Loading...
HomeMy WebLinkAboutMid City Relief Project Augusta Richmond GA DOCUMENT NAME: H id C,(+y ~ \ iet WDJ'd- DOcUMENTTYPE: C bYl+racr YEAR: 10 0<1 BOX NUMBER: C) FILE NUMBER: J4-10D NUMBER OF PAGES: / d.-l? 1 I I I I I, I I I I I I I I I,' I ,I -I ~~.....,." " ,'" J~ it i iJ.7d I) AUGUSTA UTILITIES DEPARTMENT MID CITY RELIEF PROJECT FORCE I\t1AIN - CONTRACT:nOCUMENTS, {' . December 1999 Project 9803-oi 1..--' ?REPAREDBY 'iZEIL' 435TEL.FAIRST. , , ' AUGUSTA GEOR.GIA PHONE (706)7;4~5627 ,-~ EN G,I N - E E R S ZIMMERMAN, EVANS AND LEOPOLD, INC. " h+-3l- /1 I I I I I I I I I I I I I I I I I .1 AUGUSTA UTILITIES DEPARTMENT MID CITY RELIEF PROJECT FORCE MAIN CONTRACT DOCUMENTS December 1999 Project 9803-02 PREPARED BY EEL PHONE (706)724-5627 ZIMMERMAN, EVANS AND LEOPOLD, INC. 435 TELFAIR ST. AUGUSTA, GEORGIA ENGINEERS I /, , I I I GENERAL CONDITIONS INDEX ARTICLE 1 - GENERAL CONDITIONS................................... 1-4 ARTICLE 2 - PRELIMINARY MATTER................................... 4-6 ARTICLE 3 - CONTRACT DOCUMENTS, INTENT, AMENDING, REUSE. .... ..... 6-7 I ARTICLE 4 - AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; ...... ... 7-10 REFERENCE POINTS I ARTICLE 5 - BONDS AND INSURANCE.... ......... ... ...... ............ 10-16 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES.... ... ...... ..,........ 15-23 I ARTICLE 7 -OTHER WORK................ . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 ARTICLE 8 - OWNER'S RESPONSIBILITIES..... ......... ............ ... 24-25 I I ARTICLE 9 - PROFESSIONAL'S STATUS DURING CONSTRUCTION... ......... 25-27 ARTICLE 10 -CHANGES IN THE WORK....... ... ........ ... ............. 28 ARTICLE 11 - CHANGE OF CONTRACT PRICE...... ........... ............ 28-34 I ARTICLE 12 - CHANGE OF CONTRACT TIME..... ................ ......... 34 I ARTICLE 13 - WARRANTY & GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 35-38 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION................ 39-44 I I ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION. .... ... ........... 44-46 ARTICLE 16 - DISPUTE RESOLUTION................................... 47 ARTICLE 17 - MISCELLANEOUS........................................ 47-48, I I I I I I I I I GENERAL CONDITIONS ARTICLE I--DEFINITIONS I 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: I I 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. I 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. ' I 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. I Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the. Contract Documents. I I Change Order--A document recorrunended 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. I 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 Insuranc~, Notice of Award, and Change Order duly delivered afte~ 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. ' I I I 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). I 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. I COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the Augusta-Richmond County Corrunission, and its authorized designees, agents, or employees. I I I I I Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. I 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. I Resident Project Representative-The authorized representative of PROFESSIONAL who is assigned to the site or any part thereof. I 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. I I Specifications-Those portions technical descriptions' of standards and workmanship as details applicable thereto. of the Contract Documents consisting of written materials, equipment, con'struction systems, applied to the Work and certain administrative 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. ' I 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. I I I Supplementary ConditLons-The part of the Contract Documents which amends or supplements these General Conditions. I Supplier-A manufacturer, fabricator, supplier, distributor, m'aterialman or vendor. I Underground Facilities-All pipelines, conduits, ducts, cables,' wires, manholes, vaults, tanks, tunnels or other such facilitie~ or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials, electrici ty, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, t'raffic or other control systems or water. I I 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 I 3 I I I I the result of performing services, furnishing labor and furnishing and incor- porating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. I 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. I I I 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. I ARTICLE 2-PRELIMINARY MATTERS I De~i very of Bonds: I 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. I Copies of Documents: I 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual 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. I Commencement of Contract Time, Notice to Proceed: I 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: I I 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: I 2.5. Before undertaking each part of the Work. CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, I 4 I I I I 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. I I 2.6. Within ten days after the Effective Date of the Agreement unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL AND PROJECT MANAGER for ~eview: I 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: I 2.6.2. a preliminary schedule of Shop Drawing and Sample s~bmissions: and I 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. I 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 CONTRACTOR is required to purchase and maintain in accordance with Article 5. I I Pre-construction Conference: I 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, procedur~s for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. I Finalizing Schedules: I I 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 responsibili ty for the sequencing,. scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor, The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing I I I 5 I I I I and processing the submissions. CONTRACTOR's schedule of values approved by PROFESSIONAL as to form and substance. shall be I CONTRACTOR, in addition to preparing an initially shall be responsible for maintaining the schedule, schedule. Schedule updates shall include progression of scheduled progress on worL Schedule updates shall request. acceptable schedule, including updating work as compared to accompany each pay I ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE I Intent: I 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. I 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. I I I 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents)and the provisions of any such Laws or Regulations 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 ~y PROFESSIONAL as provided in paragraph 9.4. I I I I 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 Effecti ve Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. I 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 I I 6 I I I I these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. I Pbysica~ Conditions: I 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of 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. I I 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: I I 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 I 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any ."technical data" or any such data, interpretations, opinions or information. I 4.2.3. If conditions are encountered, excluding existing utilities, a~ 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. I I I 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 6r Contract -Time, or both. If the Project Manager and PROFESSIONAL determines that the ~onditicins 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. . I I I I 8 I I I I Pbysica~ Conditions-Underground Faci~ities: 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: I 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data: and I 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR 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. I I 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or .contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22), identify the owner of such Underground Facility and give written notice thereof to that owner and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine 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 riot shown or indicated in the Contract Documents and which .CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. I I I I I I Reference Points: I 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL I s judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. I I Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 COUNTY shall. be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site I 9 I I I I 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 whom CONTRACTOR is responsible. I I 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such. hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any, CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area un.til .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 adj ustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. . I I I I I 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 adj ustment, if any, in Contract Price or Contract Times as a result of deleting such portion .ofthe Work, then either patty may make a claim therefor as provided in Articles lland 12. COUNTY may have such deleted portion of the Work performed by COUNTY's own forces or others in .accordance with Article 8. I I I 4.7.1 The provisions of <1.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. I ARTICLE.5-BONDS AND INSURANCE Performance and Other Bonds: I 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contrac.t Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Do.cuments. 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 I I I 10 I I I I Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. I Licensed Sureties and Insurers; Certificates of Insurance I 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. I I 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. I I 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 to OWNER. I CONTRACTOR's Liabi~ity Insurance: I 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection 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: I I 5.3.1. Claims under workers' or workmen's compensation. disability benefits and other similar employee benefit acts; I 5.3.2. Claims sickness or "disease, for damages because of bodily injury, or death of CONTRACTOR's employees; occupational I 5.3.3. Claims for damages because of bodily injury, sickness or disease, .or .death of any person other than CONTRACTOR's employees; I 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indire~tly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; I 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; I 11 I I I I 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 I I 5.3.7. Claims for damages because of bodily inj ury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. I 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 writteri notice has been given to OWNER and PROFESSIONAL and Program Manager 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. I I I Contractua~ Liability Insurance: I 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. I Owner's Liabi~ity Insurance: I 5.5. OWNER shall be re"sponsible 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. I Property Insurance: I 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations) . This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL and PROFESSIONAL's consultants and Program .Manager 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 arid 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 I I I I 12 I I I I 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. I 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. I I 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 ma~erially changed or renewal refused until at least thirty days prior written no~ice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. I I 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontrac~ors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount, will be borne by CONTRACTOR, Subcontractor or others suffering any such loss and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. I I 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 Writ~en Amendment. Prier to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whe~her or no~ such other insurance has been procared by OWNER. I I Wai ver of Rigb ts : I 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 CONTRP.CTOR and a Subcontractor will contain similar waiver provisions by ~he Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultan~s 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. I I I 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 I I 13 I I I I such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. I Receipt and App~ica t:ion of Proceeds: I 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. I I Receipt and App~ication of Insurance Proceeds I 5.13. OWNER as trustee shall have power to adjust and settle any loss wi th the insurers unless one of the parties in in~eres~ shall obj ect 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 set- tlement 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. I I Acc~tance of Insurance: I 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 t~e basis of its not complying with the Contract Documents, OWNER shall no~ify CONTRACTOR in writing thereof within ten days of the date of delivery of suc~ 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 insurarice 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 t~e Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accorcance 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 insur- ance purchased by the other as complying with the Contrac~ Documents. I I I I Partia~ Uti~izatio~-Property Insurance: I 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use . or occupancy may be accomplished in accordance with paragraph 14.10; provided that" no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. I I 14 I I I I Indemnification I 5.16.1. CONTRACTOR shall indemnify and hold harmless COUNTY 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. I I I 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 amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. . I I 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 connection with any alleged infringemen~ of such rights. I I ARTICLE 6 - CONTRACTORS RESPONSIBILITIES I 6.1. CONTRACTOR shall supervise and direc~ the Work competen~ly 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 othe=-s in the design or specification of a specific means, method, technique, sequence or procedure of constr~ction 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. I I I 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 circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. I Labor, Ma tsrials and Equipment:: I 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 I 15 I I I I as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. I I 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. I I 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 with the instructions of .the applicable Supplier. except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direc~ 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. I I I Adjusting Progress Scb.edu1.e: I 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule th~n in effect and additionally will comply with any provisions of the General Requirements applicable thereto. I Substi cutes or "Or.,..Equa~" Items: I 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indica~ing that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if suff.:.c.:.ent information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will include .the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any I I I I I 16 I I I I 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 substitu~e. I I I I 6.7.2.. If a. specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, 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 re'liew 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. I I 6.7.3. PROFESSIONAL will be allowed a reasonable time withi~ which to evaluate each proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to fur- nish at CONTRACTOR's expense a special performance guaran~ee or other sure~y 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 Con~=act Documen~s 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 substit~te. I I I I Concerning Subcontractors. Supp~iers and Others: I 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 per30n or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. I I 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 sub- mitted 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 failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the I I 17 I I I I basis of reasonable objection after due Investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference ,n the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No ~cceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. I I 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. I I I 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. I 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. I I Patent Fees and Royalties: " I 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 subj ect of patent rights or copyrights held by others. CONTRACTOR Shall. indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectiy 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 us~ 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 alle.ged infringement. of such rights. I I I PeIIDits: I 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 extensions only and no damages or additional compensation for delay will be allowed. I I 18 I I I I Laws and Regu~ations: I 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. I I 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 perfo.rms any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: . I I 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. I Use of Premises: I 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 (~ncluding, 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. I I I I I 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, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. I I I 6.18. CONTRACTOR shall not load nor permit any part of any structure 19 I I I I 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. I Record Documents: I 6.19. Contractor shall ~eep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotatea on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. I Safety and Protection: I 6.20. CONTRACTOR shall be responsible for initiatinq, 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: I I .6.20.1. all employe.es on the Work and other persons and organizations who may be affected thereby: 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and I I 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.. I CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation"and replacement of their property, All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or 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 I 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 .14.1.3 that the Work is acceptable (except as otherwise expressly provided In connection with Substantial Completion) . I I I I I I 20 I I I I, 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. I Emergencies: I 6.22. In emergencies affecting the safety or protection of persons or "the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change In the Contract Documents is required because of the action taken in responie to an emergency, a Work Directive Change or Change Order be issued to document the consequences of the changes or variations. I, I I 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 on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. I 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. I I Shop Drawings and Samp~es: I 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 .thatthe submittal or sample may have from the requirements of the Contract Documents. I I I 6.24. PROFESSIONAL shall review and approve submittals and samples. . Professional's review and approval shall be only for conformance with the. design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by ~ROFESSIONAL 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. I I I 21 I I I I 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 delay~ associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. I I I 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 wi th the requirements of the Work and the Contract Documents. I 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 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. I I 6.26.' PROFESSIONAL will ieview 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.. Th~ review and approval of a separate item as such ':"lill not indicate approval of the assembly in which the item functions. I I 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 t1anagery 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. . I I I 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. I I 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. I Continuing the Work: 6.30. CONTRACTOR shall carryon the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be I 22 I I I I. delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. I Cleaning Up: I 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. I I I Indemnification: I 6.32. To the fullest extent permitted by Laws and Regulations CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from "the performance of the Work, provided that any such claim, damage, loss or expense (a)isattributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified" hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. I I I I 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. I I I 6.34. The obligations of CONTRACTOR" under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, "PROFESSIONAL's consultants, agents or employees ~r{sing out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. I I 23 I I I I ARTICLE 7---0THER WORK Re~ated Work at Site: I 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 OWNER's or let other direct contracts therefor which.shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to. CONTRACTOR prior to starting any such other work: and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof. CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. I I I 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. .1 I I I 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 non- apparent defects and deficiencies in the other work. I I Coordination: I 7.4. If OWNER contracts with others for the performance of other work on the Project a~ the site, the person or organization who will have authority and responsibility for coordination. of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority .and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordinati~n. I I ARTICLE 8---0WNER'S RESPONSIBILITIES I 8.1. Except as otherwise provided in these General Conditions, COUNTY shall issue all communications to CONTRACTOR through the Project Manager or PROFESSIONAL. I 24 I I I I 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. I I 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. I 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. I 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance aie set forth in paragraphs 5.5 through 5.8. I 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. I 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. I 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. I ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION I Owner '.s Represen ta ti ve: I 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. I Visits to Site: I 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-sit~ inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL. PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. I I I 25 I I I I Project Representation: I 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Proj ect 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. I I Clarifications and Interpretations: I 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. I I Authorized Variations in Work: I 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 bc binding on OWNER, and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Article 11 or 12. I I Rejecting Defective Work:. I 9.6. PROFESSIONAL will have autho-ri ty to disapprove or rej ect 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. I Shop Drawings, Change Orders ~d Payments: I 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. I 9.S. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, lland.12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. I Determinations for Unit Prices: I 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will 26 I I I I 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. I I Decisions on Di~utes: I 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Do.cuments and judge of the .acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes 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. I I I I 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 of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. I I I Limitations on PROFESSIONAL's Re~onsibi~ities: 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, 6r procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with ~he Contract Documents. .1 I 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. I I 27 I I I I ARTICLE lO--CHANGES IN THE WORK I 10.1. Without invalidating the Contract, OWNER may at any time or from time to time orde.r additions, deletions, or revisions in the Work. The Project Manager shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the 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. I I I 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an .extension of the Contract Time, except in the case of an emergency as provided in Article 7. The effect of this paragraph shall. remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. I I 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. I 10.4. In the absence of an agreement as provided in 11.1.3, 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 price, 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 dir~cted byth~ Construction Change Directive. I I 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. I I 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 Yime1 is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be. CONTRACTOR IS responsibility, and the amount of 'each applicable Bond will be adjusted accordingly. I ARTICLE 11-CHANGE OF CONTRACT PRICE I 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. I I 28 I I I I 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 lf 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. I I I I 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: I I 11.3.1. Designated Unit Price (Field Measure) CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as.unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. I I 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work as defined in these Contract Documents is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. I I 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. I I 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. I 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; I I 29 I I I I 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity of 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. . I I Cost of the Work: I 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: I I 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. I I I 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 requ~red in connection therewith. All cash discounts shall accrue to CONTRACTOR unles.s 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. I I I 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If.requiredby 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 .willbe 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. I I I 11.4.5. Supplemental costs including the following:. I 30 I I I I 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. I 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. I I 11.4.5.3. Rentals of all construction equipment and machinery and the pans thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of I PROFESSIONAL, . and the costs of transportation; loading, unloading, installation, dismantling and removal thereof---all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. I 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. .1 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. I I 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. I I 11..4.5.7, The cost of ritilities, fuel and sanitary facilities at the I site. I 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. I .. 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. I 11.5. The term Cost of the Work shall not include any of the following: I 31 I I I I 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executi ves, principals (of partnership and sole proprietorships), general managers, PROFESSIONALs, architects, estimators, attorneys, auditors, accoun- tants, purchasing and contr~cting 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 spec::ifically included in the agreed upon schedule of job classifications referred to in paragraph Tl.4.1 or specifically covered by paragraph 11.4.4--all of which are to be considered administrative cost.s covered by CONTRACTOR's Fee. I I I 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. I 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. I 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). I 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. I I 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: I 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: I 11.6.1. a mutually acceptable fixed fee; or if none can be agreed upon. I 11.6.2. a fee based on the followif?g 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, CONTRACTOR's Fee shall be fifteen percent: I 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract. is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent: I 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: I I 32 I I I I 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease. plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease: and I 11.6.2.5. when both additions and credi ts are involved in anyone change, the adjustment in CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. I I 11. 7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the proj ect Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the proj ect 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 pie~e of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. I I I Cash Allowances: I 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums. within the limit of the allowances as may be acceptable to PROFESSIONAL, CONTRACTOR agrees that: I I 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; arid I 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. I I Prior to final payment, an recommended by PROFESSIONAL account of Work covered by correspondingly adjusted. appropriate Change Order will to .reflect actual amounts due allowances; and the Contract be issued as CONTRACTOR on. Price shall be rlni t Price Work: I 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price. Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. I I 33 I. I I I 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. I 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. I I 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, CON- TRACTOR 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. I ARTICLE 12--CHANGE OF CONTRACT TIME I 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the .Contract Time shall be made in writing and delivered to PROFESSIONAL and 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. I I I 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 .enti tied 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. I I I I I I I 34 I I I I ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK I Warranty and Guarantee: I 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. I I "Access to Work: I 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. I Tests and Inspections: I 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. I I 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will. furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. I I I I 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) . I I 35 I I I I 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. I I 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. I Uncovering Work: I 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.. I I 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 directJand 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 therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price,. or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. I I I I Owner May Stop the Work: I I 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 pf 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~ I I I 36 I .1 I I Correction or Removal of Defective Work: I 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. I .1 I One Year Correction Period: I 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable. special guarantee required by the Contract Documents, any Work or.materials.are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work, or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other PROFESSIONALs) will be paid by CONTRACTOR. I I I Acceptance of Defective Work: I 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to 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 ~ccept 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 therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. I I I I I I 37 I I I I OWNER May Correct Defective Work: I 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 ~omplete 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 revi.sions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include but not be limited to fees and charges of 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. I I I I I I I I Neg~ected Work by CONTRACTOR. I 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. I I I I 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. I 38 I I I I ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Va~ues: I 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. I Application for Progress Payment: I 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. I I I I CONTRACTOR's Warranty of Tit~e: I 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. I Review of App~ications for Progress Payment: I 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. I I I 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief; the quality' of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results I I 39 I I I I 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 payroentPROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. I I I 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. I 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests; nullify any such payment previously recommended, to such extent a~ may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: I I I 14.7.1. the Work is defective, or completed Work. has been damaged requiring correction or replacement. 14.7.2. Change Order. the Contract Price has been reduced by Written Amendment or I 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or I 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. I OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a set-off against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. I I Substantia~ Comp~etion: I 14.8. When CONTRACTOR considers the entire Work ready for.its intended use CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative I I 40 I I I I certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after considering such objections. PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing. stating the reasons therefor. If, after consideration of OWNER's objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibili ties 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 wri ting and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the defini ti ve certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. I I I I I I 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. I Partia~ Uti~ization: I 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. I I I 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 ccmplete 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 therefor. If PROFESSIONAL considers that part o(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. I I I I 41 I I I I 14.10.2. OWNER may at any time request CONTRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writ- ing 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. I I I I I 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. I 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. I Final Inspection: I 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. I Final Application for Payment: I I 14.12. After CONT~CTOR 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 ~ccompanied (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 orwai vers 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 I I I I 42 I I I I furnish such a release or re~eipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. I 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. I 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. I I 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. I I Fina~ Payment and Acceptance: I 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection, and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give. written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons. for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. I I I I I 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and.if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL, and without terminating. the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the.retainage stipulated in the Contract, and if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. I I I 43 I I I I CONTRACTOR's Continuing Obligation: I 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13. nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR I s obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16) . I I I Waiver or C~aims: 14.16. The making and acceptance of final payment will constitute: I 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 I I 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15--SUSPENSION OF WORK AND TERMINATION I Owner May Suspend Work: I 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing ~to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and ~2. I I Ter.mination For Cause: 15.2. Upon the occurrence of anyone or more of the following events: I 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of ~he 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; I I 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now _or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; I 44 I I I I 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; I 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applic.able 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; I 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; I 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress.schedule established under paragraph 2.9 as revised from time to time); I I 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 I 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall .not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including . but not limited to fees. and charges of PROFESSIONALS, architects, attorneys and other PROFESSIONALS and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. I I I .1 I I 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. I Termination for Convenience I 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): I 45 I I I I 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit oh such Work; I 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; I 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. I 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. I I. 15.5, Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CQNTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. I CONTRACTOR May Stop Work or Ter.minate: I 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than nin~ty 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 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 permi tted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carryon the v70rk in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. I I I I I I I I 46 I I I I I I I I I I I I I I I I I I I I SECTION IND INDEX INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND NOTICE OF AWARD AGREEMENT PAYMENT BOND PERFORMANCE BOND NOTICE TO PROCEED CONTRACT CHANGE ORDER GENERAL CONDITIONS SUPPLEMENTAL CONDITIONS TECHNICAL SPECIFICATIONS SECTION TITLE PAGE NUMBER T-l T-2 T-3 T-4 T-5 T-6 T-7 Site Work Excavation, Filling and Backfilling Concrete Force Main Valves and Gates Bore and Jack Crossing Grassing T1-1 thru Tl-5 T2-1 thru T2-G T3-1 thru T3-3 T4-1 thru T4-9 T5-1 thru T5-2 . T6-1 thru T6-2 T7-1 thru T7-4 DRAWING NO. TITLE COVER LIST OF DRAWINGS AND COVER SHEET I. STA 0+00 TO STA 9+00 2. STA 9+00 TO STA 19+00 3. STA 19+00 TO STA 29+00 4. STA 29+00 TO STA 38+50 5. STA 38+50 TO STA 48+00 6. STA 48+00 TO STA 58+00 7. STA 58+00 TO STA 67+50 8. STA 67+50 TO STA 76+00 9. STA 76+00 TO STA 85+00 10. STA 85+00 TO STA 95+00 II. STA 95+00 TO STA 104+00 12. STA 104+00 TO STA 114+00 13. STA 114+00 TO STA 121+00 14. STA 121+00 TO STA 123+75.7 15. MISCELLANEOUS DETAILS 16. STANDARD DETAILS FOR POLYETHYLENE PIPE 17. STANDARD DETAILS FOR DUCTILE IRON & POLYVINYL CHLORIDE PIPE 18. SPECIAL STRUCTURES '--- 'ZEL, ENGINEERS 9B03-02 mo.doc IND-1 I I I I I I I I I I I I I I I I I I I SECTION ITB INVITATION TO BID SEALED BIDS for the Mid City Relief Project Force Main adjacent to Chafee Park for the Augusta Utilities Department. Bid Item 00-006: AUGUSTA-RICHMOND COUNTY MID CITY RELIEF PROJECT FORCE MAIN AUGUSTA-RICHMOND COUNTY hereinafter referred to as the OWNER at the offices of: Ms. Geri A. Sams Purchasing Department Room 605 Municipal Building Greene Street Augusta, Georgia 30911 until 11:00 AM on the 29 day of February, 2000 at which time all bids will be publicly opened and read in the presence of those interested. The CONTRACT DOCUMENTS may be examined during regular business hours at the office of the Augusta-Richmond Purchasing Department, Zimmerman, Evans and Leopold, Inc., Consulting Engineers; at the Augusta Builders Exchange, F. W. Dodge Plan Rooms, Augusta and Atlanta, or at Construction Market Data, Atlanta. Copies of the CONTRACT DOCUMENTS may be obtained at the office of Zimmerman, Evans and Leopold, Inc., 435 Telfair Street, Augusta, Georgia 30901, upon payment of $100.00 for each set non-refundable. A 10% bid bond is required; a 100% performance bond and 100% payment bond will be required. The OWNER reserves the right to waive any informalities and to reject any or all bids. Ms. Geri A. Sams Purchasing Director Date Augusta Chronicle - Jan. 31, Feb. 8, 16, 21 2000 Augusta Focus - Feb. 3 'ZEL, ENGINEERS 9803-02 ITB.doc ITB I I SECTION IB INSTRUCTION TO BIDDERS I IB-Ol GENERAL I All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will.be treated in every respect as. though filed in person and will be subject to the same requirements. I Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. I I IB-02 EXAMINATION OF WORK I Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. I I IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to any bidder orally. I Every request for such interpretation should be in writing addressed to the Director of project PROFESSIONAL, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. I I I IB-04 PREPARATION OF BIDS I 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. I Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. I Alternative bids will not be considered unless specifically called for. I 9803-02 IB. doc IB-1 u I I 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. I I Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. I A Bid Bond of 10% payable to the owner is required in all cases and shall accompany the Bid. A certified check may be used in lieu of a Bid Bond. The Bid Bond of the successful Bidder will be retained until the Performance and Payment Bond have been executed and approved, after which it will be returned. I 1B-05 BASIS OF AWARD I The bids will be compared on the basis of Bid prices, which will include and cover the furnishing of all material and the performance of all labor requisite of proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. The project will be awarded to the low, responsive and responsible bidder. I I 1B-06 BIDDER'S QUALIFICATIONS I. No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The Owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. I I I IB-07 PERFORMANCE BOND 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 skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims. for such work, tools, machinery, skill and terms, for saving the Owner harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the Owner and authorized by law to do business in the State of Georgia. I I Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. I I 9803-02 15. doc IB-2 I I I IB-08 REJECTION OF BIDS I These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. I IB-09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT I It is the intent of the Augusta-Richmond County Commission to increase the involvement of qualified minority and economically disadvantaged businesses in the contracted work of County Government. I In an effort to support this intention, this project is offered to all qualified firms. The bids will be evaluated based on qualifications, price and construction time. With all other items being considered equal, the contract, if awarded will be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as subcontractors on this project. I 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 IB-IO ENGINEER I The Engineer for the Project is Zimmerman, Evans and Leopold, Inc. (ZEL Engineers), 435 Telfair Street, Augusta, GA 30901. I I I I I I I I 9803-02 IB.doc IB-3 I I I I I I I I I I I I 'I -I I I I I I I SECTION BID PROPOSAL OF mOlDL.L" ConStfl,,(c:ho/\ CD. -:GiC-. (hereinafter) called "BIDDER", organized and existing under the laws of the state of G, U) '3 \ ~ , doing business as 0.. to ,.. pO ro......\-j 0 n TO: Augusta-Richmond County Purchasing Department 605 Municipal Building Augusta, Georgia 30911 (hereinafter called "OWNER"). * SUBJECT: AUGUSTA-RICHMOND COUNTY MID CITY RELIEF PROJECT FORCE MAIN Gentlemen: The BIDDER, in compliance with your Invitation for Bids for the construction of the subject project, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. BIDDER hereby agrees to commence work under this Contract on or before a date to be specified in written NOTICE TO PROCEED of the OWNER and to fully complete the PROJECT within 180 consecutive calendar days thereafter subject to Supplementary Conditions SC 25 as stipulated in the specifications. BIDDER further agrees to pay as liquidated damages, the sum of $500.00 for each consecutive calendar day thereafter as hereinafter provided in Article 15 of the General Conditions, Article II of the Agreement, subject to a $1,000 per day penalty per Supplementary .Condition SC-25 (INSTALLATION OF OWNER SUPPLIED PIPE) . BIDDER acknowledges receipt of the following ADDENDUM (A) : t M \J I'SO ~ :tt:- I BIDDER agrees to perform all the work included and described in the Base Bid of ~ the CONTRACT DOCUMENTS for the total sum of: . AI Qr\e (y\\L.L..\Of\ SIGHT \-\t,v....ne..E1) ~\~)\'1 ONf:. IhOlASQ.Ad .