents, and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions, Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 4.2.2.1.. The completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. Other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. Any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give COUNTY notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The Project Manager and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, the Project Manager and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the Project Manager and PROFESSIONAL determines that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. Physical Conditions-Underground Facilities: 8 K\420007\Admin\PHASE 2\Specs-Front En0\2002GENCDND.doc -I -I -I I -I I I I I ..I I -I I I I I I I I 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNERs of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data: and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents. for coordination of the Work with the OWNERs of such Underground Facilities during construction. for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price, 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an .emergency as permitted by paragraph 6.22), identify the owner of such Underground Facility and give written notice thereof to that owner and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review t~e Underground Facility to determine he extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefore as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for layi.o.g out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 COUNTY shall be responsible for any Asbestos, PCBs, Petroleum, !-Iazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or . Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. COUNTY shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for which CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and 9 K:\420007\Admin\PHASE 2\Specs-Fronl Encll2002GENCONO.doc I I I I I I I I I I I I I I I I I I I PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any, CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any .special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under whic~ Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefore as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If COUNTY and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefore as provided in Articles 11 and 12. COUNTY may have such deleted portion of the Work performed by COUNTY's own forces or others in accordance with Article 8. 4.7.1 the provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. 10 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc -I -I I I I I ~I -I -I _I I -I I I I -I I I I ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5,1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Reputation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority.as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies".as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1. CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable t6 OWNER. CONTRACTOR's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation. disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.3,3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any 11 K:\420007\Admln\PHASE 2\Specs-Fronl En0\2002GENCOND.doc I I I I I I I I I I I I I I I I I I I person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.3.6. Claims arising out of operation of laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverages and be written for not less than the limits of liability and coverages provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained lot the certificates or other evidence thereof) shall contain a provision or endorsement that. the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER. PROGRAM MANAGER. and PROFESS IONAl by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one veal thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. Owner's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and, at OWNER.'s option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER. PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONAls). If not covered under the "all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property 12 K:\420007\Admin\PHASE 2\Specs-Front End\2002GENCOND.doc -I '1 -I I I I I I I _I .1. I I I I I I I I insurance as may be required by the Supplementary Conditions or laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5,11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount, will be borne by CONTRACTOR, Subcontractor or others suffering any such loss and if any of them vvishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of' insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the'effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 13 K\420007\Admin\PHASE 2\Specs-Front Ena\2002GENCOND.doc I I I I I I I I I I I I I I I I I I I 5.13. OWNER as trustee shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as trustee shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in willing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupam:y. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless COUNTY. PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by and of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against COUNTY or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amountor type of damages, compensation or benelits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless COUNTY and anyone directly or indirectly employed by it from and against all.claims, suits, demands, damages, losses expenses (including attorney's fees) arising out of any infringement or patent or copyrights held by others and shall defend all such claims in 14 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc -I -I I I I I I I I _I I I I I I I I I I connection with any alleged infringement of such rights. 15 K\420007\Admin\PHASE 2\Specs-Front End\2002GENCOND.doc I I I I I I I I I I I I I I I I I I I ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without whiten notice to OWNER and PROFESSIONAL except under extraordinary cirC?umstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the performance of Work on Saturday, Sunday or any lega/ holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, tef!lporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided m the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory, evidence including reports of required tests) as to the kind and quality. of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance wi!h the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. _ Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. Substitutes or "Or-Equal" Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no 16 K:\420007\Admin\PHASE ZlSpecs-Front End\2002GENCOND.doc .'1 -I -I -I -I I I I -I _I -I I I I I I I I I substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named, The procedure for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equ.ipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by. PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General Requirements. 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed substitute. PROFESS IONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR. and in making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute. CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2). whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations including those who are to furnish the principal items of materials and equipment} to be submitted to OWNER in advance of the specified date prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by falling to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents} of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due 17 K:\420007\Admin\PHASE 2\Specs-Fronl Encfl2002GENCOND.doc I I I ,I I I I I I I I I I I I I I I I Investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference ,n the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by 9WNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. . 6.9. CONTRACTOR shall be fully responsible to" OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers .and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part, of OWNER or PROFESSIONAL to payor to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5,11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR Shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement of patent rights or copyrights incident to the use in the performance or the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Per!11its: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notifY the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or 18 K:\420007\Admin\PHASE 2\Specs-Front End\2002GENCONO.doc --I -I -I I I I I I I _I I I I I I I I I I should have known to be contrary to such faws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONAls, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminates resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, c~:>nstruction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any pan of the Work or adjacent property to stresses or pressures that will endanger them. . Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and . shall provide the necessary protection to prevent damage, injury or joss to: 6.20.1. All employees on the Work and other persons and organizations who may be affected 19 K:\420007\Admin\PHASE Z\Specs-Front End\2002GENCOND.doc I I I I 1 I I I I I I I I I I 1 1 1 .1 thereby: 6.20.2. All the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws an,d Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property, All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided In connection with Substantial Completion). . 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. 20 K:\420007\Admin\PHASE 2\Specs-Front Enlf\2002GENCOND.doc -I --I -I I I -I I I I ~I I I I I I I I I I Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFE$SIONAL 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 Directive Change 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 personal injuries to. any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report onsuch person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with. the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal. as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve sub.mittals and samples. Professional's review and approval. shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval. on any submittal or sample shall constitute its representation to PROFESSIONAL and County that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal. or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to. PROFESSIONAL and County staff. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.25.1. Before submission of each Shop Drawing or sample CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work andthe Contract Documents. 6.25.2. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract 21 K:\420007\Admin\PHASE 2\Specs-Front Encl\2002GENCOND.doc I I I I I I I I I I I I I I I I I I I Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and Project Manager staff. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.28. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called PROFESSIONAL's attention to each such variation at the time of submission and the Project Manager has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.29. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to Professional's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in wilting. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminates resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable laws and regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and 22 K:\420007\Admin\PHASE ?\Specs-Front End\2002GENCOND.doc --I -I .1 _I I .1 I I I __I I I I I I I I I I charges of PROFESSIONALs, architects, attorneys and other PROFESSIONAls and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a)is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in pan by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER or PROFESSIONAL or any of their consultants, agents or employees by any .employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable! the indemnification obligation under paragraph 6.32 shall not be. limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts. disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32. shall. not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps! drawings! opinions, reports, surVeys, Change Orders, designs or specifications. 23 K:\420007\Admin\PHASE 2\Specs-Front End\2002GENCOND.doc I I I I I I I I I I I I I I I I I I I ARTICLE 7---0THER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by ailed OWNERs or let other direct contracts therefore which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work: and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof. CONTRACTOR may make a claim therefore as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility owner and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several pans come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit or' CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent o( such authority and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise proVided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. 24 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc --I -I -I I -I I I I -I _I I I I I I I I I I ARTICLE 8---0WNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, COUNTY shall issue all communications to CONTRACTOR through the Project Manager or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL. against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNERshall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4.. OWNER's duties. in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which. have been. utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. 25 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc I I I I I I I I I I I .1 I I I I I I I ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION Owner's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL. PROFESSIONAL will keep OWNER informed <?f the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price, and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER, and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof. CONTRACTOR may make a claim therefore as provided in Article 11 or 12. 26 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc ~I -I I I ~I I I I I _I -I I I I I I I I I Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective, and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection. with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with. PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will. determine the actual quantities and classifications of Unit Price Work. performed by CONTRACTOR. PROFESSIONAL will review with. CONTRACTOR PROFESSIONAL's preliminary determinations on such. matters before rendering a whiten. decision. thereon (by recommendation of an Application for Payment or otherwise).. PROFESSIONAL's written decisions thereon. will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL whiten notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work 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 arid furnishing of the Work and claims under Articles 11 and 12 in respect of changes m the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in. accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time, Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto, and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR ofsuch rights or remedies as either may otherwise have urider the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. . Limitations on PROFESSIONAL 's Responsibilities: 27 K:\420007\Admin\PHASE 2\Specs-Front End\2002GENCOND.doc I I I I I I I I I I I I I I I I I I I 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents, nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agentS or employees, or any other persons performing any of the Work. 28 K:\420007\Admin\PHASE 2\Specs-Front End\2002GENCOND.doc -I -.1 -~I -I .1 -I -I -I I -I -I I I I I I I I I ARTICLE 10--CHANGES IN THE WORK 10.1. Without invalidating the Contractr OWNER may at any time or from time to time order additionsr deletionsr or revisions in the Work. The Project Manager shall- provide CONTRACTOR with. a proposal requestr identifying the Work to be added, deleted or revised.. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Workr the Project Manager may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Timer except in the case of an emergency as provided in Article 7. 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 performedr Work performed in an emergency as provided in Article 6rand any other claim of CONTRACTOR for a change in the Contract Time or the Contract Pricer 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 11.1.3r OWNER may, at its sole discretion issue a Work Directive Change to CONTRACTOR. Pricing of the Work Directive Change will be in accordance with Section 12.1.3.. The Work Directive Change will specify a pricer and if applicable a time extension, determined to. be reasonable by OWNER.. If CONTRACTOR fails to sign such Work Directive Change, CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Construction Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given tJ"a surety, the giving of any such. notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 29 K:\42000Mdmln\PHASE 2\Specs-Fronl End\2002GENCOND.doc K:\420007\Admin\PHASE 2'$pecs-Front End\2002GENCOND.doc r \ I- I I- I I- t I- t I~ I I~ 1 I- t _ ,- ,- I. l-7 I. I_ I t I L I t I l I l I ARTICLE ll-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total. compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additionaL period of time to ascertain more accurate data in support of the claim and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event.. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: . 11.3.1.. Designated Unit Price (Field Measure) CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are app~oximations prepared by OWNER for bid purposes and. that the actual compensation payable to CONTRACTOR for the utilization of such. items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work as defined in these Contract Documents. is required and affects the quantities required for items designed in the Bid Proposal as unit pric~ items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the Change Order. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions 30 I -~I -I -I I ~I I I I I I I I I I I I I I within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. . The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in. writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall. include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall. include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to. the extent authorized by OWNER. 11.4.2. . Cost of all. materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services. required in. connection. therewith.. All cash discounts shall. accrue to CONTRACTOR unless OWNER deposits funds with. CONTRACTOR with. which to make payments, in which case the cash. discounts shall accrue to. OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER. CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determine, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to PROFESSIONAL's architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the pans thereofwhetherrented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal 31 K:\420007\Admin\PHASE 2\Specs-Front End\2002GENCOND.doc thereof---all .in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6). provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made. with the written consent and approval of OWNER. No such. losses, damages and expenses shall be included in the Cost of the Work for the 'purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for serVices a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel. and sanitary facilities at the site. 11.4.5.8., Minor expenses such. as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection the Work. 11.4.5:9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall. not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and.sole proprietorships),. general managers, PROFESSIONAls, architects, estimators, attorneys, auditors, accountants, purchasing. and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph l1.4.4--all of which are to . be considered administrative costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. 11.5.3.. Any part of CONTRACTOR.'s capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any 32 K:\420007\Admin\PHASE 2I,Specs-Front End\2002GENCOND.doc ~ I- I I I I I I I I- t I , I \ I. 1_ l ! .1 i I L__ I i I t ~~ I I \ ~ I L I -I -I -I I -I -I ., -I I _I I I I I I I I I I damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11.6. CONTRACfOR's Fee allowed to CONTRAcrOR 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 or' the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRAcrOR's Fee shall be fifteen percent: 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRAcrOR's Fee shall. five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRAcrqR 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 CONTRACfOR'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 CONTRAcrOR'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, CONTRAcrOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRAcrOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. . When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the next change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment. hours and rate for each piece of equipment, material by units of measure and price per unit, other costs speCifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRAcrOR 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, CONTRAcrOR agrees that: 33 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to. include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not gua~anteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will. be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to. the amount of any such increase. 