Loading...
HomeMy WebLinkAboutRae's Creek Trunk Line Sewer Replacement (2) Augusta Richmond GA DOCUMENT NAME: 'l(oe:s ~\ee~ iYun'? \\ne, S€.We\X"qJ\Qeerrent- DOCUMENTTYPE:~(A~~ YEAR: OL\ BOX NUMBER: ;) d FILE NUMBER: \ 1 dL\() NUMBER OF PAGES: c9~ I I I I I I I I I I I I I I , I I I .1 j~ i- 17~fJj) CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PROJECT NO. 60110 Rt\E'S CREEK TRUNK LINE SEWER REPLACElVIENT - PHASE I I I Augusta, Georgia AUGUSTA-RICHMOND COUNTY COMMISSION Cranston, Robertson & \Vhitehurst, P.C. Engineers - Planners - Surveyors P.O. Box 2546 - 452 Ellis Street Augusta, Georgia 30903 January, 2004 J THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THI:: POLICY PERIOD INDICATED. NOTWITHSTANOIN ANY REQUIREMENT, TERM OR CONOITlON OF' AtN CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, LTR NSR TYPE Of INSURANCE POUCY NUIVIElER OA Te II\lM/tlDIYYI- DATE IMMlDDlY'rI LIMITS GENERAL LIAIlIUTY CPPOO03309 01/01/2004 01/01/200S EACi'l OCCURRENCE $ 1.000,000 7 COMMERCIAL GENERAL LIABILITY :!~'!'I\~':.. $ 100,000 r-- n CLAIMS MADE 0 OCCUR ~~{5~ OCCUl1!I1cel MEC @CP (Anyone pelBllnl S 5,000 A X Owners Protective PERSONAL & AOV INJURY S 1,000.000 r- Liability GENERAL AGGREGATE S 2,000,000 - GEN'L AGGREOATE LIMIT APPLIES PER: PROCUCTS.COIoAP~PAGG $ 2.000,000 I POLICY [Xl ~S: n lOC AVTOMOBILE UABIUTY CAOOO4092 01/01/2004 01/01/2005 COMBINED SINGLE LIMIT X ANY AUTO $ IES ~eeld~l) 1,OOO,00( - ALL OWNED AUTOS eoOIL Y INJURY - S SCHEDULEO AUTOS (P.r pet"..on) A - HIRI;D AUTOS - eODI~ v INJURY S NOt-k:lWNED AUTOS (Per accident) - PROPERTY OAl.1t1GE $ (P"" ~cc!denll GARAGE UABlLITY AUTO ONLY- EA ACCIDeNT $ R tiNY I\UTO OT11ER THAN EA ACC S AUTO ONLY: AGG S EXCESSlUMBRELLA UABII..ITY UMBOO02042 01/01/2004 01101/2005 EACH OCCURRENCE $ .5 ,000,000 t!J OCCUR o ClAIMS MADE AGGAEOATE $ S,OOO,OOO A s R DeOUCTIBLE $ RETENTION S S WORKERS COUPEN$.I,T10N AND 001-WC04A 50498 01/11/2004 01/11/2005 X I TORY LIMITS) I"ER- EMPLOYERS' ~IABlurv B ANY PROPRlETORIPARTNERlEXECUTIVE E.L. EACIof tlCCIDENT S 1,000,000 OFFICERlMEMSef'{ EXCLUDED? OT 4ER STATES ENDORSEMENT E.L. DiseASE - EA EMPlOYEE S 1,000 000 If ~s. dl!3Cl1be undl)r S eCIAL PROVISIONS below APPLIES FOR NC & SC E.L. OISEASE . POLICY LIMIT $ 1 000,000 OTHER CPPOO03309 01/01/2004 01/01/2OOS Li mi t : $1,582,140 A ~nstallat;on Floater Leased/rented equip $150.000 wlth $500 Deductible. DESCRIPTION OF OPERATIONS I LOCATIONS I veHICLES I EXCLUSIONS ADDEO I!Y IONDOR6EMENT I SPECIAl. PROVlSIOHS Project; Rae's Creek Trunk Line Sewer Replacem@nt Phase 1 I I I I I I I I I I I I I I I I 05/17/2004 10:50 PAGE 01/01 4784740115 ALLEN & LAMBERT, INC ACORD CERTIFICATE OF LIABILITY INSURANCE I DATe fM!rIIDDIYYYY) '" 0.5/17/2004 PRODUCER (478)474-6468 FAX (478)474-0116 THIS CERTIFICATE 15 15SUED AS A MATTER OF INFORMATION Allen & lambert, rn~, ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOL.DER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1760 Bass Rd., Suite 101 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 28410 Macon, GA 31221-8410 INSURERS AFFORDING COVERAGE NAtC# INSURED TOIIITIY L. Grift' n Plumbing & Heating Co., lnc INSURER A: National Trust Ins. Co. P. O. Box 2346 INSURER B: FCCI Ins. Co. Macon. GA 31203 INSURI:R c: \ INSURER 0: INSURER E: COVERAGES CERTIFICATE HOLDER CANCEL.LA TION SI10ULD ANY 01' THE ABOVE DEseR/lIED POLICIES BE C"'''CELLEO BEf'ORE TIlE EXPIRATION DATI; THEREOI'. THE ISSUING INSURER WlI.L ENDEAVOR TO IMlL -1.0_ DAYS WRITTEN NOTICE TO T11E CERTIr::ICAT5 HOLDER NAME/) TO T11E LEFT, BUT FAILURE TO MAIL SUCH NonCE SHALL IMPOSE NO OBUGATlON OR UABlUTY OF ANY I<IND UPON THE INGURER, IT :rs OR REPRmNTATlvES. AUTHORIZED RePRESENTATIVE Augusta-Richmond City COlTll1ission 530 Greene St. Room 605 Augusta, GA 30911 1988 ACORD 25 (2001/08) FAX: (478)471-8195 - i I I I I I I I I I I I I I I I I' I I I Addendum No.3 to the Contract Documents and Drawings for the construction of PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I Our File No. 2002-267 April 2, 2004 1. The following questions from the Pre-Bid Conference have been addressed: A. Can either hydraulic