-rt.uD 'nUfldY'Ld s;"'.:\-u.r"\ ck\\o..vs -r 163/10{} . - Dollars ($18qll.;tI~.33 ) ~\ ~~ Subject to reductions or additions resulting from measured quantities or unit price items, all in accordance w{th the following schedule of payment herein: *Insert "a corporation", "a fY\~ \ \ I'on 5e.Je/'I +LR " 00 - partnership" , ~w f"\\ or "an individual", as applicable. ""'I'"\e.. ~D~Cu\.d to l,Lr' do I \a.v s DD\ \c-v'~ ($ \1 lq~ I DO~, 4G, J C-) 0 I\J It O-()d 9803-02 BID. doc B-1 DJ NO ~ID I I I I I I I I I I .1 I "I I I I I I I ~~ . /"$- SECTION BID The BIDDER agrees that this Bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving Bids. Upon receipt of written Notice of Acceptance of this Bid, BIDDER will execute the formal Contract attached within 10 days and deliver a Surety Bond or Bonds as required by Article 0 the Ge r~l_ConditAan~. The bid security attached in the sum of -ro bid- Dollars ($ ) is to become the property of the OWNER in the event the Contract and Bond are not executed within the time above set forth as liquidated damages for the delay and additional expense to the OWNER caused thereby. By Firm Name Mo..blt-S Ccn,::>-\-vuc.::ho~ CD. Address q ILP MD\ \ LA PondQd. A~to.. I GC\ \30<40 I. - ~c.. (SEAL - if Bid is by a corporation) 9803-02 8ID. doc B-2 I I I I I I I I I I I I I I I. I I I I POWER OF ATIORNEY AND CERTIFICATE OF AUTHORITY OF ATfO,RNEY(S)-IN-FACT ""~ KNOW ALL lV~N BY THESE PRESENTS; That Markel Insurance Company ("Corporation"), a corporation organized and existing under the laws of the State of Illinois, with its main office at Shand Morahan Plaza in the City of Evanston, Illinois, and the administrative office at Richmond, Virginia, does hereby nominate, constitute and appoint, for the purpose stated herein, Cameron M. Harris of Columbia, Inc., Columbia, South Carolina, acting through its staff, C. Criss Williams, Jr. or Laura W. Dennison, its true and lawful attomey(s)-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States where the Corporation is qualified to act as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program . developed by the Corporation with a limit of liability not to exceed $5,000,000 per writing; and the execution of such bonds in pursuance of these presents shall be as binding upon said Markel Insurance Company to all inten~and purposes as if duly executed by its Chainnan, Vice Chainnan, President and Chief Operating Officer, Executive Vice President, any Vice President, sealed with its corporate seal, and attested by its Secretary or Assistant Secretary. . This Power of Attorney and Certificate of Authority shall only be valid if evidencing original or fac~imi1e signatures and only if l.buai,ie~.a of.the Car"tinn.li ~~. Ib.js PDWU Df Attorney and CertifWW: of Authori.t;y .is.IJlaJU aJlli! execllteli! by authority of a resolutIon adopted by the Board cifDirectors, cifwhiCh the.f6nowmgis a true mid exact copy. "RESOLVED: That, pursuant to Section 8.6 of the Corporation's Bylaws, the Chainnan, Vice Chainnan, President and Chief Operating Officer, Executive Vice President, any Vice President, and Secretary, and any Assistant Secretary are hereby authorized and empowered as the Corporation's attorney-in-fact, to make and execute on behalf of the Corporation, in Illinois and States where the Corporation is qualified to act as an admitted insurer, bonds, recogmzances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation and are 1urther authorized and empowered to select and appoint individuals as its attorney-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States where the Corporation is qualified as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation; provided further, that the liability of the Corporation on any such writing executed under this authority shall not exceed $5,000,000; also to execute such instruments as may be necessary or proper in connection with the settlement of claims or the recovery of reinsurance or salvage. IN WITNESS WHEREOF, Markel Insurance Company has caused these presents to be signed by its duly authorized officer and the Corporate Seal to be hereunto affixed this 28th day of October 1999. . MARKEL INSURANCE COMPANY By 'Dr UJ.~ Garry W. Black, Vice President . COUNTY OF HENRICO ) COMMONWEALTH OF VIRGINIA ) The foregoing instrument was acknowledged before me this 28th day of October Garry W. Black. Vice President. Markel Insurance Company 1999 by /<~~;~f~ct~t.(. \ ,:C .:;~F.:.i):.1: ,..,...~i.,:,,~;..',.. -i"~ .~~.-~if~i~~~?(:..., ~ ~~(!. ~ Cynthia C. Vayo, Notary Public My Commission Expires: June 30, 2000. CERTIFICATE I, the undersigned, AssistantSecretary of MARKEL INSURANCE COMPANY, a stock corporation of the State oflllinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Horne Office of the Company, in the City of Evanston, State of Illinois, Dated this 7th day of March 2000 . . ~~ \d. ~ By: Myra I. Hey, Assistant Secretary I I I SCHEDULE OF PAYMENT ITEMS Prefix C List I Contract Estimated Description of Work Unit Price (Enter Total Price (Enter Item No. Quantity Prices - Words Number) Number Total) 1. 935 L. F. Furnish and Install 30" CEL-DIP Force Main 0-8' cut complete. in place. $ ] 0 1.54 $ 94.939.90 2. 3500 L. F. Furnish and Install 30" CEL-DIP Force Main 8'-10' cut complete. in place. $ 103.54 $ 362.390.00 3. 1000 L. F. Install 30" I. D. HDPE Force Main 8'-10' cut. OWNER SUPPLIED PIPE, complete, in place. $ 50.14 $ 50.140.00 4. 3246 L. F. Furnish and Install 30" CEL-DIP Force Main 10'-12' cut complete. in place $ 105.54 $ 342.582.84 5. 1900 L. F. Install 30" I. D. HDPE Force Main 10'-12' cut. OWNER SUPPLIED PIPE. complete, in place $ 50.14 $ 95.266.00 6. 867 L. F. Furnish and Install 30" CEL-DIP Force Main 12'-14' cut. complete, in place. $ 115.54 $ 100.173.1 8 7. 10 L. F. Furnish and Install 30" CEL-DIP Force Main ]4'-16' cut. complete. in place. $ 120.54 $ 1.205.40 8. 69 L. F. Furnish and ins1aIl 30" CEL-DIP Force Main 16'-18' cut complete. in place. $ 140.54 $ 9.697.26 9. 163 L. F. Furnish and Install 30" CEL-DIP Force Main ] 8'-20' cut, complete, in place. $ 160.54 $ 26.168.02 10. I Lump Sum Eve S1. crossing, complete, in place, bore and jack 20 L.F. of casing for 30" dia. CEL- DIP carrier pipe. $ 6.631.13 $ 6.631.13 11. I Lump SUIt Broad S1. erossing, complete, in place,bore and jack 100 L.F. of easing for 30" dia. CEL DIP carrier pipe. $ 31.608.6 ] $ 31.608.6 ] 12. ] Lump Sum Fifteenth S1. crossing, complete in place, bore and jack 85 L.F. of easing for 30" dia CEL-DIP carrier pipe. $ 26.670.20 $ 26.670.20 13. ] Lump Sum First level canal erossing, complete, in place, bore and jack 250 L.F. of easing for 30" dia. CEL-DIP carrier pipe. $ 79.524.81 $ 79.524.81 14. 1 Lump Sum Thirteenth S1. crossing, complete, in place, bore and jack 80 L.F. of easing for 30" dia CEL-DIP carrier pipe. $ 25.215.25 $ 25.215.25 15. I Lump Sum Second level canal crossing, complete, in place, bore and jack 60 L.F. of easing for 30" dia. eEL-DIP carrier pipe. $ 18.825.89 $ 18.825.89 ]6. ] Lump Sum Eleventh S1. erossing, complete, in place, bore and jack 70 L.F. of casing for 30" dia. CEL-DIP carrier pipe. $ 22.603.73 $ 22.603.73 17. I Lump Sum Ninth S1. crossing, complete, in place, bore and jack 30 L.F. of easing for 30" dia. CEL- DIP carrier pipe. $ 12.973.2, $ 12.973.23 ]8. ] Lump Sum Furnish and install Structure #], complete, in place for CEL-DIP pipe $ 40.651.00 $ 40.651.00 ]9. ] Lump Sum Furnish and mstall Structure #2, complete, in Iplace for CEL-DIP pipe $ 4.026.19 $ 4.026.19 20. I Lump Sum Furnish and install Structure #3, complete, in Iplace for CEL-DIP pipe $ 138.942.40 $ 138.942.40 21. I Lump Sum Furnish and install air release valve # I and manhole, complete, in place for CEL-DIP pipe $ 12.789.27 $ ]2.789.27 I I I I I I I I I I I I I I Page -2, List C CEDII' 9803 -o2AWiI'"d Bid Prices Tab.xLS I I I I I I I I I I I I I I I I I I I I SCHEDULE OF PAYMENT ITEMS Prefix C List Contract Estimated Description of Work Unit Price (Enter Total Pricc (Enter Item No. Quantity Prices - Words Number) Number Total) 22. I Lump Sum Furnish and install air release valve #2 and manhole, complete, in place for HDPE pipe $ 12.512.62 $ 12.512.62 23. I Lump Sum Furnish and install air release valve #3 and manhole, complete, in place for HDPE pipe $ 12.5 I 2.62 $ 12.512.62 24. I Lump Sum Furnish and install air release valve #4 and manhole, complete, in place for CEL.-DIP pipe $ 12.439.93 $ 12.439.93 25. I Lump Sum Furnish and install air release valve #5 and manhole, complete, in place for CEL-DIP pIpe $ 12.540.20 $ 12.540.20 26. I Lump Sum Furnish and install air release valve #6 and manhole, complete, in place for CEL-DIP pIpe $ 12.427.71 $ 12.427.71 27. I Lump Sum Furnish and install air releave valve #7 and manhole, complete, in place for CEL-DIP pipe $ 12.652. I 0 $ 12.652.10 28. I Lump Sum Furnish and install air release valve #8 and manhole, complete, in place for CEL-DIP pipe $ 12.512.62 $ 12.512.62 29. 1241 S. Y. Concrete pavement replacement over trench complete, in place. $ 30.00 $ 37.230.00 30. 1241 S. Y. Asphalt pavement replacement, over trench, complete. in place. $ 35.00 $ 43.435.00 31. 7054 C. Y. Furnish and install select refill material, complete, in place. $ 9.00 $ 63.486.00 32. 10 C. Y. Furnish and install concrete for encasement, collars, reaction blocking, complete, in place. $ 250.00 $ 2.500.00 33. I Lump Sum Remove top of existing 12" sewer manhole at Ninth Sf. and install pennanent cover, compiete, in place. $ 400.00 $ 400.00 34. 420 L. F. Curb and gutter replacement, complete, in place. $ 15.00 $ 6.300.00 35. 5 Each Re-connect sanitary sewer services, complete, in place. $ 479.33 $ 2.396.65 36. 5 Each Re-connect water services, complete, in place. $ 444.74 $ 2.223.70 37. 9 Each Furnish and install pipe bedding drain to existing storm sewer, complete, in place. $ 575.00 $ 5,175.00 38. 273 S. Y. Existing sidewalk replacemen~ complete, in place. $ 32.00 $ 8.736.00 39. 5000 C.Y. Furnish and install barrow material, complete, in place. $ 6.50 $ 32.500.00 40. 5 Each Remove and replace concrete steps after construction, complete, in place. $ 800.00 $ 4.000.00 TOTALS $ 1. 799,004.46 -- Page -3, List C CEDIP 9803 -02AWlIrd Bid Prices Tab.J(LS I I SECTION BID DATA TO BE SUBMITTED WITH BID II A. SUPPLEMENTAL INSTRUCTIONS: The following instructions supplement the requirements of the Information For Bidders and provides instructions for completing the schedules which follow. I I I I I I I I I I I I I I I 1 1. The Bidder shall submit a list of names and addresses of at least three (3) clients for which the Bidder has constructed similar work of comparable size and complexity. Reference Paragraph 5 of Page IFB-2, Information For Bidders and Schedule B. 2. The Bidder shall list in the space provided in Schedule C the maj or subcontractors to be used for construction of the project. Subcontractors so listed shall be used for the contract construction unless their replacement is approved by the Owner. 3. The "Schedule of Equipment Included in Base Bid" which follows as Schedule D shall be completed to denote the manufacturer of major equipment proposed to be furnished by the Bidder under the Base Bid. In that schedule, the manufacturer of the items of major equipment upon which the design is based are listed as Selection "A" for the sever~l items. Also listed under many of those items are other manufacturers whose equipment or products are deemed equal in quality and acceptable to be included in the Base Bid. For those items for which more than one acceptable manufacturer is listed, the Bidder must indicate which manufacturer of equipment will be provided under the Lump Sum Base Bid by striking the inapplicable manufacturers. Failure of the Bidder to strike the inapplicable manufacturers will be interpreted to mean that Selection "A" will be furnished. For comparable named equipment the furnished items shall fulfill the function and performance of the item specified and shall be of equal quality; any modifications required by the furnished equipment to the structure, process, associated equipment, or piping shall be a consideration in the Bid price and the completed installation of the item by the Contractor shall incur no additional cost to the Owner. In that same schedule, the Bidder has the opportunity to offer substitute equipment for consideration by the Owner and the Engineer. Such substitute equipment must satisfy the following conditions and the Bidder must state the deduction or increase of contract amount if that substitute is accepted. The offering of such substitute equipment shall be optional to the Bidder and the offering of such substitutions or failure to so offer shall not influence the determination of the low bidder and the award of the contract. Only the Base Bid will be considered for the contract award. In the event the Owner, upon the recommendation of the Engineer, accepts any substitute equipment for incorporation into the project, the contract amount of the award will be adjusted accordingly as a Pre-Award Addendum or by a formal change order. Consideration of substitute equipment by the Owner and the Engineer will be subject to the following conditions: a. The substitute equipment shall be of equal quality, function and performance to the designated Base Bid equipment item. 9803-02 BID. doc B-S I I I I I I I I I I. I I I I I I I I I SECTION BID b. When including operating equipment. requested, the Bidder/Contractor shall submit sufficient data full descriptive material, specifications, drawings, certified parameters and efficiencies for the Engineer to evaluate the c. Such equipment shall be suitable for installation in the space allocated on the construction plans without maj or modifications. Any such modifications shall be delineated by appropriate drawings submitted with data for consideration and any cost associated therewith shall have been included in the substitute offer. 1. B. LIST OF PREVIOUS PROJECTS: 2. 3. 4. 5. 9803-02 BID. doc Project Name: Client/Owner: Address: Completion Date: Approx. Contract Amount $ Project Name: Client/Owner: . Address: Completion Date: Approx. Contract Amount $ Project Name: Client/Owner: Address: Completion Date: Approx. Contract Amount $ Project Name: Client/Owner: Address: Completion Date: Approx. Contract Amount $ Project Name: Client/Owner: Address: Completion Date: Approx. Contract Amount $ B-6 I I I I I I I I I I I I I I ,I I I I I SECTION BID C. LIST OF MAJOR SUBCONTRACTORS: 1. Bore and Jack: Address: 2. Address: D. SCHEDULE OF EQUIPMENT INCLUDED IN BASE BID: ADD (+)/ DEDUCT (-) ITEM DESCRIPTION MANUFACTURER COST FOR SUBSTITUTE l. PLUG VALVES BASE BID (A) DEZURIK (B) PRATT (C) MUELLER SUBSTITUTE (D) $ 2. PINCH VALVES BASE BID (A) RED VALVE SUBSTITUTE (B) $ 3. GATES BASE BID (A) WATERMAN (B) RODNEY HUNT (C) HYDRO GATE SUBSTITUTE (D) $ 9803-02 BID. doc B-7 I Signed and sealed this 29th I ( ~1I1(ML~ U (Witness) I I I I I I I I I I I I I I I I I THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A31 0 Bid Bond . KNOW ALL MEN BY THESE PRESENTS, Augusta, Georgia that we Mabus Cons true t ion Company, Inc., (Here insert full name and address or legar title of Contractor) as Principal, hereinafter called the Principal,and Markel Insur.qnce CQmuanv, Evenston, Illinois (Here insert tUlI name and address or leQaltitle of Surety) a corporation duly organized under the laws of the State of Illinois as Surety, hereinafter called the Surety, are held and firmly bound untoAugusta Richmond County Commiss ion, Augus ta, GA . (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in .the sum of AN AMOUNT EQUAL TO TEN PERCENT OF THE PRINCIPAL I S BID - - Dollars ($ 10% OF BID-- ), 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 severally,. firmly by these presents. . WHEREAS the Pr'lnc'pal has subml'tted a b'ld for Mid Citv Relief 20" Force Main, Augusta, GA , I - (Here insert full name and address and descrtption 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 fumished 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. . day of Fe bruary. 2000 C~U, (Seal) ~j~ ( I HarM Insu~nce C07::':;;; {Seel} . ~~~~ ~~~~rneY-in-Fact "This document has been reproduced electronically with the permission of The American Institute of Architects under license number 97020-1010 to Markel Insurance Company, which expires March 30, 2000. Reproduction of this document after that date or without project specific information is not permitted. " AlA DOCUMENT A310oBIDBONDoAJJoljj>oFEBRUARY 1970EDoTHEAMERICAN lNSTITIJTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 9/93 I I I I I I I I I I I I I I I I I I I . POWi:ROF.ATTORi"fEY AND CERTIFICATE (w AUTMORITV()4i ATTORN[Y(SW~.4CT KNOW ALL MEN BY THESE PRESENTS: That Markel Insurance Company ("Corporation;'), a corporation organized and existing under the laws of the State of Illinois, with its main office at Shand Morahan Plaza in the City of Evanston. Illinois, and the administrative office at Richmond, Virginia., does hereby nominate, constitute and appoint, for the purpose stated herein, Cameron M. Harris of Columbia, Inc., Columbia., South Carolina, acting through its staff, C. Criss Williams, Jr. or Laura W. Dennison, its true and lawful attomey(s)-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States where the Corporation is qualified to act as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation with a limit of liability not to exceed $5,000,000 per writing; and the execution of such bonds in pursuance of these presents shall be as binding upon said Markel Insurance Company to all intents ai1d purposes as if duly executed by its Chairman. Vice Chairman. President and Chief Operating Officer, Executive Vice President, any Vice President, sealed with its corporate seal, and attested by its Secretary or Assistant Secretary. This Power of Attorney and Certificate of Authority shall only be valid if evidencing original or facsimile signatures and only if the raised seal of the Corporation is affixed hereto. This Power of Attorney and Certificate of Authority is made and executed . . ..~~.~4} of~-re:mi'aritm~ tlyme.B02IniofDi1~ ofwh.U:h the foUowU1S is a auean<texactCQPY. "RESOLVED: That, pursuant to Section 8.6 of the Corporation's Bylaws, the Chairman, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, and Secretary, and any Assistant Secretary are hereby authorized and empowered as the Corporation's attorney-in-fact, to make and execute on behalf of the Corporation. in illinois and States where the Corporation is qualified to act as an admitted insurer, bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation and are funher authorized and empowered to select and appoint individuals as its attorney-in-fact, with full power and authority to make, execute.and deliver, for and on its behalf as surety, and as its act and deed., in Illinois and States where the Corporation is qualified as an admitted insurer, all bonds, recognizances, :.:.ndertakings, COIltracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation; provided funher, that the liability of the Corporation on any such writing executed under this authority shall not exceed S5,OOO,OOO; also to execute such instrUments as may be necessary or proper in connection with the settlement of claims or the recovery of reinsurance or salvage. IN WITNESS WHEREOF, Markel Insurance Company has caused these presents to be signed by its duly authorized officer and the Corporate Seal to be hereunto affixed this ~ day of October 1999. MARKEL INSURAN.CE COMP..o\J.'fY By: ~ iJJ. ~ Garry W. Black, Vice President COUNTY OF HENRICO ) COMMONWEALTH OF Vffi.GINIA ) The foregoing instrument was acknowledged before me this 28th day of October Garrv W. Black Vice President. Markel Insurance Comuanv 1999 by ....-.- . (~) ~(!.t~ Cynthia C. Yayo, Notary Public MyCom.mission Expires: June 30, 2000. CERTIFICATE r. the undersigned, Assistant Secretary of MARKEL INSURANCE COMPANY, a stock corporation of the State oflllinois, DO HEREBY CER"'fIFf :hat the foregoing and attached Power of Attome"md Certificate of Authority remains in full fol't:e and has not been revoked.; and funhermore, that the Standing Resolutions ~i the Board of Direc:cr:. :s set forth in the Certificate of Authority, dre now in force. Signed and Sealed at the Home Office of the Company, in the City of Evanston, State of Illinois, Dated this 29th day of Februarv . 200C_. ~~~ '>d. ~ By: Myra 1. Hey, .Assistant Secretary I I .1 I I I I I I I I -I I I I I I I I I-1HP-08-2008 0.:1 : lj9 HR(:' PIJPCHHS I t lG ,\Jb8~ L':Q 11 i-'.U::... u::' INSTRUCTION SHEET FOR AlA DOCUMENT A310, BID BOND -'-i970 EDITION A. GENERAL INFORMATION 1. Purpose . AlA Documenc A3t 0 establishes the maXimum penal amount that may be due the Owner if the Bidder fails to e:tecute the con- [tact and to provide the required performance and payment bonds, if any. It provides assurance thai. if a bidder.is:offtred a contract based on its tendered proposal but fails to enter into the contract, then the Owner will be paid the difference in cost to award the contract to the next. qualified bidder, so long as the difference docs not exceed the maximum penal amount of the bond. . 2. Related Documents The A3ID is not incorporated by reference into other AlA documentS. For further reference on bonding procedures, see Construction Bonds and IJJSurance Guide, 2nd Edilion, by Bernard B. Rothschild. FAIA, published by the AlA. See also ALA Document ASOI, Recommended Guide for Competitive Bidding Procedures; AlA Document 701. Instructions to Bidders; AlA Document A77i, InstrUctions to Interiors Bidders; and AlA DocumentG612, Owner.s Instructions Regarding Construction Contract, Insurance and Bonds. and Bidding Procedures. 3. Use of Non-AlA Documents AlA DocumenrA310 may be used with any appropriate AlA or non-AIA document. CAUTION SHOm.n BE EXERCISED BEFORE ITS USE TO VERIFY ITS COMPIlANCE WI11l CURRENT LAWS AND REGULATIONS BY CONSULTING WITH AN ATTORNEY OR A BOND SPECIALIST. 8. COMPLETING THE A310 FORM 1. Modifications Users are encouraged to consult with an auorney or a bond specialist before completing the A3lO, particularly concerning the effect of federal, state, and local laws on the terms of this documenI. 2. Identification of the Parties The Contractor. the Surety, and the Owner should be identified using their respective full names and addresses or legal titles under whicl1 the bond is (0 be ~xecuted. The scare in which the Surety is incorporated also should be identified in the space provided . 3. Bond Amount The dollar amount of the bond should be provided in both written and numerical. fonn. 4. Project Description The proposed project should be described in sufficient detail to identify (1) the official name or title of the facility, (2) the loca- rion of the sire, and (3) the propose building type, size, scope, or usage. . C. EXECUTION OF THE BOND The bond must be signed by both the ConrractoT and the Surety. The parries executing (signing) the bond should print their title and impress their corporate seal. if any. Where appropriate, attach a copy of the resolution or bylaw authorizing the individual to act on behalf of the firm or entity. As to the Surety, Ibis usually cakes the form of a power of attorney issued by the Surety company to the bond producer (agent) who signs on its behalf. 1/96 INSTRUCTION SHEET FOR AlA DOCUMENT A310 . 1970 eDITION . AIA(ii) . TilE M.tERICAN INSTlTlJ.E OF t\RCHITECTS. 1735 NEW YORK AVENUE. S.W.. WASHINGTON. D.C. ~5292 A310-,970 TOTRL P.DS I I I I I I I I I I I I I I I I I I I SECTION NOA NOTICE OF AWARD TO: MABUS CONSTRUCTION COMPANY, INC. 916 MOLLY POND ROAD AUGUSTA, GA 30901 PROJECT: AUGUSTA UTILITIES DEPARTMENT MID-CITY RELIEF PROJECT FORCE MAIN The OWNER has considered the BID submitted on February 29, 2000 by you for the above described WORK in response to its Advertisement for Bids dated January 31, 2000 and Information for Bidders. You are hereby notified that your BID has been accepted in the amount of: One Million Seven Hundred Ninety-Nine Thousand Four Dollars and 46/100 Dollars ($ 1,799,004.46). You are required by the Information for Bidders to execute the Agreement and furnish the required Contractor's Performance Bond and Payment Bond within ten calendar days from the date of this Notice to you. You are also required to show proof of insurance coverage as required by the General Conditions. Five sets are enclosed for execution. If you fail to execute said Agreement and to furnish said Bonds within ten days from the date of the Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other rights as may be granted by law. In the Agreement and Bonds, please note that the date of agreement is to remain blank on line 1 of the Agreement, in the second paragraph and last line of both bonds and in the last line of the Power of Attorney. After execution of all copies, please return all copies to this office for coordinating the execution by the Owner. Executed copies will then be returned for you and your Surety along with the Notice to Proceed. Submittal of your Insurance Certificate .at an early date will permit work on the project to begin when. the Notice to Proceed is issued. A Pre-construction Conference will be scheduled after contracts are executed. Please return an acknowledged. copy of this NOTICE OF AWARD to the OWNER. Dated this 7th day of March, 2000. AUGUSTA-RICHMOND COUNTY COMMISSION AUGUSTA, GEORGIA ACCEPTANCE: By Ti tle Receipt of the above NOTICE OF AWARD is hereby acknowledged by This the , 2000 day of By Ti tle L--- 'ZEL, ENGINEERS 9803-02 NOh. do~ NOA I I I I I I I I I I I I I I I I I I I SECTION AGR AGREEMENT THIS AGREEMENT, made on the 7th day of March, 2000 by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and ~ CONSTRUCTION COMPANY, INC., party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, considerations hereinafter named, agree as follows: for the ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: AUGUSTA - RICHMOND COUNTY MID CITY RELIEF PROJECT FORCE MAIN and in accordanc~ with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner to the Contractor to proceed. All work shall be completed within 180 calendar days subject to Supplementary Conditions SC 23, with all such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for completion of the work describeq 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, FAI~, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay the Owner the sum of Five Hundred Dollars ($500.00), not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default. after the time stipulated in the Contract for completing the work. In addition, if the Contractor fails. to meet the requirement stated in Supplementary Condition SC-25, then the Contractor hereby agrees, as a part of the consideration for the awarding this Contract to pay the Owner the sum of One Thousand Dollars ($1,000), as a penalty for each and every calendar day that the Contractor shall be in default with the requirement of SC-25. 