34 K:\420007\A.dmin\PHASE 2\Specs~Front Encf\2002GENCOND.doc I- I I- I I. I I I I I , I \ I t I: l ~ I \ I I I' L~ I. i I' t ~' I I I L I t I -I -I -I I I -I I -I I -I I -I I I I I I I I ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL an.d Project Manager within seven (7) calendar days of the occurrence first happening and resulting in the claim.. Written supporting data will be submitted to PROFESSIONAL and Project Manager within fifteen (15) calendar days after such occurrence unless the Project Manager allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRActOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by. OWNER, or by.changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts. which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall. have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. 35 K:\42000Mdmin\PHASE 2\Specs-Front Encl\2002GENCOND.doc ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or. such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected,. or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work,. PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations. or orders of any public authority having jurisdiction require any Work to specifically be inspected,. tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required asa result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests,. and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other. than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted. with reasonable promptness in response to such notice. . 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. 36 K:\420007\Admin\PHASE ZlSpecs-Fronl End\2002GENCOND.doc I- I I- I I- I I- I I~ I I \ . I \ I- t I l I~ ( I~ I 1- , 'u I. t , ,-~ ,I- I I [ - I t I -I -I -I ~I I I I I I I I I I I I I I I I Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others. CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct, and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, (including but not limited to fees and charges of PROFESSIONAls,. architects, attorneys and other PROFESSIONAls), and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefore as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price, or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefore as provided in Articles 11 and 12. Owner May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment, or make prompt payments to Subcontractors for labor, materials, or equipment, or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether. fabricated, installed, or completed, or remove it from the site and replace it with non. defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, all as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal; or replacement of the defective Work. 37 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc One Year Correction Period: 13.12. If! after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any. applicable special guarantee required by the Contract Documents! any Work or materials are found to be defective! incomplete! or otherwise not in accordance with the Contract Documents! CONTRACTOR shall promptly! without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work, or if it has been rejected by OWNER! remove it from the Site and replace it with 1'101'1- defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers! architects! attorneys and other PROFESSIONAls) will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work! OWNER (and! priorto PROFESSIONAL's recommendation of final payment, also PROFESSIONAL) prefers to accept it, OWNER may do so. . CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such. defective Work (such. costs to be approved by PROFESSIONAL as to reasonableness. and to include but not be limited to fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONAls). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work and OWNER shall. be entitled to an appropriate decrease in the Contract Price, and, if the panics are unable to agree.as to the amount thereof. _ OWNER may make a claim therefore as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by. PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR. fails to perform the Work in accordance with. the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents! OWNER may, after seven days' written notice to CONTRACTOR! correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site,. take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances; construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere.. CONTRACTOR shall allow OWNER! OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will. be charged against CONTRACTOR in an amount approved as. to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price! and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefore as provided in Article 11. Such direct, indirect and consequential costs will include but not be limited to fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONALs, all court costs.and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. 38 K:\420007\Admin\PHASE 2\Specs-Front End\2002GENCOND.doc I- I I- I 1- ! I- I I- I I~ ( I-- I I~ I 1- L. l I I- t I L I l I ( I I I I I L I- t I --I -I I -I I I I I I _I .1 I I I I I I I-- I- Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen, and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others.. The cost of completion under such. procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall. pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident PROFESSIONAls shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. 39 K:\420007\Admin\PHASE Z\Specs-Front En0"\2002GENCOND.doc ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will.be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall. submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3.. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application: OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality' of the Work isin accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10. and to any other qualifications stated in the recommendation"'.: and that . CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment PROFESSIONAL .will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the 40 K:\420007\Admin\PHP.SE 2\Specs-Fronl End\2002GENCOND.doc I , I~ \ I I I \ I \ I ( I I I \ I- t I- t I l I I~ I \ I ! I L ~ I I I L - --I -I ~I -I ~I -I I -I I _I I -I I I I I I I I responsibilities specifically assigned to PROFESSIONAL in the Cantract Dacuments or that there may nat be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER ar OWNER to withhold payment to. CONTRACTOR. 14.6. PROFESSIONAL's recammendation affinal payment will canstitute an additional representation by PROFESSIONAL to. OWNER that the conditians precedent to. CONTRACTOR's being entitled to. final payment as set farth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recammend the whale ar any part of any payment ifr in PROFESSIONAL's apinion, it wauld be incorrect to. make such representations to. OWNER. PROFESSIONAL may also. refuse to recommend any such paymentr orr because af subsequently discovered evidence or the results of subsequent inspections or testsr nullify any such payment previausly recommendedr to such extent as may be necessary in PROFESSIONAL's apinion to. pratect OWNER fram lass because: 14.7.1. the Wark is defectiver or campleted Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment ar Change Order. 14.7.3. OWNER has been required to. carrect defective Wark ar complete Work in accordance with paragraph 13.14. or 14.7.4. af PROFESSIONAL's actual knawledge afthe accurrence af any af the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to. make payment of the full amaunt recammended by PROFESSIONAL because claims have been made against OWNER on account af CONTRACTOR's perfarmance ar furnishing af the Wark ar Liens have been filed in cannectian with the Work ar there are ather items entitling OWNER to a set-aff against the amount recommendedr but OWNER must give CONTRACTOR immediate written natice (with a capy to PROFESSIONAL) stating the reasans for such actian. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially camplete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate af Substantial Completion. Within a reasonable time thereafterr OWN ERr CONTRACTOR and PROFESSIONAL shall make an inspectian af the Wark to. determine the status af campletion. If PROFESSIONAL daes nat consider the Wark substantially completer PROFESSIONAL will natify CONTRACTOR in writing giving the reasans therefare. If PROFESSIONAL cansiders the Work substantially campleter PROFESSIONAL will prepare and deliver to. OWNER a tentative certificate of Substantial Campletian which shall fix the date of Substantial Campletian. There shall be attached to. the certificate a tentative list af items to. be campleted ar carrected befare final payment. OWNER shall have seven days after receipt af the tentative certificate during which to. make written abjectian to. PROFESSIONAL as to any provisions af the certificate ar attached list. Ifr after cansidering such abjections. PROFESSIONAL concludes that the Wark is nat substantially campleter PROFESSIONAL will within faurteen days after submission af the tentative certificate to. OWNER natify CONTRACTOR in writing. stating the reasans therefare. Ifr after cansideration af OWNER's abjectiansr PROFESSIONAL considers the Work substantially campleter PROFESSIONAL will within said faurteen days execute and deliver to. OWNER and CONTRACTOR a definitive certificate af Substantial Campletion (with a revised tentative list of items to. be campleted ar carrected) reflecting such changes fram the tentative certificate as PROFESSIONAL believes justified after cansideratian af any abjections fram OWNER. At the time af delivery af the tentative certificate af Substantial Campletian PROFESSIONAL will deliver to. OWNER 41 K:\420007\Admin\PHASE Z\S pees-Front End\2002GENCOND .doc and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in wilting and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWN ER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion. of all the Work subject to the following. 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such. part of the Work which OWNER believes to be ready for its intended use and substantially complete. . If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantiallY complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify, OWNER and PROFESSIONAL in writing. that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work;. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify. OWNER and CONTRACTOR in writing giving the reasons therefore. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of SubstantiaL Completion of that part of the Work and the division of -responsibility in respect thereof and access thereto. 14.10.2. OWNER mayat any time request CONTRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of. such request will be sent to PROFESSIONAL and within a reasonable time thereafter OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected th~reon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities. pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation. of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 42 K:\420007\Admin\PHASE 2\$pecs-Fronl End\2002GENCOND.doc I- I I- I I- I .- I I I- I I- I I t I- t I- t 1- ! I. Lc I , I ( I t I l I , L I l I I -I --I -I I I -I -I -I _I I I I I I I I I I 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents,. CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except .as previously delivered) by: (i) all documentation. called for in the Contract Documents,. including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens ariSing out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by County, CONTRACTOR may furnish. receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any. lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as-built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. 14.12.2. Notwithstanding any other provision of these contract documents. to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider; Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained including lost profits resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection, and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate 43 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc K:\420007\Admin\PHASE ZlSpscs-Front Encl\2002GENCOND .doc I- I I- I I- I 1- \ I- i I- ( I- t 1-. I Ih \ l' t I I 1- ~ I { I { 1- l I- t I t I I in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, inappropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. . 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL, and without terminating the Agreement,. make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed o~ corrected is less than the retainage stipulated in the Contract, and if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for that portion ofthe Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with. the Contract Documents shall be absolute. Neither recommendation of any progress. or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing.or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuantto paragraph 14.13. nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). 44 I -I -I .1 --I I I I I I I I I I I I I I I Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR! except claims arising from unsettled liens! from defective Work appearing after final inspection pursuant to 14.11 from failure to comply with the Contract Documents or the terms of any special guarantees specified therein! or from CONTRACTOR!s continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. 45 K;\~20007\Admin\PHASE 2\Specs~Front End\2002GENCONO.doc ARTICLE 15--SUSPENSION OF WORK AND TERMINATION Owner May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in wilting to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall. resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both,. directly attributable to any suspension if CONTRACTOR makes an approved claim therefore as provided in Articles 11 and 12.. Termination For Cause: 15.2. Upon the occurrence of anyone or more of the following events: 15.2. L if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11,. United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition. is. filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effecfat the time of filing., or if a petition is filed seeking any such equivalent or similar relief against CO~TRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRActOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (Without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored 46 V~\420007\Admin\PHASE 2\Specs-Fron\ End\2002GENCOND.dcc I \ I' I I ( , I { I L I ( I t I L I l I l I. i::- I ! \ I i ~ I t I- t I ~ I -I -I I I I I I I I I I I I I I I I I I elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such. unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. . 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other. right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; . . 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract DoCuments in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and . 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's servic;es have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for"thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has. failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty-one days after it is submitted, or OWNER has failed for thirty-one calendar days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may 47 K:\420007\Arimin\PHASE 2\Specs-Front End\2002GENCOND.doc upon seven day's written notice to OWNER and PROFESSIONAL stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. 48 K:\420007\Admin\PHASE 2\Specs-Front End\2002GENCOND.doc I- i I- t I- t I- t I- t I' ! I t I' I 1- l l I I- I t I- t ~.. ~ , I \ I I. I '1 -I I '1 I I I I I _I I I I I I I I I I ARTICLE 16--DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10).,Working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten. (10) working days prior to the receipt by OWNER of notice thereof. Each. decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known. address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction. and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. 49 K:\420007\Admin\PHASE 2\Specs-Fronl End\2002GENCOND.doc ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a. member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any. period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a. legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party. or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these General Conditions and the rights-and ~emedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12,.13,14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty. or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph. will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records.and documentation shall be retained by. CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems. necessary during the period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period of time, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1; et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 50 r.:\420007\~dmin\PH.!\SE 2\Specs-Fron! Eno\2002G~COND.doc I' { I' I I l I I ~ I { I I ~ I l I- t I. t I t- I i I t ~ I I I l ~ I '1 -I -I '1 I I I I I _I I I .1 I I I I I I 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8 Not\:Vithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. PROGRAM MANAGER: 17.9 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 onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and/o.r the CONTRACTOR or other entities, and do. not relieve the CONTRACTOR or any other entity o.f their obligations, duties, and responsibilities, including but not limited to., all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautio.ns required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in. connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. 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 reserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into. the construction work, and construction contractors include manufacturers of materials incorporated into the construction wo.rk. 51 K:\420007\Admin\PHASE ZlSpecs-Front End\2002GENCOND.doc -I -I I I I I I I I -I I I I I I I I I I SC-l. SC-2. SC-3. SC-4. SUPPLEMENTARY GENERAL CONDITIONS These supplementary conditions amend or supplement the Standard General Conditions of the Construction Contract and other provisions of the Contract Docunients as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. ,The terms used in the supplementary condition which are defmed in the Standard General Conditions to the Construction Contract have the meanings assigned to them in the General Conditions. Revise paragraph 2.7 in its entirety and insert the following. Before any work at the site is started, CONTRACTOR shall deliver to OWNER, with a copy to ENGINEER, certificates (and other evidence of insurance requested by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with paragraphs 5.3 and 5.4. The limits of liability for the insurance required by paragraph 5.3 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: a. Policies, Certificates, Limits and Disposition of Documents. - The Contractor shall obtain at his expense insurance with limits as shown hereinbelow unless the Contractor desires to broaden the limits and obtain more protection. [1] OWNER'S PROTECTNE LIABILITY lNSURANCE - Taken out in name of the owner as insured. (See Invitation to Bid for exact legal name of owner.) Bodily injury, including death -limits of $1,000,000.00 for each person and $2,000,000.00 for each accident. Property damage -limits of$500,000.00 for each accident and $1,000,000.00 for the aggregate of operations. DISPOSITION:. Original policy must be deposited with O\V11er prior to commencement of work. [2J CONTRACTOR'S PROTECTIVE LIABILITY lNSURANCE - Taken out in the name of the Contractor. Bodily injury, including death -limits of $1,000,000.00 for each person and $2,000,000.00 for each accident. Property damage -limits of$500,000.00 for each accident and $1,000,000.00 for the aggregate of operations. DISPOSmON: Certificate of insurance must be sent to O\V11er prior to commencement of work. [3] CONTRACTOR'S PUBLIC LIABILITY lNSURANCE - Taken out in the name of the Contractor. Bodily injury, including death -limits of $1,000,000.00 for each person and $2,000,000.00 for each accident. Property damage -limits of$500,000.00 for each accident and $1,000,000.00 for the aggregate of operations. DISPOSITION: Certificate of insurance must be sent to Owner prior to -1- l('U?nnn7\Am..m..J\PI..U,C::1= ?