infiltration/exfiltration leakage tests or low pressure air tests be performed on new lines? -,. No, only low pressure air tests will be allowed for testing the new lines. B. Will the leakage tests be from joint to joint or manhole to manhole? The leakage tests shall be low pressure air tests from manhole to manhole in accordance with the applicable sections of he Uni-Bell UNI-B-6-90, latest version. II. The following clarifications/amendments have been made to the contract drawings: (No revised contract drawing sheets will be reissued.) A. Sheet 3 - Delete General Note 29 in its entirety. B. Sheet 4 - Revise all pay items and quantities in the detailed estimate to match enclosed revised Proposal Section (P-l through P-6) on Pages 3-8 of 12. C. Sheets 5-10 - Revise all silt fence shown, both Type "A" and Type "C", to Type "C" with Haybale Backing in accordance with the enclosed detail on Page 9 of 12. D. Sheet 11 - Delete "Precast 10' 0 Manhole Above Grade" detail and replace with enclosed detail on Page 10 of 12. Delete "Precast 10' 0 Manhole Flush with Grade' detail and replace with enclosed detail on Page 11 of 12. Delete "Traffic Manhole Frame and Cover" detail and replace with enclosed detail on Page 12 of 12. Add th.e following to the manhole notes: "Manhole rings and covers shall be centered over pipe inlet or outlet." i Addendum No.3 Page I of 12 I I I I I I I I I I I I I I I I I I I Ill. The following items have been revised or added to the contract documents and specifications: A. Proposal - Delete the Proposal Section (P-1 through P-5) in its entirety and replace with the enclosed revised Proposal Section (P-1 through P-5) on Pages 3-8 of 12. B. TS-6 - Delete Section 2.a on Pages TS-6-15 and TS-6-16 and replace with the following: "2. SEWER LINE AND MANHOLE TESTING: a. Sewer Lines: I Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a satisfactory low pressure air test in accordance with the applicable sections of the Uni-Bell UI-B-6-98, latest version. Contractor shall be responsible for the satisfactory watertightness of the entire section of sewer. The Contractor shall construct such weirs and bulkheads as may be required, shall furnish all labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. The sewer shall be tested before any connections are made to buildings or to active sewers." C. TS-16 - Revise Items S-21, S-22, S-24 and S-25 on Page TS-16-1 to read: "Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, dewatering and backfill as specified by type and class. No additional payment shall be made for these items. Type 1 manholes shall be connected to pipe 42" or less in diameter, and Type 2 manhole shall be connected to pipe 48" to 84" in diameter. Class 1 additional depth shall apply to each manhole greater than 6-feet but not more than 1O-feet in depth. Payment for Class 1 shall be the actual depth between 6-feet and 1O-feet. Class 2 additional depth shall apply to each manhole greater than lO-feet in depth, but not exceeding 20-feet in depth. Payment for Class 2 shall be the actual depth of the manhole between 6-feet and 20- feet. Class 3 additional depth shall apply to each manhole exceeding 20-feet ifl depth, but not exceeding 30-feet in depth. Payment for Class 3 shall be the actual depth of the manhole between 6-feet and 30-feet." Addendum No.3 Page 2 of 12 ~JR-01-2004 23:54 ARC PUROiASING 7063124602 P.06/15 I I I I I I I I I' I I I I I I I I I I SECI10N~ PROPOSAL DATE:~J 1+ / 20{)~ Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and to perform all work for the project referred to herein as: PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEl\1ENT - PHASE I in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: I J......~ f'h ~ \\:0':' FO'-'il \..."",J....o::J F<>","~ \M'-.Jr~,ANd.. -n;~-,: h.v.......d.,U36 ~\l:~. w',,\) ~ , and sc; /100 dollars ( ') LiLlO ~<-{'1. S"q) , The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within ~ (lQ) calendar days after the date of written notice to proceed, and that he will complete the work within Two Hundred Fortv (240) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: -tt I - J....d, / / ;2,O::Jfl -t+ ~ - afJ. 2 ;< vorl -if:..:L - JYV.1. / 10 :),Cl tJ (j Enclosed is a bid gUarante~, consisting of in the amount of Respectfully submitted, ~ :r~AfJL' fiit + 1t!j1i $1~311h.