'ZEL, ENGINEERS 9803-02 AGR.doc AGR-1 I I I I I I I I I I I I I I I I I I I SECTION AGR AGREEMENT The said. amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the 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 III - PAYMENT (A) The Contract Sum The Owner shall pay Contract the amount as stated variations shall be made in specifications attached hereto. to the contractor for the performance of the in the Proposal and Schedule of Items. No the amount except as set forth in the (B) Proqress Payment On no later than the fifth day of every month, the Contractor sholll 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 "City's vendor payment invoice for payment, the Owner shall after pay to the Contractor 90% of the amount of place. The 10% retained percentage may be completion and acceptance of all work under run" following approval of the deducting previous payments made, the estimate on units accepted in held by the Owner until the final 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 final 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 'ZEL, ENGINEERS 9803-02 AGR. doc AGR-2 I I I I I I I I I I I I I I I I I I I SECTION AGR AGREEMENT amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing wi thin 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 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. governing claims. Each final shall except be made tha tit under shall the terms and not constitute a conditions wai ver of payment payment, IN WHEREOF, the parties hereto counterparts, each of which day first mentioned~ By: \ As its CONTRACTOR: have shall executed this be deemed an (SEAL) cJ.EST: .AO~~ retary ~ Address: . - .... '--.. ~.,., " , ~ .. S~ .~ ~~~~ ~ Auqusta, GA 30901 916 Molly Pond Road ",""'"./ .... 4- #'~ ~ 9803-02 AGR. doc AGR-3 ..:.... . ,0' -_..~---~""" 'ZEL, ENGINEERS I I I I I I I I I I I I .1 I I I I I J SECTION PB PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that MABUS CONSTRUCTION COMPANY, INC. (Name of Contractor) 916 Molly Pond Road, Auqusta, GA 30901 (Address of Contractor) a ('J)r~ rn+\' tV) , hereinafter called Principal, ( orporation, Partnership or Individual) and Jaf"\z~1 SV\SlAfGtv'\(..€.J Co~){JQr\Y (Name of Surety) r ( ~ MO(Q~lq"1.C\ f\j(l\V\~-b(\, '1.1 (Address of Suretyf CnO"J-O I hereinafter called Surety, are held and firmly bound unto City of Augusta, Georgia, (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called OWNER, in the penal sum of One Million Seven Hundred Ninety-Nine Thousand Four Dollars and 46/100 Dollars ($ 1,799,004.46) in laHful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the ~ day of March, 2000, a copy of which is hereto attached and made a part hereof for the construction of: MID CITY RELIEF PROJECT FORCE MAIN NOW, THEREFORE, if the principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance pr.emiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terI~s of the contract or to the work to be per.formed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waiv~ notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner. and the Contractor shall abridge the right qf any beneficiary hereunder, whose claim may be unsatisfied. 'ZEL. ENGINEERS 9803-02 PB. doc PB-1 I I I I I I I I I I I I ~I I I I I I I SECTION PB PAYMENT BOND IN WITNESS WHEREOF, this instrument is executed in 5 (number of copies) counterparts, each one which shall be deemed an original, this the 7th day of March, 2000. / ri cipal illlo Mo I~dre~('d &J ltiJ.~+Q I GA 2{010 I ATTEST: 'J'<\OiUo.& ~~ (Surety) Se 9 ~~ Witness Surety $Q..J~o'X \.? iS~ (Address) --GJ.u.wbi ~ I -5 c./ ~q 'd-O ~ MABUS CONSTRUCTION CO., INC. Principal :-- :' - - ----.... . - , . Auqusta, GA -ffi ~ . .1~urs~~~~~Cotnfat\7 . OJA~~\)WIlif11M1~:;~' . " - ~ Attorney-in-Yact :': _ ~~:;. ....~ -,/ - '" .; ... "- '~- ~ ::-- . ; .. .' ~. . ~ ',. ~ . (- - ::': -( -7 -- - .'- :: ~B()^ D8~ (Address) ...........",p.::......:,..r.. ~ -:......... ,.....~ .~._.~ ..--':' ...... "\.. ",-",...-..- ....... - I -'...../-- -'&1 lA rY\b { ~ S G ;;2 q /XC ~ I (SEAL) COUNTERSIGNED BY:~Cf...drU~ fWSioENT AGENT NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. 9803-02 PB. doc PB-2 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I I SECTION PFB PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that MABUS CONSTRUCTION COMPANY, INC. (Name of Contractor) 916 Molly Pond Road, Auqusta, GA 30901 (Address of Contractor) CD , hereinafter called Principal, and or Individual) MG\~L:rV\.s\Ar~Y\(-Ll (Pm fOt\1 (Name of Surety) .5hOli\.dM.1l rQb.o_f~.J QL.~ .tv~l')s-kf"\ I II.- ~D~d I (Address of Surety) I hereinafter called Surety, are held and firmly bound unto the City of Augusta, Georgia (by and through its Commission), Municipal Building, Augusta, Georgia 30911, hereinafter called Owner, in the penal sum of One Million Seven Hundred Ninety-Nine Thousand Four Dollars and 46/100 Dollars ($ 1,799,004.46 )in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. . THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the 7w day of March, 2000, a copy of which is hereto attached and made a part hereof for the construction of: MID CITY RELIEF STATION FORCE MAIN NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall. reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or. to work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 'ZEL, ENGINEERS 9903-02 PFB. doc PFB-1 I I I I I I I I I I I I I I I I I I I ~~ ;;.,';: -'. SECTION PFB PERFORMANCE BOND IN WITNESS WHEREOF, this instrument is executed in 5 (Number) counterparts, each one which shall be deemed an original, this is the 7th day of March, 2000. ATTEST: ~ q/(tl (iYt~j, ) pc~~~l F'ru-Sff-s'b! G X '3OQ 0 I (Address) ATTEST: 2 ~ < ~ C"JS\..1 D.. \. J:O'i'- (Surety) ~c ~~ ~~~ P o.Box 3~" (Address) --Cnlumb'<4 5G ~9~o~ I MABUS CONSTRUCTION COMPANY, INC. (Principal) Pond Road (Address) Auqusta, GA 30901 (" Mar-k~1 :rf'\su(a~(,~/ (..omTY1tf\7 Surety I . By ~~fJ,~w~.. ":~:- ':, torney-~n-Fact _-:-, ,. -". ,':.-:~::_~>j p. 0 .1~ X ?J g ~ .. .,':~~'.' '....... ',"\ .,..- __......."""\"'l ') (Address) ~I\c. SG -Z-q20 1- I COUNTERSIGNED (SEAL)BY: ~~,~~ R IDENTAGENT NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. , .. 9803-02 PFB. doc PFB-2 'ZEL. ENGINEERS -....... I .. ~-,.,r,. ~~ POWER OF,.AryORNEY AND CERTIFICATE OF AUTHORITY OF ATTO,RNE~!S)-IN-FACT '. . KNOW ALL MEN BY THESE PRESENTS~ .. That Markel Insurance Company ("Corporation"), a corporation organized and existing under the laws of the State of Illinois, with its main office at Shand Morahan Plaza in the City of Evanston, Illinois, ana die administrative office at Richmond, Virginia, does hereby nominate,constitute and appoint, for the purpose stated herein, Cameron M. Harris of Columbia, Inc., Columbia, South Carolina, acting through its staff, C. Criss Williams, Jr. or Laura W. Dennison, its true and lawful attorney(s)-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States where the Corporation is qualified to act as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations requiredpursuant to the payment, bid, performance,Jicense, permit and miscellaneous bond program developed by the Corporation with a limit of liability not to exceed $5,000,000 per writing; and the execution of such bonds in . pursuance of these presents shall be as binding upon said Markel Insurance Company to all intentsaild purposes as if duly executed by its Chairman, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, sealed with its corporate seal, and attested by its Secretary or Assistant Secretary. This Power of Attorney and Certificate of Authority shall only be valid if evidencing original or facsimile signatures and only if .-,l.be~~af Uu: \~"til'ln.ii.afflW1. ~.:~ p~w~ .of Att..oID:e~.~~Di Au!horitris ~anlliexec~telli. . by authonty of a resolutIon adopted by the Board ofDtrectors, of whIch the tonowmg IS a true ana exact copy. . - I - "RESOL VED: That, pursuant to Section 8.6 of the Corporation's Bylaws, the Chairman, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, and Secretary, and any Assistant Secretary are hereby authorized and empowered. as the Corporation's attorney-in-fact, to make and execute on behalf of the Corporation, in Illinois and States where the Corporation is qualified to act as an admitted insurer, bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation and are further authorized and empowered to select and appoint individuals as its attorney-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed; in Illinois and States where the Corporation is qualified as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation; provided further, that the liability of the Corporation on any such writing executed under this authority shall not exceed $5,000,000; also to execute such instruments as may be necessary or proper in connection with the settlement of claims or the recovery of reinsurance or salvage. IN WITNESS WHEREOF, Markel Insurance Company has caused these presents to be signed by its duly authorized officer and the Corporate Seal to be hereunto affixed this 28th day of October 1999. MARKEL INSURANCE COMPANY By: ~lJ.J. ~ Garry W. Black, Vice President COUNTY OF HENRICO ) COMMONWEAL TH OF VIRGINIA ) The foregoing instrument was acknowledged before me this 28th day of October Garry W. Black, Vice President. Markel Insurance Company 1999 by ~f1 ~j<;k C. l~ Cynthia C. Vayo, Notary Public My Commission Expires: June 30, 2000. CERTIFICA TE I, the undersigned, A~sistant,Secretary of MARKEL INSURANCE COMPANY, a stock corporation orthe State of Illinois, DO I:ffiREB;ylCERTIFY tgat the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has~ot been revoked' .and furthermore, that the Standing Resolutions of the Board of Directors; as set forth in the Certitlcat; of;;."itthonty, ~e now in force. . . . ;;.:v- ;;-:--...'...::...... . ....... ,,'\..0 ]- ~ Signed..~.d ~e~ledafthe Home Office of the Company, in the City of Evanston, State of Illinois, Dated this 7th day of Mar~ch\1' _ , .- 2000 - . - , . ./. --:., - '''r..... -;;..... "t~.,.., "'-.~.-""\" ~~ \d. .% By: Myra 1. Hey, Assistant Secretary I I I I I I I I I I I I I I I I I I I SECTION NTP NOTICE TO PROCEED Date TO: MABUS CONSTRUCTION COMPANY, INC. 916 MOLLY POND ROAD AUGUSTA, GA 30901 PROJECT: AUGUSTA-RICHMOND COUNTY MID CITY RELIEF PROJECT FORCE MAIN The Contract for the above work is being signed today by the City of Augusta, Georgia. Two signed copies will be mailed to you promptly. You are hereby notified that the commencement date of work in accordance with the Agreement dated March 7, 2000 is and are to you complete the WORK within 180 consecutive calendar days thereafter. The date of completion of all WORK is therefore The date for compliance with Supplementary Condition SC-25 (INSTALLATION OF OWNER SUPPLIED PIPE; PENALTY FOR FAILURE). AUGUSTA-RICHMOND COUNTY AUGUSTA, GEORGIA By Ti tle ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the _____ day of By Title 'ZEL, ENGINEERS 9803-02 llTP. doc NTP-l I I I I I I SECTION CO CHANGE ORDER Order No: Date Agreement Date March 7, 2000 PROJECT: MID CITY RELIEF PROJECT FORCE MAIN OWNER: AUGUSTA-RICHMOND COUNTY AUGUSTA, GEORGIA CONTRACTOR: MABUS CONSTRUCTION COMPANY, INC. II The following changes are hereby made to the CONTRACT DOCUMENTS: JUSTIFICATION: I I I I I I I I I I I I CHANGE TO CONTRACT PRICE: Original CONTRACT PRICE $ Current CONTRACT PRICE adjusted by previous CHANGE ORDERS $ The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $ New CONTRACT PRICE including this CHANGE ORDER $ CHANGE TO CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by calendar days. The date for completion of all work will be (Date) . Requested by Recommended by Ordered by Accepted by 'ZEL. ENGINEERS 9803-02 co. doc CO-1 I I I I I I B I .1 I I I I I I .1 I I I SC - 1 SC'- 2 SC - 3 SC - 4 SC - 5 SC - 6 SC - 7 SC - 8 SC - 9 SC - 10 SC - 11 SC - 12 SC - 13 SC - 14 SC - 15 SC - 16 SC - 17 SC - 18 SC - 19 SC - 20 SC - 21 SC - 22 SC - 23 SC - 24 SC - 25 SECTION SC SUPPLEMENTARY CONDITIONS INDEX CONTRACT DOCUMENTS AND DRAWINGS ENGINEER FOR THE PROJECT FIELD OFFICE BOUNDARIES OF WORK AND STAGING AREAS EXISTING STRUCTURES AND UTILITIES NO OVERFLOWS UTILITIES TEMPORARY SANITARY FACILITIES SURVEYS AND PERMITS DIMENSIONS SEDIMENT AND EROSION CONTROL SAFETY AND HEALTH REGULATIONS SITE CONTAMINATION AND CHEMICALS STORAGE OF MATERIAL TRAFFIC SAFETY CLEANING UP PRIOR USE BY OWNER--DELETED RESTORATION OF PROPERTY DISTURBANCE OF EXISTING SYSTEM OPERATIONS MANUFACTURER'S DIRECTIONS INSURANCE LIMITS SUBSURFACE CONDITIONS REQUIREMENT FOR AS-BUILT INFORMATION ON DRAWINGS OWNER FURNISHED EQUIPMENT BENEFICIAL USE OF PARTIAL SYSTEM; PENALTY FOR FAILURE 9803-01 SC. doc SC-1 'ZEL, ENGINEERS I I I I I I I I I I I I I I .1 I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 1 CONTRACT DOCUMENTS AND DRAWINGS: The Contract Documents which form a part of this contract include Advertisement for Bids, Information for Bidders, Bid, Bid Bond, Notice of Award, Agreement, Payment Bond, Performance Bond, Notice to Proceed, Change Order, General Conditions, Special Conditions, Technical Specifications, Drawings and Addenda. Specifications: The specifications consist of a written description of a general and technical nature of materials, equipment, construction systems, standards and workmanship, and include General Conditions, Supplemental General Conditions, Special Conditions and Technical Specifications indexed at the front of this bound volume of Contract Documents. Drawinqs: The Engineer will furnish to the Contractor, free of charge, all copies of the drawings and specifications reasonably necessary for the execution of the work. Location of all features of the work included in the contract are indicated on the contract drawings. The following drawings, dated January 1999, comprise the plans for this contract. DRAWING NO. TITLE COVER LIST OF DRAWINGS AND COVER SHEET I. STA 0+00 TO STA 9+00 2. STA 9+00 TO STA 19+00 3. STA 19+00 TO STA 29+00 4. STA 29+00 TO STA 38+50 5. STA 38+50 TO STA 48+00 6. STA 48+00 TO STA 58+00 7. STA 58+00 TO STA 67+50 8. STA 67+50 TO STA 76+00 9. STA 76+00 TO STA 85+00 10. STA 85+00 TO STA 95+00 1I. STA 95+00 TO STA 104+00 12. STA 104+00 TO STA 114+00 13. STA 114+00 TO STA 121+00 14 . STA 121+00 TO STA 123+75.7 15. MISCELLANEOUS DETAILS 16. STANDARD DETAILS FOR POLYETHYLENE PIPE 17. STANDARD DETAILS FOR DUCTILE IRON & POLYVINYL. CHLORIDE PIPE 18. SPECIAL STRUCTURES SC - 2 ENGINEER FOR THE PROJECT: The ENGINEER for this project, referenced in the General Conditions as the PROFESSIONAL, is Zimmerman, Evans and Leopold, Inc., 435 Telfair Street, Augusta, GA 30901. The Owner's representative on the site will be the Resident Project Representative (RPR). 'ZEL, ENGINEERS 9803-02 SC.doc SC-2 I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS The RPR will: . Provide engineering liaison with the contractor working principally through the Contractor's superintendent to assist in understanding the intent of the contract documents. . Provide assistance to the contractor with obtaining additional details and information. . Coordinate with on site personnel who are operating the owner's facilities. . Verify tests, equipment and systems startup. . Provide the initial review of the contractor's payment requests . Make recommendations for the ENGINEER's review. The RPR will not: . Authorize deviations from the Contract Documents or substitution of materials or equipment, unless authorized by the ENGINEER. . Exceed the limitations of ENGINEER's authority. . Undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. . Advise on, issue directions relative to, or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. . Advise on, issue directions regarding, or assume control over safety precautions and programs in connection with the Work. . Accept Shop Drawings or sample submittals from anyone other than the CONTRACTOR. . Authorize the OWNER to occupy the Project in whole or in part. SC - 3 FIELD OFFICE: The Contractor shall maintain a field office on the site of the work which contains a telephone, the contract documents, and the contractor's records. In addition, another office shall be equipped with a telephone, file cabinet for project records, a table for reference of construction plans, storage space for proj ect plans and specifications and other furnishings as required for the exclusive use of the Owner's project representative who will be assigned to this project. SC - 4 BOUNDARIES OF WORK AND STAGING AREAS: . The Contractor shall not enter on or occupy with men, tools, equipment, or materiaLs, any ground outside the limits of Owner's property or construction easements without written consent of the Owner of such property. Other areas on site and proximate to the work may be utilized through coordination with the Resident Project Representative and the approval of the Engineer. 'ZEL, ENGINEERS 9803-02 SC.doc SC-3 I I I I D I I .1 I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 5 EXISTING STRUCTURES AND UTILITIES: It is mandatory that the Contractor locate all previously placed underground installations and construction prior to his engaging in any work in areas where such improvements may exist. The Contract drawings indicate general locations of such existing improvements solely for the purpose of initial and general representation thereof. The Owner and Engineer have not verified locations of these improvements as. a basis for locations displayed on the drawings. All utilities and improvements must be located and flagged by the Contractor prior to commencing work. Flags must be maintained and based upon actual field determinations. The Owner's project inspector must be notified before any work begins in the vicinity of existing underground improvements. The Contractor shall be held responsible for any damage and for maintenance and protection of existing construction and utilities. All damaged construction, utilities or improvements shall be restored to the original or better condition in which they were discovered. SC - 6 NO OVERFLOWS: During the performance of his work, the Contractor shall not cause any raw nor partially treated. sewage to be discharged to any ditches, channels, land or other point. The work can be performed without the need for any unauthorized discharge. One possible sequence of construction is provided in these supplementary conditions to demonstrate the project can be constructed without by-passes or discharges. Should the Contractor cause such a discharge that results in fines or other penalties assessed against the Owner by a regulatory . agency, the Contractor agrees to reimburse the Owner the costs or have the Owner retain the costs from the payments due the Contractor for the performance of the work. SC - 7 UTILITIES: The Contractor shall provide for temporary utilities for construction operations. Potable water is available from hydrants. The Contractor shall make provisions for telephone service with the phone company. Limi ted electric power for construction operations is available at the existing buildings on site. Any additional power requirements shall be provided by the Contractor by arrangement with Georgia Power Company. The Contractor shall make suitable arrangements to provide fuel for temporary heating and/or other construction operations as necessa~"y . SC - 8 TEMPORARY SANITARY FACILITIES: Upon commencing work, the Contractor shall provide temporary. screened and shielded sanitary privies in a manner meeting the approval of the Engineer. Facilities shall be maintained in a sanitary condition by the Contractor and in compliance with the requirements of authorities having jurisdiction. All temporary facilities shall be removed by the Contractor and the area returned to its original condition prior to acceptance of the completed project. SC - 9 SURVEYS AND PERMITS: The Contractor shall make his own surveys and establish his own working lines and grades from the basic.reference lines established by the Engineer. 'ZEL, ENGINEERS 9803-02 SC.doc SC-4 I I I I B B I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS The CONTRACTOR shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. Permits and licenses of a temporary nature necessary for the prosecution of the WORK shall be secured and paid for by the CONTRACTOR~ The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the WORK as drawn and specified. If the CONTRACTOR observes that the CONTRACT DOCUMENTS are at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary changes shall be adjusted as provided in Article 10, CHANGES IN THE WORK. SC - 10 DIMENSIONS: Dimensions shown in figures or which can be determined by computation from other figures shown, shall take precedence over dimensions scaled from the drawings. When the work of the Contractor is affected by finished dimensions, these shall be determined by the Contractor at the site and he shall assume the responsibility therefor. SC - 11 EROSION AND SEDIMENT CONTROL: The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. Grassing of disturbed areas shall be the minimum acceptable restoration. Sil t control devices such as straw bale fences and/or silt fence weight filter fabric shall be installed to limit migration of silt to the water courses. Erosion Control devices such as mats, grass, mulch, and crushed stone shall be installed to protect adjoining areas from soil contamination. Compliance with the guidelines of the Manual for Erosion and Sedimentation Control in Georqia, pursuant to the Erosion and Sedimentation Act of 1975, shall apply as though fully set forth herein. The Contractor shall provide a construction schedule of land disturbing work and shall include a plan of the temporary measures to be in place during construction. An employee of the prime Contractor shall be designated as the work site Erosion and Sediment Control Supervisor who is to be responsible for timely installation of erosion and sediment control measures and who shall provide early detection and correction of erosion, sediment, and flooding problems and who shall have full (24 hr.) access to the personnel, equipment, materials, means and measures to ensure correction of routine and or special deficiencies. Permanent erosion control measures. for this site include moderate slopes, pavement, and permanent grassing. The Contractor shall strive to expedite completion of the permanent measures and shall keep the temporary measures in place until a satisfactory grass cover is established. r-- 'ZEL, ENGINEERS 9803-02 SC.doc SC-5 I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 12 SAFETY AND HEALTH REGULATIONS: The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL91-596) and under Sec. 107 of the Contract Work Hours and Safety Standards Act (PL91-54). SC - 13 SITE CONTAMINATION AND CHEMICALS: The CONTRACTOR shall prevent the construction site from being contaminated with any substance in quantities or under circumstances prohibited by environmental protection laws of the United States or the State of Georgia. The CONTRACTOR shall be responsible to the OWNER if, at any time, state or federal authorities make a claim or demand against the OWNER on account of contamination of the site caused or allowed by the CONTRACTOR or any of its forces or subcontractors. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classi.fication, must be registered for the purpose specified with USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with instructions. SC - 14 STORAGE OF MATERIALS: Materials shall be so stored as to insure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean, surfaces, and/or placed under cover. Stores of materials shall be so located as.to facilitate prompt inspection. SC - 15 TRAFFIC SAFETY:. The Contractor will be held responsible for any damages caused by negligence on his part, or by the improper placing of or failure to display danger signs and roa.d lanterns; all traffic lanes will be kept open and clear at all times and no excavated material or equipment will .be placed on pavement during construction except on Fenwick Street and King Street. SC - 16 CLEANING UP: The Contractor shall keep the premises free .from the accumulation of waste material and rubbish, and upon completion of the work, prior to final acceptance of the completed proj ect by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. On a daily basis, the work area shall be cleaned sufficiently to produce a neat appearance. SC - 17 SUBSTITUTION OF MATERIALS: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. L- 'ZEL, ENGINEERS 9803-02 SC. doc SC-6 - As Revised by Addenda #1 & #2 I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS SC - 18 RESTORATION OF PROPERTY: The Contractor shall carefully restore all property defaced by the operations or acts of any of his agents or employees. Such restoration shall include seeding, sodding, transplanting of lawns, hedges, or ornamental plantings, and the repair or replacement of streets, driveways, walks, fences, or other facilities in such a manner as to meet the approval of the Engineer. No structures, fences or trees shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. Restoration of property shall commence immediately upon substantial completion of the proposed work in the various areas of the construction site. SC - 19 DISTURBANCE OF EXISTING SYSTEM OPERATION: a. General: Operation of the existing sewer system with a m~n~mum of interruption from the construction operations is VITAL. The Contractor shall carefully plan his work to least interfere with operation of existing facilities. The Owner and Engineer shall be contacted by the Contractor so that interruptions or disturbance of the existing system may be scheduled and coordinated not less than 36 hours in advance of the work. SC - 20 MANUFACTURER'S DIRECTIONS: Manufactured articles, materials and equipment connected, erected, used, cleaned and conditioned unless herein specified to the contrary. shall be applied, installed, as directed by the manufacturer SC - 21 INSURANCE LIMITS: The CONTRACTOR shall purchase and maintain such insurance as will protect him from claims set forth in Article 5 of the General Conditions which may arise out of or result from the CONTRACTOR's execution of the WORK, whether such execution be by himself or by any SUBCONTRACTOR or by anyone for whose acts any of them may be liable: The CONTRACTOR shall procure and maintain, at his own expense, during the CONTRACT TIME, liability insurance as hereinafter specified; CONTRACTOR's General Public Liability and Property Damaqe Insurance including vehicle coverage issued to the CONTRACTOR and protecting him from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the CONTRACT DOCUMENTS, whether such operations be by himself or by any SUBCONTRACTOR under him, or anyone directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR under him. Insurance shall be written with a limit of liability of not less than $500,000 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by anyone person in anyone accident; and a limit of liability of not less than $500,000 aggregate for any such damages sustained by two or more persons in anyone accident. Insurance shall be written with a limit of liability of not less than $200,000 for all property damage sustained by anyone person in anyone accident; and a limit of liability of not less than $200,000 aggregate for any such damage sustained by two or more persons in anyone accident. ,-- 'ZEL, ENGINEERS 9803-02 SC.doc SC-7 I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS The CONTRACTOR shall acquire and maintain, if applicable, Fire and Extended Coveraqe insurance upon the PROJECT to the full insurable value thereof. This provision shall in no way release the CONTRACTOR or CONTRACTOR'S surety from obligations under the CONTRACT DOCUMENTS to fully complete the PROJECT. The CONTRACTOR shall procure and maintain, at his own expense, during the CON,]~RACT TIME, in accordance with the provisions of the law of the state in which the work is performed: Workmen's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the PROJECT and in case any work is sublet, the CONTRACTOR shall require such SUBCONTRACTOR similarly to provide Workmen's Compensation Insurance, including occupational disease provisions for all the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. In case any class of employees engaged in hazardous work under this contract at the site of the PROJECT is not protected under Workmen's Compensation statute, the CONTRACTOR shall provide and shall cause each SUBCONTRACTOR to provide, adequate and suitable insurance for the protection of his employees not otherwise protected. The CONTRACTOR shall secure, "Ali Risk" type Builder's Risk Insurance for WORK to be performed and all materials to be used in the construction including the full replacement value of all the Owner furnished equipment. Unless specifically authorized by the OWNER, the amount of such insurance shall not be less than the CONTRACT PRICE totaled in the BID plus the replacement value of the Owner furnished equipment. The policy shall cover not less than the losses due to fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse, riot, aircraft, and smoke during the CONTRACT TIME, and until the WORK is accepted by the OWNER. SC - 22 SUBSURFACE CONDITIONS: The following logs of borings by an independent testing laboratory at the site are presented for information only at the end of this section. Nei ther the Engineer nor the Owner assumes any responsibility for the accuracy of this information. The borings are located and identified on the Drawings of the Contract Drawings. . SC - 23 REQUIREMENT FOR AS-BUILT INFORMATION ON THE DRAWINGS: Providing as-built information is an integral part of the construction and pipeline construction completed without the as-built .information will be considered incomplete. The Engineer has listed the design coordinates for the location of the force main. The horizontal layout table also includes a table for as-built location. The Contractor shall provide the as-built location data for each sheet with his periodic payment estimate requests for all sheets that the installation of the force main is completed failure to provide the as-built information for work completed. As-built information must be certified by a land surveyor registered in the state of Georgia. SC - 24 OWNER FURNISHED PIPE: This contract includes installation of 2,900. 1. f. of Owner furnished pipe. Orders for owner furnished pipe were placed substantially in advance of bidding this contract. It is anticipated that this pipe can be made available before March 15, 2000. 'ZEL, ENGINEERS 9B03-02 SC.doc SC-8 I I I I I I I I I I .1 I ~I 1 I I I I I SECTION SC SUPPLEMENTARY CONDITIONS The Contractor will be given possession of the total length of pipe procured by the Owner for installation and will exercise the same care and diligence as with the materials procured by the Contractor for this project. The Contractor will be given possession at the place of storage near the project site. Upon approval by the Owner, the Contractor will receive material at Owner's storage and transport to the job site. At the time of taking possession of the pipe, the Contractor shall complete a condition report for each piece of pipe noting any damages, discrepancies, or unusual conditions and the report will be signed and witnessed by the Resident Project Representative and Contractor and shall comprise a receipt for said pipe. From the time of receipt until the pipe is installed and accepted by the Owner, the Contractor shall be responsible for the pipe in total including damages, losses, theft, fire, abuse or any other occurrence which renders the equipment any less than completely new and in prime condition. The Contractor shall test the force main in accordance with section T4: Testing on pages T4-7, 8. The Contractor shall test the sections of the force main of owner supplied pipe separately from the rest of the pipeline. The Contractor may test the owner supplied pipe section together with the rest of .the force main. However, the Contractor can not assert the owner supplied pipe is at fault if the pipeline fails the test, unless the Contractor has tested the owner supplied pipe section separately. The owner will bear no additional costs due to failure of pressure tests on the owner supplied pipe. SC - 25 INSTALLATION OF OWNER SUPPLIED PIPE PENALTY FOR FAILURE: The Contractor shall perform the construction in such manner as to install the pipeline between Station 20+00 and 49+00 and complete the bore and jack casing installation under the Augusta Canal at Station 74+10 to 76+60. the Owner has procured 3,000 l.f. of pipe and the pipe will be available to the contractor at the commencement of the contract. The Contractor must procure the casing pipe. In order to install this section of the project, the Owner will dewater the Augusta Canal for a period of time not to exceed six weeks. The canal must be re-watered no later. than April 30, 2000 provided the Owner supplied pipe is available no later than March 15, 2000. The Owner supplied pipe installation must be cbmplete within six weeks of the Notice to Proceed. If the Owner supplied pipe is not available on that date, the six week deadline will be extended by whatever number of days the Owner supplied pipe is not available to the Contractor. Failure to meet this deadline results in a penalty assessed against the Contractor of $1,000 for each day the listed installation is not complete and the canal cannot be safely re-watered. The Owner will withhold the total of any penalty due for failure to meet this specific deadline from the monies due the Contractor. r- 'ZELI_ ENGINEERS I 9803-02 SC. doc SC-9 - As Revised by Addendum #1 I I I I I I R I I I I I I I I I I I I csra 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733.6960 FAX (706) 737-0629 -:reS 'RECEIVED JUl 2 8 1999 'TAJ Cf8C,J TESTING AND ENGINEERING CO., INC. ./ Mid City Sewer Relief Project Augusta, Georgia B-1 Sta. 1 +25 B-2 Sta. 11 +00 B-3 Sta.21+00 B-4 Sta. 23+50 B-5 Sta. 26+00 B-6 Sta. 28+50 B-7 Sta. 31 +00 B-8 Sta. 33+00 B-9 Sta. 35+50 B-I0 Sta. 38+00 B-11 Sta.41+75 B-12 . Sta. 49+25 B-13 Sta. 56+50 B-14 Sta. 63+75 B-15 Sta. 69+50 B-16 Sta. 76+25 B-17 Sta.86+00 B-18 Sta.94+25 . B-19 Sta. 104+25 B-20 Sta. 112+75 B-21 Sta. 23+00 Member of American Society for Testing and Materials I I I I I I I I I I I I I I I I I I I csra ,RECEIVED JUL 2 B 1999 TESTING AND ENGINEERING CO., INC. 1005 EMMETT STREET. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 F~(706)737-0629 Report No. B-03399 Date June 25. 1999 CLIENT: Zimmerman, Evans and Leopold PROJECT: Mid City Sewer Relief Project LOCATION: Augusta, Georgia REQUEST: . Sieve Analysis and Clay Content (B-8; 7'-8') SOIL DESCRIPTION: Light Reddish-Tan Silty Clay SOIL CLASSIFICATION: CL Sieve No. Percent Passing 10 100.0% 200 45.0% Liquid Limit 22.0 Plasticity Index 10.0 Member of American Society for Testing and Materials I I I I I I I I I I I I I I I I I 1 I csra TESTING AND ENGINEERING CO., INC. 1005 EMMETT STREET. SUITE A AUGUSTA. GEORGIA 30904 (706) 733-6960 FAX (706) 737-0629 Report No. B-03399 Date June 25. 1999 CLIENT: Zimmerman, Evans and Leopold PROJECT: Mid City Sewer Relief Project LOCATION: Augusta, Georgia REQUEST: Sieve Analysis and Clay Content (B-8; 9'-10') SOIL DESCRIPTION: Tan Clayey Silt SOIL CLASSIFICATION: CL Sieve No. Percent Passing 10 100.0% 200 64.0% Liquid Limit 36.0 Plasticity Index 19.0 Member ot American Society for Testing and Materials I I I I B I I I I I I I I I I I I I I csra TESTING AND ENGINEERING CO., INC. 1005 EMMETT STREET. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 FAX (706) 737-0629 Report No. B-03399 Date June 25. 1999 CLIENT: Zimmerman, Evans and Leopold PROJECT: Mid City Sewer Relief Project LOCATION: Augusta, Georgia REQUEST: Sieve Analysis and Clay Content (B-9; 9'-10') SOIL DESCRIPTION: Reddish-Brown Clayey Silt SOIL CLASSIFICATION: CL Sieve No. Percent Passing 10 100.0% 200 59.0% Liquid Limit 37.0 Plasticity Index 21.0 Member of American Society for Testing and Materials I I I I I I I I I I I I I I I I I I I C 5 r a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT Mid City Sewer Relief Proiect (Sta. 28+50) BORING NO. 8-6 LOCATION AUQusta. GeorQia DATE Mav12. 1999 DEPTH FEET VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED PERCENT CLASS. MOISTUR Brown and Tan Sandy Clay Brown Silty Sandy Clay Brown and Tan Silty Clay Auger Refusal at 10 feet. 15' 20' 25' 30' 35' 40' N Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. 3' WATER TABLE I I I I I I I I I I I I I I I I I I I csra TESTING AND ENGINEERING CO., INC. 1005 EMMETT STREET. SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 FAX (706) 737 -0629 Report No. B-03399 Date June 25. 1999 CLIENT: Zimmerman, Evans and Leopold PROJECT: Mid City Sewer Relief Project LOCATION: Augusta, Georgia REQUEST: Sieve Analysis and Clay Content (B-7; 9'-10') SOIL DESCRIPTION: Reddish-Brown Clayey Silt SOIL CLASSIFICATION: CL Sieve No. Percent Passing 10 100.0% 200 62.0% Liquid Limit 39.0 Plasticity Index 22.0 Member of American Society for Testing and Materials I I I c s r a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 PROJECT ILOCATION Mid City Sewer Relief Proiect (Sta. 1 +25) BORING NO. B-1 AUQusta. Geof!:Jia DATE May 11. 1999 VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED PERCENT CLASS. MOISTUR Loose, Brownish-Tan Cia e Sand Loose, Reddish-Tan and Tan Sandy Clay with Quartz Fra ments 10@2' 5' Stiff, Reddish-Brown and Tan Silty Clay 13@4' 17@7' Stiff, Reddish-Tan and Brown Clayey Silt 13@9' Boring Terminated at 10 feet.. IS' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer . required to drive 2" split-tube sampler one foot after seated. None WATER TABLE I I I PROJECT ULOCA TION csra 1005 EMMETT STREET, SUITE A TESTING AND ENGINEERING COMPANY, INC. (706) 73~6960 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 11 +00) Auqusta, Georqia VISUAL SOIL DESCRIPTION Loose, Brown and Tan CIa e Sand Soft, Brown Sandy Clay 5' Firm, Brown and Gray Slightly Sandy Silt Firm, Grayish-Tan and Brown Sandy Silt Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' . IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. B-2 DATE PENETRATION VALUE (N) 9@2'. 2@4' 12 @ 7' 11 @9' Mav 11, 1999 UNIFIED PERCENT CLASS. MOISTUR -L WATER TABLE I I I PROJECT lOCATION csra TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 21+00) AUQusta, GeorQia VISUAL SOIL DESCRIPTION Loose, Brown CIa e Sand with Brick Firm, Brown and Gray Sandy Clay Hard, Brownish-Tan Clayey Silt (weathered shale) Boring Terminated at 10 feet. 20' 25' 30' I I 35' I 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. 8-3 DATE PENETRATION VALUE(N) 10@2' 20 @ 7' 36@9' Mav 11. 1999 UNIFIED PERCENT CLASS. MOISTUR 3.5' WATER TABLE I I I c s r a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET, SUfTEA AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 Mid City Sewer Relief Proiect (Sta. 23+50) PROJECT ILOCATION AUQusta. GeorQia VISUAL SOIL DESCRIPTION Loose, Reddish-Tan Cia e Sand Loose, Brown and Tan Clayey Sand 5' Stiff, Gray Silty Clay Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. 8-4 DATE Mav 11. 1999 PENETRATION VALUE (N) 8@2' 8@4' 15@9' UNIFIED CLASS. 6.5' WATER TABLE I I D PROJECT lOCATION c s r a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 Mid City Sewer Relief Proiect (Sta. 26+00) BORING NO. 8-5 Auqusta. Georqia DATE Mav 12.1999 VISUAL SOIL DESCRIPTION PENETRATION VALUE (N) UNIFIED PERCENT CLASS. MOISTUR Loose, Reddish-Tan Cia e Sand Loose, Gray Silty Sand 5@2' Firm, Brown and Tan Clayey Silt 8@4' Stiff to Very Stiff, Gray and Tan Silty Clay 11@7' 19@9' Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. 6' WATER TABLE I I I PROJECT U LOCA TJON csra 1005 EMMETT STREET. SUITE A TESTING AND ENGINEERING COMPANY, INC. (706) 73~960 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 31 +00) Auousta. Georoia VISUAL SOIL DESCRIPTION Loose, Reddish-Tan Clayey Sand Loose, Brown and Tan Clayey Silt Gray and Tan Silty Clay Fiml, Reddish-Brown Silty Clay Firm, Reddish-Brown Sandy Clayey Silt Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. 8-7 DATE PENETRATION VALUE (N) 7@2' 8@4' 6@7' 4@9' Mav 13. 1999 UNIFIED PERCENT CLASS. MOISTUR 4' WATER TABLE I I I PROJECT B LOCATION csra TESTING AND ENGINEERING COMPANY, INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A Mid City Sewer Relief Proiect (Sta. 33+00) BORING NO. 8-8 DATE Mav 12. 1999 AUQusta. GeorQia VISUAL SOIL DESCRIPTION PENETRATION. VALUE (N) UNIFIED PERCENT CLASS. MOISTUR Loose, Reddish-Tan Clayey Sand 8@2' Firm, Brown and Tan Silty Sandy Clay 6@4' Very Loose, Gray Silty Sand 2@7' Loose, Tan Silty Clay 5@9' Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer . required to drive 2" split-tube sampler one foot after seated. 5' WATER TABLE I I I PROJECT I LOCATION csra AUGUSTA, GEORGIA 30904 TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A Mid City Sewer Relief Proiect (Sta. 35+50) BORING NO. 0 DEPTH PENETRATION UNIFIED PERCENT FEET VISUAL SOil DESCRIPTION VALUE (N) CLASS. MOISTUR I 5@2' Loose to Very Loose, Reddish-Tan Clayey Sand I 2@4' I Stiff, Reddish-Brown Sandy Clay 10@7' 8@9' I Boring Terminated at 10 feet. I 15' I I 20' I I 25' I 30' I I 35' I 40' I N Value is number of bIOW~ of 140 pound hammer 7' WATER TABLE required to drive 2" split-tube sampler one foot after seated. AUQusta. GeorQia DATE 8-9 Mav 12. 1999 I n csra TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A I PROJECT I LOCA TrON AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 38+00) AUQusta. GeorQia DEPTH FEET VISUAL SOIL DESCRIPTION Loose, Reddish-Tan Clayey Sand 5' Firm to Stiff, Reddish-Brown Sandy Clay Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' !IN Value is number of blows of 140 pound hammer .equired to drive 2" split-tube sampler one foot after seated. BORING NO. 8-10 DATE PENETRATION VALUE (N) 6@2' 6@4' 18 @ 7' 21 @9' May 12. 1999 UNIFIED PERCENT CLASS. MOISTUR 7' WATER TABLE I I I PROJECT ILOCA T10N csra 1005 EMMETT STREET, SUITE A TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 41 +75) Auousta. Georoia VISUAL SOIL DESCRIPTION Loose, Reddish-Tan Cia e Sand 5' Firm, Brown and Tan Clayey Sand Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. 8-11 DATE PENETRATION VALUE(N) 18@2' 12@4' 15 @ 7' 14@9' Mav 12. 1999 UNIFIED PERCENT CLASS. MOlsTUR 6' WATER TABLE I I I c s r a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 Mid City Sewer Relief Proiect (Sta. 49+25) BORING NO. 8-12 PROJECT ILOCA TION AUQusta. GeorQia DATE Mav 12,1999 VISUAL SOIL DESCRIPTION PENETRATION VALUE(N) UNIFIED PERCENT CLASS. MOISTUR . Brown Silty Sand Brown and Tan Silty Sand Brown Silty Clay Brown Silty Sand Auger Refusal at 10 feet. 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. None WATER TABLE I I I PROJECT ILOCA TION csra 1005 EMMETT STREET, SUITE A TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 56+50) AUQusta, Georaia VISUAL SOIL DESCRIPTION 5' Soft, Dark Gray Silt Vgrt! Stiff, Dark Gray and Brown Slightly Sanely Clayey Boring Terminated at 10 feet. 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. 8-13 DATE PENETRATION VALUE (N) 2@4' 2@7' 2@9' Mav 11, 1999 UNIFIED PERCENT CLASS. MOISTUR 6' WATER TABLE . I I I PROJECT lOCATION csra 1005 EMMETT STREET, SUITE A TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 5' 15' 20' 25' 30' 35' AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 63+75) Auqusta, Georoia VISUAL SOIL DESCRIPTION Loose, Reddish-Tan Cia e Sand Stiff, Brown Sandy Clay with Concrete Fragments Stiff to Firm, Reddish-Brown Sandy Clay Loose, Brown Cia e Sand Boring Terminated at 10 feet. 40' t Value is numbE~r of blows of 140 pound hammer equired to drive 2" split-tube sampler one foot after seated. BORING NO. 8-14 DATE PENETRATION VALUE (N) 14@2' 13@4' 8@7' May 11.1999 UNIFIED PERCENT CLASS. MOISTUR 8' WATER TABLE I I I PROJECT U LOCATION csra TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 69+50) AUQusta, Georqia VISUAL SOIL DESCRIPTION Loose, Brown CIa e Sand . 5' Firm, Brown Slightly Sandy Silty Clay Firm, Gray and Brown Clayey Silt Boring Terminated at 10 feet. 15' 20' I I I I I 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. 8-15 DATE PENETRATION VALUE (N). 7@2' 5@4' 8@7' 8@9' Mav 11. 1999 UNIFIED PERCENT CLASS. MOISTUR 9' WATER TABLE I I I PROJECT BLOCA TION csra 1005 EMMEll STREET, SUITE A TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 76+25) AUQusta, Georaia VISUAL SOIL DESCRIPTION Loose, Reddish-Tan Cia e Sand Stiff, Reddish-Brown Sanely Clay 5' Very Loose.. Brown and Tan Clayey Sand Soft, Brown Sandy Silt Firm, Brown and Gray Sandy Silt Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer . required to drive 2" split-tube sampler one foot after seated. BORING NO. 8-16 DATE PENETRATION VALUE (N) 11 @2' 4@4' 3@7' 5@9' Mav 11, 1999 UNIFIED PERCENT CLASS. MOISTUR 8' WATER TABLE I I I PROJECT ILOCATION csra 1005 EMMETT STREET. SUITE A TESTING AND ENGINEERING COMPANY, INC. (706) 733-6900 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 86+00) AUQusta, GeorQia VISUAL SOIL DESCRIPTION Gray Silty Sandy Clay 5' Brown and Tan Silty Clay Auger RefuSal at 10 feet. 2" of Asphalt/22" of Crusher Run 15' 20' 25' 30' 35' 40' IN Value is numb.er of blows of 140 pound hammer required to driVE! 2" split-tube sampler one foot after seated. BORING NO. 8-17 DATE PENETRATION VALUE (N) 8' May 17. 1999 UNIFIED PERCENT CLASS. MOISTUR WATER TABLE I I I PROJECT ILOCA TION csra TESTING AND ENGINEERING COMPANY, INC. (706) 733-6900 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 1005 EMMETT STREET, SUITE A Mid City Sewer Relief Proiect (Sta. 94+25) AUQusta. GeorQia VISUAL SOIL DESCRIPTION Loose. Black Silty Sand with Wood 5' Firm, Gray and Tan Silty Clayey Sand Stiff, Gray and Tan Silty Clay Very Firm, Brown and Tan Silty Coarse Sand Boring Terminated at 15 feet. 20' 25' 30' 35' 40' t Value is number of blows of 140 pound hammer equired to drive 2" split-tube sampler one foot after seated. BORING NO. 8-18 DATE PENETRATION VALUE (N) 14@2' 8@4' 18 @ 7' 16@9' 17 @ 14' 8' May 17, 1999 . UNIFIED PERCENT CLASS. MOISTUR WATER TABLE I I I PROJECT I LOCATION csra 1005 EMMETT STREET, SUITEA TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 104+25) AUQusta, GeorQia I DEPTH FEET I I I I I I I I I I I I I VISUAL SOIL DESCRIPTION Loose to Firm, Brown Silty Sand , .Firm, Brown and Black Silty Clayey Sand Finn, Gray Silty Coarse Sand Boring Terminated at 8 feet. 10' 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after seated. BORING NO. 8-19 DATE PENETRATION VALUE (N) 14@2' 11 @4' 13 @ 7' 7' May 17,1999 UNIFIED . PERCENT CLASS. MOISTUR WATER TABLE I I I PROJECT I-OCA TION csra TESTING AND ENGINEERING COMPANY, INC. (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 Mid City Sewer Relief Proiect (Sta. 112+75) AUQusta, GeorQia VISUAL SOIL DESCRIPTION Loose, Dark Brown Silty Sand 5' Fiml to Stiff, Gray and Tan Silty Clay Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' IN Value is number of blows of 140 pound hammer required to drive 2" split-tube sampler one foot after, seated. BORING NO. 8-20 DATE PENETRATION VALUE (N) 6@2' 6@4' 15 @ 7' 19@9' May 12, 1999 UNIFIED PERCENT CLASS. MOISTUR 6' WATER TABLE I I csra TESTING AND ENGINEERING COMPANY, INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAX) 737-0629 1005 EMMETT STREET, SUrTEA ItROJECT lOCATION Mid City Sewer Relief Proiect (Sta. 23+00) AUQusta, GeorQia VISUAL SOIL DESCRIPTION Loose to Firm, Brown and Tan Silty Sand Very Stiff, Gray and Tan Silty Clay Boring Terminated at 10 feet. 15' 20' 25' 30' 35' 40' III Value is number of blows of 140 pound hammer ~uired to drive 2" split-tube sampler one foot after seated. BORING NO. 8-21 DATE PENETRATION VALUE(N) 15@2' 12@4' 18 @ 7' 21 @9' 8' May 12. 