\C::~I=""C::...l:RnMT l=p.Jmt:llPPl h,A1"f'll\lnmrwc:: nnr commencement of work. [4] BUILDER'S RISK INSURANCE - Payable to the Contractor and Owner, as their interests may appear, upon the entire structure and upon all materials in or adjacent thereto which are to be made a part of the insured structure to 100% of the insurable value thereof covering fire, extended coverage, vandalism and malicious mischief. DISPQSmON: Original policy must be deposited with Owner prior to commencement of work. I- I 1- , I I I I \ I l b. Acceptability of Insurers to Owner. - No insurance will be acceptable unless written by a company licensed by the State Insurance Commissioner to do business in Georgia at the time the policy is issued, and the company must in addition be acceptable to the Owner. To avoid inconvenience, any general contractor or subcontractor must get in touch with the Owner to determine whether the insurance company or companies he expects to use is or are acceptable to the Owner. All policies and certificates must be signed or countersigned, as the case may be, by resident Georgia agents. - I l c. Termination of Obligation to Insure. - Unless otherwise expressly provided to the contrary, the obligation to insure as prescribed herein shall not ternlinate until the Engineer shall have executed the final certificate. I \ I \. d. Contractor shall purchase and maintain during the full course of construction "All Risk" Builder's Risk Insurance coverage which names the Contractor, Owner and Engineer as co- insured. 7.5. Should CONTRACTOR cause damage to the work or property of any separate contractor at the site, or should any claim arising out of CONTRACTOR's performance of the Work at the site be made by any separate contractor against CONTRACTOR, OWNER, ENGINEER, the Construction Coordinator or any other person, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve .the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and the Construction Coordinator hannless from and against'all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate .contractor against OWNER, ENGINEER, or the Construction Coordinator to the extent based on a claim arising out of CONTRACTOR's performance of the Work Should a separate contractor cause damage to the Work or property of CONTRACTOR or should the performance I c I I I t-- I t I l e. The Contractor will turn over areas completed for construction prior to substantial completion. Contractor shall maintain insurance on work he performs within "battery limits". SC-5. Add to paragraph 6.8.2. The CONTRACTOR shall identify any SUBCONTRACTOR performing more than 20% of the overall project costs, within two (2) days of being notified that the CONTRACTOR is the apparent low bidder. . SC-6. Add paragraph 7.5 I ! I ( I ~ I -2- K.U?nron7\AnMI,",PHA.~F 7I.~p"r~F~()1oIT F"'m~'IPp'l.Ar()"'nm()"'~ nnr I -I I I I I I I I of Work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or the Construction Coordinator or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or the Construction Coordinator on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and OWNER and CONTRACTOR are unable to agree as to t he extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Article 12. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Construction Coordinator for any delay, disruption, interference or hindrance caused by any separate contractor. This paragraph does not prevent recovery from OWNER, ENGINEER or Construction Coordinator for activities that are their respective responsibilities. -I I I I I I I I I I -3- 1('\.d?nM7\Am,AIM\PI-IA~l= ?\~p1=(,,~!:l:1rUJT j::tJnl~IIDDI Ur"nktnmnt..lC' nn,.. en "'1J m C1 l> r "'1J ;0 o < en o z en "tI"tI .., .., o 0 ~....., <D <D (') (') .... .... ~ ,. CJ1t... Oll) ~3 CJ1<D 1II .... o :e :J en <D :e <D -.., "tI ::r ll) 1II <D N ~~~~~ 0000., 6666g I I I I - 0000- N-'--'--'-O ?-;-J9'<f~ 0000 0000 I I I I 0000 ~~~:2:~ ()3co=:0 ::r CD _. "1:J co;o Ul co :JoC,,::l. Ul Ol -3 0 "< ;0 a. CD)> o ;0 3 a. Ol 00la. a. Ol::JCD a. Ul ;oUl o Ol a. ~ 5' ~ iil ~ ::J' 0 <Q 0 cn OlOl"1:J()O'UlOOl::J "1:J ::J="1:JCO()Oi~Ul-< co 9: iii' -< Ul 0 = ., Ul (CI Q. ::J_ Ul::JOlOl_ Ol (CICOUlOl-~()::rm o a. ~. -< 03 0 8' co en -0 ::1"'Oar--n~::J-.,~cn a "1:J a g:: ~ ~ 8, Ol ::r en $. Ol"1:Jco()en_::JcoO en n CO ., o' ::r a. ., = o' co::l.CO::JCOCOOl5'co ::J - (ii' Ul en fi en ::J .,., en '1:ten=i=i' CO'< co 5; -'- <0 0 C .... ~ en CO -, (]l :5. 0 () 0 CO C "1:J 0 0=3~"1:J"0'0l::J 6::J......00l=:()n(') I 0 Ol ::J ., ::J 0 0 0.....C10"'CO::J~::J ~O'~:::<B"ru~~=i I CO -. ::r ::r - () Q. o c CO CO -, ..... - 0 '-' Oenen Q..::r00"1:J I CO 0 en CO co., CO ~ a. ~ ~ en CO ~, 6 n ...... -. CO 0 ::J = ..... CO oco......,~a....,c- ..., ...:..en coen'l:l: 5' 0 S' ;:;: 8, 3 CO -'- Ol ;; CO CO CO 0 OJ (]l :coenS,~<OlO '-' ::r "CO::r I ~ ~ 0 5' ::r () w' ? "1:JO'CCOa.o 0 0'::< 0:_0l::J G)N Ul...... iii' '< en ., 0 CO 0 rr .... en- .... Ol I . .,coco 2enO _Coa.~()en? """en::J"1:JO~OO ~co=~~g::J' OlO'en() 010 = '< (i) ~ o. g. ::J ~ "1:J ~ a. en 0 rr'<o::J o 0 "1:J' ~::!....... CO ~*aom.en5'(j3 i5'~"1:J ~() 0 co::r -en CO,< -.,_Ol .co. ::l. < ~ 0 iii' < - en (ii' CO :iE 5' ..... CO 1R5-~~=:~~g < ()o-::J....."1:J co CO 0 CO 0 ., Ol ::J o,~gen~~n., 1R Ol =i ~ -< ::r ~.~, ::!. ~ Ol a. ::r CD en 3 ::J 0 ~ CO iii' - ..... 0' (Q(j3o..o ~oc "1:J' "c:iEco5'(j3 CO CO :iE -, ~ a. CO Ol .....="1:J "'.....co a. .,0-3cooro_ =ien co.,....;::po COo ::JJl::r, CO - CO .. ~ i 1 OF 6 ORIGINALS Prerninm !h!3d on A~'Ti~r f'1l'J COJutract Plica Bond No. 1738841 Performance Bond Any singular reference to Contractor, Slllety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name wd Address): SURETY (NllIUe and Address of?rincipal Place of Bwiness); The Hanover Insurance Company 600 Embassy Row, Suite 500 6600 Peachtree Dunwoody Road Atlanta, GA 30328 Eagle Utility Contracting. Inc. 1350 Branch Road . Bishop, GA 30621 OWNER (NiJ!le and Address): Augusta-Richmond County Consolidated Government 530 Greene Street Augusta, GA 30911-4430 CONTRACT Date: Amount $1,789,664.50- Description (Name and Location): Jamestown Sewer Extension.Phase n (Spirie Creek Ba.rin Pocket) Project No. 50215 BOND Date (Not earlier than Contract Date): Amount: $1,789,664.50- Modifications to this Bond Form; Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side bero::of, do each cause this Perfonnance Bond to be duly executed on its behalf by its authorized officer, agent or representative. SURETY Company: THE HA Signature. Name 3!)d Title: Robert M. Hrehor, (Attach Power of Attorney) . ~ > . (cbl'I{. Seal) COMPA~JY _~. - ... .. . ttO{ii~y:~~-Fact:: ;; \.".-- ,....., "" 't' /- :Space is provided below for signatures of additional parties, if required.) CONTRACTORASP~C~AL Company: (COI1'. Seal) SURETI Company: (Corp. Seal) Signature: Name and Title: Signature: Name and Title: 0061 (}.! "! ~~ '1 ./.,.-.... ' ;.:.+ " :.:~ '- ...- - -:;;. ... - - ~. .... -//: ::;.. t~ ~- ~ g ..,., ~ .:- ~ " ~ ~ ; .~ " PE'eminm Po~2~d rJIl n~ ~1rJ} Contract PdcG Bond No. 1738841 Payment Bond Any singular referCIlce to Contractor. Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name lIIldAddrm): SURETY (Name and Address of Principal Place of Bwiness): The Hanover Insurance Company 600 Embassy Row, Suite 500\ 6600 Peachtree Dunwoody Road Atlanta, GA 30328 Ea&Ie: Utility Contracting, Ine. .1350 Branch Road Bishop. GA 30621 OWNER (Name and Address): Augusta-Richmond County COIUolidlted Gov~t 530 Greene Street Augusta, GA 30911-4430 CONTRACT Date: Amount: $1,789,664.50*** Description (Name and Location): IlIIl1Cstown Sewer EX1cnSion-Phase n (Spirit Creek Basin Pocket) Project No. S0215 BOND Dale (Not earlier than Contract Date): Amount $1,789,664.50*** Modificatiotl8 to this Bond F ann: Surery and Contractor, intending to be legally bound hereby, subject to the terms printed on the rt:vet'ge side hereof. do each cause rhis Payment Bond to be duly e)(ccuted on its behalfoy its authorized officer, agent, or representative. ,:::.:;:.,-t ____ ../:(~/ SUREIT ' ~;-' -c;..~ , \ Compll!l)/: (Corp. S.ei.l) .. ".\ . ~ THE HA OMPAN~' . :/ ~;: - S ;;: '- c :- -- ~: : ignaturc ~ -;. .~ ;., "'" ;:0." , _ Name and Tide: Robert M. Hrehor, Atto "ey-in;Fact ~ ,....~ ~ (Attach Power of Atlomey) ~\ ':'<~ ::;- f , ,. --:;<''> ~ (Space is provided below for signatures of additional parties, if required.) CONTRACTOR AS PRINCIPAL Company: (Corp. Seal) SURETY Company: (Corp Seal) 00620-1 ~ This Power of Attorney may not be used to execute any bond with an inception date after 12/1/2006 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COpy KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Dianne L. Hrehor, Robert G. Hrehor, Robert M. Hrehor, Kathy S. Smith andl/or Rena C. Moss of Lilburn, GA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings oblig~tory in the nature thereof, as follows: Any such obligations in the United States, in any amount And said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attomeys-in-fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7,1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7,2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice President and an Assistant Vice President, this 1st day of December, 2003. . ;'\""'\\\~\~S~U~I;I~JIIIII: ~' :<(-. \~....:::yvc I'~ $',:,,~..'i:,~OR4i:",(' ~ ga..* ~""<6% ~3! 1972 j~" _:t:. 'li \~.~~~~~ "' .......-...... '" .' \\UllIIIII1II11 ~,\\\ c,E COMp 11'1", ~" ....... :.t1'1_"/ .$ ..c:,."pOIij:.. r '<. g /cp~ - -(<\"'~' ~ !~: SEAL \~~ '" : '974 :~g :l . .~~ .....~.:...~ ~ ". . ~ ~ .......~...; ~""'",,,..."'~ THE COMMONWEALTH OF MASSACHUSETTS) COUNTY OF WORCESTER., ) ss. On this 1" day of December 2003, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massac~.usetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. -4(}/U!.Jtl,~/l. a '41A./P;0 Barbara A. Garlick, Notary Public My Commission Expires November 26, 2004 I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attomey and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 19~f Massa(:husetts Bay Insurance Company; Adopted September 7,2001 - Citizens Insurance Company of America)e~ . _ . _ ',,;- '- - . ~ GIVEN under my hand and the seals of said Companies, at VVl{f~$te'r, Massachus~tts, this day of 20 - ' c - . ~::~;.: ~. '~::''' THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA ~\J tv~ Charles T. Wells. Assistant Vice President ;, . I . I Performance Bond I I Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): I Eagle Utility Contracting, Inc. 1350 Branch Road Bishop, GA 30621 I SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address): I Augusta-Richmond County Consolidated Government 530 Greene Street Augusta, GA 30911-4430 I I CONTRACT Date: October 4, 2004 Amount: $1,789,637.50 Description (Name and Location): I Jamestown Sewer Extension-Phase IT (Spirit Creek Basin Pocket) Project No. 50215 BOND I Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form: I I Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. . - I CONTRACTOR AS PRlNCIP AL SURETY Company: (Corp. Seal) Company: I Signature: Signature: Name and Title: Name and Title: . (Attach Power of Attorney) I (Space is provided below for signatures of additional parties, if required.) (Corp. Seal) I CONTRACTOR AS PRlNCIP AL Company: (Corp. Seal) I Signature: Name and Title: SURETY Company: (Corp. Seal) Signature: Name and Title: I 00610-1 I ... ~ .' . I Payment Bond I Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. I CON1RACTOR (Name and Address): I Eagle Utility Contracting, Inc. 1350 Branch Road Bishop, GA 30621 I OWNER (Name and Address): SURETY (Name and Address of Principal Place of Business): I Augusta-Richmond County Consolidated Government 530 Greene Street Augusta, GA 30911-4430 I CON1RACT Date: October 4, 2004 I Amount: $1,789,637.50 Description (Name and Location): I Jamestown Sewer Extension-Phase II (Spirit Creek Basin Pocket) Project No. 50215 I BOND Date (Not earlier than Contract Date): Amount: I Modifications to this Bond Form: I I Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative. CON1RACTOR AS PRINCIPAL I Company: Signature: I Name and Title: (Corp. Seal) SURETY Company: . (Corp. Seal) Signature: Name and Title: (Attach Power of Attorney) (Space is provided below for signatlues of additional parties, if required.) I . I CONTRACTOR AS PRINCIPAL Company: (Corp. Seal) SURETY Company: (Corp. Seal) I I 00620-1 -I --I I I I I I I .1 -I I I I I I I I I I NOTICE OF AWARD Dated ,2004 TO: (BIDDER) ADDRESS: Contract: Jamestown Extension - Phase II; (Spirit Creek Basin - Pocket); Proiect No. 50215 OWNER's Contract No. You are notified that your Bid dated , 2004 for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract. The Contract Price of your Contract is Dollars ($ ). Actua~ Contract Price will be based on the unit prices ~s set fOnh in the Bid Form 5 copies of each of the proposed Contract Documents (except Drawings) accOIppany this Notice .of Award. 5 sets ofthe Drawings will be delivered separately. You must comply with the following conditions precedent Within 10 days of the date you receive this Notice of Award. 1. Deliver to the OWNER 5 fully executed counterparts of the Contract Documents. [Each of the Contract Documents must bear your signature on the Agreement 2. Deliver with the executed Contract Documents the Contract security (Bonds) as specified in the Instructions to Bidders (Article 20), [and] General Conditions (paragraph 5.01) [and Supplementary Conditions (paragraph SC-5.0l).] Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid in default, to annul this Notice of Award and to declare your Bid security forfeited. August-Richmond County Commission (OWNER) By: Richard J. Laschober, P .K Johnson, Laschober and Associates, P.c. Owner's Agent Partner (TITLE) -'1 1 Performance Bond 1 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. 1 CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business): I OWNER (Name and Address): -lcONTRACT Date: _I Amount: Description (Name and Location): IBOND Date (Not earlier than Contract Date): 1 Amount: Modifications to this Bond Form: _I Surety and Contractor, intending to be legally bound ~ereQY, subject to the tenns printed on the reverse side hereof, do each cause this rerformance Bond to be duly executed on its behalf~y}ts authorized officer, agent or representative. .- CONTRA~R AS PRlNCIP AL 1 Company,' ,fi'/i' ~h~ __ (Corp. Seal) _ M8d~/~~hC' Signature: I Name and Title: /#j ::;j4.h'dd/ J;?cs..-~~r SURETY Company: (Corp. Seal) Signature: Name and Title: (Attach Power of Attorney) I(space is provided below for signatures of additional parties, ifrequired.) CONTRACTOR AS PRlNCIP AL I Company: (Corp. Seal) Signature: 1 Name and Title: SURETY Company: (Corp. Seal) Signature: Name and Title: 1 1 1 00610-1 5. If the Surety does not proceed as provided in paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the OWNER to the Surety demanding that the Surety perform its obligations under this Bond, and the OWNER shaH be entitled to enforce any remedy available to the OWNER. 12.3. CONTRACTOR Default: Failure of the CONTRACTOR, which has If the Surety proceeds as provided in paragraph 4.4, and the OWNER refuses neither been remedied nor waived, to perform. or otherwise to comply with the -me paymennenaere-d' anhe-Suretylias aemecrplia15ility, mwhOle or lD part,-telniS-oftheConttacC - I 12.4. OWNER DefaUlt~-~iIUre of the- O~~~ ~~h-has n:~~=-- remedied nor waived, to pay the CONTRACTOR as required by the Contract l or to perform and complete or comply with the other terms thereof. 1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Contract, which is incorporated herein by reference. 2. If the CONTRACTOR performs the Contract, the Surety and the CONTRACTOR have no obligation under this Bond, except to participate in conferences as provided in paragraph 3. 1. 3. If there is no OWNER Default, the Surety's obligation under this Bond shall arise after: 3.1. The OWNER has notified the CONTRACTOR and the Surety at the addresses described in paragraph lOb elow, that the 0 WNER i s considering declaring a CONTRACTOR Default and has requested and attempted to arrange a conference with the CONTRACTOR and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Contract If the OWNER, the CONTRACTOR and the Surety agree, the CONTRACTOR shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive the OWNER's right, if any, subsequently to declare a CONTRACTOR Default; and 3.2. The OWNER has declared a CONTRACTOR Default and formally terminated the CONTRACTOR's right to complete the Contract Such CONTRACTOR Default shall not be declared earlier than twenty days after the CONTRACTOR and the Surety have received notice as provided in paragraph 3.1; and 3.3. The OWNER has agreed to pay the Balance of the Contract Price to: 3.3.1. The Surety in accordance with the terms of the Contract; 3.3.2 Another contractor selected pursuant to paragraph 4.3 to perform the Contract 4. Vlhen the OWNER has satisfied the conditions of paragraph 3, the Surety . shall promptly and at the Surety's expense take one of the following actions:.' 4.1. Arrange for the CONTRACTOR, with consent of the OWNER, to perform and complete the Contract; or 4.2. Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 4.3. Obtain bids or negotjated proposals from qualified contractors acceptable to the OWNER for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by the OWNER and the contractor selected with the OWNER's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the Bonds issued on the Contract, and pay to the OWNER the amount of damages as described in paragraph 6 in excess of the Balance of the Contract Price incurred by the OWNER resulting from the CONTRACTOR Default; or 4.4. Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with' reasonable promptness under the circumstances; 4.4.1 After investigation, determine the amount for which it may be liable to the OWNER and, as soon as practicable after the amount is determined, tender payment therefore to the OWNER; or 4.4.2 Deny liability in whole or in part and notify the OWNER citing reasons therefore. without further notice the OWNER shall be entitled to enforce any remedy available to the OWNER. ~- I- I 6. After the OWNER has terminated the CONTRACTOR's right to complete the Contract, and if the Surety elects to act under paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the OWNER shall not be greater than those of the CONTRACTOR under the Contract, and the responsibilities of the OWNER to the Surety shall not be greater than those of the OWNER under the Contract To a limit of the amount of this Bond, but subject to connniOUent by the OWNER of the Balance of the Contract Price to mitigation of costs and damages on the Contract, the Surety is obligated without duplication for: I ! I' I 6. 1. The responsibilities of the CONTRACTOR for correction of defective Work and cOTnpletion of the Contract; I- t 6.2. Additional legal, design professional and delay costs resulting from the CONTRACTOR's Default, and resulting from the actions or failure to act of the Surety under paragraph 4; and I ( 6.3. Liquidated damages, or ifno liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of the CONTRACTOR. I I 7. The Surety shall not be liable to the OWNER or others for obligations of the CONTRACTOR that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shaH accrue on this Bond to any person or entity other than the OWNER or its heirs, executors, administrators, or successors. I t 8. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders and other obligations. I- t 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is l~cated and shall be instituted within two years after CONTRACTOR Default or within two years after the CONTRACTOR ceased working or within two years .after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first If .the provisions of this paragraph are void or . . prohibited by law, the rninim~m period of limitation available to sureties as a. defense in the jurisdiction of the suit shall be applicable. L [ I l 10. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the address shown on the signature page. I ~ 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was b e performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a c onnnon law pond. I t I L 12. Definitions. 12.1 Balance of the Contract Price: The total amount payable by the OWNER to the CONTRACTOR under the Contract after all proper adjusOUents have been made, including allowance to the CONTRACTOR of any amounts received or to be received by the OWNER in settlement of insurance or other Claims for damages to which the CONTRACTOR is entitled, reduced by all valid and proper payments made to or on behalf of the CONTRACTOR under the Contract I { I. t 12.2. Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. I ( 00610-2 I -I -I Payment Bond --I Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): -I SURETY (Name and Address of Principal Place of Business): '-IOWNER (Name and Address): -ICONTRACT Date: Amount: 1 Description (Name and Location): LOND Date (Not earlier than Contract Date): 1 Amount: Modifications to this Bond Form: 1 lurety and Contractor, intending to be legall~ bound hereby, subject to the tenus printed on the reverse side hereof, do each cause this ayment Bond to be dilly executed on its behalf by its authorized .officer, agent, or representative. JONTRACTOR AS fRINCIP AL Company: ~a:qi<Cij~Z'~. -r:. (Corp. Seal) /0;J-;u R 11 ~f/;" i )' ~"a, Signature: I Name and Title; N7 1AhU; 7~s,.de.J<J'- SURETY Company: (Corp. Seal) Signature: Name and Title; (Attach Power of Attorney) ,space is provided below for signatures of additional parties, if required.) -=ONTRACTOR AS PRINCIPAL . Company: (Corp. Seal) SURETY Company: (Corp. Seal) 1 Signature: Name and Title: Signature: Name and Title: 1 --I---d I 00620-1 . 