~'J(),U' fYyhCLhL, tR,3/J,of BUSINESS ADDRESS BY: TITLE: Addendum No.3 Page 3 of 12 RPR-01-2004 23:54 RRC PURGiASING 7063124602 P.07/15 I I I I I I I I I' I I I I I I I I I I BID SCHEDULE TO ACCOMPANY THE PROPOSAL OF PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I ADDRESS: ~jtI;tjJ;!1fh tr)~ " 4er .3/:)!)'! BIDDER: ITEM NO. DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT I. SANlT ARY SEWER AND APPURTENANCES 8-2 12" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to 8', including Type II (No. 57 stone) bedding material 20 L.F. @ $ 80.15 /L.F. '- $ i: GO 3 . cO S-3 12" diameter PVC sanitary sewer pipe SDR 35, Depth 8'. to 10', including Type IT (No. 57 stone) bedding material 20 L.F. @ $ 1:0.1-:; /L.F. $ I k: c'S CC I . 8-4 12" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to 12', including Type II (No. 57 stone) bedding material 150 L.F. @ $ eo. ,.;- /L.F. $ iJ O~'J., S"o . S-11 48" diameter ductile iron sanitary sewer pipe Class 250, Depth 8' to 10', including Type II (No. 57 stone) bedding material 85 L.F. @ $ ::<4\.J.Q /L.F. $ :J. D S C'2:,. 'C (:) . S-11A 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 8' to 10', including Type IT (No. 57 stone) bedding material 508 L.F. @ $ d.qv. CO /L.F. $ H'1 "3~o. Otl , 8-12 5411 diameter ductile iron sanitary sewer pipe Class 250, Depth 10' to 12', including Type I1 (No. 57 stone) bedding material 970 L.F. @ $ ~ q 0 . 00 /L.F. $ J.<e l~ em. DD . S-13 30" diameter ductile iron sanitary sewer pipe Class 250, Depth 12' to 141, including Type II (No. 57 stone) bedding material 40 L.F. @ $ \ 5G:,. :1.0 /L.F. $ &:2'+8.00 Addendum No.3 Page 4 of 12 APR-01-2004 23:54 ARC PURCHASING 7063124602 P.08/15 I I I I I I I I I- I I I I I I I I I I ITEM NO. DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT S-13A 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 12' to 14', including Type II (No. 57 stone) bedding material 1,335 L.F. @ $ ~L\O, DO fL.F. $ ~iQl \ So. O\) . S-14 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 14' to 16', including Type II (No. 57 stone) bedding material 1,182 L.F. @ $ ::2.'10.00 IL.F. $ ~ '{) " 8'a, DO , S-15 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 16' to 18', including.Type II (No. 57 stone) bedding material I 515 L.F. @ $ ').'10. nO /L.F. $ I ~ '1 3 ~'D, a'D S-16 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 18' to 20', including Type II (No. 57 stone) bedding -,. material 475 L.F. @ $ ;} D.. c. 00 fL.F. $ 1"51 -"I so l'lO , S-18 Select backfill, GA DOT Type T, Class I & II (Sand/Clay) Measured by in-place volume 17,500 C.Y. @ $ \,00 IC.Y. $ if SeD.0C . S-20 Pre-cast sanitary manhole, GA DOT SID 1011 A, Type 1, Depth 0' to 6' (48" Diameter), including vacuum testing 3 Each @ $ i l,., 1. S-, 00 /Each $ L{ e 'S-,OO , S-20B Pre-cast sanitary manhole, GA DOT STD 10l1A, Type 1, Depth 0' to 6' (72" Diameter), including vacuum testing 1 Each @ $ ]0\0. 00 /Each $ SOI'\). \JU , S-21 Additional sanitary manhole depth, Type 1, Class 1 9 VF@ $ ,2 l '"1. 00 NF $ :) 0'-\3,\)0... . S-22 Additional sanitary manhole depth, Type 1, Class 2 15 VF @ $ J "1 'l . au NF $ ~ 4- as". 00 . S-23A Pre-cast sanitary manhole, GA DOT STD 1011 A, Type 2, Depth 0' to 61 (12011 Diameter), including vacuum testing 17 Each @ $ 10 CisI, ~O /Each $ I Sto J.. 1./1. i)0 ) S-24A Additional sanitary manhole depth, Type 2, Class 1 5 VF @ $ L\ \s-.~() NF $ .. J. 0 '1 S. 0 c S-25A Additional sanitary manhole depth, Type 2, Class 2 112 VF @ $ Y-\~.oa NF $ LJ/n Lf SD. co . Addendum No.3 Page 5 of 12 I I I I I I I I I' I I I I I I I I I I APR-01-2004 23:54 ITEM NO. S-25B S-28 S-28A S-30 S-31 S-33 S-35 S-36 II. P-I P-2 P-3 P-5 P-7 P-9 RRC PURCHASING DESCRIPTION. QUANTITY. UNIT & UNIT PRICE Additional sanitary manhole depth, Type 2, Class 3 16 VF @ $ 4 is". 00 NF 6" ductile iron pipe outside drop; including fittings, all ductile iron pipe and stone backfill 1 Each @ $ Iloa.