1999 UNIFIED PERCENT CLASS. MOISTUR WATER TABLE .1 I I I I I I I I I I I I I -I I I I. I SECTION Tl SITE WORK SCOPE: - The work covered by this specification consists of furnishing all plant, labor, equipment, appliances, materials and supervision, and in performing all operations in connection with clearing, grubbing, excavation, filling, backfilling, grading the site, field layout, staking, and grade setting in strict accordance with this section of the specifications, the applicable drawings and terms and conditions of the Contract. GENE RAL : Operations shall be conducted in a manner which will provide for the safety of employees and others. Existing utility lines, walks, steps, paving, structures, or trees to remain shall be safeguarded and protected from damage, and supported if necessary. Prior to any work the Contractor shall obtain necessary permits for work in the area or shall ascertain that the permits have otherwise been obtained. See .special Conditions, Paragraph SC-I0 for field layout, staking, and grade setting requirements. Classification of Excavation: All excavation in connection with site work will be considered unclassified common excavation. CLEARING: Clearing shall consist of the felling and cutting up or trimming of trees and the satisfactory disposal of the trees and other vegetation designated for removal together with the down timber, snags, brush and rubbish occurring within the project limits. Trees and other vegetation to be removed and all stumps, root.s, and brush in areas to be cleared but not grubbed shall be cut off flush with or slightly below the original ground surface. Trees and stumps in areas to be covered by embankments 3 feet or more in height shall be cut off to 8 inches or less above the original ground surface. Trees and other vegetation in areas to be cleared and grubbed may be removed by uprooting or any other method that the Contractor may propose that is satisfactory to the Engineer. Individual trees and groups of trees designated to be left standing shall be trimmed of all live branches to such heights and in such manner as directed by the Engineer. All limbs and branches required to be trimmed shall be neatly cut close to the bole of the tree or. to main branches, and the cuts more than 1-1/2 inches in diameter thus made shall be painted with an approved tree wound paint. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots larger than 3 inches in. diameter to the depth specified, and matted roots from the areas to be grubbed. .In foundations areas, stumps, roots, logs or other timber 3 inches and over in diameter, matted roots, and other debris not suitable for foundation purposes, shall be excavated and removed to a depth not less than 18 inches below any.subgrade, shoulder or slope; and to a depth of 12 inches below finish grade in areas to be grassed. All depressions excavated below the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and ,- 'ZElL., ENGINEERS 9803-02 TOl.doc Tl-l I I I I I I I I I I I I I I I I I I I SECTION Tl SITE WORK compacted to make the surface conform to the surrounding ground surface. Grubbing will not be required in areas other than those occupied by construction and graded and grassed areas. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: Merchantable Timber: All merchantable timber (6" diameter at the base or larger) cut from the construction sites, or from the rights-of-way, shall remain the property of the landowner. The Contractor shall trim and cut such timber and stack it neatly within the easement or right-of-way, as directed by the Engineer. Burninq or Removal From Site: All Timber, except such timber which the Engineer considers merchantable, all logs, stumps, roots, brush, rotten wood and other refuse from the clearing and grubbing operations shall be burned, except that when permitted in writing by the Engineer, logs and large stumps may be otherwise disposed of as elected by the Contractor. Such permit will state the conditions covering the disposal of. such logs and stumps without burning, including the areas in which they may be placE~d. Timber and other refuse to be disposed of by burning shall be burned at locations specified by the Engineer, in a manner that will avoid all hazards, such as damage to existing structures, construction in progress, trees and vegetation. The Contractor will be responsible for compliance with all Federal and State Laws and regulations relative to the building of fires. Disposal by burning shall be kept under constant attendance until the fires have burned out or have been extinguished. MATERIALS: Borrow Material shall be selected to meet the requirements and conditions of the particular installation for which it is to be used. The material shall consist of sand soils or sand-clay soils capable of being readily shaped and compacted to the required densities and shall be free of roots, trash and any other deleterious material. The material shall be obtained from off-site borrow pits approved by the Engineer. Borrow pits shall be cleared and grubbed as necessary, and shall be opened, excavated, graded and maintained so that adequate and proper drainage and a neat appearance shall exist at all times. Topsoil shall consist of a natural material that occurs in surface deposits of limited depth, and, in general, on elevated areas, it shall be composed of natural mixtures of clay and soil binder with sand. Topsoil shall contain not more than 25 percent of clay and shall be free of stones larger than 2 inches in diameter, roots, excessive vegetation, rubbish or other. deleterious matter. Topsoil shall be approved by the Engineer before being used on the work. Topsoil as described, shall be excavated from all areas to be disturbed, whether for structures, piping, site grading, or paving, and if it cannot immediately be placed in its final location, it shall be stored for later use. Stockpiled topsoil shall be placed to afford good drainage. Topsoil work shall not be performed when the soil is so wet that the tilth of the soil will be destroyed. Embankment: This item c.onsists of placing in fills and embankments for roadways, and other site grading work, the materials removed from the 'ZEL, ENGINEERS 9803-02 TOl. doc Tl-2 I I I I I I I I I .1 I I I I I I I .1 I SECTION T1 SITE WORK various excavations accordance with the dimensions. and borrow appropriate pits, all as specified herein and lines, grades, sections, contours in and Crushed stone surfacinq material shall consist of a compacted subgrade, a 4" sand-clay base, and a 2-1/2" crushed stone surface course. The surface course shall consist of dense graded crushed stone with 65 percent passing a No. 4 U. S. Standard Sieve. CONSTRUCTION METHODS: General: During construction, embankments, fills and excavations shall be kept shaped and drained. Ditches and drains along the subgrade shall be maintained in such manner as to drain effectively at all times. Grading shall be done so that the surface of the ground will be properly sloped to prevent water from running into the excavations for structures or pipe lines; any water which accumulates in excavations shall be removed promptly. Excavated materials shall not be stockpiled within a distance from the edge of any excavation less than 1-1/2 times the depth of the excavation. Suitable material removed from excavation shall be used, where feasible, in the formation of embankments, fills, subgrades, shoulders, backfills, and site grading; excess material from excavation, not required for such uses or materials not suitable for such uses, shall be wasted in locations directed by the Engineer. Any wetting, hauling, scarifying, mixing, shaping, rolling, tamping or other operation incidental to the following requirements, which, in the judgment of the Engineer, are necessary to obtain the specified results, shall be performed by the Contractor at no additional expense to the Owner. Site Gradinq: Site grading shall consist of excavating and placing all necessary materials outside the limits of the various structures. Site grading shall be completed when all surfaces are aligned with surrounding grades or are in conformity with the contours when shown, and are smooth, firm, containing the specified materials. Site grading shall include all excavation, filling and compacting required for construction of all ditches, roads, and all other areas disturbed by construction except as. otherwise specified. Site grading also shall include excavation and backfill for walks and steps. Except as otherwise specified herein, all disturbed areas on the site shall be finished off to a uniformly smooth surface, free from abrupt, irregular surface changes. The degree of smoot:hness shall be that ordinarily obtainable from power grader operations. The finished surface shall not be more than 0.10 foot above or below the established grade. There shall be no roots, wasted building materials, trash or other unsightly matter projecting through or visible at the surface. . After all embankments and fills have been completed to grade, and after all structures and pipe lines requiring the use of heavy equipment have been completed, excavation necessary for the construction of walkways and steps maybe performed. Excavation shall be accurately cut to line and grade; sufficient width for the accurate placement and adequate support of the forms shall be allowed. After the forms are removed, the backfill shall be replaced and recompacted around structures, walks and. steps. Care shall be taken to avoid damage to the walks and steps by the tampers. 'ZEL, ENGINEERS 9803-02 'r01.doc Tl-3 I I I I I I I I I I I I I I I I I I I SECTION T1 SITE WORK Topsoil shall be evenly spread over the entire area to receive vegetation cover. The compacted subgrade shall be scarified to a depth of 2 inches for the bonding of topsoil with the subsoil. Topsoil shall then be evenly spread, lightly compacted (not less than one pass of a cultipacker weighing 100 to 160#/ft. of roller) and graded to a uniform thickness of not less than 3 inches, and the surface shall conform to the requirements of site grading, ditches, embankments, or other features, as applicable. Ditches shall be cut accurately to line, grade, and cross-section. Any excessive ditch excavation shall be backfilled to grade with material approved by the Engineer, consisting of suitable excavated soil, borrow, or stones or cobbles. The requirements of paragraph "Site Grading" above, shall apply to ditches except as follows: The degree of smoothness shall be that usually obtainable with string line or hand raking methods; the finished surface of ditch slopes shall not be more than 0.10 foot above or below the appropriate elevations. Embankment: Sloping ground surface, steeper than one vertical to four horizontal, on which embankment or fill is to be placed, shall be plowed, stepped, or broken up in. such manner that the embankment material will bond with the existing surface. Approved material, consisting of earth, sandy clay, sand and gravel, clay gravel, soft shale, or other granular material (not containing muck, trees, stumps, brush, matted roots or other clods of earth or stones) shall be placed in horizontal layers of loose material not more than 8 inches in depth. Each layer shall be spread uniformly and tamped and compacted to 95 percent of the density measured. by Standard Proctor ASTM 0698. Tamping shall be accomplished bysheepsfoot rollers or mechanical hand tampers. Final compaction may be by an approved power roller, weighing not less than 10 tons, except where insufficient cover may cause damage to pipe. CRUSHED STONE SURFACING FOR UNPAVED DRIVEWAY REPLACEMENT: The subgrade .shall be scarified 6" deep and then recompacted to 100% ASTM 0698 ..Over the compacted subgrade compact a 4" thick Class A sand clay base compacted to 100% of ASTM 0698 density. The 2-1/2" compacted crushed stone surface course shall be installed over the base. INSPECTION AND TESTS: The Engineer, at his discretion, may order tests and inspections to be. performed during the progress of the work, or at the completion of any individual unit of the work, or at the time of final inspection of the entire proj ect. Random spot checks of elevation and slopes shall be conducted by ordinary differential level and profile methods. Random spot checks of topsoil thickness shall be conducted by cutting through the surface with a spade or mattock, and measuring the thickness of topsoil exposed. Density of embankment, fill, backfill or subgrademay be measured. according to the procedures of ASTM 0698. === 'ZEL, ENGINEERS 9803-02 TOl.doc Tl-4 I I I I D I I I I I I I I I I I I I I SECTION T1 SITE WORK GRASSING: Areas of road shoulders and other property disturbed by construction operations shall be grassed in accordance with the GRASSING section of the specifications. Areas to be grassed shall be planted, maintained, and shall utilize topsoil, lime, fertilizer, proper and approved grass and mulch sufficient to produce a cover suitable to eliminate significant erosion. MAINTENANCE: Inspection of site work as it is completed, shali not constitute final acceptance of the item. The Contractor shall maintain all items in such condition as to be ready for final inspection from the time of completion until the final acceptance of the entire project. PAYMENT: Payment for clearing, grubbing, site grading, sediment containment, and erosion control shall be included in the unit price for water lines, lump sum price and other unit price or lump sum prices as appropriate. Payment for borrow material shall hauling, placement, and compaction, based on quantities of materials mea~urements made in the presence of and after placement. include all costs of the material, complete, in place; payment shall be in place determined by differential the Engineer's Representative, before Payment for crushed stone surfacing of driveways will be paid for on the basis of the applicable unit price per square yard as set forth in the Bid and shall include all work associated with grading, compacting and placing of the crushed stone and base. The quantity for payment shall be based on measurements in place as determined in the presence of the Engineer's Representative. No other separate payment will be made for the work covered by this section of the specifications and all costs in connection therewith shall be included in the appropriate lump sum or unit price in the Bid. 'ZEL, ENGINEERS 9803-02 T01.doc Tl-5 I I I I I I I I I I I I ~I I I I I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances, materials, layout staking and grade staking and supervision, and in performing all operations in connection with the excavation, filling and backfilling for structures and piping in strict accordance with this section of the- specifications, the applicable drawings and terms and conditions of the Contract. CLASSIFICATION OF EXCAVATION: All excavation shall be Unclassified. EXCAVATION: General: The excavation shall conform to dimensions and elevations appropriate for the pipe line or structure. Excavation shall not be carried below the elevation necessary for construction. Excavation for Walls and Footinqs shall extend a sufficient distance to allow for. the placing and removal of forms, installation of services and for inspection, except where the concrete wall or footing may be authorized to be deposited directly against excavated surfaces. Trench Excavation: Trenches shall be excavated true to line and grade. Trenches to receive pipe having a nominal diameter of 24 inches or less shall not be less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, so that a clear space of not less than 6 inches nor more than ~ inches in width is provided on each side of the pipe. The maximum width specified applies to the width at or below the level of the top of the ~ipe. The width of the trench above the pipe may be as wide as necessary to provide room for proper installation of the work. The Contractor shall comply with the safety requirements of OSHA. The bottoms of trenches for water-lines shall be rounded so that the lower 90 degree quadrant of the pipe is in ditect .contact throughout its entire length with undisturbed earth or with suitable compacted fill material. Bell holes and excavation for jOlntsshall be dug by hand after the trench bottom has been shaped. These holes shall. be .so spaced and sized as to permit first class workmanship on the joint and to insure that the maximum length of pipe possible will rest on the prepared bottom of the trench. Where rock is encountered in the trench bottom, the excavation shall be carried below the bottom of the pipe a distance of 6 inches or one-eighth the outside diameter of the pipe, whichever is greater. Where, in the opinion of the Engineer, the natural trench _bottom is soil which is incapable of satisfactorily supporting the pipe,.. such unsuitable soil shall be removed to the depth required as determined at the site. The trench bottom shall then be refilled with selected refill material, placed in 8 inch layers and compacted at optimum moisture content. Each layer shall be thoroughly tamped. The refill shall be .brought to t~e proper elevation for the pipe. 'ZELc ENGINEERS ~ ,- 9803-.02 T02. doc T2-1 - As Revised by Addendum #2 I I I I I I I I I I I I I I I I I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING Dewaterinq and Drainaqe of Excavated Areas: Grading in the vicinity of structures shall be controlled to prevent surface water from running into excavated areas. Dewatering by pumping or wellpointing from excavated areas shall be performed by the Contractor to provide a stable excavation and a firm pit or trench bottom. Dewatering shall incur no extra cost to the Owner. All dewatering methods shall be subject to the approval of the Engineer as to capacity and effectiveness. Water removed from the excavated areas shall be conveyed in a proper manner to a suitable point of discharge where it will neither cause injury to public health, public or private property, the surface or use of streets by the public or work completed or in progress. Protection Aqainst Flotation: To guard against the danger of flotation of empty or partially empty pipe due to a high water table, all dewatering operations shall be continued without interruption until such time as sufficient backfill has been placed over the top of the pipe to overcome the buoyancy effect of a completely empty pipe which is entirely submerged. Shorinq and . Protection of Excavations: Shoring shall be provided by the Contractor as necessary to protect life or property. All existing structures, streets, pipes, and foundations which are not to be removed or relocated shall be adequately protected or replaced by the Contractor without cost to the Owner. The Contractor shall adequately protect the work under construction and the safety of his workmen in excavations by the use of suitable sheeting, shoring and bracing, or by sloping the banks in accordance with the angle of repose of the soil. The Contractor alone is responsible for any damage or injury resulting from his failure either to provide adequate protection from the excavation or to comply with OSHA requirements. Excess Material: Exce~s material to be used for backfill shall be stockpiled as directed by the Engineer. Excavated material shall be deposited a sufficient distance from the side of excavation walls to prevent excessive surcharge on the wall. Excess excavated material not suitable or required for backfill or filling shall be wasted within the limits of the site as directed by the Engineer. Blastinq: Where blasting is necessary, it shall be done in accordance with local ordinances by skilled operators and precautions shall be taken to avoid damage. Suitable mats shall be provided to confine, within the limits of the excavations, all materials lifted by blasting. FILL: Earth fill shall be placed in layers not to exceed 8 inches in thickness. Each layer shall be compacted at optimum moisture content in a manner approved by the Engineer. After compaction, the dry weight per cubic foot for each layer shall be at least 95% of the maximum Laboratory Dry Weight per cubic foot, as determined by the ASTM D 698. 'ZEL, ENGINEERS 9803-02 T02. doc T2-2 - As Revised by Addendum #2 I I I I I D D I I I I I I 'I I I I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING BACKFILLING: The Engineer shall be notified before backfilling in order that the work may be inspected before it is covered. After completion of the foundation footings, walls, or pipe work, and prior to backfilling, all forms shall be removed and the excavation shall be cleared of all trash and debris. Symmetrical backfill shall be placed in horizontal layers not in excess of 8 inch thickness, and shall have an optimum moisture content when compacted. After compaction, the dry weight per cubic foot for each layer shall be at least 95% of the maximum Laboratory Dry Weight per cubic foot, as determined by ASTM D 698. Under roadway, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 6-inch layers and each layer moistened and compacted. After compaction, the dry weight per cubic foot for each layer shall be at least 95% of the maximum Laboratory Dry.Weight per cubic foot, as determined by ASTM D 1557. The top 12" beneath the roadway shall have 100% compaction. FILL AND BACKFILL MATERIAL: Material for fill and backfilling shall consist of the excavated material, if suitable, or borrow approved. by the Engineer, and shall be free of trash, lwnber, or other debris, roots and other organic, perishable or deleterious matter. BORROW MATERIAL FOR TRENCH BACKFILL: Borrow material for trench backfill shall consist of sand soils or sand-clay soils capable of being readily shaped and compacted to the required densities and shall be free of roots, trash, and. any other deleterious material. SELECTED REFILL MATERIAL: When directed by the Engineer, selected refill material shall be used to refill the trench bottom where unsuitable soil is encountered; or, where rock excavation is required in trenches for water lines, selected refill material shall be used to refill the trench.bottom to a minimum depth of 6 inches. Such material shall be crushed stone or gravel of suitable gradation free from sod, sticks, roots and other organic, perishable or deleterious matter. The Contractor shall obtain prior approval from the Engineer of the material proposed for the above use. CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT: The Contractor shall replace or repair concrete slab pavement which has been removed or damaged in his trenching operation with equal quality and not less than 6" of 4,000 p.s.i. concrete over compacted fill. The existing concret~ pavement shall be neatly cut vertically and on a uniform horizontal alignment. The concrete shall be cast solid against the existing slab joint. PAVEMENT REMOVAL AND REPLACEMENT: The Contractor shall replace or repair all pavement which has been removed or damaged in his trenching operation with pavement of equal quality but not less than 8" of 4,000 p.s.i. concrete, plus 2" hot plant mix over compacted fill. = 'ZEL, ENGINEERS 9803-02 T02. doc T2-3 - As Revised by Addendum #2 I I I I I I I I I I I I I I I I I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING .Sufficient pavement shall be replaced to allow for at least one foot outside of excavation limits or damaged portions. The existing pavement shall be neatly cut vertically and on a uniform horizontal alignment. The type of paving used in patching shall be the same as the original pavement and shall be tied into the adjacent pavement or slab as directed by the Engineer. Pavement subgrade and pavement under the cognizance of local and state highway departments shall be replaced in strict accordance with their- standards or direction. The Owner will provide permits for the. opening of the pavement. The Contractor shall meet all of the requirements of such permits for work which is done within the highway right-of-way. EROSION AND SEDIMENT CONTROL: Ternporary Silt Fencinq shall be installed to limit the migration of silt from the construction area to waterways or proximate water courses. Filter fabrics free of defects or flaws shall be installed against a stable, post supported wire backing to intercept all runoff from the construction site. Filter Fabrics Materials shall be strong rot-proof synthetic fibers formed into a fabric of either the woven or nonwoven type. Either type of fabric shall be free of any treatment or coating which might significantly alter its physical properties after installation. The fabric shall contain stabilizers and/or inhibitors to make the filaments resistant to deterioration resulting from exposure to sunlight or. heat. The fabric shall be a pervious sheet of synthetic fibers oriented into a stable network so that the fibers retain their relative position with respect to each other under normal handling, installation, and service conditions. Edges of the fabric shall be finished to prevent the outer yarn from pulling away from the fabric. During all periods of shipment and storage, the fabric shall be wrapped in a heavy-duty protective covering which will protect the cloth from sunlight, mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures greater than 140 degrees F. The fabric shall meet the following physical requirements: Tensile Strength (Lbs. Min.) (ASTM D-4 632) Warp - 120 Fill - 100 Elongation (% Max;) (ASTM 0-4632) 40 AOS (Apparent Opening Size) (Max. Sieve Size) (ASTM 0-4751) 30 Flow Rate (Gal/Min/Sq.Ft.) (GDT-87) 25 Ultraviolet Stability (2) (ASTM 0-4632 after 300 hours weathering in accordance with ASTM 0-4355) 80 r-- 'ZEL, ENGINEERS 9803-02 T02 _ doc T2-4 - As Revised by Addendum #2 I I I I I I I I I I I I I I I I I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING Bursting Strength (PSI Min.) (ASTM 0-3786 Diaphragm Bursting Strength Tester) 175 Minimum Fabric