1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the OWNER to pay for labor, materials and equipment furnished for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to the OWNER, this obligation shall be null and void if the CONTRACTOR 2.1. Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2. Defends, inderrmifies and holds hann1ess the OWNER from all claims, demands, liens or suits by any person or entity who furnished labor, materials or equipment for use in the performance of the Contract, provided the OWNER has promptly notified the CONTRACTOR and the Surety (at the addresses descnoed in paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the CONTRACTOR and the Surety, and provided there is no OWNER Default 3. With respect to Claimants, this obligation shall be null and void if the CONTRACTOR promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1. Claimants who are employed by or have a direct contract with the CONTRACTOR have given notice to the Surety (at the addresses descnoed in paragraph I 2) and sent a copy, or notice thereof, to the OWNER, stating that. a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2. Claimants who do not have a direct contract with the CONTRACTOR: 1. Have furnished written notice to the CONTRACTOR and sent a copy, or notice thereof, to the OWNER, within 90 days after. having last performed labor or last furnished materials or equipment included .in the claim stating, with substantial accuracy, the amount of the claim and the mirrie of the party to whom the materials were furnished or supplied or for whom the labor was done, or performed; and . . 2. Have either received a rejection in whole or in part from the CONTRACTOR, or not received within 30 days of furnishing the above notice any communication from the CONTRACTOR by which the CONTRACTOR had indicated the claim will be .paid directly or indirectly; and .- 3. Not having been paid within flie above 30 days, have sent a written notice to the Surety and sent a copy, or notice thereof, to the OWNER, stating t hat a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the CONTRACTOR 5. If a notice required by paragraph 4 is given by the OWNER to the CONTRACTOR or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1. Send an answer to the Claimant, with a copy to the OWNER, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. . 6.2. Payor arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. I- I 9. The Surety shall not be liable to the O\VNER, Claimants or others for obligations of the CONTRACTOR that are unrelated to the Contract The OWNER shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. I- I I- I 10. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related Subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (J) or (2) first occurs. If the provisicins of this paragraph are void or proluoited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 1- ! I \ I- I 12. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, the OWNER or the CONTRACTOR, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. I 1 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory Bond and not as a common law bond. I 1 I- L 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall pennit a copy to.be made. 1-. r: 15. DEFINITIONS 15.1. Claimant: An individual or entity having a direct contract with the CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor, materials or equipment for use in the performance of the Contract The intent of this Bond shall be to include without limitation in the terms "labor, materials or. equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of the CONTRACTOR and the CONTRACTOR's Subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. I L I- ~ I ( 15.2. Contract The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. I I 15.3. OWNER Default Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as required by the Contract or to perform and complete or comply with the other terms thereof I- I I 1 I L 8. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance Bond. By the CONTRACTOR furnishing and the OWNER accepting this Bond, they agree that all funds earned by the CONTRACTOR in the -- -perforrnanc~-of-the Eontract are dedicated to-satisfy-obligations-of .the - -- - - CONTRACTOR and the Surety under this Bond, subject to the O\\'NER's priority to use the funds for the completion of the Work. . I-- I 00620-2 I -I -I -I -I -I I 1 I I I I I I 1 I 1 I 1 1 NOTICE TO PROCEED Dated TO: (CONTRACTOR) ADDRESS: Contract: (Insert name of Contract as it appears in the Contract Documents) Project: OWNER'S CONTRACT NO. You are notified that the Contract Times under the above contract will commence to run on . By that date, you are to start perfonnmg your obligations under the Contract Documents. In accordanoe with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for fmal payment is Before you may start any Work at the Site, paragraph 2.05.C of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and 0 ther identified additional insureds) certificates of insurance which each is required to purchase. a.nd maintain in accordance. with the Contract Documents. Also, before you may start any Work at the Site, you .must (add other requirements) .....,.. ". (OWNER) By: (AurHORIZED SIGNATURE) (TInE) Copy to ~G1NEER (Use Certified Mail, RetUrn Receipt Requested) -I -I -I 1 I 1 1 1 1 1 1 1 I 1 APPLICATION FOR PAYMENT NO. To: From: (OVilNER) (CONTRACTOR) Contract: . Proj ect: OWNER's Contract No. 6. 7. 8. ENGINEER's Project No. For Work accomplished through the date of: 1. 2. 3. 4. 5. Original Contract Price: Net change by Change Orders and Written Amendments (+ or _): Current Contract Price (1 plus 2): Total completed and stored to date: Retainage (per Agreement): . % of completed Work: $ $ $ $ $ % of stored material: $ Total Retainage: Total completed and stored to date less retainage (4 minus 5): Less previous Application for Payments: $ $ $ $ DUE THIS APP~ICATION (6 MINUS 7): Dated By: Accompanying Documen~jjon: CONTRACTOR'S Certification: The undersigned CON'I'RA:CrOR.ceitifies that:(l) all preyious progress payments received from OWNER on account of Work done under the Contract referred to above have been applied on account to discharge CONTRACTOR's legitimate obligations incurred in connection with Work covered by prior Applications for Payment munbered 1 through _ inclusive; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to O\VNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered by this Application for Payment is in accordance with the Contr:i?t Documents and not defective. Dated CONTRACTOR By: State of County of Subscnbed and sworn to before me this _ day of 1 1 Notary Public My Commission expires: 1 Payment of the above AMOU1\T'f DUE THIS APPLICATION is recommended. I 1 ENGmEER -I --I -I -I ~I -.1 -I .1 I I 1 I I I 1 1 I I I APPLICATION FOR P A YMEl\T'f lNSTRUCTIONS A. GENERAL INFORMATION The sample form of Schedule of Values is intended as a guide only. Many projects require a more extensive form with sp~ce for numerous items, descriptions of Change Orders, identification of variable quantity adjustments, summary of materials and equipment stored at the site and other information. It is expected that a separate form will be developed by Engineer and Contractor at the time Contractor's Schedule of Values is fmalized. Note also that the format for retainage must be changed if the Contract permits (or the law provides), and Contractor elects to deposit securities in lieu of retainage. Refer to Article 14 of the General Conditions for provisions concerning payments to Contractor. B. COMPLETING THE FORM The Schedule 0 fV alues, submitted and approved as provided in paragraphs 2.05.B.3 and 2.07 of the General Conditions, should be reproduced as appropriate in the space indicated on the Application for Payment form. Note that the cost of materials and equipment is often listed separately from the cost of installation. Also, note that each Unit Price is deemed to include Contractor's overhead and profit. All Change Orders affecting the Contract Price should be i den?fied and i neluded in the Schedule 0 f Values as required for progress payments. The form is suitable for use i;h the Final Application for P ayinent as -well as for Progress Payments; however, the required accomp'aJiying documentation is usually. more extensive for final payment. All accompanying documentation should be identified in the space provided on the form. C. LEGAL REVIEW All accompanying documentation' of a leg~l n'ature, such as Lien waivers, should be reviewed by an attorney, and Engineer should so advise Owner. . WNNNNNNNNNN~~~~~~~~~~ >--; o~~~0~~w~~~~~~0~~w~~~~~~0~~~~~ ,.., tr1 ~ ~ ~ ~. ~ ~ ~ ;:,- 0 <I> ~ ~ ~ 1il ~ ~ i2' ~ ::... := <:> ;:: i:!. ~ '" - ;:,- ~ <:> ;:: ~ ~ ~. <I> 'Cl ;:: -Q ~! k So <I> - - '" ;:: ,0 tr1 I ~ <I> CIZl i:!. ::>~ g ~~ ;:l ~ ~ I ~ ~tr1 Q ><:0 'I:l = = - .., ~ , 1';' ~ ~ ~OIZl >-rjO .O~S ~~~ , 8,0 ~~ &;~ ~~ tr1~ 0 ~ ~ ~ 0 ~ ~ - ~ - ~ ~ I ~~ o~ Gjtr1 I o~ - - ~ ~ I ::>0 8o~ IZl~O ~r~ I otr1 Gj~~ o tI. 1- -I CHANGE ORDER No. --I DATE OF ISSUANCE EFFECTIVE DATE 1 1 OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER ENGINEER's Contract No. 1 You are directed to make the following changes in the Contract Documents: Description: 1 1 Reason for Change Order: 1 Attachments: (List documents supportIDg change) }.. ; CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: .\' \ ~. . ;Origma:J Contract Price - Original Contract Times: ;,', , . .. Substantial Completion: . . , '. $ Ready for .final payment: ., ., i . . (days or dates)! . ~et Increase (Decrease) from preVious Change Orders Net change from previous Change Or2et~~.No. _ to: J~O::. ~ to --"--: No. .,. I... .. ,. - .t.' ;. .' .. ~ ~... .. . .. Substantial Completion: . .;... ..' ., ,. .' l . $ Ready for final payment: .. (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for final payment: (days or dates) Net increase (decrease) of this Change Order: Net increase (decrease) this Change Order: Substantial Completion: $ Ready for [mal payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for final payment: (days or dates) ~I _I .~. .~ I.,:' 1 I 1 1 1 RECOMMENDED: APPROVED ACCEPTED: 1 By: By: By: Engineer (Authorized Signature) Owner (Authorized Signature) Contractor (Authorized Signature) 1 Date: Date: Date: 1 EJCDC 1910-8-B (1996 Edition) -I -I CHANGE ORDER INSTRUCTIONS --I I A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price orTimes. 1 '1 Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. 1 For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. 1 B. COMPLETING THE CHANGE ORDER FORM -I Engineer normally initiates the form, including a description of the changes involved and attachments based upon doc~ents and proposals submitted by Contractor, or requests from Owner, or both. .;';1' _I 1 .W' .. . Once'~ngineer has completed and signed the form, all copies should be sent to Owner or Con1!a?tor for approval, depeIjding on whether the Change Order is a true order to the Contractor or the formaliZation of:~ negotiated agreeinentfor a previously performed change. .After approval by one contracting party, all copies should be sent to th~- other party for approval. Engineer should make distribution of executed copies after app~o~a.l..by both . parti~s.'., .:/ . ;' ,.:. If a ch:~hg~ only applies to price or to times, cross out the part of the tabulation that does not apbly. 1 I 1 1 1 1 I 1 EJCDe 1910-8-B (1996 Edition) -I -I -I pi I I -I I -I _I '1 I I I I I I I I CERTIFICATE OF SUBSTANTIAL COMPLETION DATE OF ISSUANCE OWNER CONTRACTOR Contract: Project: OWNER's ContraCt No. ENGINEER's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To I. OWNER And To CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The'items in the tentative list shall be completed 0 r corrected by CONTRACTOR within days 0 f t he above date 0 f Substantial Completion. EJCDC No. 1910-&-D (1996 Edition) I- I The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: I- I OWNER: I- I I- t CONTRACTOR: 1- ! I'. ! The following documents are attached to and made a part of this Certificate: Date I- I I- t t l [ I- t _ [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.} This certificate does not constitute an acceptance QfWork not in accordance with the Contract, Documents nor is it a release of CONTRACTOR's .obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on ENGINEER 1- 1 r-:- By: (Authorized Signature) I 1 I CONTRACTOR accepts this Certificate of Substantial Completion on Date I t CONTRACTOR Date ,- I- t. I l By': (Authorized Signature) OWNER accepts this Certifica.te of Substantial Completion on OWNER By: (Authorized Signature) I ! I ElCDe No. 1910-8-D (1996 Edition) -I -I -I I -I -I -I '1 J -I I I I I I I I I I TECHNICAL SPECIFICATIONS -I -I '1 SECTION 01100 - SUMMARY -I PART 1- GENERAL -I -I 1.1 '1 I I _I I 1.2 I I I 1.3 1.4 I I I I I SUMMARY WORK. COVERED BY CONTRACT DCUMENTS A. Project Identification: Jamestown Sewer Extension - Phase II; (Spirit Creek Basin-Pocket); Project No. 50215 1. . Project Location: Hilson Road/Barlow Roacl!Willis Foreman Road Area 2. Owner: Augusta Richmond County Commission B. Engineer Identification: The Contract Documents, dated April 2004, were prepared for Project by Johnson, Laschober and Associates, P.C., 1296 Broad Street, Augusta, GA 30901 C. The Work consists of construction staking, select clearing, excavation and backfill, dewatering, pipe and manhole installation, soil erosion and sediment control measures, grassing and stabilization. CONTRACT A. Project will be constructed under a general construction contract. USE OF PREMI:SES A. General: Contractor shall have full use of premises for construction operations, including use of Project site, during construction period. SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the l6-division format and CSI/CSC's IMasterFormat" numbering system. 1. Section Identification: The Specifications use section numbers and titles to help cross- referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete. Consult the table of contents at the beginning of the Project Manual to determine numbers and names of sections in the Contract Documents. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 01100 - 1 I- I I- I 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be mterpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. I- I I ! 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. I I I I a.. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. I l PART 2 - PRODUCTS (Not Used) I I PART 3 - EXECUTION (Not Used) ~ I L I t. END OF SECTION 01100 I I \ SUMMiillY 01100 - 2 il t ~ ~ ~ [- II t il --I -I -I I -I I I I -I -I I I I I I I I I I SECTION 02050 - SUBSURFACE CONDITIONS PART 1 - GENERAL 1.1 WORK INCLUDED A. General: A soils investigation report has been prepared for the site of this work by QORE Property Sciences, hereinafter referred to as the Soil Engineer. 1.2 RELATED WORK A. Related work described elsewhere: 1. Excavation for footings and foundations: Section entitled "Earthwork". 1.3 GENERAL A. Attachment: The soils investigation report is attached to this section. B. Use of Data: 1. This report was obtained for the Contractor's use in design. The report is available for bidders' information, but is not a warranty of subsurface conditions. 2. Bidders should visit the site and acquaint themselves with all existing conditions. Prior to bidding, bidders may make their own subsurface investigations to satisfy themselves as to site and subsurface conditions, but all such investigations shall be performed only under time schedules and arrangements approved in advance by the Engineer. 1.4 ATTACHMENT A. Subsurface Exploration and Report (Note: Only soil borings pertaining to Phase II of this project are attached. END OF SECTION 02050 SUBSURFACE CONDITIONS 02050 - 1 -I "1 -I -I -I -I I -I =1 -I I I .1 I I .1 I I I Prepared for: Johnson! Laschober & Associates, ~. C. P. O. Box 2103 Augusta, Georgia 30903 Prepared by: QORE Property Sciences 645 B Frontage Road Augusta, Georgia 30907 Job No. U1227, Reporl No. 20095 September 20, 2002 . SOIL TEST BORINGS AUGUSTA-RICHMOND COUNTY SEWER LINE AUGUSTA-RICHMOND COUNTY, GEORGIA -I -I -I I -I -I I I ~I .1 I I I I I I I I I QORE PROPERTY SCIENCES September 20, 2002 Johnson, Laschober & Associates, P.C. P. O. Box 2103 Augusta, Georgia 30903 Attention: Mr. Rich Laschoper, P.E. Re: Soil Test Borings Augusta-Richmond County Sewer Line Augusta-Richmond County, Georgia Job No. U1227, Report No. 20095 QORE, Inc. has completed soil test borings for. the referenced project in accordance with our proposal No: 02073 dated July 17,2002. Test boring records are attached. .. Project Information. The site is located in Richmond CountY near the -landfill. The project consists of approximately 48,000 linear feet of sewer line in three phases. Maximum depth of the I!.ne is approximately 15 feet. About one third of the first phase is in an area that is inaccessible by vehicles. The purpose of these soil borings is to identify subsurface conditions, soil types, and groundwater. Field Exploration Methods. :A total. of 25 borings were completed for Phases I & II of the Jamestown Sewer Extension. Five hand auger borings were completed in inaccessible areas of . the site and twenty borings were completed with a truck mounted drill rig. A boring location plan and test boring records are attached. The geotechnical exp,loration began with a visual site recon~aissance' performed by a member of our professional staff. Our personnel located the soil'test borings by estimating right <;:Ingles and measuring distances from' existing features. Borings HA 1 through HA5 were performed by a crew .of two technicians using a hand 'auger. They also collected samples for review by our engineer. The approximate boring locations are illustrated on the Boring Location Pl"an in the Appendix. Due to the. methods used, the-locations of the borings. should be oonsidered approximate. Because topographic information was not 'provided, ground surface elevations are not included on the Boring Records. b45B Frontage Road Augusta, Georgia 30907 (706) 855-2060 fax (706) 855-20 II Augusta-Richmond County Sewer Line Job No. U1227i Report No. 20095 September 20,2002 Paqe 2 I { I i I ! I l I ! I t I I I I I L I ( I l I f= I 1 (I i ~ ~ [I II ;1 Soil test borings B 1 through B20 were performed utilizing a truck-mounted CME55 drill rig. The soil test borings were drilled by mechanically advancing hollow stem augers into the ground. Standard penetration tests (SPT) were performed with a rope and cathead at regular intervals in the borings to estimate soil consistency and to obtain soil samples. Portions of each sample were transported to ..our laboratory for engineering review and visual classification. The depth to groundwater was measured ifi the boril}gs at the time of drilling. Soil descriptions, standard penetration test results, and other subsurface data are presented in the Soil Test Boring Records in the ~ppendix. . The procedures used by OOREfor field sampling and testing were performed according to ASTM procedures and established engineering practice. In addition to the Boring Location Plan and the Soil Test .Boring Records, th.e Appendix contains more detailed descriptions of our drilling procedures and ot~er information pertinent to th~ geotechnical engineering aspects of this report. Subsurface Conditions. Subsurface conditions consisted' generally of sands, silty sands, and clayey sands with some clay. Rock was not encountered, but some dense/hard sandy clay and clay zones were encountered, especially in borings B2, B14, B16, and B18. Along Spirit Creek, the alluvial soil was predominately very loose sands with some areas of high organic content. Some borings were terminated when they encountered buried logs or stumps. Groundwater was not encountered in.the Phase II borings performed with the truck mounted drill rig. However, groundwater levels fluctuate with seasonal and yearly rainfall variations. . Groundwater was encountered in the hand auger borings along Spirit Creek and will likely be a signifiCant factor during construction. The above discussion and our Test Boring Records do not reflect variations in the subsurface conditions, which are likely to exist intermediate of our borings, and in unexplored. areas of the site. These variations ~re due to the inherent variability of the subsurface conditions in this 'geologic region as well as past land uses. OORE appreciates the opportunity to perform these borings. OaRE can provide additional services necessary to develop this project, including environmental assessment. Please call us if you have any questions about this report or our services. Respectfully submitted,. OORE Prop~rty Sciences ,/ /c~ p~~kes, P.E. Branch Manager I '1 -I I I -I .1 I -I ~I I I I I I. I I 1 I APPE.NDIX Boring Location Plan . Test Boring Records Procedures ""-^:li~Cl -~ ~ f () ~o -" .~o. V> ~~ z ~tT1 < -~ OJ o ::!. :l (J:) r o () nJ !:!: o :l -U nJ :l --- C- O )> ~ C ~ (Q roe o ::J 0 (j) o - or OJ r ::l. I C!'