(lD /Each 10" ductile iron pipe outside drop; including fittings, all ductile iron pipe & stone backfill 4 EA @ $ \ ""1 00 , (}O lEA 6" sanitary sewer connections, including cleanouts 1 EA @ $ ~ \ oa . ~)~ lEA Cut & plug existing sewer, diameter varies 10 EA @ $ 5'C:O. C:l () rEA Tie new sanitary sewer to existing manholes, diameter varies 3 EA @ $3 aCG. oc lEA Ductile iron pipe polyethylene encasement 500 L.F. @ $ $"'. 00 /L.F. Concrete encasement of sanitary sewer 50 C.Y. @ $ I ~O. 00 /C.Y. '}. 7063124602 P.09/15 AMOUNT $ (" tc 'i 0 , C'lO , $ I -, ClC. \:) c: , $ (~ S 00. 0 C . $ ') \ ()'0. l' ('. $ S' oeO. ClD $ c\ , 000. () (j . $ :)" S-OO, u L: $ '1 s-oa, u C I Subtotal $ III '1 '\ $'"5 J. 3, () P A VEMENT STRUCTURES Asphalt overlay, type F, 1-1/2/1 thick 4,028 SY @ $ 5'. \ '6 /Sy Pavement patch (10" graded aggregate base and 2_1/2'. asphalt patch including removal of 2-1/2" GAB and placement of bituminous tack coat) 465 SY @ $ J '3. o,S; /SY Asphalt pavement leveling 100 TN @ $. 55:. Cia !TN 4" thick concrete sidewalk, 3000 psi mix 38 SY @ $ SO.uCJ /SY Asphalt path replacement 175 SY @ $ \ S , -.2. U /SY 24" concrete curb and/or gutter removal and replacement 362 LF@ $ iO.otl /LF Subtotal $ Addendum No.3 Page 6 of 12 $ ::<0, <c ~S".o'-t $ II 13io.l~ . $ S ';;:-00. () 0 . $ , ~ OCl, /IU . $ J -:i \(]. i',i) $ 3. ~ J.D. Dll . L./ 5' .5 ~ \. .., q I .. I . RPR-01-2004 23:54 ARC PURCHASING 7063124602 P. 10/15 I ITEM NO. DESCRIPTION. QUANTITY. UNIT & UNIT PRICE AMOUNT I m. MISCELLANEOUS M-1 Flowable fill 200 CY@ $ 100.00 ICY S ;)0 000. ao I M-2 Rock excavation 890 CY @ $ ~ o. ()Cl ICY $ SS"I (,,00. ()o I M-3 Foundation backfill, GA DOT Type II, for additional unclassified excavation 950 CY @ $ iO,a\: ICY $ 9,5"00, C:lO I M-4 Clearing and Grubbing 3.5 Acre @ $ )oGO,ao / Acre $ iC Ole), QCJ . I I M-6 Cast in place concrete, including reinforcing steel, hatches & embeds 48 CY @ $ ~\~ ,C)o ICY ... $ 3~ q-](o.oo I , M-7 Pre-Cast Grit Chamber, installed complete with piping . . hatches and appurtenances I' I EA @ $ :<d.Y\Cl,oQ lEA $ ;)) qICl.()C) M-8 Pre-Cast Sluice Gate Vault (on 30" bypass line), installed I complete 1 Each @ $ 30 D \ \ . ()(') /Each $ 10O\\,QO , M-9 Packaged metering manhole, installed complete with base I slab, ultrasonic flowmeter, electrical service and appurtenances Lump Sum S set ~ '3'1 00 I . M-IO Sluice gates, installed complete with appurtenances and electrical service I 3 EA @ $ J.. q '1 b '-i . Or0 lEA $ ell 'Oq.J.oo , , M-11 Bypass pumping operations, complete I Lump Sum $ \ \ 3 'Ou. (j u , M-12 Manhole monuments 6 EA @ $ Sl),ui::) lEA $ 30D, C',u I M-13 Drop inlet, GA DOT Standard 1019A .., EA $ "I ICl. au lEA $ ') \ ~D. DO -' I 'I M-14 18" conugated plastic pipe (CPP), depth 0' to 6' 40 LF $ J. Ct Cl () ILF $ I \ L, O. 00 I M-15 36" corrugated plastic pipe (CPP), depth 0' to 6' 30 LF $ S"l , "l~ /LF $ l. s ~ 'l. 5"'D I I Addendum No.3 Page 7 of 12 . hPR-01-2004 23: 55 ARC PURCHASING 7063124602 P.ll/15 I I I I I I I I I' I I I I I I I I I I M-17 DESCRIPTION. QUANTITY. UNIT & UNIT PRICE 18" plastic flared end section (FES) 1 EA $ I q J. Oel rEA SOD 100 AMOUNT ITEM NO. M-16 $ Iq;).oc SY @ $ '-\ . Ie C) /Sy $ L1l.oo.0C) $ J :J. co, uO , $ 3 008. co . M-18 Stone dumped rip-rap, Type 3, 12" 100 SY @ $ .:A::<.a~ /SY M-19 6' chain link fence with barbed wire, installed complete 160 L.F. @ $ 16. ~a /L.F. M-20 Chain link double gate with barbed wire, 6' x: 14', installed complete 1 Each @ $ q (, Q. CIa lEach $ 9 (. O,c'o Subtotal $ 4;2( '/6";;:,5:"(:) , IV. LS-1 LUMP SUM CONSTRUCTION: Lump sum construction (includes but is not limited to the items listed) Mobilization, Demobilization Bonds, [nsurance Remove and Reset Fences, All Types Remove and Reset Gates, All Types Remove and Reset Storm Sewer and Hcadwalls, Lengths & Sizes Vary Remove and Reset Light Poles & Electrical Poles, Type Varies Remove and Reconnect Watcr Services, Complete Reconnect Sanitary Sewer Services, Complete Remove and Reset Signs, Type Varies Remove and Reset Water Sprinkler Systems, Complete Remove and Reset Water Valve, Size