Width (Inches) 24 Filter Fabric Backinq shall be w6ven wire and attached to the posts by wire, cord, staples, nails, or other acceptable means. The filter fabric shall be installed in such a manner that 6 to 8 inches of fabric is left at the bottom to be buried and a minimum overlap of 18 inches is provided at all splice joints. After the fabric is installed in a trench, the trench is then to be backfilled and compacted so that no flow can pass under the barrier. The Wire Support Fence shall be at least 24" high and shall have at least 6 horizontal wires 4x4 Wl.4xWl.4 or equal. Posts shall be a minimum of 4 feet long and either wood or equivalent steel posts may be used. Sof.t wood posts shall be at least 3 inches in diameter or nominal 2"x4" and straight enough to provide a fence without noticeable misalignment. Maximum post spacing shall be 4 feet. Wire Staples/Fasteners shall be #17 gauge minimum and shall have a crown at least 3/4 inch wide and legs at least 1/2 inch long. Nails for fasteners shall be #14 gauge minimum, 1 inch long with 3/4 inch button heads. Fasteners shall be evenly spaced wit~ at least ~ per post. Straw Bale Ditch Checks: To control erosion in waterways and to provide additional restriction of silt .migration, temporary ditch checks shall be installed. Standard rectangular mechanically produced straw bales shall be anchored to-2x4x4'-Q" posts set 2.5' below grade. Removal of Temporary Soil Erosion and Sediment Control Measures: After permanent erosion control features of the work site are complete and ample grass is established, the temporary fences, ditch checks, etc. shall be removed. Silt which has collected shall be removed, or when appropriate, regraded, stabilized, and planted. RESTORATION OF PRIVATE PROPERTY: The Contractor shall carefully restore all private property defaced by operations or acts of any ot his agents or employees. Such restoration shall . include seeding, sodding, and transplanting of lawns, hedges or ornamental plantings, and the repair or replacement of other private facilities in such manner as to meet the approval of the Eng.ineer and at no additional cost to the Owner. No structures or trees .shall be removed without the consent of the property owner or until condemnation procedure, if necessary, has been completed. PAYMENT: Except as .specifically stated in the items which follow,. no separate payment shall be made for common excavatio.n for structures and pipeline trenches; backfill; pipe bedding; protection of utilities; maintenance of usable driving surfaces free from potholes; depressions and ruts, erosion control and sediment 'ZELI ENGINEERS 9803-02 T02. doc T2-5 - As Revised by Addendum #2 I I I I I I I I I I I I I I I I I I I SECTION T2 EXCAVATION, FILLING AND BACKFILLING containment measures; and other work covered by this section of the specifications. Such work shall be considered as a subsidiary obligation of the Contractor in completing the work and all costs in connection therewith shall be included in the applicable lump sum or unit price. items in the Bid. Selected Refill Material: . Refill material, installed at the direction of the Engineer, to replace unsuitable material below the pipe trench or to refill the authorized over-depth excavation of rock in trenches for water lines will be paid for on the basis of the applicable unit price in the Bid. No payment will be made for crushed stone or sand used by the Contractor in the trench bottom in lieu of dewatering by use of well points or pipe bedding as detailed in the drawings. Borrow Material. for Trench Backfill: Borrow material used to backfill the trench above the pipe, where suitable material is not available from the excavation, will be paid for on the basis of the applicable unit price in the Bid. The quantity of borrow will be based on the computed volume in the trench within the maximum permissible trench width for distances as authorized by the Engineer. Concrete Driveway replaced over trench excavations will be paid for on the basis of the applicable unit price per square yard as set forth in the Bid. The maximum permissible width to be used in computing the quantity of concrete paving allowed for payment will be 3'-4" plus the pipe 0.0. Pavement replaced over trench excavations will be paid for on the basis of the applicable unit price per square yard as set forth in the Bid. The maximum peLnissible width to be used in computing the quantity of pavement allowed for payment will be 3'-4" plus the pipe 0.0. . Gravel driveways replaced over trench excavation will be paid for on the basis of the applicable unit price per square yard as set forth in the Bid. The maximum permissible width to be used in computing the quantity allowed for payment will be 4'-8" plus the pipe 0.0. Resurfacinq: For roadway sections which must be resurfaced, payment will be made per square yard for the resurfacing applied over the pavement replacement over trench excavations as well as the adjoining area within the resurfacing limits. ---'ZEL, ENGINEERS 9803-02 T02. doc T2-6 - As Revised by Addendum #2 I I I I I I I I I I I I I I I I I I I SECTION T3 CONCRETE SCOPE: The work covered by this specification consists of furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of concrete work, complete, in strict accordance with this specification and the applicable drawings, and subject to the terms and conditions of the Contract. APPLICABLE SPECIFICATIONS: The current edition of the following specifications form a part of this specification: American Society for Testinq Materials Desiqnation: C 33 C 150 A 615 C 94 C 31 Concrete Aggregates Portland Cement Reinforcing Steel Ready-Mix Concrete Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field American Concrete Institute Publications: ACI 318 ACI 315 Building Code Requirement for Reinforced Concrete Manual of Standard Prac~ice for Detailing Reinforced Concrete Structures CONCRETE: Materials: Cement: Portland Cement shall be Type I or Type III conforming to ASTM C 150. Only one brand of cement shall be used for exposed concrete in any individual structure. Fine Aqqreqate shall consist of combination thereof, conforming to Aggregate. natural sand, manufactured sand or a the requirement of ASTM C 33, Concrete Coarse Aqqreqate shall consist of crushed stone, gravel, or air cooled blast-furnace slag, or a combination thereof, conforming to the requirement of ASTM C 33, Concrete Aggregates. Water shall be clean and free from oils, acids, salts, or other injurious substances. Admixtures shall be used to provide entrained air. Other admixtures shall be used only with written approval of the Engineer. Air entraining admixtures shall conform to ASTM C 260. Other admixtures shall conform to ASTM C 494. Calcium chloride will not be permitted. Curinq Materials shall be approved by the Engineer before use. 'ZEL, ENGINEERS 9803-02 T03.doc T3-1 I I I I B I I I I I I I I I I I I I I SECTION T3 CONCRETE Reinforcinq steel for concrete shall conform to ASTM A 615, Grade 40 or Grade 60 except as otherwise noted on the drawings. Shop drawings are required. Storaqe of Materials: Cement and aggregates shall be stored in such a manner as to prevent deterioration or intrusion of foreign matter. Steel reinforcing shall be stored in such a manner as to be protected from rusting, oil, grease, and distortion. Mix: All concrete shall have a minimum 28-day compressive strength of 4,000 pounds per square inch and a slump of 4 inches, unless otherwise indicated. All concrete shall be mixed in a power operated batch mixer. The contents of the mixer shall be completely discharged before each new batch is loaded. Ready mix concrete shall conform to ASTM C 94. The use of retempered concrete will not be permitted. Concrete for pipe encasement, blocking, and collars shall have a minimum strength of 3,000 psi. Form~: Walls, beams, elevated slabs, footings, piers, cradles, collars, encasement, blocking, floors and other members shall be formed, where necessary, to accurately conform to the appropriate shape, lines and dimensions. Wood forms shall be made from lwnber of No. .2 Common Grade or better. They shall be properly braced and tied so as to maintain their position and shape, and shall be sufficiently tight to prevent leakage of grout. Finish: Floor shall be view shall be troweled. honeycomb; fins shall be carefully pointed. Wall wood float finished except those normally exposed Walls shall be smooth, free from holes, pockets cut off; depressions, holes, and rough spots shall surfaces normally exposed to view shall be rubbed. to or be Cylinders: Two cylinders per 50 yards of concrete and not less than two for each day's pour shall be tested for 28-day strength. PAYMENT: Except as specifically stated in the following items, nO separate payment will be made for work covered by this section of the specifications and all costs in connection therewith shall be included in the applicable lump sum or unit price items in the Bid. Concrete for Encasement, Collars, and Reaction Blockinq: Payment for concrete encasement, (excluding creek crossings), collars,. and reaction blocking will be paid for on the computed volume of concrete actually placed in accordance with the applicable sections of the specifications. Curb and Gutter: Payment will be made at the applicable contract unit price for the satisfactory construction of curb and gutter along the parking lots and roadway. The payment item shall include all materials, labor, equipment and all other items necessary for the installation. Measurement will be made along the top of the curb and gutter. 'ZEL, ENGINEERS 9803-02 T03. doc T3-2 I I SECTION T3 CONCRETE Asphalt Curbinq: The curb shall be made of plant mix type E and shall match existing. Payment will be made at the applicable contract unit price for the satisfactory construction of curb along parking lots and roadway. The payment item shall include all materials, labor, equipment and all other items necessary for the installation. Measurement will be made along the top of the curb. I I I I I I I I I I I I -I I I I 9803-02 T03. doc T3-3 I 'ZEL, ENGINEERS I I I I D I I I I I I I I I I I I I I SCOPE: SECTION T4 FORCE MAIN The work covered by this section of the specifications consists of furnishing all plant, labor, supervision, equipment and materials, and performing all operations in connection with the installation and testing of the water line and appurtenances, complete, in strict accordance with this section of the specifications and the applicable plans, and subject to the terms and conditions of the Contract. GENERAL: All piping and accessories furnished by the Contractor for incorporation in the work shall be new, unused, and of the type specified herein, and listed in the Bid. In installation, no blocking of pipe barrel above the trench bottom" will be permitted. Any pipe which has its alignment, grade, or joints disturbed after laying shall be taken up . and relaid. The interior of the pipe shall be thoroughly cleaned of all foreign matter before laying in the trench and shall be kept clean during laying operations by means of plugs or other approved methods. The pipe shall not be laid in water or when trench or weather conditions are unsuitable for work, and water shall be kept out of trenches until the pipe joints have been completed. When work is not in progress, open ends of pipe and fittings ~hall be securely plugged so that trench water, earth or other foreign substance cannot enter the line. EXCAVATION, TRENCHING AND BACKFILLING: Excavation, trenching and backfilling shall be in accordance with the requirements of Section T-2. Excavation required for construction of the water lines shall be either common excavation or rock excavatioR. SERVICE PIPING SCHEDULE: Unless otherwise indicated, pipe and fittings shall be constructed of the materials shown in the following schedule for the service indicated. Cast iron pipe or ductile iron pipe and fittings shall be used for all piping except as may be otherwise indicated in the following schedule: Service Pipe Material Fittinq Material Force Main Flg. above ground; push-on, or M.J. below ground Epoxy Ceramic Lining Push-on, or M.J. D.I.P. (Pressure Class 150') Ceramic Epoxy Lining PVC, AWWA C905, DR 25 Same as D.I.P. HDPE,. PE 340, SDR 17 HDPE Trench Bedding PVC SCH 40 Drain PVC SCH 40 9803-02 T04. doc T4-1 Test Pressures 50 psig. -i2.5 psig. 50 psig. -12.5 psig. 50 psig. -12.5 psig. 50 psig. - 12.5 psig. None 'ZEL, ENGINEERS I I I I I I I I I I I I I I I I I I I SECTION T4 FORCE MAIN PIPE: DUCTILE IRON PIPE: General : Before work is begun the Contractor will furnish to the Engineer layout drawings showing all details for all horizontal and vertical curves, restrained joints, and all other specials and special joints. All pipe and fittings may be inspected at the place of manufacture by representatives of the Owner and/or by a testing laboratory of the Owner's selection. Such inspection shall not in any way relieve the Contractor from thl~ responsibility for the compliance of all materials installed as specified, nor shall such inspection in any way relieve the manufacturer from his responsibility for materials he furnished to be.as specified. Mechanical joint fittings may be standard conforming to AWWA C110 or compact ductile iron conforming to AWWA C153. All fittings included in Structure #3 Pay Item shall be gasketed flanged with Stainless Steel bolts suitable for burial. Underqround: Underqround pipe shall be ductile iron, Pressure Class 150, in accordance with ANSI Specification A21.50 and A21.51, using 60/42/10 grade of iron. Fittings shall be ductile iron, mechanical joint, 250 P.S.I. rating, in accordance with ANSI A21.10. Pipe and fittings shall be coated on the outside with a bituminous coating, and lined with a ceramic epoxy high build multi component Amine Cured NovaLilc epoxy lining, meeting the tests featured in ASTME-96-66 Procedure A and ASTM G95; B117, G14, 0714, 01308, 04060-90, SSPC-PA-2. Joints and Jointinq Materials: Joints in underground ductile iron pipe shall be mechanical joint or push-on joint, with restrained mechanical joints where indicated. All joints and. jointing materials shall conform to the requirements of ANSI A21.11. Mechanical Joints shall conform to ANSI A21.10 and A21.11, and shall have gaskets smooth and free from any.porosity or imperfections; gaskets shall be made of vulcanized natural or vulcanized synthetic rubber. Bolts for mechanical joints shall be standard, high-strength, heat-treated cast iron tee- head bolts with hexagon nuts meeting the requirements of ANSI A21.11. Push-on Joints shall have. gaskets made of vulcanized natural or synthetic rubber compound conforming to ANSI A21.11 and smooth and free from all imperfections and porosity. Lubricant for push-on joints shall be non-toxic, shall not support bacteria growth and shall have no deteriorating effect on the gasket material. Restrained Joints: Concrete blocking for restraint may be used where it clearly will not interfere with other piping or structures and where firm support is available by concrete. bearing against the trench wall; otherwise, piping shall utilize restrained joints. Restrained Joints shall be American CIP "Fast Grip", U.S. Pipe "Field Lok" or comparable product which utilizes a positive restraining gasket. Mechanical joint with Megalug is acceptable. Installation techniques shall comply with the joint manufacturer's 'ZELl ENGINEERS = 980J-02 T04.doc T4-2 - As Revised by Addendum #2 I I I I I I I I I I I I I I I I I I I SECTION T4 FORCE MAIN reconunendations. See also "Assembly Instructions" on page T4-3 and "Reaction Support" on page T4-4. Installation: 'Handlinq: Pipe and accessories shall be handled in such a manner as to insure delivery on the site and installation in the trench in a sound, undamaged condition. Particular care should be taken not to injure the coating or lining. Cuttinq of pipe shall be done in a neat and workmanlike manner without damage to the pipe or its coating. Cutting shall be done by means of an approved type of mechanical cutter. After cutting, all burrs and other roughness shall be removed and the exterior of the spigot end suitably beveled to facilitate assembly. If cutting is not possible, short lengths of pipe shall be furnished as necessary. Placinq and Layinq: Pipe and accessories shall be examined for defects and tapped with a light hammer to detect cracks while suspended in the sling before installing. All damaged, defective or unsound items will be rejected and removed inunediately from the site of the work. Deflection from a straight line and grade as required by vertical or horizontal curves or offsets shall not exceed the values presented in the following schedule. SCHEDULE FOR MAXIMUM DEFLECTION Pipe Size (Inches) 6 8 10 12 16 18 20 Max. Deflection Push-on Joint 21 21 21 21 21 21 21 (Inches per 18 ft. length) Mechanical Joint 30 22 22 22 15 12 12 If alignment requires deflections in excess of the above limitations, the Contractor shall provide special bends or a sufficient number of shorter lengths of pipe to provide angular deflections within the limits set forth. Pipe shall be placed in the trench and bedded as required in Section T-2. Except where necessary in making connections with other lines, or. as authorized, pipe shall be laid with the bells facing in the direction of laying. Jointinq: Push-on Joints shall be assembled by pre-positioning .a continuous, molded rubber ring gasket in an annular recess in the pipe socket and forcing' the spigot end of the entering pipe into the socket, thereby compressing the gasket radially to the pipe to form a positive seal. The design and shape of the gasket and the annular recess shall be such that the gasket is locked in place against displacement as the joint is assembled. Details of the joint design shall be in accordance with the manufacturer's standard practice. The size and shape of the gasket shall be. such as to provide adequate compressive force 'ZEL, ENGINEERS 9803-02 T04. doc T4-3 I I I I I I I I I I I I I. I I I I I I SECTION T4 FORCE MAIN between the spigot and the socket after assembly to effect a positive seal under all combinations of the joints and gasket tolerances. Contractor shall furnish both the Owner and the Engineer with one copy of the pipe manufacturer's joint assembly instructions. The Contractor shall adhere strictly to the pipe manufacturer's joint assembly instructions. Mechanical Joints: The last 8 inches of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned and then painted with a soap solution made by dissolving one-half cup of granulated soap in one gallon of water. The cast iron gland shall then be slipped on the spigot end of the pipe. The rubber gasket shall be painted with the soap solution and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell, being careful to have the gasket evenly positioned around the entire joint. The cast-iron gland shall be moved into position for bolting, all bolts inserted, and the nuts screwed up tightly with the fingers. Nuts spaced 180 degrees apart shall be tightened alternately to produce an equal pressure on all parts of the gland. A suitable torque-limiting wrench shall be used with maximum torque as recommended by the manufacturer. Restraininq Gasket Assembly Instructions: For cold weather assemblies, keep the temperature of the Gaskets above 400 F. For cut pipe, select pipe with diameters or circumferences at the cut location which conform to the table given below. For cut pipe, assure that a tapered bevel similar to the one furnished with the pipe is ground onto the end of the pipe. Measure the socket depth and make a mark on the pipe spigot that distance from the end of the pipe. This mark will indicate when the joint is fully "home". Keep the joint in straight alignment during assembly, especially when handling fittings. Do not. fully "home" the joint if joint deflection is required. Set the joint deflection after the assembly is made. Approximately twice as much assembly force. may be required. to assemble a Restraining Gasket into a joint than is required for a conventional push-on joint Gasket. Check for correct positioning of the restraining Gasket by inserting a feeler gauge in the space between the bell and the pipe OD in several locations around the socket to assure that the gasket is in proper position in the socket in accordance with the manufacturer's instructions. Cleaninq: A pipe swab shall be kept in the pipe at all times to prevent debris from entering the newly laid pipe. Whenever pipe laying operations are ceased, a watertight, inflatable plug shall be installed in the open end of the pipe to prevent ground water from entering the newly laid pipe. 'ZEL, ENGINEERS 9803-02 T04. doc T4-4 I I I I I I I I I I I I I I I I. I I I SECTION T4 FORCE MAIN Incidental Items: Reaction Support: All plugs, caps, tees, wyes, and at bends deflecting 11-1/40 or more on pipe lines 6 inches in diameter, or larger, shall be given reaction support as hereinafter specified. Reaction support shall be of 3,000 lb. concrete bearing directly against undisturbed earth of the trench wall. Sufficient thrust block bearing area shall be installed to distribute the thrust into undisturbed earth at a rate not exceeding the allowable soil bearing value. Where conditions are such that the bearing value of the trench wall will not provide satisfactory support or where the angles or direction of pipe line deflections will not permit adequate thrust block restraint, the Contractor will be required to furnish and install restrained joints, American CIP "Fast Grip", U. S. Pipe "Field Lok", or equal, on each restrained mechanical joint of ductile iron pipe. Joint restraint gaskets may be used for restraint of underground push-on joints. Where restrained joints are used in lieu of thrust block restraint,. at least three lengths of pipe in each direction from the turn shall be fitted with restrained joints also. After installation, any tie rod assemblies shall be fully field coated with coal. tar bitumastic to prevent corrosion. Flanqed Fittinqs shall be ductile iron in accordance with the requirements of AWWA Specification e110, coated and lined same as pipe. Flanges shall be faced and drilled to match AWWA el15 threaded-on flanges. pve e905 PIPE: General: Before work is begun the Contractor will furnish to the Engineer layout drawings showing all details for all horizontal and vertical curves, restrained Joints, and all other specials and special joints. All pipe and fittings may be inspected at the place of manufacture by representati ves of. the Owner and/or by a testing laboratory of the Owner's selection. Such inspection shall not in any way relieve the Contractor from the responsibility for the compliance of all materials installed as specified, nor shall such inspection in any way relieve the manufacturer from his responsibility for materials he furnished to be as specified. Mechanical joint fittings m.ay be standard conforming to AWWA ClIO or compact ductile iron conforming to AWWA CIS3. Fittings shall be lined with a ceramic epoxy lining as per "underground pipe" in the Ductile Iron Pipe section of this specification. Underground: Underqround pipe shall be PVC DR 24 nominal size 30" in accordance with the latest AWWA e905 specification. This specification shall apply as if written out in theses documents in its entirety. Joints in underground pve pipe shall be push-on joint, with re~trained mechanical joints where indicated. All joints and jointing materials shall conform to the requirements of ANSI A21.11. Restrained mechanical joints shall be connected to the PVC pipe by a system supplied by the manufacturer's of the pipe. Restrained Joints shall be as recommended by the pipe manufacturer for the test pressure listed in these specifications. Pipe shall be restrained for a minimum of 80' on each side of any fitting, or concrete blocked. 'ZEL, ENGINEERS 9803-02 T04. doc T4-5 I I I I I I I I I I I I I I I I I I I SECTION T4 FORCE MAIN INSTALLATION: Installation of PVC force main shall conform with the latest edition of the following references: 1. PVC Pipe - Design and Installation. American Water Works Association Manual of Water Supply Practices M23, AWWA, 1980, p. 63. 2. Underground Installation of PVC Pressure Pipe and Fittings for Water, American Water Works Association Standard C605-94, July 1995. 3. .Recommended Practice for the installation of PVC Pressure Pipe (Nominal Diameters 4-36 Inch), UNI-B-3-92, Uni-Bell PVC Pipe Association, January 1992. 