. nJ cg. ;;U C- O CJJ::J -. tIl ~9-~ g.3 ruO'O 3(!l Q.CJru O~ 0.~::J :JO ~R<>-O a.::: -. () :J o-)>~ 0 (/) '< CJJ -. OCJJQ. c(!l o ro :J::: o Q. 0. -< (!l ;;U~O' ~ ..., mro'< G) _CJJ ro -u ~ . (Q o -. . tIl .' o Ol~ ~ ~ to ~ ~ i '" ~ '" 1;; < " - i3 '" <:: ;; 0 i" '" m '" '" o '" " -; o '" ., ~[;JI . ;;:j ~; I: ~u 'q b u-i. :~ (1 8~ f5 f' B_~. ~u "".. OAD 11l(HhMl.l ~ .~ '1 OJ ;!' ~ o >- r.l o ~ 'S ; OJ ~ f.? ~~~ !~i ~~~ hi i~~ " l/UflCICIJ o ~ '" ';, .!( g ~:il1J1 UI ~. ~. ~ -I -I Ie 3,,9, BORING NO: HA1 R E'M TEST BORING RECORD SCIENCES I PROJECT: Jamestown Sewer JOB NO: U 1227 1 REPORT NO: 20095 PROJECT lOCATION: Augusta-Richmond County, Georgia. ELEVATION: BORING STARTED: 8/14/2002 BORING COMPLETED: 8/14/2002 DRilLING METHOD: Hand Auger RIG TYPE: HAMMER: GROUNDWATER: ';l 6.0 ATD BORING DIAMETER (IN): 3 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 ~o 50 60 70 eo 9010 - 0 Tan to Gray Clayey SAI\JD (SC) . . ;. . . . . j- .. .'/. / . . -5- /' /. /.. . ';l , Boring Terminated at 6 Feet. Hole Caved in. Water Present in Bore Hole. " .. -10- -15 - -I -I '1 I -I .1 I I I 1 N o o I: {:J Cl. ~ o Ii ..., Cl. {:J I~ w ~ ..., .... I ~ ~ .0 u w I i o III I- I BORING NO: HA2 1- ! ~ SPE9y R Eâ„¢ TEST BORING RECORD I- I SCIENCES PROJECT: Jamestown Sewer JOB NO: U1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County,Georgia ELEVATION: BORING STARTED: 8/14/2002 BORING COMPLETED: 8/14/2002 DRilLING METHOD: Hand Auger RIG TYPE: HAMMER: GROUNDWATER: Not Encountered BORING DIAMETER (IN): 3 I SHEET 1 OF 1 Remarks: ElEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION l S R RESISTANCE (N) /6" 0 10 20 30 .to 50 60 70 869010 f-O \ Tan to Light Brown Silty SAND (SM) '. '. . . . . .. '. . . . . '. .. - 5 Gray Clayey SAND (SC) . . / . ./.,/ Auger Refusal. Stumps and Roots Present. Boring Terminated at 6 Feet. .- . . -10 - , .. -15- I I , 1- ~ I- i .- I- t I- t t I: l. . I' L. I !:-- , I L e .0 ~ '" f- o (!) cL 0:: .0 U 0:: o o -, c.. (!) :Z s: o f- en w ~ l'- N N :; o 0:: o U W 0:: (!) z E o c:> , I L I L I L I L. '-1 -I HI C 8,,9, BORING NO: HA3 R E'M TEST BORING RECORD SCIENCES I PROJECT: Jamestown Sewer JOB NO: U1227 T REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 8/14/2002 BORING COMPLETED: 8/14/2002 DRILLING METHOD: Hand Auger RIG TYPE: HAMMER: GROUNDWATER: 'Sl 5.0 ATD BORING DIAMETER (IN): 3 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 40 50 60 10 8090'0 '. - 0 Tan to Light Brown Silty SAND (SM) .. .. Gray Medium to Coarse SAND 'Sl - 5 : Boring Terminated at 5 Feet. Hole Caved in. I ~ 10- .. ( -15 - '-1 -I 1 -I ~I 1 1 1 I I N o I~ " "- 0:: I; ~ " 1 ~ uJ ~ 1 ~ 0:: o U uJ 1 i o t:J BORING NO: HA4 ~- ~- .-. ~- I- I 'C SPE9y R Em TEST BORING RECORD SCIENCES PROJECT: Jamestown Sewer JOB NO: U1227 -\ REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 8/14/2002 BORING COMPLETED: 8/14/2002 DRILLING METHOD: Hand Auger RIG TYPE: HAMMER: GROUNDWATER: 2- 3.0 ATD BORING DIAMETER (IN): 3 1 SHEET 1 OF 1 RemarKs: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 40 50 60 70 809010 - 0 Tan to Light Brown Clayey SAND (SC) with organics y. .::.,. . '/- . . Dark Brown Silty SAND (SM) .. 2- .. '. .. . . .. - 5 Auger Refusal. Stumps and Roots Present. Boring Terminated at 5 Feet. .- { -10 - , - , I 1_ f-15- 1 , ,- ,- t, I~ l _ ,- I- b I' ~ o 1il I- a 19 c- o:: o U 0:: o o , , --, c- c:> z ~ o l- (/) w .:;; ~ ~ :; o 0:: o U w 0:: 19 Z ii o '" -I -I I a 9,,9, '-1 R Eâ„¢ BORING NO: 81 TEST BORING RECORD SCIENCES 1 PROJECT: J,amestown Sewer JOB NO: U1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond Cou.nty, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Ro[?e/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: . - ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 . 20 30 40 50 60 70 809010 - 0 '\ TOPSOIL r Very Stiff, Light Tan Silty, CLAY (CL) wY I 1\ 8-11- 12 Dense, Reddish Tan to Brown Silty SAND (SM) with .. mica .' . . - .. <x \ 9 - 17 - 20 1-5- :.,:..- . . '. - >X '.... . 8-15- 16 Very Firm, Yellow Silty Well Graded SAND (SM) - j X 7-11- .. 12 -10 Boring Terminated at 10 Feet. - -15 - I -I I I 1 -I :1 1 I 1 g I: a. n:: _0 I~ a: C> II ~ Ii 0:: o <.> I; o OJ I- I BORING NO: 82. I- I ~ 3 PE 9y R Eâ„¢ TEST BORING RECORD I- I SCIENCES PROJECT: Jamestown Sewer JOB NO: U1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 - DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 1 SHEET 1 OF 1 Remarks: - ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) 16" 0 10 20 30 40 50 60 70 !O 901.0 - 0 Loose to Very Dense, Tan to Brown Silty Fine SAND .. (8M) with some clay .......~ \ 2-2-5 - :....- . . .. ~ . . \ : :'.f--- IX 3-8-10 I 1-5- - :~ l \ .. 8-10- 13 .:.- t \ I - \ X l l- is - 23 - , 30 -10 Boring Terminated at 10 Feet. -. , , . I- 15- I I I \ I- I I I I' { ~- ,~ I~ I- I" I' N ~ N c; .f- a o tL a: o u a: a o -, tL o Z ~ o f- en w ~ <{ -, .... N N :; Q a: o u w a: o z a: o CD -I -I ~I ~ 3..9, BORING NO: 83 R Eâ„¢ TEST BORING RECORD SCIENCES I . I REPORT NO: 20095 PROJECT: Jamestown Sewer JOB NO: U1227 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: ELEV. DEPTHI STANDARD PENETRATION BLOWS G (FT.) (FT.) I MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 40 SO 60 70 BO 9010 - '-0 TOPSOIL t..!. Loose, Gray Clayey Medium SAND (SC) ""x 4-3-3 .. . ./. ti . ~ . .. Ox 4-4-3 - 5 Firm, Light Gray Silty CLAY (CL-ML) with some sand and mica .- I- ~ 2-2-3 - Loose, Dark Gray Silty Fine SAND (SM) with root fragments - .x 2-2-3 -10 Boring Terminated at 10 Feet.' -.15 - -I -I I I :1 -I .1 I I I N \2 o I~ Cl. cr: o u .cr: o o '1 ~ Cl. C> z I~ ~ l"- I ~ c:: o u UJ c:: I ~ o CD I' I BORING NO: 84 I- I C SPE9y R Eâ„¢ TEST BORING RECORD ,- ,- , , , I. SCIENCES PROJECT: Jamestown Sewer JOB NO: U 1227 REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia , ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger :.: . HAMMER: Rope/Cathead RIG TYPE: CME 55 GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: .. , ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) l6" 0 1. 2. 30 40 50 GO 70 809010 1-0 TOPSOIL /" .~ :.. \ Very Loose, Brown Silty Medium to Coarse SAND .. f-- (SM) IX . .. \ 3-2-2 - , -'--=- .. . . 1\ Very Firm, Orange and White Clayey Medium SAND I. (SC) with some gravel sizes anp mica t1x I ..~. 7-11- .;/ 13 '..~ l.. 1-5- :& I ~ 0;; ~IX .~ 7-10- - :~ 12 ..~ ~ .';1. . .'/ ~X . ~/ . . 9-11- I I'j. 12 I- 10 (j Boring Terminated at 10 Feet. I - I - I -15 - I I , I h N o (5 N 0; f- a (? CL <r o u <r o o ~ CL (? Z ~ o f- rn W :;; ~ t- N N :; a <r o u w <r (? z 2 o OJ -I -I ., ~ 3,.9, -I BORING NO: 85 R E'M TEST BORING RECORD SCIENCES I PROJECT: Jamestown Sewer. JOB NO: U1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond 'County, Georgia . ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 SHEET 1 OF 1 Remarks: ELEV. DEPTH MATERIAL DESCRIPTION STANDARD PENETRATION BLOWS G (FT.) (FT.) L S R RESISTANCE (N) /6" 0 10 20 30 40. SO GO 70 809010 -0 "TOPSOIL ~ I I Very Stiff, Reddish Brown Slightly Sandy CtA Y (CL) IX 7-9-11 1\ WA Dense, Orange and White SiltyFine (SM) SAND with mica :>-- !IX 8-13- 19 -5- :..f-- .. . X - 10-16- 20 . . :.- .. .. Dense, Orange and White Silty Medium (SM) SAND with mica . - , X ~ 11-19- 26 '-10 Boring Terminated at 10 Feet. -15 - I I 1 I -I -I '1 I I 1 N e o I; 0.. 0:: o I~ -, 0.. D z I~ ~ ,... N I~ o () uJ 0:: I~ c::> I- I BORING NO: 86 1- ( ~ SPE9y R ElM TEST BORING RECORD I'. I SCIENCES PROJECT: Jamestown Sewer JOB NO: U 1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia t ELEVATION: BORING.STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead I SHEET l GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 1 OF 1 Remarks: I l . 1 ELEV. DEPTH MATERiAL DESCRIPTION STANDARD PENETRATION, BLOWS G (FT.) (FT.) . l S R RESISTANCE (N) /6" t 0 10 20 30 40 so 60 70 809010 f-O "\ TOPSOIL /.:. . I . { Firm to Very Firm, Reddish Brown Silty Fine to Medium SAND (SM) with rock fragments and mica L I .f-- t ::IX \ 4-7-7 I' 1-5- .~ t ..~. , 4-8-9 I , . 5-7-9 1- \ .- ! . . ,--- , ::,X 7-10- 12 i- 10- 'c-- , - I' ! -. I - ~:IX L . 6-8-10 I -15 Boring Terminated at 15 Feet. ~ I II 1- 1- t N e o ~ '" t- o C> 0. a:: o u a:: o o -, 0. (!) Z ~ o f- rn w ::;: ~ ..... N N :; o a:: o u w a:: C> z 2 o '" ""I -I Ie 9,,9, ,~"r BORING NO: 87 TEST BORING RECORD I' PROJECT: Jamestown Sewer JOB NO: U1227 I REPORT NO: 20095 PROJECT lOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRilLING METHOD: HollowStem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: ElEV. DEPTH STANDARD PENETRATION. BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION l S R RESISTANCE (N) /6" 0 10 20. '0 40 SO 60 7D 809010 - 0 "\ TOPSOIL. r... Loose, Red Clayey Fine SAND (SC) ;X 41 4-5-4 . . . Firm, Brown Silty Fine to Medium SAND (SM) . . \ R - 3-6-9 - 5 - ::..- .. .. : :..:.- ..IX 4-5-9 :.;.:..e-- Firm, Brown Clayey Fine to Medium SAND (SC) . . . ..1-- IX 6-7-8 . . r- 10 Boring Terminated at 10 Feel. .. ~ 15":' ; __I I '1 -I -I .1 I I I, I N e o I~ <:> Cl. a: o Ii ..., Cl. <:> I ~ UJ :::;: :;; ... I ~ a: o () UJ I i o !D I- I BORING NO: 88 I- I C SPE9y R ElM. TEST BORING RECORD I- t S C I ENe E S PROJECT: Jamestown Sewer JOB NO: U1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/412002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow sfem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 40 50 60 70 809010 - 0 \. TOPSOIL r .' Firm, Red Silty Fine SAND (SM) - X 41! 3-5-7 .... . '--' . . Firm, Brown Silty Fine to Medium SAND (SM) with . . mica .:.'- X . . . 6-8-8 -5- :::'.'-- .. - Xx . - '. 7-7-10 .>.- Firm, Brown Silty Fine to Medium SAND (SM) with mica and clay lumps . - - IX 7-8-11 ~10 Boring Terminated at 10 Feet. I -.. , - ,. "-15- I \ I- i ,- I' i I l t l I: l I I ,. I I I' t. N o o t:! '" f- o l!> 0.: a: o '-' a: o o I I -, "- l!> Z ~ o f0- CI) UJ ~ -, .... N N ::> o 0:: o '-' UJ 0:: .l!> z E o c I l I L I L I I -I "Q o' I '-'J PRO PER T Y R E"M BORING NO: 89 TEST BORING RECORD SCIENCES 1 PROJECT: Jamestown Sewer JOB NO: U 1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: .9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 1 SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 40 50 60 70 809010 1-0 Loose to Firm, Yellow and Brown Silty Fine to Medium SAND C?fv1) ~I- - IX ~ 4-6-6 l- .. I .,1- IX ~ 2-2-3 -5- ..1- .- ~ - X 4-4-4 .C- .- , X 3-4-5 f- 10 Boring Terminated at 10 Feet. -15 - , -I -I 1 1 -I _I 1 I I I. N o I; c- o:: o I~ c- t') z I~ :;; ~ r- I! o u UJ 0:: I~ "" c 9 PE 9y R Eâ„¢ TEST BORING RECORD. SCIENCES PROJECT: Jamestown Sewer PROJECT LOCATION: Augusta-Richmond County, Georgia BORING STARTED: 9/4/2002 ELEVATION: DRILLING METHOD: Hollow Stem Auger GROUNDWATER: Remarks: G ELEV DEPTH (FT.) (FT.) - 0 -5- N a o N en f- o (!) Ii: a:: o () a:: o o ~ 10 --, CL (!) z: S: o f- rn w ::;: ::!i ~ N N ::; .0 c:: o u w c:: (!) z: ;;;; o '" ~15- RIG TYPE: CME 55 Not Encountered MATERIAL DESCRIPTION " TOPSOIL Loose, Brown Clayey Fine to Medium SAND (SC) Very Loose to Loose, Light Brown to Black Silty Fine to Medium SAND (SM) Boring Terminated at io Feet. JOB No: U1227 BORING NO: I- t 810 I- I I- t I REPORT NO: 20095 . I- t BORING COMPLETED: 9/4/2002 HAMMER: Rope/Cathead BORING DIAMETER (IN): 4 I SHEET 1 OF 1 I- I L S R r.~ .~X ::/. x :. ---'- ..:..-x . . .. :-..c IX I- t STANDARD PENETRATION RESISTANCE (N) o 10 20 30 40 50' 60 70 809010 BLOWS /6" I- t - , \ \ 4 I- t 3-4-4 t l l L 1-0-1 I- I I' b 2-3-3 I t I I 2-3-3 I L , I L I t I I L -I -I -I ~S,,9, .BORING NO: 811 R Eâ„¢ TEST BORING RECORD SCIENCES I PROJECT: Jamestown Sewer JOB NO: U 1227 T REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION:. BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRilLING METHOD: Hollow Stem Auger RIG TYPE, CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encount~red BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCR1PTION L S R RESISTANCE (N) /6" 0 10 20 JO 40 50 60 70 809010 - 0 Loose, Brown Silty Fine to Medium SAND (SM) ..- X 5-5-5 J-- - Firm to Very Firm, Red Silty Medium to Coarse SAND (SM) with mica .'-- IX \ 3-4-10. -5- .f-- \ . .- X 7-11- 11 . '--- - :'X. 8-9-14 -10 Boring Terminated at 10 Feet. f- 15 - . . -I '1 '1 1 ~I ~I I I I 1 N ~ I; a. cr o I~ .-, Cl. 19 Z I .~ ~ .., I! o u w Ii OJ C SPE9y R En. TEST BORING RECORD S C I ENe E S. PROJECT: Jamestown Sewer ELEVATION: PROJECT LOCATION: Augusta-Richmond County, Georgia BORING STARTED: 9/4/2002 . RIG TYPE: CME 55 GROUNDWATER: DRILLING METHOD: Hollow Stem Auger Not Encountered Remarks: G ELEV. DEPTH (FT.) (FT.) - 0 -5- N o o ~ '" f- D <9 ~ 0:: o () I 0:: o o '- 10 -, 0.. <9 :i ~ o f- (J) w ~ .., .... N N => D 0:: o () W 0: <9 Z 0" o to -15~ MATERIAL DESCRIPTION Firm, Brown to Black Silty Fine to Medium SAND (SM) Very Firm, Mottled Red, Brown and Gray Clayey Fine to Medium SAND (SC) Boring Terminated at 10 Feet. JOB NO: U 1227 BORING NO: 812 I- I- I I- I I REPORT NO: 20095 I' I BORING COMPLETED: 9/4/2002 I I HAMMER: Rope/Cathead BORING DIAMETER, (IN): 4 I SHEET 1, ,OF 1 L S R ..:..:- ....IX ..::~:.~ - x .::.. ---' ::::...-x ::: :: .: '---' .~.X- ~ /Z. I I. STANDARD PENETRATION BLOWS I RESISTANCE (N) 16" t 10 20 30 40 SO 60 7~ 809010 I , 4-7-8 ,- I~ l 4-7-7 , I \-- \ 6-8-9 I \ \ I- I. 10-12- , 14 , I I. I L , I l -I -I I C 3,,9, '1 R E'M BORING NO: 813 TEST BORING RECORD SCIENCES 1 PROJECT: Jamestown Sewer JOB NO: U 1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRilLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: . Not Encountered BORING DIAMETER (IN): 4 T SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20' 30 40 50 60 70 80 9010 " - 0 Firm, Clayey Fine SAND (SC) . .'/ . X ... ~ 5-7-9 .:- . . //.: Very Firm, Light Tan Silty Fine to Medium SAND (SM) .. :::X \ 5 - 8 - 14 -5- ...:.:- \ . . '. '~ 7-15- 15 ::.:..1-- \ .. Hard, White CLAY (Cl) (Kaolin) ..~ IX 13-18- 21 -10 Boring Terminated at 10 Feet. -15 - I I I I I I I ~I _I I I I I '" e o I; "- 0:: o Ii "- C) z I~ :;; ~ r-- '" 1 ~ .0 '-' w 0:: I~ 2 o tD I \ BORING NO: . B 14 I I ~ SPE9y S~NCSTM TEST BORING RECORD I I PROJECT: Jamestown Sewer JOB NO: U1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 )1 SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL D~SCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 40 50 60 70 8090'0 - 0 '\TOPSOIL (:. . Loose, Brown Silty Fine SAND (SM) with organics and ....- X brick fragments . . '\ 3-5-5 ....~ ~ Very Firm to Very Dense, Red and Purple Clayey Fine '\ to Medium$AND (SC) ~X '\ \- ~ 18 - 30 - 35 b ~5- ...~ j V- < v.y J [? - (IX - . I J 14-17- 19 /.. . . I ....- G/X 9-10- 11 . ~ 10 Boring Terminated at 10 Feet. .- "- 15- I I I I I I ! I I I 1 I I I I .( I t I ! I ( I I. I L. I l I h I !- I L N o o N 0; I- a Cl c- o:: o () 0:: o o I L --. c- Cl z 3: o I- U) UJ ::;; <: -, ..... N N 5 o 0:: o () UJ 0: t? Z E' o lD I 1_ I L I L I -I -I I ~ SL9, --I R ElM BORING NO: 813 TEST BORING RECORD SCIENCES I I PROJECT: Jamestown Sewer JOB NO: U1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: . Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 . OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 . 30 40 50 60 70 809010 " - 0 Firm, Clayey Fine SAND (SC) .//. . "2.._ ...X .. 5-7-9 ..:- "j. :. Very Firm, Light Tan Silty Fine to Medium SAND (8M) .::...- .X . 5-8-14 \ -5- .:.:.:- \ . . '. ;~ '. . 7-15- - :.:':'. 15 ::.:..1-- \ .. Hard, White CLAY (CL) (Kaolin) t I 13 -. 18 - 21 f- 10 Boring Terminated at 10 Feet. -15 - , '1 1 I ~I I I I 1 N e o I; Cl. a: o I~ -, Cl. C> II ~ I! .0 (.) w Ii w I- I BORING NO: .814 I- I C SPE9y R E'M TEST BORING RECORD I- I SCIENCES PROJECT: Jamestown Sewer JOB NO: U 1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING ,sTARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" { 0 ,6 20 30 4{l 50 60 70 809010 -0 I\TOPSOIL f:.: . t Loose, Brown Silty Fine SAND (SM) with organics and ..- brick fragments X ~ 3-5-5 .::..f-- 1\ . . '\ Very Firm to Very Dense, Red and Purple Clayey Fine t to Medium SAND (SC) '/.:- '\ .,x i'\ f)- 18 - 30 - . . 35 \ ~5- r;. ..:,-- 1/ . .:'/ 1/ ';,. ! -. ~IX ,/ 14 - 17 - 19 I . ~. 0. V 0.'/ ..~~ L i;>IX :}':. 9-10- , ';-: 11 >-10 ~/! Boring Terminated at 10 Feet. I L .. I t . - >-15- I I I- I I I 1-. l 1- I '-. I~ 1- 1- I. I N ~ !:::! en I- o <-' Cl. 0:: o <.> 0:: o o -, Cl. <-' Z ~ o I- (J) llJ :<: <( -, to- N N 5 o 0:: o <.> llJ c: <-' z E o m L -I -I -I C 3..9, BORING NO: 815 R En. TEST BORING RECORD SCIENCES -I PROJECT: Jamestown Sewer JOB NO: U1227 T REPORT NO: 20095 PROJECT LOCATION: Augusta.-Richmond County, Georgia . -I ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead -I GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 SHEET 1 OF 1 Remarks: . - -I ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT,) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" I 0 10 20 '0 40 50 GO 70 809010 - 0 "'TOPSOIL 7.:. Loose to Firm, Dark Brown to Tan Silty Fine to ... e-- '1 Medium SAND (SM) X i 4-5-7 '. . ' =1 . '----- .. -I :.....- X - . 3-3-4 :: .~ " -I -5- :.:..- .. I >~ ::':', ~. 4-5-6 :. .: : '----- I . . Firm, Tan Clayey Fine to Medium SAND (SC) with mica N .x e 10 l::! . 5-7-9 en I- 0 (:> cL -10 Boring Terminated at 10 Feet. a:: 0 Ii -, "- (:> I z: 3: 0 I- en UJ ~ ,... I N N :; 0 c:: 0 u UJ Iii -15 - 0 CD ~ SPE9y R Eâ„¢ TEST BORING RECORD SCIENCES PROJECT: Jamestown Sewer ELEVATION: PROJECT LOCATION: Augusta-Richmond County, Georgia BORING NO: 816 -- I- t I- t JOB NO: U1227 I REPORT NO: 20095 I- I RIG TYPE: CME 55 BORING STARTED: 9/4/2002 GROUNDWATER: DRILLING METHOD: Hollow Stem Auger Not Encountered Remarks: G ELEV. DEPTH (FT.) (FT.) - 0 -5- N e o I:::! Ol f- a ~ Cl. 0::: o U 0::: o o f-'10 -, Cl. ~ Z. ~ o f- U) UJ ~ "- N N :; a 0::: o U w cc c:l z 2 o Q) -15 - MATERIAL DESCRIPTION 1\ TOPSOIL Loose, Dark Brown Silty Fine SAND (SM) Firm to Very Dense, Brown to Red Clayey Fine to . Medium SAND (SC) Boring Terminated at 10 Feet. BORING COMPLETED: 9/4/2002 HAMMER: Rope/Cathead BORING DIAMETER (IN): 4 I SHEET 1 OF 1 I- I L S R f:'. ...- IX ::.- f-- ./.. (I-X 0i.. :/. 18! ~ '~X //, ~ ~- V) ~x r/,i. :/,,0: 1/';. v).' 1-. I . STANDARD PENETRATION RESISTANCE (N) o 10 20 30 40 50 60 70 809010 BLOWS /6" I- I , \ \ .\ I- I 3 - 4 - 5 I'. l I: I . .6 - 6 - 9 I- t I' L... 11-17- 1- 19 { \ I~ \ II 19 - 22 - ,- 31 I I I L I .- I I '1 -I I C 3.,9, R E'" BORING NO: 817 TEST BORING RECORD SCIENCES I PROJECT: Jamestown Sewer - JOB NO: U1227 I REPORT NO: 20095 PROJECT lOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRilLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROU NDWA TER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: .. ElEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) .. .MATERIAl DESCRIPTION l S R RESISTANCE (N) /6" 0 10 20 30 40 SO 60 70 eo 9010 -0 " TOPSOIL r Firm, Red Clayey Fine to Medium SAND (SC) .- <X \ 2-3-5 . . ...- /- <I /X \ - 6-6-8 . . -5- IX 4-5-9 '1--- . . Firm, White Silty Fine SAND (SM) with mica . . .>- IX 6-8-9 ~ 10 Boring Terminated at 10 Feet. - - f- 15- I I /.1 I , I I I I I I _I I I I I N o o I; "- a: o I~ CL D II ::;; ~ Ii o (,) UJ Ii lD I ( BORING NO: 818 I I C SPE9y R ElM TEST BORING RECORD I , S C I ENe E S PROJECT: Jamestown Sewer JOB NO: U 1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia. ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 l SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION. BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 10 20 30 -'0 50 GO 70 809010 1-0 Very Loose, Brown Silty Fine SAND (SM) - ....- X ~ 1-1-2 .' . :..f-- .. ~ '- Dense, Tan to Reddish Tan Clayey Fine SAND (SC) "" '//- ~ " IX ,'" ~;,. 14 - 21 - 'j. ~.. 29 -5- .V'.. '/.'. ). .IX 15 - 23 - I 25 ~. Dense, Light Tan Silty Fine to Medium SAND (SM) :J- 'IX 1 . . 14 - 18 - 18 J -10 Boring Terminated at 10 Feet. I , -15 - I ! I t I , I \ I l I ( I l I ( I I I ( - . I t N 12 o ~ 0> l- e Cl n: 0:: o U 0:: o o I L --. "- Cl z ;:: o I- <n w ::: ~ .... N N :J e 0:: o u w c:: Cl z ;;; o OJ . I [ . I 'I -I I C g,g R E'M BORING NO: 819 TEST BORING RECORD SCIENCES I PROJECT: Jamestown Sewer JOB NO: U1227 I REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County. Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" .0 1. 2. 3. "'0 SO 60 70 809010 -0 Firm, Brown Silty Fine to Medium SAND (SM) X \ 4-5-6 :.:- '. .. Very Firm, Tan to Brown Slightly Clayey Fine to 1\ Medium SAND (SC) X 10-12- . . 15 -5- :,~.( - X . . 8 - 14- 14 . . - Very Firm. Tan Silty Fine to Medium SAND (SM) with mica I--- IX :~ 7-10- 12 -10 Boring Terminated at 10 Feet ; . I -15- I I , I I I I 1 I I _I 1 I I I N o o I; "- 0;: I~ "- C> z I~ ~ -, ..... I! o u U/ 0;: I~ CD I ( BORING NO: B20 I ( . ~ 3PE9y R Eâ„¢ TEST BORING RECORD I I SCIENCES ..., CL t9 z ~ o f- </) W ~ "- N N :; o 0:: o U W 0:: t9 z 2 ~ PROJECT: Jamestown Sewer JOB NO: U 1227 REPORT NO: 20095 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: BORING STARTED: 9/4/2002 BORING COMPLETED: 9/4/2002 . DRILLING METHOD: Hollow Stem Auger RIG TYPE: CME 55 HAMMER: Rope/Cathead GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT.) (FT.) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" 0 1.0 20 30 40 50 60 70 809010 - 0 '\ TOPSOIL . r ' :. . Firm to Very Firm, Yellow to Tan Fine to Medium Silty <X SAND (SM) with mica 3-5-7 , ..f-- / R 6-7-8 \ -5- .- \ .- X 7-10- 11 .~ ..--' X .. 10-11- 13 -10 Boring Terminated at 10 Feet. I 1-15 - , ! I f ! ~ I I ~ I ( I N e o N 0; I L ~ ~ 11 t-- !I I [I ~ II 11 II \ .1 f- o t9 CL 0:: o <-' 0:: o o -I -I -I -I I. -I hi I -I' -I 1 I I I I I I .1 I PROCEDURES CORRELA TION OF STANDARD PENETRATION RESISTANCE WITH RELATIVE COMPACTNESS AND CONSISTENCY Semel ;:mel (.;r::lvp.1 Standard Penetration Resistance Rlnws/Fnnt RRlrltivR r.nmr::lr.fnRs;:; 0-4 5-10 11-20 21-30 31-50 Over 50 Very Loose Loose Firm Very Firm Dense Very Dense Silt ::Inel r.1::IY Standard Penetration Resistance Rlnws/Fnnt r.nnsistRnr.y 0-1 2-4 5-8 9-15 16-30 31-50 Over 50 . Very Soft Soft Firm Stiff Very Stiff Hard Very Hard SOIL TEST BORING, ASTM 0-1586 PROCEDURES f I~ \ I- I 1'- t I- I I l I' I I \ I~ t I l . I . I' L=- I' .. 