Varies Remove and Reset Yard Lamps, Type Varies Remove and Reset Mailboxes, Type Varies . Erosion and Sediment Control (Temporary Grassing, Construction Exits. Cheek Dams. Sediment Traps & Misc. Erosion Control Stroctures) Silt Fence, Type "cn with Haybale Backing Traffic Control Miscellaneous Grading Permanent Grassing Trail Reconstruction Raise to Grade Manholes, Valves Boxes Shoring, If Required Lump Sum ... Subtotal $ $ \ I'D 'leG, c:,u . lIS 'IOU. 00 . I Grand Total $:) 4 L/-o 3'49. ~ I . * All items which must be removed by the contractor during construction and are not specifically shown to be paid for otherwise are to be removed without additional payment. All cots for this removal or removal and resetting shall be included in the pay item "Lump Sum Construction". Addendum No, 3 Page 8 of 12 I I I I I " MANHOLE RING & COVER. SEE MANHOLE NOTES & TRAFFIC MANHOLE FRAME AND COVER DETAIl. /EXISTING GRADE ~ 72" RISER SECTIONS AS REQUIRED 72" MIN. /'LATSlABTOP 48"DIA, <0 I I MH. STEPS @ 12" O.C. PRECAST MANHOLE RISER SECTION I I --' <C U ii: ~ q Co z ~ <0 54" l2l PIPE I NOTE: PROVIDE ELASTOMERIC SEALANT, RAM-NEK OR EQUAL AT AlL JOINTS (TYP.) I I I I .......... . ,_....... ........ Ii t. .............................................................................. ............................................................................. .............................................................................. ............................................................................. .............................................................................. ............................................................................. PRECAST MANHOLE BASE SECTION GROUTED FLUME N ..- 10'.{)" 1.0. \ SET PRECAST L BOTIOMS ON MIN - 6" BED OF #57 STONE 11'-8" 0,0. NOTE: SEE SECTIONS B-B & C-C FOR ADDITIONAl MANHOLE DETAILS. SECTION "A_A" I PRECAST 10'0 MANHOLE ABOVE GRADE N.T.S. I I RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I I PREPARED BY ^ ' Cr:n~=: R_O~~:~;'; & ~=:;;~P"C" (8 PH: (7W) 7%1-1_ EMAL:"'--_ I ADDENDUM NO.3 PAGE ]0 OF ]2 4/01/04 I I I 72" RISER SECTIONS AS REQUIRED MANHOLE RING & COVER. SEE MANHOLE NOTES & TRAFFIC \MANHOLE FRAME AND COVER DETAIL. MANHOLE TO SET / FLUSH WITH GRADE AS REQUIRED, EXISTING GRADE <D ~ -' <t U ii: ~ <;> Co a: t. N ~ 10" (TYP,) NOTE: SEE SECTIONS A-A & C-C FOR ADDITIONAL MANHOLE DETAilS. REGRADE AROUND 72" MIN. 5")(2-1/4" GRADE RINGS AS REQUIRED /FtAT SLAB TOP MH. STEPS @ 12" O.C. PRECAST MANHOLE RISER SECTION :i ::E 54" eJ PIPE NOTE: PROVIDE ELASTOMERIC SEALANT. RAM-NEK OR EQUAL AT ALL JOINTS (TYP.) GROUTED FLUME 10'-0" 1.0. \ SET PRECAST L BOTTOMS ON MIN - 6" BED OF #57 STONE 11 '-8" O.D. SECTION "8-8" PRECAST 10'0 MANHOLE FLUSH WITH GRADE N.T.S. RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I PREPARED BY ^ ' Cr:n~~ R_O~:,:~~ & ~=:;;~P.C. . PH: or.J 1D-l_ ~...--__ ADDENDUM NO.3 PAGE 11 OF 12 4/01104 I I I I I I I I I I I I I I I I I I z ::::; z in ::::; N ;r z ::::; in ..... 2 RE-BARS, STEEL PICKETS, OR 2"x2" STAKES 1 1/2' TO 2' IN GROUND, ANGLE FIRST STAKE TOWARDS PREVIOUSLY LAID BALE / :.. ~ /. ~ ~ " ~ / ... '/ ... /' F. ~ + w=i?~ ~ U / 1 : 12.LJ 4' VERTICAL FACE O:l N FLOW .. SIDE VIEW I~ 4' MAX. O.C. -, / ~ r HA YBALES CONTINUOUS ~ ~ / ~ Z ;,- /: ... 7': ::::; '/ ~ FABRIC in ;/ Do ~ (WOVEN WIRE ;; N N /' FENCE BACKING) % 1"; ~ ~ :.::: z ;,. . /. _lD_ ::::; /: / in / - t TRENCH ~ ,....; '/ '/ FRONT VIEW NOTES 1) USE 36" D.O. T. APPROVED FABRIC, WITH WIRE REINFORCEMENT. USE STEEL POSTS. 2) ANCHOR AND EMBED HA YBALE BARRIERS INTO SOIL TO PREVENT WASHOUT OR WATER WORKING UNDER BARRIER. SIL T FENCE - TYPE C WITH HA YBALE BACKING N.T.S. RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I PREPARED BY ^ ,cr:n~~R_O~~~:~&~=:;;~~P.c. . PH: (106) 7%Z-I_ ~...---.. ADDENDUM NO.3 PAGE 9 OF 12 4/01104 ~'1a' I' 24 314' _ "I SECTION OF COVERS PLAN OF MANHOLE I FRAME AND COVER r23 1/2" .,. 