4. Handbook of PVC Pipe Design and Construction, Third Edition, Uni-Bell PVC Pipe Association, September 1991, pp. 359-387. HOPE PIPE: General: Before work is begun the Contractor will furnish to the Engineer layout drawings showing all details for all horizontal and vertical curves, restrained joints, and all other specials and special joints. All pipe and . fittings may be inspected at the place of manufacture by representati ves .of. the Owner and/or by a testing laboratory of the Owner's selection. Such inspection shall not in any way relieve the Contractor from the responsibility for the compliance of all materials installed as specified, nor shall such inspection in any way relieve the manufacturer from his responsibility for materials he furnished to be as specified. Underqround: Underground pipe shall be High Density Polyethylene PE 3408 as manufactured by Driscopipe or Poly Pipe Industries, .HDPE PE 3408 SDR 17, pipe size 34" 0.0. The pipe shall conform to ASTM D3350 classification 345 434C, PE 3408 or other HDPE pipe conform{ng to AWWA C906 polyethylene piping system, 34" 0.0., D.R. 17, WPR=100 psi. Joints shall be by fusion in accordance with C906-90 or latest editions of the specification. Operators of the butt-fusion equipment must be certified by the manufacturer of the joining equipment or the manufacturer of the pipe for large diameter HOPE pipe. CONCRETE: All concrete for encasement and reaction blocking shall have a minimum 28-day compressive strength of 3,000 psi. CONCRETE COLLARS, CRADLES, SADDLES, AND ENCASEMENT: Collars, cradles, saddl~s, or encasement shall be constructed of concrete with a minimum 28-day strength of 3,000 psi. = 'ZEIl-, ENGINEERS 9803-02 1'04.doc T4-6 I I I I I I I I I I I I I I I I I I I SECTION T4 FORCE MAIN CONNECTIONS TO EXISTING MAINS: The Contractor shall furnish and install all fittings and appurtenances necessary to make connections to the existing pipelines. The Contractor shall coordinate his activities with the Augusta Utilities Department so that the work can be accomplished in a manner and at such time that a minimum interruption of service will occur. The tapping sleeves and valves shall conform to the requirements of Section T- 5. The Contractor shall verify the material and size of the pipe line to be tapped or connected to. TESTING: of the piping, it shall be tested for leaks in and proved tight at 50 psig and at -12.9 psig. The at his expense, all labor, supervision, pumps, miscellaneous equipment and water necessary for on all piping in accordance with the requirements of General: After completion accordance with AWWA 600-82 Contractor shall provide, measuring devices, power, performance of all testing these specifications. Hydrostatic Tests: Pressure and Vacuum Test: After pipe has been laid and partially backfilled, all newly laid pressure pipe or any valved section thereof shall be subjected to the appropriate hydrostatic pressure based on the elevation of the lowest point in the line or section under test and corrected to the elevation of the test gage. The duration of each pressure test shall be at least one hour. Before applying the specified test pressure, all air must be expelled from the line. The Contractor will make any necessary taps and insert plugs after the test is completed. Upon completion of the pressure test the pipeline shall be subjected to a vacuum test. With the pipeline full of water, a negative pressure gage shall be installed in the pipeline connecting the test pump to the force main. The pressure test pump shall be reversed to apply a vacuum to the pipeline of 2 psi absolute pressure (-12.9 ~si gage). Upon reading that pressure the connection to the pipeline will be shut off. The gauge shall read the pressure in the force main. The test shall be conducted for one hour. All exposed pipe fittings valves, and. joints shall be carefully examined before backfilling. All defective joints shall be repaired or replaced to the satisfaction of the Engineer. Any cracked or defective pipe, joints, fittings or valves discovered in consequence of this pressure test shall be removed and replaced with sound material and the test shall be repeated until satisfactory to the Enginee~. Leakaqe Test: The duration of each leakage test shall be two hours, and during the test the main or section of the main under test shall be subjected to the above noted pressure based on ~he lowest point in the line or section under test and corrected to the elevation of the test gage. Leakage is defined as the quantity of water to be supplied into or withdrawn from the newly laid pipe, or any valved section thereof, necessary to maintain the specified 'ZEL, ENGINEERS 9B03-02 104. doc T4-7 I I I I I I I I I I I I I .1 I I I I I SECTION T4 FORCE MAIN leakage test pressure after the air has been expelled and the pipe has been filled with water at the test pressure. No pipe installation will be accepted until leakage is less than the number of gallons per hour as determined by the formula DJP L=133 L D P Allowable leakage in gallons per hour/l000 feet The nominal diameter of the pipe in inches The average test pressure during the leakage test in pounds per square inch gage(absolute value of number) The computed maximum leakage for the total length of force main is as follows: Pressure Test: 39 gallons, vacuum test: 10 gallons. CLEAN-UP: Upon completion of the installation of the water lines and appurtenances, all equipment and debris remaining as a result of the Contractor's operations shall be removed from the site of the work. PAYMENT: Payment for force main and fittings will be made on the basis of the applicable unit prices as set forth in the Bid. Measurement to determine the length of force main for payment shall be along the centerline of the various sizes furnished and installed, from center to center of fittings, with no deductions for the space occupied by valves or fittings. The payment shall cover all costs of every kind required for clearing and grubbing,. excavation, pavement removal, any damage to house service lines, watez- meters or relocating service lines or water meters, maintenance of driving surfaces, backfill, protection of utilities, cleaning up, restoration grassing, erosion control, sediment containment, furnishing the materials, insta.llation, disinfection,. testing and completing the installation. Carrier pipe involved in underground crossings will be paid for under the applicable lump sum price for each crossing and will not be included in the measurement for payment under this section of the specifications. Except as specifically set forth in the Payment paragraph of Section T-2 of these specifications, all excavation, trenching, backfilling, and other related work necessary for the completion of the work will be considered a subsidiary responsibili ty of the Contractor- and no separate payment will be made therefor. Payment for ductile iron fittings will be made on the basis of published weights of compact cast iron or ductile iron mechanical joint ,fittings less .accessories. HPDE joints will be included in the price of the pipe in the Bid. Payment for installation of Owner supplied pipe shall be made at the applicable unit price set forth in the Bid. 'ZEL, ENGINEERS 9803-02 T04. doc T4-8 I I I I I I I I I I I I I I I I I I I SECTION T4 FORCE MAIN Payment for trench bedding drain shall be made at the applicable unit price set forth in the Bid. Pa~nent for connections to existing lines shall cover all costs associated with increasers, reducers, installation and connection to the existing lines. No separate payment will be made for removal of existing plugs or blocking incidental in connecting new line to existing water line. Payment for Restrained Joint Pipe shall be made on the basis of the applicable unit prices set forth in the .Bid. Measurement to determine the length of water li,ne for payment shall be along the centerline of the various sizes furnished and installed, from the center to center of the fittings, with no deductions for the space occupied by valves or fittings. No other separate payment will be made for work included in this section of the specifications and all costs associated therewith shall be included in the appropriate lump sum or unit price item in the Bid as a subsidiary obligation of the Contractor. ,--- 'ZEL, ENGINEERS 9803-02 T04. doc T4-9 I I I I I I D I I I "I .1 -I "I I I I I I SECTION T5 VALVES AND GATES SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, supervision, equipment .and materials, and performing all operations in connection with the installation of the valves, valve markers, hydrants and appurtenances, complete, in strict accordance with this section of the specifications and the applicable plans, and subj ectto the terms and conditions of the Contract. GENERAL: All: val ves and accessories furnished by the Contractor for incorporation into the work shall be new, unused, and of the type specified herein. Valves for buried service shall be furnished with mechanical joint connections. Hydrants and the associated valves shall_ have restrained MJ connections. Each valve shall have the identifying mark of the manufacturer,. year of manufacture and pressure rating cast on the body. All valves shall be gate valves, shall be opened by turning counter-clockwise and shall have an arrow cast into the metal of the operating nut or on the handle or wheel to indicate direction of opening. ALL valves shall be furnished by a single manufacturer. VALVE BOXES: Underground valves shall be installed with. cast iron valve boxes having a suitable base and shaft extension secti~ns to cover and protect the valve and permit easy access and operation. Box assemblies shall be Mueller No. H-10357, or equal. An lS-inch square by 6-inch thick concrete slab shall be cast around the top of the valve box with the top of the box slab being flush with pavement in paved areas or 2 inches above finished grade in unpaved areas. AIR RELEASE VALVES: Air Valve shall be a Ventomat Model OSORGXv1021 Air Valve as manufactured by Mul.ric Hydro proj ects, Ltd. Or apprcivedequal. Height from bottom of inlet flange (excluding studs) to the very top of the valve must be restricted to not more than 34 inches. PAINTING AND PROOF REQUIREMENTS: Paintinq and Testinq: All iron surfaces of the valves shall be painted; surfaces shall be clean, dry, and free from grease before painting. The valve surfaces, except for seating, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V-51C or 512. Hydrostatic and leakage tests shall be conducted in strict accordance with AWWA C500. Affidavit of Compliance: The Vendor of the valves shall, upon completion of manufacture, provide to the Owner an -"Affidavit of Compliance" in accordance with AWWA C500. Proof-of-Desiqn Test: Vendor shall include with his submittal certified copies of Proof-of-Design Tests in accordance with AWWA C500. = 'ZELI ENGINEERS 9803-02. T05. doc T5-1 - As Revised by Addendum #1 I I I I I I I I I I I I I I I I I I I SECTION TS VALVES AND GATES INSTALLATION OF VALVES AND VALVE BOXES: Valves and valve boxes shall b~ installed where indicated or as directed by the Engineer. Val ves and valve boxes shall be plumb and valve boxes shall be centered directly over the valves. Earth fill shall be carefully tamped around valve boxes to 3 feet on all sides or to the undisturbed face of the trench if less than that distance. Val ves shall have the interiors cleaned of all foreign matter before installation. Stuffing boxes shall be tightened and the valve shall be inspected in both opened and closed positions to see that all parts are in working condition. All piping and valves shall be properly and adequately supported to prevent movement or undue strain on the piping and equipment, and shall have cast concrete collars at grade. TESTING AND CLEAN-UP: Testing and clean-up shall be performed in accordance with the provisions of Section T-4 of these specifications. All valves shall be in place when lines are tested. Any cracked or defective valves discovered in consequence of the test.ing shall be removed and replaced with sound material and the test shall be repeated until a satisfactory test is achieved. PAYMENT: Payment for pinch valves shall cover all costs of the installed valve, valve box, extension and concrete slab, complete and in place. Payment for air release valves shall be for the cqmplete installation and shall include the auxiliary valve and valve box, the 6 inch pipe, joint connections and restraint, crushed stone drain, and other appurtenant items, complete and in place. No other separate payment will be made for the work covered under this section of the specifications. All costs in connection therewith shall be included in the, lump sum or unit price items in the Bid. .---- 'ZEL, ENGINEERS 9803-02 'ros .doc TS-2 I I I I I u D I I I I I I 'I I I I I I SECTION T6 BORE AND JACK CROSSING SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, supervision, equipment and materials and in performing all operations in connection with the installation of dry bored and jacked underground crossings as shown on the drawings complete, in strict accordance with the specifications and the applicable plans, and subject to the terms and conditions of the contract. GENERAL: Work.on road, street or highway right-of-way shall be under the superv1s1on of the Chief Engineer of the agency, or his authorized representative who shall be notified at least 15 days before actual work on the installation is started. BORE AND JACK: Force Main: Underground crossings for the force main shall consist of a carrier pipe installed in a casing pipe. The casing pipe shall be installed under the roadbed by dry boring and jacking. The carrier pipe shall be pushed through the casing pipe spiders securely fastened to the carrier pipe, or in the case of HOPE carrier pipe, without pipe spiders. CASING: Casing pipe shall be smooth steel pipe with a minimum yield strength of 35,000 psi. The joints shall be buEt welded. A 1/16" corrosion allowance of wall thickness has been included in the tabulated pipe data in lieu of any coating and wrapping requirement. CARRIER PIPE: Force Main: The carrier pipe for force main shall be a pipe conforming to the requirements of the Force Main section of the Specifications. Gaskets shall be restrained joint type. Installation: Carrier pipe installed in steel casings shall be pushed through the casing pipe on spiders securely fastened to the carrier pipe or in the case of HOPE carrier pipe, without pipe spiders. The jacking operation shall utili.ze soap or drill-ing mud as a lubricant and shall. utilize timber cushioning. on the end subjected to the forces from the jacking device. Any damaged pipe shall be cut off and removed from the site. After the carrier pipe has been checked and tested,. the casing pipe shall be filled with sand and the ends sealed with pull on rubber seals. ABORTED BORES: Unsuccessful bore and jack installations which must be abandoned because of failure to meet alignment and/or grade requirements, bore and jack attempts frustrated by obstructions, or otherwise unusable bore and jack installations shall be completely filled with concrete. The steel casing may be left in place or withdrawn simultaneously with the filling of the hole with concrete. Relocation for additional bore and jack attempts shall be made after consultation with the Engineer. 'ZEL, ENGINEERS 9803-02 TOG. doc T6-1 I I I I I I I I I I I I I I I I I I I SECTION T6 BORE AND JACK CROSSING SPIDERS: Spiders shall be Collins steel Carrie pipe supports or comparable approved spiders appropriate for installation. Spiders, nuts, and bolts shall be heavily coated with the manufacturer's Bituminous paint. Pressure qroutinq where a bore and jack is called to be pressure grouted, the Contractor shall cement pressure and grout any void outside the casing at eight foot intervals along the top of the casing. If the injection point accepts grout, then injections will be provided at four foot intervals. Pressure cement grouting shall conform with Specification GA D.O..T. Section 450. PAYMENT: -- Payment for force main under highways or canal within the payment limits shall be made on the basis of the applicable lump sum prices for the crossings listed in the Bid, complete, including carrier pipe, casing pipe, and all other incidental items of work involved. Payment for Aborted Bores shall be made on the basis of the unit price in the Bid for the measured length of the aborted bore filled with concrete, complete in place. To qualify for payment, the aborted bore shall have resulted from obstructions encountered through no fault of the Contractor. 'ZEL, ENGINEERS ~ 9803-02 1'06.doc T6-2 I I I I I I I B I I I I I I I I I I I SECTION T7 GRASSING SCOPE: The work covered by this section of the specifications consists of furnishing all plant, labor, equipment and materials and performing all operations required to establish a satisfactory cover of grass within all unpaved areas disturbed by this construction. All work shall be performed in strict accordance with this section of the specifications and the applicable drawings and subject to the terms and conditions of the Contract. GENERAL: The grassing operations shall consist of preparation of the soil, including tillage, liming and fertilizing, seeding, mulching, and watering, and mai~tenance and repair of planted areas until a satisfactory grass cover is obtained and the work is finally accepted. MATERIALS: Seed: All seed shall be Hulled Bermuda grass seed tested and approved by the Georgia Department of Agriculture not more than 6 months prior to the date of sowing and packaged and labeled in accordance with the Georgia Seed Laws and Rules and Regulations in effect on the date of the Invitation for Bids. Seed which has become wet or moldy or otherwise damaged prior to the time of sowing will be rejected. Aqricultural Lime shall be a pulverized limestone having the following certified chemical and physical properties: Total Carbonates, not less than 85% Passing 10-mesh screen, at least 100% Passing 100-mesh screen, at least 25% Fertilizer: All fertilizer shall be a dry, free-flowing commercial 10-10-10 fertilizer suitable for application by a fertilizer distributor, grain drill, planting machine or similar sta.ndard equipment. The fertilizer shall be certified to meet the requirements of Fertilizer Laws of the State of Georgia in effect on the date of the Invitation for Bids. Any fertilizer which becomes caked or otherwise damaged prior to the time of use will be rejected. Mulch: Any of the mulch materials, consisting of forest litter, hay, straw, hulls of cottonballs or peanuts, ground corncobs, stalks of corn, cane, potato vines, tobacco or other stems, or peat, which are permitted under Standard Specifications of the State Highway Department of Georgia will be acceptable providing they are properly shredded or ground. Mulch materials which contain seeds of species of weeds or plants which would germinate and be harmful to the proposed planting will not be accepted. Before collection of mulch material is begun or delivery is made, the Contractor shall submit samples for approval. Only approved mulch from approved sources will be accepted. Water for use in connection with the grassing operation may be purchased from Augusta-Richmond Utilities Department, or obtained from any other approved source. Such water shall be free of excess chlorine, or other chemicals or substances harmful to plant growth. r- 'ZEL, ENGINEERS 9803-02 TO? doc T7-l I I I I I B I I I I I I I I I I I I I SECTION T7 GRASSING GROUND PREPARATION: Prior to preparing the ground for grassing operations, all weeds, brush and other vegetation in the areas to be planted which has not been removed during clearing and grubbing and grading operations shall be removed from the site. All irregularities in the surface shall be smoothed out and all roots, stone and other foreign material detrimental to tillage, planting and proper growth and lnaintenance of the grass shall be removed. In all areas where the topsoil has been removed during grading operations, the topsoil which has been stockpiled shall be returned and evenly distributed over these areas. Objectionable foreign materials contained in the topsoil shall also be removed as the topsoil is distributed. LIMING AND FERTILIZING: After the areas to be seeded have been brought to finished grade, agricultural lime and fertilizer conforming to the requirements of this specification shall be uniformly distributed over the areas, lime at the rate of one ton per acre and fertilizer at the rate of 1000 pounds per acre. In areas where mechanical spreaders cannot be used, the lime and fertilizer may be applied by hand methods. The lime and fertilizer shall not be applied when the wind makes it difficult to obtain satisfactory. distribution. TILLAGE: The lime and fertilizer shall be thoroughly and uniformly mixed with the soil to a depth of approximately 3" by plowing~ discing and harrowing until the soil is friable and well pulverized. Hand tillage will be required in all areas where mechanical equipment cannot be operated. SEEDING: Hulled Bermuda grass seed conforming to the requirements of this specification shall be uniformly sown by approved mechanical power drawn drills or seeders or, in small areas, by mechanical hand seeders, at the rate of 40 pounds per acre. The seeds shall be covered and compacted to a depth of 1/8 to 1/2 inch by mE~ans of a cultipacker and an empty traffic roller or another roller weighing less than 3 tons. Broadc~st seeding shall not be done when the wind makes it difficult to get satisfactory distribution. Th~ Bermuda grass seed shall not be planted prior .to April 15 or after September 15. Seed shall.not be sown unless the soil has the optimum moisture content or more through a depth of at least 3 inches. WATERING: After the seeds have been sown, the moisture content of the soil will be tested. If there is not enough moisture in the soil to insure germination and adequate plant growth, water shall be applied by sprinkling until an adequate moisture content has been reached. In the absence of adequate rainfall during the germination and early growth period, the Contractor will be required to maintain the required adequate moisture content of the soil by periodic sprinkling operations. 'ZEL, ENGINEERS 9803-02 TO? doc T7-2 I I I I I I D I I I I I I I I I I I I SECTION T7 GRASSING MULCHING: -- Mulching of seeded areas will not be required but may be employed at the option of the Contractor as an aid in reducing eroding and conserving soil moisture. If employed, the mulch shall conform to the requirements of this specification. The rate of application of the mulch depends on the texture of the mulch. The proper application will allow some sunlight to penetrate and air to circulate, at the same time shading the ground. If desired, immediately after the mulch is spread, the material may be anchored to the soil by a cultipacker, disc harrow, or other suitable equipment. ESTABLISHMENT AND MAINTENANCE: The Contractor is responsible for providing a satisfactory stand of living seeded grass in which gaps larger than 12 inches do not occur at the time of acceptance of the project. Any areas which fail to show a uniform stand for any reason whatsoever, shall be reseeded with Hulled Bermuda seed, and such reseeding shall be repeated until acceptance by the Engineer. The Contractor shall properly water, mow and otherwise maintain all grassed areas and any damage resulting from erosion, washing or other causes, shall be repaired by fill topsoil, tamping, refertilizing and reseeding at no additional expense to the Owner, if such damage occurs prior to acceptance of the project. GRASSING TO CONTROL EROSION: In the event completion of grading operations of areas to be planted extends beyond the specified grassing periods, grassing must be postponed until the following spring season. The Contractor will be. permitted to seed such areas with Rye .qrass at his own expense, or by mulchinq shall control erosion of the qraded areas. All mowing and maintenance operations during the fall and winter seasons will be the obligation of the Contractor. Erosion must be. controlled by acceptable methods to prevent damage to the Owner's property, to adj acent property owners, and to limit migration of silt to the streams. GRASSING TABLE Permanent Cover: Fertilizer: 5-10-10; 1800 lbs. per acre Agricultural Lime: 2 tons per acre Mulch: 2-1/2 tons mulch hay per acre Hulled Common Bermuda and Browntop Millet 10 lbs./Ac. 10 lbs./Ac. 4/15 - 9/15 Temporary Cover: Fertilizer: 10-10-10; 500 Ibs. per acre Agricultural Lime: 1000 Ibs. per acre Mulch: As Needed Sudangrass Rye Grass 60 lbs./Ac. 15 Ibs./Ac. 4/1 - 9/1 8/15 - 10/31 'ZEL. ENGINEERS ,---- 9803-02 '107. doc T7-3 I. I I I I I I I I I I I I D D I D D I SECTION T7 GRASSING PAYMENT: -- No separate payment will be made for the grassing and other work covered by this section of the specifications. All costs in connection therewith shall be included in the applicable lump sum or unit price item in the Bid for the completed work. 'ZEL., ENGINEERS = 9803-02 T07. doc T7-4