1- l , - I t I L , . The borings were made with a hollow-stem auger powered by a 125-horsepower drill rig. At regular intervals, soil samples were obtained through the hollow augers with a standard 1.4-inch 1.0., 2.0-inch 0.0. split-tube sampler. 'The sampler was initially seated 6 inches to penetrate. any loose cuttings; then driven an additional foot with blows of a 140-pound hammer falling 30 inches. The number of hammer blows required to drive the sampler the final foot was recorded and is designated as the standard penetration resistance. Penetration resistance, when properly evaluated, is an index to SOil strength and density. In the field, the driller logged and described the samples as they were obtained. Representative portions of each soil sample were then sealed in labeled glass jars and transported to our laboratory.' The samples were examined by a graduate geotechnical engineer or engineering geologist. to visually check the field descriptions. Boring data, including sample intervals, penetration resistances, soil descriptions, and groundwater level are shown on the attached Test Boring Records. --I -I -I -I I '1 -I I -I ~I I I I I I I I I I SECTION 02230 - SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Protecting existing trees and vegetation to remain. 2. Removing trees and other vegetation. 3. Clearing and grubbing. 4. Topsoil stripping. 1.2 DEFINITIONS A. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of weeds, roots, and other deleterious materials. 1.3. MATERIALS OWNERSHIP .k. ... Except for materials indicated to be stockpiled or to remain Owner's property, cleared materials . shall become Contractor's property and shall be removed from the site. Excess .ex~avation materials shall be moved to an upland location designated by the contractor s~l?ject to the approval of the engineer. . 1.4 QUALITY ASSURANCE A. Pre-installation Conference: Conduct conference at Project site prior to starting clearing operations in wetland areas. 1.5 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities Without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Notify utility locator service for area where Project is located before site clearing. SITE CLEARING 02230 - 1 PART 2 - PRODUCTS (Not Applicable) 2.1 SOILMATERlALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified III Division 2 Section "Earthwork." I, Obtain approved borrow soil materials off-site when satisfactory soil materials are not available on-site. PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from. disturbance during construction. B. Provide erosion-control measures to prevent soil erosion and discharge 0 f soil-bearing water runoff or airborne dust to adjacent properties and walkways. c. Locate and clearly flag trees and vegetation to remain or to be relocated. . ~. . . D. Protect existing site improvements to remain from damage during construction. 1:::' ;;'Restore damaged improvements to their original condition, as acceptable to Owner. . "'.' /.' :;\.,. 3.2 TREE PROTECTION A. Limit tree removals in wetlands areas to permanent and temporary construction easements. Trees outside of easements shall be flagged and protected from damage. 1. Do not store construction materials, debris, or excavated material outside of permanent and temporary construction easements wetland areas. 2. Do not permit vehicles, equipment, or foot traffic outside of permanent and temporary construction easements in wetland areas. 3.3 UTILITIES A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. SITE CLEARING 02230 -2 -- I- , t t I- I _. - I- t I~ t t ( I I. ,~ I-- I.- I l ~ ,. I I I I , I -I -I '1 I I I I I I I I I I I I I I I I 3.4 3.5 3.6 CLEARING AND GRUBBlNG A. Remove 0 bstructions, trees, shrubs, grass, and 0 ther vegetation to permit installation 0 f new construction. Removal iJ?cludes digging out stumps and obstructions and grubbing roots. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruCt installation of new construction. 3. Completely remove stumps, roots, obstructions, and debris. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. 1. Place fill material in h orizontall ayers not exceeding 8 -inch loose depth, and compact each layer to a density equal to adjacent original ground. C. Soil Erosion and Sediment Control: The Contractor shall employ such measures necessary to control erosion and sedimentation as outlined in Section II "Structural Practices", of the Manual for Erosion and Sediment Control in Georgia published by the State Soil and Water Conservation Committee of Georgia. The Contractor shall employ these measures during the construction of this project. TOPSOlL STRIPPlNG A. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. . B. Stockpile. topsoil materials away from edge of excavations without intermixing with subsoiL Grade and shape stockpiles to drain surface Water~ Cover to prevent windblovm dust. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within drip line of remaining trees. 3. Dispose of excess topsoil as specified for waste material disposaL 4. Stockpile surplus topsoil and allow for re-spreading deeper topsoil. SITE IMPROVEMENTS A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction. 3.7 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials, including trash and debris, and legally dispose of them off O\VIler's property . END OF SECTION 02230 SITE CLEARING 02230 - 3 I I SECTION 02240 - DEW ATERJNG -I 1 PART 1 - GENERAL 1.1 SUMMARY I I 1.2 I 1 1 I 1.3 I I I 1.4 .1 I 1 A. This Section includes construction dewatering. PERFORMANCEREQUillEMENTS A. Dewatering Performance: Design, provide, test, operate, monitor, and maintain a dewatering system of sufficient scope, size, and capacity to control ground-water flow into excavations and permit construction to proceed on dry, stable subgrades. 1. 2. Work includes removing dewatering system when no longer needed. Maintain dewatering operations to ensure erosion is controlled, stability of excavations and constructed slopes is maintained, and flooding of excavation and damage to structures are prevented. Prevent surface water from entering excavations by grading, dikes, or other means. 3. QUALITY ASSURANCE A. Installer Qualifications: Engage 'an experienced i~staller to assume engineering responsibility and p~rform dewatering who has, ~pecialized in installing dewatering systems similar to those required for this P,roject and with a record of successful in-service performance. B. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by the Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: Groundwater levels have been recorded at several locations along the sewer route. These locations and groundwater levels are indicated on the plans. Owner will not be responsible for interpretations or conclusions drawn from this data by Contractor. The contractor is responsible for making additional test borings or other exploratory operations to determine extent of groundwater conditions throughout the project. I P ART 2 - PRODUCTS (N ot Applicable) 1 PART 3 - EXECUTION 1 DEWATERING 02240 - 1 I- t 3.1 PREP ARATION I' i A. Prevent surface water and subsurface or grOlIDd water from entering excavations, from ponding on prepared s ubgrades, and from flooding site and surrounding a rea. Protect sub grades and foundation soils from softening and damage by rain or water accumulation. I- t I I 3.2 DEWATERING A. Install dewatering system utilizing wells, well points, or similar mefuods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls. I I B. Before excavation below ground-water level, place system into operation and then operate it continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. I 1 C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials. I- i I t D. Dispose of water removed from excavations in a manner to avoid endangering public healfu, property, and portions of work under construction or completed. Dispose of water in a manner to avoid inconvenience to ofuers.. Provide sumps, sedimentation tanks, and ofuer flow-control devices as required by aufuorities having jurisdiction. 1- { E. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes wifu sand or cut off and cap wells a minimum of 36 inches below overlying construction. ,.' ,.' I I END OF SECTION 02240 I t I ( I i I~ ! , I ! I { DEWATERING 02240 - 2 I I 1 -I -I 1 1 1 -I 1 1 '1 I I I 1 I I 1 I I SECTION 02300 - EARTHWORK PART 1 - GENERAL 1.1 SU1vfMARY 1.2 A. This Section includes the following: 1. Excavating and backfilling trenches for buried utilities. UNIT PRlCES A. Rock Measurement: Volume of rock actually removed, measured in original position, but not to exceed the following: 1. 6 inches beneath pipe in trenches, and the greater 0 f 2 4 inches wider than pipe 0 r 42 inches wide. B. Borrow pit material unit pnces shall include soil delivered Goose measure), placed and compacted. 1.3 DEFINITIONS A. Backfill: Soil materials used to fiIr?D excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Bedding Course: Layer placed over the excavated sub grade in a trench before laying pipe and to Y2 pipe depth. C. Borrow: Satisfactory soil imported from off-site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below sub grade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below sub grade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock material exceeding 1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to EARTHWORK 02300 - 1 1.4 1.5 1.6 1.- I the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: I { 1. Excavation of Footings, Trenches, and Pits: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch- wide, short-tip-radius rock bucket; rated at not less than. 120-hp flywheel power with bucket-curling force of not less than 25,000 lbf and stick-crowd force of not less than 18,700 lbf; measured according to SAE J-1179. I' t 1 G. Sub grade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. I I H. Utilities include on-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1- 1 1. Select Backfill: Borrow pit material placed from Yz pipe depth to 18" above pipe. I t SUBMITTALS I ( I ( A. Product Data: For the following: 1. Each type of plastic warning tape. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1- { . 1. Classification according to ASTM D2487 of each borrow soil material proposed for fill and backfill. I QUALITY ASSURANCE I t A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock-definition testing, as documented according to ASTM D 3740 and ASTM E 548. I t I: t PROJECT CONDITIONS A.Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated: I L 1. 2. 3. Notify Engineer not less than two days in advance of proposed utility interruptions. Do not proceed with utility interruptions without Engineer's written permission. Contact utility-locator service for area where Project is located before excavating. I 1 ( I L EARTHWORK '02300 - 2 I '1 -I -I -I -I -I I I I ~I I 1 I I I I 1 I I 3.4 CLEARJNG AND GRUBBING A. Remove 0 bstructions, trees, shrubs, grass, and other vegetation to p ennit installation 0 fn ew construction. Removal includes digging out stumps and obstructions and grubbing roots. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Completely remove stumps, roots, obstructions, and debris. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. 1. Place fill material in h orizontall ayers not exceeding 8 -inch loose depth, a nd compact each layer to a density equal to adjacent original ground. C. Soil Erosion and Sediment Control: The Contractor shall employ such measures necessary to control erosion and sedimentation as outlined in Section IT "Structural Practices", of the Manual for Erosion and Sediment Control in Georgia published by the State Soil and Water Conservation Committee of Georgia. The Contractor shall employ these measures during the construction of this project. 3.5 TOPSOIL STRIPPING 3.6 3.7 A. Strip topsoil to whatever depths are enco'unteredin a manner to prevent intermingling with underlying subsoil or other waste materials. B. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface Water: Cover to prevent windblown dust. 1. Limit height oftopsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within drip line of remaining trees. 3. Dispose of excess topsoil as specified for waste material disposal. 4. Stockpile surplus topsoil and allow for re-spreading deeper topsoil. SITE IMPROVEMENTS A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction. DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials, including trash and debris, and legally dispose of them off Owner's property. END OF SECTION 02230 SITE CLEARING 02230 - 3 -I -I -I I I '1 I I I .1 I I I I I I I I I PART 2 - PRODUCTS 2.1 SOILMATERlALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CR, OL, OR, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, ASTM C33, Graduation #67. F. Select Backfill: Georgia DOT Type 1, Class I and II. 2..2 ACCESSORIES A. Detectable Warning Tape: Acid- and alka:li-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities as manufactured by Reef Industries or approved equal. . Color shall be green with printed message "Caution Sanitary . Sewer Line Buried Below". . B. Detectable Tape: Detectable tape as manufactured by Reef Industries of Houston, Texas, or equal shall be installed during the backfill operation at a point 1 foot below the [mal [mished grade. C. The detectable tape shall be a 5.5 mil composition film containing one layer of metalized foil laminate between two layers of inert plastic film specifically formulated for prolonged use underground. The tape shall be highly resistant to alkalis, acids and other destructive agents found in the soils. D. The detectable tape shall bear a continuous printed message "Caution Sanitary Sewer Line Buried Below." The message shall be printed in permanent ink formulated for prolonged use underground. Letters shall be clearly legible and have a minimum height of 1.2 inches. PART 3 - EXECUTION 3.1 PREPARATION EARTHWORK 02300 - 3 3,2 3.3 A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 1'- t I- I B. Protect sub grades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. I-- I I- i C. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water nmoff or airborne dust to adjacent properties and walkways. In [ DEWATERJNG 1. Provide dewatering as indicated in Section 02240. I 1 EXPLOSIVES I- I A. Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. All precautions must be taken to prevent damage to public or private property or to persons. The Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be used within 50 feet of pipe already installed. I- t I 1 A. Classified Excavation: Excavation to sub grade elevations. classified as earth and rock. Rock excavation will be paid for by adjusting the Contract Sum according to unit prices included in the Contract Documents. I~ t I , , I. t I l 3.4 EXCAVATION, GENERAL B. Excavation methods shall meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. C. . Excavation shall proceed in a conventional manner with satisfactory effort made to remove hard materials before the Engineer makes a determination of need for blasting. Pre drilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs show that material cannot be excavated. Evidence will be provided for the Engineer's review and approval before predrilling arid blasting is undertaken. ~; I 1- D. All shoring, sheeting, and bracing required to perform and protect the excavation and to safeguard the employees and the public shall be performed. The failure of the Engineer to direct the placing of such protection shall not relieve the Contractor of his responsibility for damage resulting from its omission. Whenever sheeting is driven to a depth below the elevation of the top of pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting 1 eft in place shall be cut off not less than 1 foot below finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. I I I I I L 3.5 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. EARTHWORK 02300 - 4 I L -I '1 1 1 I I 3.6 I I 1 :1 I 3.7 I I I I 1 I 3.8 3.9 1 I B. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit, unless otherwise indicated. 1. Clearance: As indicated. C: Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. 1. Excavate trenches 6 inches deeper than elevation required in rock 0 r 0 ther unyielding bearing material to allow for bedding course. AFPROV AL OF SUBGRADE A. Notify Resident Inspector when excavations have reached required sub grade. B. If Resident Inspector determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. 1. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. C. Reconstruct sub grades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Resident Inspector. UNAUTHORIZED EXCA V ATION A. Fill unauthorized excavations as directed by Engineer. STORAGE OF SOIL MATERIALS A. Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials without intennixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. UTILITY TRENCH BACKFILL A. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. B. Place and compact initial backfill of select backfill material to a height of 18 inches over the utility pipe or conduit. Fill shall be placed in 6 inch layers. EARTHWORK 02300 - 5 EARTHWORK 02300 - 6 I I I I I ( I ( I 1 I t I ( I \ I \ I t I l I , I l I t I I I l I , ~ I L I 1. Carefully compact material around pipe and bring backfill evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of utility system, . C. Coordinate backfilling with utilities testing. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Utilities Inspector. D, Fill voids with approved backfill materials while shoring and bracing, and as sheeting is removed. E. Place and compact final backfill of satisfactory soil material to final sub grade. F. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below sub grade under pavements and slabs. 3.10 COMPACTION OF BACKFILLS AND FILLS A. Place backfill and fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. B. Place bacldill and fill materi~ls evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Select backfill material up to 18" above top of pipe, compact each layer of bacldill or fill material at 92 percent. 2. Backfill material from 18" above pipe to ground surface, compact each layer of backfill or fill material at 85 percent. 3.11 GRADING A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. B. Site Grading: Slope grades to prevent ponding. 3.12 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality-control testing. I '1 I I I I I 3.13 I I ~I I I I I 3.14 I I I 3.15 I I B. Allow testing agency to inspect and test sub grades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the followIng locations and frequencies: 1. Trench Backfill: At each compacted initial and [mal backfill layer, at least one test for each 150 feet or less of trench length, but no fewer than two tests. D. When testing agency reports that subgrades, fills, or backfills have not achieved. degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. c. Where settling occurs before Project correction period elapses, remove [mished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Engineer. 1. Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. MEASUREMENT AND PAYMENT A. Excavation and backfilling for pipelines and appurtenances, expect as hereinafter provided for, will be considered as incidental to the construction of the various elements of the installation it is associated with, and.no separate payment will be made therefore. B. When made at the direction of the Engineer, overcut, rock excavation and backfill to compensate for rock will be made at the unit contract price for rock excavation per cubic yard measured in place. EARTH\VORK. 02300 - 7 C. When made at the direction of the Engineer, overcut and backfill to compensate for inadequate foundation will be paid for at the unit contract price for overcut and clean stone bedding, per ton of stone. ,- I- I D. Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting left in place, per board foot. I , I E. Joints in pavement will not be paid for separately. Pavement removal and replacement will be paid for at the unit contract price therefore, per square yard. I ! . END OF SECTION 02300 I ( I l I , I- I I l I I l . I I- I- I. , I t I " I , Ei\RTffiVORK 02300 - 8 I --I --I '1 -I I I I I I ~I I I I '1 I I I I I SECTION 02530 - SANITARY SEWERAGE PART 1 - GENERAL 1.1 SUMMARY A This Section includes sanitary sewerage. 1.2 DEFINlTIONS A DIP: Ductile Iron Pipe B. PVC: Polyvinyl chloride plastic. 1.3 PERFORMANCE REQUIREMENTS A Gravity-Flow, Nonpressure-Piping Pressure Ratings: At least equal to system test pressure. 1.4 SUBMITTALS A. Product Data: For the following: 1. Sewer Pipe 2. Manhole Connection Boots B. Shop Drawings: Include plans, elevations, details, and attachments for the following: 1. Precast concrete manholes, including frames and covers. C. Field Test Reports: Indicate and interpret test results for compliance ,vith performance requirements. 1.5 DELIVERY, STORAGE, AND HANDLING . A Do not store plastic structures, pipe, and fittings in direct sunlight. B. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to avoid damage. All pipe shall be carefully examined before it is installed in the trench. Damaged pipe or pipe which does not meet specification requirements shall be rejected and removed from the work site. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. C. Handle precast concrete manholes and other structures according to manufacturer's written rigging instructions. S_~~~TARYSE~~~AGE 02530 - 1 PART 2 - PRODUCTS 2.1 PIPING MATERIALS A. Refer to Part 3 "Piping Applications" Article for applications of pipe and fitting materials. 2.2 PIPE A. Ductile-Iron Sewer Pipe: 1. Conform to A WW A C 150/ ANSI A21.50 and A WW A C 151/ ANSI A21.51. Pipe shall be Class 350 for 12" diameter and smaller. Pipe. Pipe 14" through 20" diameter shall be Class 250. 2. Epoxy lining shall be in accordance with A WW A Cl16. 3. Encasement: Ductile iron pipe shall be polyethylene encased in accordance with AWWA Standard C105. 4. Ductile Iron Pipe shall be of the bell and spigot type with push-on joints conforming to ANSI A21.11 (latest version) or mechanical joints; B. PVC Sewer Pipe: ASTM D-3034, SDR-35, minimum unless noted below, bell and spigot for gasketed joints. a. For 15" diameter pipe exceeding 14' of depth or cover use SDR -26 sewer pipe. b. Gaskets: ASTM F 477, elastomeric seals. C. Service Laterals (Side Sewers): 1. All fittings shall match the quality and material of the pipe used. 2. Wye fittings shall be used for all service laterals. No tees permitted. 3. Service laterals (side sewers) shal} be constructed with a wye fitting at the street sewer, at least one 45-degree bend, a clean-out and plug. 4. The maximum deflection permissible at anyone fitting shall not exceed 45 degrees. The maximum deflection permissible at any combination of two adjacent fittings shall not exceed 45 degrees unless a straight pipe section not less than 2-1/2 feet in length separates the fittings or unless one of the fittings is a wye branch with a c1eanout provided on the straight leg. 2.3 PIPE BEDDING A. General 1. The following pipe bedding requirements are the minimum requirements. Additional bedding may be authorized by the Engineer if conditions, such as inadequate bearing value of the subgrade at normal trench width, warrant. 2. Bedding shall be carefully placed along the full width of the trench so that the pipe is true to line and grade of the pipe barrel. Bell holes shall be provided so as to relieve pipe bells of all load, but small enough to ensure that support is provided throughout the Slu,TIT A.R Y SEVi'ER...A.. GE 02530 - 2 I I I ! I I I I 1 I l I ( I i I I I: i I l I l I < I~ l , I t I l I I --I -I HI I '1 I -I I I ~I I I I I I I I I I length of pipe_ Crushed stone embedment material shall conform to ASTM C33, Graduation #67 (3/4" to #4). Bedding material shall be placed underneath and be carried up the sides of the pipe as specified below. B. Class B Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above. for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-half the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the springline of pipe to l8inches above the pipe. A minimum Class B Bedding shall be used for all PVC pipe. C. Class C Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-fourth the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the bedding material to 18 inches above the pipe. A minimum Class C Bedding shall be used for all ductile iron pipes. 2.4 MANHOLES A. Normal-Traffic Precast Concrete Manholes: ASTM C 478, precast, reinforced concrete, of depth indicated, with provision for rubber gasketed joints. All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All materials, including gaskets, shall be new. When connecting to existing conditions, fittings and gaskets shall be replaced, not reused. 1. Diameter: 48 inches miniinum, unless otherwise indicated. 2. Ballast: Increase thickness of precast concrete sections or add concrete to base section, as required to prevent flotation. 3. Base Section: 6-inch minimum thickness for floor slab and 5-inch minimum thickness for walls (6-inch minimum thickness walls if manhole exceeds 20 feet in depth) and base riser section, and having separate base slab or base section with integral floor. 4. Riser Sections: 5-inch minimum thickness (6-inch minimum thickness walls if manhole exceeds 20 feet in depth), and lengths to provide depth indicated. 5. Top Section: Eccentric-cone type, unless concentric-cone or flat-slab-top type is indicated. Top of cone of size that matches grade rings. 6. Gaskets: Federal Specifications SS-S-002l0, "Sealing Compound, Preformed Plastic Pipe Joints", Type I, rope form, also known as "Ram Neck or approved equal. Exterior joint wrap, ifrequired, shall be of same material and manufacturer as for gaskets. 7. Orade Rings: Include two pr three reinforced-concrete rings, of 6- to 9-inch total thiclrness, that match 24-inch-diameter frame and cover. 8. Steps: Steps shall be as manufactured by Oliver Tire & Rubber Company or approved equal. Include width that allows worker to place both feet on one step and is designed to prevent lateral slippage off step. Cast or anchor into base, riser, and top section sidewalls with steps at l2-inch intervals. 9. Pipe Connectors: Preformed pipe connectors for incoming and outgoing pipe shall be ASTM C 923, resilient, of size required, for each pipe connecting to base section. SA_NIT.-\RY SEliVERAGE 02530 - 3 Material shall be PS-IO flexible gasket as manufactured by PressSeal Gasket Corporation or approved equal. In the event of the necessity of cutting new holes, the holes shall be machine cored neatly and carefully so as not to damage the structural integrity of the manhole and large enough to allow the insertion of a flexible rubber boot. Precast holes shall be flexible boot fitted. 10. A bench shall be provided on each side of any Ipanhole channel when the pipe diameter is less than the manhole diameter. The bench shall be sloped no less than Y2 inch per foot (4 percent). No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. B. Outside Drop Manholes: Outside drop manholes shall be precast annd constructed for incoming lines having invert 24 inches or more above the invert of the manhoe outlet, with DIP and tie rods per Details No. 14.08. The entire outside drop connection shall be encased in concrete. C. Shallow manholes shall be precast or Type B slab top precast and shall be constructed in accordance with ASTM C-478. D. Manhole Frames and Covers: ASTM A 536, Grade 60-40-18, ductile-iron castings designed for heavy-duty service. Ring and Cover shall be USF-668 or approved equal. A minimum access dimension of 22" shall be provided. Include indented top design with lettering "SANITARY SEWER" cast into cover. Manholes indicated to be "watertight" shall have L Manhole frame cast integral with concrete cone, where noted on drawings. 2. Manhole frame and covered with flat gasket and bolted with four stainless steel bolts for secure, watertight service (USF-668-KL-BWTL) where noted on drawings. 2.5 CONCRETE A. Channels and Benches: Factory or field formed from concrete. Portland cement design nUx, 3,000 psi minimum, with 0.45 maximum water-cementitious materials ratio. Include channels and benches in manholes. L Manhole Channels: Concrete invert, formed to same width as'connected piping, with height of vertical sides to three-fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. a. Invert Slope: 1 percent through manhole. 2. Manhole Benches: Concrete, sloped to drain into channel. a. Slope: 4 percent, minimum.. No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. B. Cradles, Saddles, and Encasements: Portland cement design mix, 3000 psi minimum, with 0.58 maximum water-cementitious materials ratio. 1. Reinforcement Fabric: ASTM A 185, steel, welded ",rire fabric, plain. 2. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. SA...l\ITTARY SE\VERil.GE 02530 - 4 , I' I I I I \ I I I I I , I' \ I \ I I - I , I I - I \ I l I , I I -I -I "I -I I I I I I ~I I I I I I I' I I I 2.6 JACK & BORE INSTALLATIONS A Casing pipe used with jack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) specifications. B. Boring and Jacking: Where required by the drawings, the sanitary sewer line will be installed in a steel casing, placed by boring and jacking. C. Vlhere boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation and the Augusta Public Works Dept. 1. Casing Pipe: The casing pipe shall conform to the materials standards of ASTM Designation A252, with minimum wall thickness of 0.312 inch for 16" diameter pipe and 0.375" for 24"diameter pipe. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe joints shall be butt welded, continuous, full penetration. 2. Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. 3. Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. PART 3 - EXECUTION 3.1 EARTHWORK A Excavating, trenching, and backfilling are specified in Division 2 Section "Earthwork." 3.2 IDENTIFICATION A. Materials and their installation are specified in Division 2 Section "Earthwork." Arrange for installing green warning tape directly over piping and at outside edges of underground structures. 3.3 PIPING APPLICATIONS A. General: Include watertight joints. B. Refer to Part 2 of this Section for detailed specifications for pipe and fitting products listed below. Use pipe, fittings, and joining methods according to applications indicated. C, Gravity-Flow Piping: Use the following: SA...l\ITTARY SEVlERA..GE 02530 - 5 3.4 3.5 1. Base Bid: pve sewer pipe with gasketed joints shall be used unless specifically noted on drawings. Ductile-iron sewer pipe; standard-pattern, ductile-iron fittings; gaskets; and gasketed joints shall be used where specified. INSTALLATION, GENERAL A. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground sanitary sewerage piping. Location and arrangement of piping layout take design considerations into account. Install piping as indicated, to extent practical. Contractor to notify Augusta Utilities Department at least 24 hours prior to starting construction at (706) 772-5503. B, All piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed only upon written approval by the Augusta Utilities Director. C. Install piping beginning at low point, true to grades and alignment indicated with unbroken .continuity of invert, Place bell ends of piping facing upstream. Pipe shall be laid in straight lines and on uniform grades between points where changes in alignment or grade are shown. The pipe barrel shall be uniformly bedded. The line and invert grade of each pipe shall be checked from a top line carried on batter boards not over 25 feet apart or by use of a laser beam target inserted in each joint. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, cements, and other installation requirements. Maintain swab or drag in line, and pull past each joint ai it is completed. A stopper shall be installed in the pipe mouth when pipe laying is not in progress. D. Use manholes for changes in direction, unless fittings are indicated. Use fittings. for branch connections, unless direct tap into existing sewer is indicated. E. Install gravity-flow piping in accordance with ASTM D2321, latest revision. F. At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or by other approved means. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. G. Sewer lines in relation to water lines shall conform to the "Ten States Standards" Section 29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe-to-pipe horizontal separation from know or proposed water mains. When a sewer crosses under a water main, there shall be at least 18 inches from the crown of the sewer main to the bottom of the water main. If vertical separation cannot be achieved as stated above (or whenever sewer . lines are installed to cross above a water main), both the water and sewer lines shall be constructed of ductile iron pipe. a distance of 10 feet on each side of their intersection with one full1ength of water main centered on the sewer line. PIPE JOINT CONSTRUCTION AND INSTALLATION A. General: Join and install pipe and fittmgs according to installations indicated. B. Ductile-Iron Sewer Pipe with push on joints: According to A WW A C600. SAJ\1JTiillY SEV{ER.A.GE 02530 - 6 I- I t I I- I I- i I' I I I [ I' t ,. I: l I- I I L I. l I- I , I 1 I I .. I l I -I --I --I --I -I 1 '1 -I ..1 =1 I 1 1 I 1 1 1 I 1 3.6 3.7 3.8 C. PYC Sewer Pipe and Fittings: As follows: 1. Join pipe and gasketed fittings with gaskets according to ASTM D 2321. D. All pipe joints shall be made as nearly watertight as practicable. There shall be no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipelines at the joints. Leaks in the pipelines which cause infiltration or exfiltration to exceed limits herein specified shall be repaired by replacing defective pipe. Grouting or Caulking to repair pipelines where excessive infiltration or exfiltration is evident will not be permitted. MANHOLE INST ALLA nON A. General: Install manholes, complete with appurtenances and accessories indicated. B. Form continuous concrete channels and benches between inlets and outlet. C, Set tops of frames and covers above existing grade as indicated along water courses and matching existing grade in developed areas (pavement, yards, etc.) Frames shall be set in a full bed of mortar so that the space between the top 'of the manhole masonry and the bottom flange of the frame shall be completely filled and made watertight. A thick ring of mortar extending to the outer edge of the masonry shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush with the top of the flange and have a slight slope to shed water away from the frame. Manhole covers shall be left in place in the frames on completion of other work at the manholes. D, Install precast concrete manhole sections with gaskets according to ASTM C 891. E. Lifting holes shall be plugged with 3,000 psi non-shrink mortar. Plug shall smooth with interior surface and shall prevent infiltration. F. Grout all voids between sewer pipes and precast manhole. Grout shall be sloped to prevent standing water or accumulation of solids. CONCRETE PLACEMENT A. Place cast-in-place concrete according to ACI 318 and ACI 350R. BULKHEAD AND FLUSHING A. The contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until its removal is authorized by the Engineer. B. Care shall be taken to prevent earth, water, and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings in manholes. All sanitary sewers shall be flushed with water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects corrected. As soon as possible after the pipe and manholes are competed on any line, SJillITARY SEyVE~t."GE 02530 - 7 the Contractor shall flush out the pipeline using a rubber ball ahead of the water. None of the flushing water or debris shall be permitted to enter any existing sewer. 3.9 FIELD QUALITY CONTROL A. Clear interior of piping and structures of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. 1. Place plug in end of incomplete piping at end of day and when work stops. Open ends of pipe and branches shall be closed with premolded gasket joint stoppers which conform to the same requirements as pipe being used. Flush piping between manholes and other structures to remove collected debris, if required by authorities having jurisdiction. 2. B. The camera inspection of new sewer lines will not be required, either at installation or within the warranty period, unless the owner deems it necessary for problematic evaluation. For problematic evaluation, the owner may request that any amount or all of the new sewer line be. inspected, either during project construction or in the warranty period. The cost of all requested camera inspections will be incurred by the contractor. Upon the Owner's request, sewer lines shall be inspected through the use of camera inspection equipment with an Augusta Utilities Department Inspector present. The contractor is to provide the Augusta Utilities Department with a color VHS system videotape of the inside of every reach of sanitary sewer inspected. The tape shall record manhole number to manhole humber, date of recording; and distance from start of run. The tape shall include a distance and location description of every service line connection inspected. The manhole numbering system shall be the same as shown on construction documents. 1. Submit separate reports for each system inspection. 2. Defects requiring correction include the following: a. Alignment: Less than full diameter of inside of pipe is visible between structures. b. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter. c. Crushed, broken, cracked, or otherwise damaged piping. d. Infiltration: Water leakage into piping. e. Exfiltration: Water leakage from or around piping. 3. Replace defective piping using new materials, and repeat inspections until defects are v.rithin allowances. specified. 4. . Reinspect and repeat procedure until results are satisfactory. c. Test new piping systems, and parts of existing systems that have been altered, extended, or repaired, for leaks and defects according to section 3.10 below. 1. Do not enclose, cover, or put into service before inspection and approval. 2. Test completed piping systeins according to authorities having jurisdiction. . 3. . Schedule tests and inspections by authorities having jurisdiction with at least 24 hours' advance notice. SAl\1JTiillY SE\VER.~GE 02530 - 8 I- I I- I I- t I I I { I I I I I' t I I I. t I t I l I l I I I l I { I l. .1 L I '- ul -I --I '-1 ~I I I I -I I I -I I I I I I I I 4. Contractor shall construct such weirs and bulkheads as may be required, shall fumish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. Leaks and loss in test pressure constitute defects that must be repaired. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 5. 6. D. Deflection Testing: Deflection tests shall be performed by pulling a mandrel or cage type deflection gauge of an approved type, through the pipe. Mandrels shall be sized for any pipe such that it will not pass with deflections exceeding 7.5% of the inside diameter. The mandrel or cage shall move freely from one manhole to the next. Any section of pipe through which the gauge will not pass will not be accepted until the deficiency has been corrected, the pipe retested and passed. 3.10 INSPECTION INFII.. TRA TIONIEXFIL TRATION LEAKAGE TESTS A. Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a satis- factory test to measure the infiltration or exfiltration for at least three consecutive days. The amount of infiltration including "Y" branches, and connections shall not exceed 1 00 gallons per inch diameter per mile of sewer pipe per 24 hours for gravity sewer pipe. The amount of 50 gallons per inch diameter per mile of sewer per 24 hours shall not be exceeded for ductile iron pipe. The Contractor shall be responsible for the satisfactory watertightness of the entire sec- tion of sewer. As required, suitable bulkheads shall be installed to permit the test of the sewer. Where the ground water level is less than 1 foot above the top of the pipe at its upper end, or as directed by the Engineer, the sewer shall be subjected to exfiltration testing by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height 4 feet above the top of the sewer at its upper end. The leakage out of the sewer, measured by the volume of the water necessary to maintain meter level in the highest manhole, shall not exceed 200 gal- lons per inch diameter per 24 hours per mile of sewer for gravity sewer pipe. The amount of 50 gallons per inch diameter per 24 hours per mile of sewer shall not be exceeded for ductile iron pIpe. The sewer shall be tested before any connections are made to buildings or to active sewers. The Contractor shall construct such weirs and bulkheads as may be required, shall furnish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. The Contractor may use a low pressure air test as an option to the hydraulic infiltra- tion/exfiltration leakage test for gravity lines provided the Contractor established a correlation between the air test results and the quantity of infIltration/exfiltration actual~y being experi- enced by the line and the allowable air pressure drop shall be that corresponding to the allow- able hydraulic leakage specified previously in this section. Such a correlation is to be. estab- lished according to a procedure satisfactory to the Engineer. The low pressure air test shall be performed in accordance with the applicable sections of the Uni-Bell UNI-B-6-90, latest ver- SIOn. SANITARY SEWERAGE 02530 - 9 If the Contractor opts to use the low pressure air test, leakage tests on manholes shall be con- ducted independently of the lines by using a hydraulic infiltration/exfiltration test as directed by the Engineer. The allowable infiltration into the manhole over a 24 hour period is zero and the allowable exfiltration is also zero when tested by plugging off the manhole and filling it with water four feet above the top of the sewer and measUring the water loss over a 24 hour period, 3.11 VACUUM TESTING MANHOLES A. All manholes shall be free of visible leakage and shall successfully complete a vacuum test pri- or to acceptance. B. Plug all inlets and outlets, excluding the manhole top access, using pneumatic or mechanical plugs. Plugs shall be rated for the pressure required in the test. The Engineer and Utility De- partment Inspector shall be notified at least 48 hours in advance. C. Contractor is to furnish all necessary testing equipment and perform tests in a manner satisfac- tory to the Engineer. Provide an arrangement of testing equipment which will provide observ- able and accurate measurements of air leakage under specified conditions. Gauges for the vac- uum testing shall be calibrated with a standardized testing gauge prior to testing. The calibra- tion shall be either ,vitnessed by the Engineer or Certified as being calibrated by a licensed calibration technician: After all plugs are in place and securely blocked, install the mcinhole tester on the ring of the manhole and attach the vacuum pump assembly suction hose to the manhole tester. Start the vacuum pump and allow the pre-set rpm to stabilize. Open the inlet/outlet valve and allow the vacuum pump to evacuate the manhole to five pounds per square inch (5 psigv) or (10 inches Hg). Close the inlet/outlet valve and monitor the vacuum for the test period specified in the following table. The manhole will be considered acceptable if the vacuum drops less than one half pound per square inch (0.5 psigv) or (1 inch Hg) within the given test time. . DEPTH(ft.) TIME (s) TIME (s) . TIME (s) 48-inch diam. 60 inch diall. 