14 1_ HALF SECT. 253/4" r I HALF ELEV. ,I 1/2" 7 1/2" L 36" HALF SECTION FRAME-HALF ELEV. FRAME APPROXIMATE WEIGHT FRAME 245 COVER 145 TOTAL 390 ~ I I I I I STANDARD COVER US FOUNDRY #USF 224 RING & R COVER LOAD RATING-HEAVY DUTY BOLTED WATERTIGHT FRAME AND COVER US FOUNDRY #195 668 RING & BWT COVER LOAD RATING-HEAVY DUTY "ALL COVERS SHALL HAVE LETTERING TO READ "SANITARY SEWER", TRAFFIC MANHOLE FRAME & COVER RAE'S CREEK TRUNK LINE SEW'ER REPLACEMENT - PHASE I PREPARED BY ^ . Cr~n::~ R_O~~:~;; & ~~:;;~P.C. . PH: (7DaJ 122-J_ DUoII:"--_ ADDENDUM NO.3 PAGE 12 OF 12 4/01104 MAR-16-2004 16:22 RRC PURCHR~lNij (l::)OO<:::.L<:::O.L.L i.tJ.....,l I l I I I I I. I I I I I I I I I I I I Purchasing Department Geri A. Sam&, Purchllsing Director Room 605- Municipal Building 530 Greene Street. Augusta, GA 30911 (706) 821-2422. FAX (706) 821-2811 Visit us at www.augustaga.gov ADDENDUM TO: FROM: DATE: SUBJ: All Bidders Geri A. Sams March 16, 2004 Addendum #2 Bid Item #04-062 Rae's Creek Trunk Line Sewer Replacement - Phase I ... Please note the foUowing change: The bid opening date for Bid Item. #04-062, Rae's Creek Trunk Line Sewer Replacement - Phase I has been changed from Wednesday, March 31, 2004 to Wednesday, April 14, 2004 @ 3:00 p.m. The last day for submitting questions for Bid Item #04-062 is Friday, March 26, 2004 @ 4:00 p.m. These questions are to be submitted to the Purchasing Department. The fax number is 706 821-2811. You must acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. Fred Russell, Augusta, GA Deputy Administrator Brenda Byrd-Pelaez, Augusta, GA Human Resources Max Hicks, Augusta, GA Utilities Michele Healey, CHM2 Hill Dennis Welch, Cranston, Robertson & Whitehurst TOTAL P.03 1____ I I I I I I I I I I I I I I I I I I MEMORANDUM TO: All Bidders FROM: Geri A. Sams DATE: February 11,2004 SUBJ: ADDENDUM #1 BID ITEM #04-062 Rae's Creek Trunk Line Sewer Replacement Phase I Please note the change/addition to your bid package: As Noted Please take note of page IB-3, item IB-09 (Minority and Economically Disadvantaged Business Support) states: 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. Chang'e to: The bidders are required to submit a statement of qualification for themselves and a list of qualified subcontractors (including local vendosrs) and all minority or economically disadvantaged firms with their bid package. You must acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. Cc: Fred Russell Augusta, Georgia Deputy Administrator Brenda Byrd-Pelaez Augusta, Georgia Human Resources Max Hicks Augusta, Georgia Utilities I I I I I I I I I I I I I I I I I I I CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I Augusta, Georgia AUGUSTA-RICHMOND COUNTY COMMISSION The Honorable Bob Young, Mayor Betty Beard Marion F. Williams Barbara Sims Richard Colclough Bobby G. Hankerson Andy Cheek Tommy Boyles Jimmy Smith Williams H. Mays, III Don A. Grantham George Kolb Administrator Max Hicks Director, Augusta Utilities Department Cranston, Robertson & Whitehurst, P.C. Engineers - Planners - Surveyors Augusta, Georgia January, 2004 I I I I I I I I I I I I I I I I I I I T ABLE OF CONTENTS SECTION TITLE NO. OF PAGES I Invitation for Bids 1 IE Instructions to Bidders 3 P Proposal 6 BB Bid Bond 2 NA Notice of Award 1 A Agreement 3 PB Performance and Payment Bonds 5 NP Notice to Proceed 1 GC-O Index to General Conditions 1 GC General Condi tions 64 SC-O Index to Special Conditions 1 .SC Special Conditions 12 TS-O Index to Technical Specifications 1 TS Technical Specifications 115 I I I I I I I I I I I I I I I I I I _I Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Wednesday, March 31,2004: Bid #04-062 Rae's Creek Trunk Line Sewer Replacement Phase I at Augusta Utilities BID's will be received. by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Purchasing Department 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 Scope: Furnish all of the materials and all of the equipment and labor necessary in the replacement of the existing 30" sanitary sewer line with a new sewer line, and to perform all of the work shown on the plans. BID documents may be obtained at the office of Augusta, GA Purchasing Department, 530 Greene Street _ Room 605, Augusta, GA 30911. Copies maybe obtained upon payment of$125.00 (non-refundable) Documents maybe examined y during regular business hours at the offices of Augusta, GA Purchasing Department. A MANDATORY Pre-BID Conference will be held on Tuesday, March 16,2004 at 10:00 a.