72 inch diall. 8 20. 26 33 10 25 33 41 12 30 39 49 14 35 46 5.7 16 40 52 65 18 45 59 73 20 50 65 81 22 55 72 89 24 59 78 97 26 64 85 105 28 69 91 113 30 74 98 121 D. The vacuum test shall be conducted after all the pipes and manholes have been backfilled, all fmal grading is complete, and the base layer of asphalt has been spread. SANlTARY SEWERAGE 02530 - 10 I- t 1- l I- I I- t I- I I 1 I ! I 1 I- t I I I- t I~' .!- I ( I I I I I I I I I l I , -'1 -I -I '1 -I -I -I I I -I I I I I I I I I I 4. Contractor shall construct such weirs and bulkheads as may be required, shall furnish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. Leaks and loss in test pressure constitute defects that must be repaired. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 5. 6. D. Deflection Testing: Deflection tests shall be performed by pulling a mandrel or cage type deflection gauge of an approved type, through the pipe. Mandrels shall be sized for any pipe such that it will not pass with deflections exceeding 7.5% of the inside diameter. The mandrel or cage shall move freely from one manhole to the next. Any section of pipe through which the gauge will not pass will not be accepted until the deficiency has been corrected, the pipe retested and passed. 3.10 INSPECTION INFILTRATION/EXFILTRATION LEAKAGE TESTS A. Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a satis- factory test to measure the infiltration or exfiltration for at least three consecutive days. The amount of infiltration including "Y" branches, and connections shall not exceed 1 00 gallons per inch diameter per mile of sewer pipe.per 24 hours for gravity sewer pipe. The amount of 50 . gallons per inch diameter per mile of sewer per 24 hours shall not be exceeded for ductile iron pipe. The Contractor shall be responsible for the satisfactory watertightness of the entire sec- tion of sewer. As required, suitable bulkheads shall be installed to pennit the test of the sewer. Where the ground water level is less than 1 foot above the top of the pipe at its upper end, or as directed by the Engineer, the sewer shall be subjected to exfi1tration testing by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height 4 feet above the top ofthe sewer at its upper end. The leakage out of the sewer, measured by the volume of the water necessary to maintain meter level in the highest manhole, shall not exceed 200 gal- lons per inch diameter per 24 hours per mile of sewer for gravity sewer pipe. The amount of 50 gallons per inch diameter per 24 hours per mile of sewer shall not be exceeded for ductile iron plpe. The sewer shall be tested before any connections are made to buildings or to active sewers. The Contractor shall construct such weirs and bulkheads as may be required, shall furnish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. . The Contractor may use a low pressure air test as an option to the hydraulic infiltra- tionJexfiltration leakage test for gravity lines provided the Contractor established a correlation between the air test results. and the quantity of infiltration/exfiltration actually being experi- enced by the line and the allowable air pressure drop shall be that corresponding to the allow- able hydraulic leakage specified previously in this section. Such a correlation is to be estab- lished according to a procedure satisfactory to the Engineer. The low pressure air test shall be performed in accordance with the applicable sections of the Uni-Bell UNI-B-6-90, latest ver- SIOn. SANITARY SEWERAGE 02530 - 9 If the Contractor opts to use the low pressure air test, leakage tests on manholes shall be con- ducted independently of the lines by using a hydraulic infiltration/exfi1tration test as directed by the Engineer. The allowable infiltration into the manhole over a 24 hour period is zero and the allowable exfiltration is also zero when tested by plugging off the manhole and filling it with water four feet above the top of the sewer and measUring the water loss over a 24 hour period.. 3.11 VACUUM TESTING MANHOLES A. All manholes shall be free of visible leakage and shall successfully complete a vacuum test pri- or to acceptance. B. Plug all inlets and outlets, excluding the manhole top access, using pneumatic or mechanical plugs. Plugs shall be rated for the pressure required in the test. The Engineer and Utility De- partment Inspector shall be notified at least 48 hours in advance. C. . Contractor is to furnish all necessary testing equipment and perform tests ill a manner satisfac- tory to the Engineer. Provide an arrangement of testing equipment which will provide observ- able and accurate measurements of air leakage under specified conditions. Gauges for the vac- uum testing shall be calibrated with a standardized testing gauge prior to testing. The calibra- tion shall be either witnessed by the Engineer or Certified as being calibrated by a licensed calibration technician: After all plugs are in place and securely blocked, install the manhole tester on "the ring of the manhole and attach the vacuum pump assembly suction hose to the manhole tester. Start the vacuum pump and allow the pre-set rpm to stabilize. Open the inlet/outlet valve and allow the vacuum pump to evacuate the manhole to five pouhds per square inch (5 psigv) or (10 inches Hg). Close the inlet/outlet valve and monitor the vacuum for the test period specified in the following table. The manhole will be considered acceptable if the vacuum drops less than one half pound per square inch (0.5 psigv) or (1 inch Hg) within the given test time. DEPTH(ft.) TIME (s) TIME (s) TIME (s) 48-inch diam. 60 inch diam. 72 inch diam. 8 20 26 33 10 25 33 41 12 30 39 49 14 35 46 57 16 40 52 65 18 45 59 73 20 50 65 81 22 55 72 89 .24 59 78 97 26 64 85 105 28 69 91 113 30 74 98 121 D. The vacuum test shall be conducted after all the pipes and manholes have been backfilled, all final grading is complete, and the base layer of asphalt has been spread. SANITARY SEWERAGE 02530 - 10 I- I I- I I- i I- I I 1 I I I. I I' t I' t I I I- I I- t I ! I ( ~ .1 l. I ( . I L I I c_ -'1 -I -I -I '1 I '1 I I ~I I -I I I I I I I I 3.12 MEASUREMENT AND PAYMENT A. Payment will be made at the unit contract prices as shown in the bid schedule under Sanitary Sewer. See below for schedule and description of bid line items. SANITARY SEWER ITEMS S-lA through S-16I - All piping line items shall be measured in linear feet and shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs for closed circuit camera inspection of the sanitary sewer system, including mobilization, demobilization, inspection, video tape copies, and field reports. No additional payment shall be made for these items. ITEM S-17 A - Jack and bore line item shall be measured in linear feet and shall include costs for casing piping, carrier piping, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill for location at Willis Foreman Road. No additional payment shall be made for these items. ITEM S-l7B - Jack and bore line item shall be measured in linear feet and shall include costs for casing piping, carrier piping, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, dewatering, and normal backfill for location at existing pond near Birdwell Road. No additional payment shall be made for these items. ITEM S-18 - Select backfill shall be measured in cubic yards for both Types I and II and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in- place" volume. The standard trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM S-19 - Miscellaneous pipe fittings and connections shall be measured in pormds and include costs for all fittings and installation except normal joints and gaskets regard- less of material. No additional payment shall be made for these items. ITEMS S-20A through S-20F and S-23 - Pre-cast manholes shall be measured individu- ally (each) and shall include costs for manholes, frames and covers, excavation, dewater- ing, asphalt cutting, collars and boots, grouting and/ or other connections, installation, normal backfill, and vacuum testing as specified. Manhole vacuum testing shall include all costs for testing equipment, testing labor, mobilization, demobilization, and report- ing. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to fail- ing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Deparbnent. No additional payment shall be made for these items. ITEMS S-21A through S-21F, S-22A through S-22F, S-24 through S-25 - Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, dewatering, and backfill as specified by type and class. No addi- tional payment shall be made for these items. . SANITARY SE\NERAGE 02530 - 11 ITEMS S-26A through S-26F - Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installa- tion. No additional payment shall be made for these items. ITEMS S-27 A through S-27F - Sanitary sewer interior protective coating shall be meas- ured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S-28 - Outside drop piping shall be measured individually (each) and shall in- clude the costs for all items associated with the drop manhole detail, exclusive of the manhole or manhole extensions. No additional payment shall be made for these items. ITEM S-29 - Dog house/ connector manholes shall be measured individually (each) and shall include the costs for excavation, dewatering, asphalt cutting, pipe cutting, collars and boots, grouting and / or other connections, installation, and normal backfill. The costs for the base section, first riser, cone section, and ring and cover shall be included . within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item. No additional payment shall be made for these items. ITEM S-30A - Sanitary sewer connections shall be measured individually (each) and shall include costs for 6-inch rvc piping, precast concrete valve ring with rebar, rvc twist-off plug, mainline tee, fitting, cleanout, excavation for open cut installation, dewa- tering, asphalt/ concrete cutting (including service markings), installation, normal back- fill, and property restoration, No additional payment shall be made for these items. ITEM S-30B - Sanitary sewer connections shall be measured individually (each) and shall include costs for 6-inch rvc piping, precast concrete valve ring with rebar, rvc twist-off plug, mainline tee, fitting, cleanout, excavation of bore pits, boring of services dewatering, asphalt/ concrete cutting (including service markings), installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM S-31 - Cut and plug sewers shall be measured individually (each) and shall in- clude costs for cutting of existing pipelines, plugging of existing pipelines, excavation, dewatering, asphalt/ concrete cutting, and normal backfill. No additional payment shall . be made for these items. ITEM S-32 - Cut and plug manholes shall be measured individually (each) and shall in- clude costs for cutting of existing manholes, plugging of existing manholes, excavation, dewatering, asphalt/ concrete cutting, and normal backfill. No additional payment shill be made for these items. ITEM S-33 - Sanitary sewer manhole tie-ins shall be measured individually (each) and shall include costs for cutting/ coring of existing manholes, collars, rubber boots, any re- quired gaskets, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM 5-34 - AC water main crossings shall be measured individually (each) and shall include costs for AC pipe cutting, excavation, ductile iron piping, sleeves, backfill, and property restoration. No additional payment shall be made for these items. SANITARY SEWERAGE 02530 - 12 ,- I- I 1- l I ! I I I I I l I' f I: I I- t I' t I I- I' t I ( , I I- I L I L I L _ I '"I I I I I I I -I I I I I I I I I I I ITEM S-35 - Ductile iron pipe polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional pay- ment shall be made for these items. ITEM 8-36 - Concrete pipe encasement shall be measured in cubic yards and shall in- clude costs for concrete, installation, excavation, dewatering, soil stabilization, pipe sta- bilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. PAVEMENT STRUCTURES ITEM P-l- Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (re- placed in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEMP-2 - Aggregate base (10 V2" thick) and asphalt patch (21/2" thick) shall be meas- ured in square yards and shall include costs for all aggregates (regarclless of type), 2 V2 " graded aggregate base'removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regarclless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. ITEM P-4 - Milling shall be measured in square yards and shall include all materials, la- bor, equipment, and material removal and disposal costs as authorized by the project representative. No additional payment shall be made for these items. ITEMS P-5 through P-6 - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for 3000 psi concrete, installation, site preparation, form- work, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. ITEM P-7 - Asphalt driveway replacement shall be measured in square yards aJ)d shall include costs for asphalt, installation, and site preparation, including necessary sU1:>grade preparation, base removal, and base installation. Existing asphalt shall be removed to. the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P-S - Curb and/ or gutter placement shall be measured in linear feet and shall in- clude costs for concrete, installation, site preparation, formwork, and finishing. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. SANITARY SEWERAGE 02530 - 13 ITEM P-9 - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, for:tp.work, and finishing. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. MISCELLANEOUS ITEM M-l- Flo~able fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. . ITEM M-2 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges, Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. ITEM M-4 - Gearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting. No additional payment shall be made for these items. ITEM M-5 - Fence removal and replacement shall be measured ill linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for sanitary sewer installation. No additional payment shall be made for these items. ITEM M-6 - 30" Gass III RCP shall be. measured in linear feet and shall include all costs for materials, installation, and backfilling of pipe at the intersection of Hilson and Bar- low Road. No additional payment shall be made for these items. ITEM M-7 - The Junction Box line item shall be measured individually (each) and shall include costs for material, installation, and backfilling. Junction Box shall be in accor- dance with GADOT Std. 1019A Type "C" box with modified reinforced flat slab top. The box will be located at the intersection of Hilson and Barlow Road. No additional payment shall be made for these items. ITEM M-8 - Flared End Section shall be measured individually (each) and shall include costs for material, installation, and backfilling of pipe along Barlow Road. Section to be ill accordance with GADOT Std. 1120. No additional payment shall be made for these . items. ITEM M-9 - Rip Rap shall be measured in square yards and shall include costs for mate- rial and installation. Rip Rap to meet GADOT Type 3 specifications and be used as needed along. Barlow Road for driveway crossing pipe outlet stabilization. No addi- tional payment shall be made for these items. SANITARY SEWERAGE 02530 - 14 I- t I- i I- I I' I I t I ( I t I' i I- ! l l I i I L I t I I, , I t I ( , I '1 -I -I I I I I I ~I _I I I I I I I I I I ITEM M-ID - Check Dams shall be measured individually and shall include costs for material, installation, and maintenance during construction. No additional payment shall be made for these items. ITEM M-ll-18" Class III RCP shall be measured in linear feet and shall include all costs for materials, installation, and backfilling of pipe for driveway crossings along Bar- low Road. No additional payment shall be made for these items. ITEM M-12 -18" Concrete Headwalls shall be measured individually (each) and shall include all costs for materials, installation, and backfilling of headwall at the culvert ends along Barlow Road. Headwalls are to be in accordance with GADOT Std. IODIB- straight wall. No additional payment shall be made for these items. LUMP SUM CONSTRUCTION ITEM LS-l- Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. END OF SECTION 02530 SAl\1JTARY SEWERAGE 02530 - 15 -I -I '1 -I I '1 I I -I I I I I I I I I I I SECTION 02920 - GRASSING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. . Seeding. 1.2 DEFINITIONS A. Finish Grade: Elevation of fmished surface of planting soil. 1.3 DELNERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.4 SCHEDULING A. Weather r.,imitations: Proceed with plartting only when existing and forecasted weather conditions permit. 1.5 LAWN MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until acceptable grassing is established, but for not less than the following periods: 1. Seeded Grassed Areas: 60 days from date of Substantial Completion. a, When full maintenance period has not elapsed before end of planting season, or if grassing is not fully established, continue maintenance during next planting season. B. Maintain and establish grassing by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant baTe or eroded areas and remulch to produce a uniformly smooth lawn. 1. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch. Anchor as required to prevent displacement. GRASSING 02920 - 1 SEED ~~ t I t I I I- t , t , I I 1 ! I~ 1... I f- \ I ! I. ~ I I I I I 1 I l 1 ( I 1 c I PART 2 - PRODUCTS 2.1 A. B. 2.2 A. 2.3 Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. Seed Species: State-certified seed of grass species, as indicated on drawings. TOPSOIL Topsoil Source: Reuse surface soil stockpiled on-site. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. FERTILIZER A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: . 1 lb/1000 sq. ft. of actual nitrogen, 4.percent phosphorous, and 2.percent potassium, by weight. 2.4 . MULCHES A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of wheat, rye, oats, or barley. PART 3 - EXECUTION 3.1 3.2 EXAMINA nON A. Examine areas to receive lawns and grass for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION A. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties. GRASSING 02920 - 2 -I -I '1 -I I -I I I -I ..I I -I I I I I I I I 3.3 GRASSED AREA PREPARATION A. Limit grassed area lawn sub grade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen sub grade to a minimum depth of 4 inches. Remove stones larger than 3 inches] in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them offOwnet's property. 1. Apply fertilizer directly to sub grade before loosening. 2. Thoroughly blend planting soil mix off-site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. C. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly [me texture. Grade to within plus or minus 1 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. D. Moisten prepared grassed areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. E. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.4 SEEDING A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Rake seed lightly into top 1/8 inch of topsoil, roll lightly, and water with fine spray. C. Protect seeded areas by spreading straw mulch. Spread uniformly at a minimum rate of 2 tons/acre to form a continuous blanket 1-1/2 inches in loose depth over seeded areas. Spread by hand, blower, or other suitable equipment. 1. Anchor straw mulch by crimping into topsoil with suitable mechanical equipment. 3.5 HYDRO SEEDING (OPTION) A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydro seed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic tackifier. 2. Apply slurry unifonnly to all areas to be seeded in a one-step process. Apply mulch at a minimum rate of 1500-lb/acre dry weight but not less than the rate required to obtain specified seed-sowing rate. GRASSING 02920 - 3 GRASSING 02920 - 4 ,- -- I- , I I ,- ,- ,. , ,. I~ L I- t . , I I I L. , ~ ~ I l I 3.6 SATISFACTORY GRASSING A. Satisfactory Seeded Grassing: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 80 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Reestablish grassing that does not comply with requirements and continue maintenance until grassing is satisfactory. 3.7 CLEANUP AND PROTECTION A. Remove erosion-:contro1 measures after grass establishment period. END OF SECTION 02920