[11. in Room 605 of the Purchasing Department. All questions must be submitted in writing to the office of the Purchasing Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on the part of the Ov.ner is not intended to restrict or limit competitive bidding or to increase the cost of the , work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. . The Owners reserves the right to reject any or all BID's and to waive technicalities and informalities. Please mark BID number on the outside of the envelope. Bidders are cautioned that sequestration of BID documents through any source other than the office of the Purchasing Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. . PLEASE SUBMIT A MARKED ORJGINAL AND TWO MARKED COPIES OF YOUR PACKAGE. Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program Human Resources Department at 706-821-2303. GERI A. SAMS, Purchasing Director Publish: Augusta Chronicle Augusta Focus February 19, 26, March 4, 11,2004 February 26, 2004 cc: Fred Russell Brenda Byrd-Pelaez Max Hicks Augusta, Georgia Deputy Administrator Augusta, Georgia Human Resources. Augusta, Georgia Utilities I I I I I I I I I I I I I I I I I I I Revision Date October, 2001 SECTION IB INSTRUCTION TO BIDDERS IB-Ol GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no Prop9sal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02 EXAMINA TION OF 'YORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRET A TIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Director of Augusta Uti Ii ties Department c/o Augusta Purchasing Department, 530 Greene Street, Room 605, Augusta, Georgia 30911 and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions wi\1 be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREPARA TION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. IE-I I I I I I I I I I I I I I I I I I I I Revision Date October, 2001 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. Alternati ve bids will not be considered unless specifically called for. Telegraphic bids wi\1 not be considered. Modifications to bids already submitted will be a\1owed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by Ithe secretary thereof who wi\1 affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. IB-05 BASIS OF A WARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the Contractor to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB-06 BIDDER'S OUALIFICA TIONS 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 fi ve (5) firms or corporations for which the bidder has done similar work. ffi-2 I I I I I I I I I I I I I I I I I I I Revision Date October, 2001 IB-07 PERFORMANCE BOND At the time of entering into the contract, the Contractor shall give bond to the Owner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the Owner harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the Owner and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. IB-09 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT It is the intent of the Augusta-Richmond County Commission to increase the involvement of qualified minority and economically disadvantaged businesses in the contracted work of County Government. In an effort to support this intention, this project is offered to all qualified firms. The bids will be evaluated based on qualifications, price and construction time. With all other items being considered equal, the contract, if awarded will be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as subcontractors on this project. The bidders shall include with their bid a statement of qualification for themselves and/or any qualified subcontractors explaining why they should be considered a minority or economically disadvantaged firm. If the firm does not fall into this category, no information is necessary. IB-3 I I I I I I I I I I I I I I I I I I I SECTION P PROPOSAL DATE: Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and to perform all work for the project referred to herein as: PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: , and /100 dollars ( ) The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (lQ) calendar days after the date of written notice to proceed, and that he will complete the work within Two Hundred Forty (240) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: Enclosed is a bid guarantee, consisting of in the amount of Respectfully submitted, FIRM NAME BUSINESS ADDRESS BY: TITLE: P-1 I I I I I I I I I I I I I I I I I I I BID SCHEDULE TO ACCOMPANY THE PROPOSAL OF PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I BIDDER: ADDRESS: ITEM NO. I. $-2 DESCRIPTION, QUANTITY, UNIT & UNIT PRICE AMOUNT SANIT ARY SEWER AND APPURTENANCES 12" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to 8', including Type IT (No. 57 stone) bedding material 20 L.F. @ $ /L.P: $ S-3 12" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to 10', including Type IT (No. 57 stone) bedding material "1- 20 L.F. @ $ /L.F. $ S-4 12" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to 12', including Type IT (No. 57 stone) bedding material 150 L.F. @ $ /L.F. $ S-l1 48" diameter ductile iron sanitary sewer pipe Class 250, Depth 8' to 10', including Type IT (No. 57 stone) bedding material 85 L.F. @ $ /L.F. $ S-l1A 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 8' to 10', including Type IT (No. 57 stone) bedding material 508 L.F. @ $ /L.F. $ S-12 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 10' to 12', including Type IT (No. 57 stone) bedding material 970 L.F. @ $ /L.F. $ S-13 30" diameter ductile iron sanitary sewer pipe Class 250, Depth 12' to 14', including Type IT (No. 57 stone) bedding material 40 L.F. @ $ /L.F. $ S-13A 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 12' to 14', including Type IT (No. 57 stone) bedding material 1,335 L.F. @ $ /L.F. $ P-2 I ITEM NO. DESCRIPTION, QUANTITY, UNIT & UNIT PRICE AMOUNT I S-14 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 14' to 16', including Type IT (No. 57 stone) bedding material I 1,182 L.P. @ $ /L.P. $ S-15 54" diameter ductile iron sanitary sewer pipe Class 250, I Depth 16' to 18', including Type IT (No. 57 stone) bedding material 515 L.F. @ $ /L.F. $ I S-16 54" diameter ductile iron sanitary sewer pipe Class 250, Depth 18' to 20', including Type IT (No. 57 stone) bedding I material 475 L.F. @ $ /L.P. $ I S-18 Select backfill, GA DOT Type I, Class I & IT (Sand/Clay) Measured by in-place volume 17,500 e.y. @ $ Ie. Y. $ I "'- S-20 Pre-cast sanitary manhole, GA DOT STD 1011A, Type 1, Depth 0' to 6' (48" Diameter), including vacuum testing I 3 Each @ $ /Each $ S-20B Pre-cast sanitary manhole, GA DOT STD 1011A, Type 1, I Depth 0' to 6' (72" Diameter), including vacuum testing 1 Each @ $ /Each $ S-21 Additional sanitary manhole depth, Type 1, Class 1 (48" I Diameter) 5 VF@ $ /VF $ I S-21B Additional sanitary manhole depth, Type 1, Class 1 (72" Diameter) 4 VF @ $ /VF $ I S-22 Additional sanitary manhole depth, Type 1, Class 2 I (48"Diameter) 15 VF @ $ /VF $ S-23A Pre-cast sanitary manhole, GA DOT STD lO11A, Type 2, I Depth 0' to 6' (120" Diameter), including vacuum testing 17 Each @ $ /Each $ I S-24A Additional sanitary manhole depth, Type 2, Class 1 (120" Diameter) 5 VF @ $ /VF $ I S-25A Additional sanitary manhole depth, Type 2, Class 2 (120" I diameter) 112 VF @ $ NF $ I P-3 I ITEM NO. DESCRIPTION, QUANTITY. UNIT & UNIT PRICE AMQUNT I S-25B Additional sanitary manhole depth, Type 2, Class 3 (120" diameter) 16 VF @ $ /VF $ I S-28 6" ductile iron pipe outside drop; including fittings, all ductile iron pipe and stone backfill I 1 Each @ $ /Each $ S-28A 10" ductile iron pipe outside drop; including fittings, all I ductile iron pipe & stone backfill 4 EA @ $ lEA $ I S-30 6" sanitary sewer connections, including cleanouts 1 EA@ $ lEA $ I S-31 Cut & plug existing sewer, diameter varies 10 EA@ $ lEA $ I S-33 Tie new sanitary sewer to existing manholes, diameter "1- vanes 3 EA@ $ lEA $ I S-35 Ductile iron pipe polyethylene encasement 500 L.F. @ $ /L.F. $ I S-36 Concrete encasement of sanitary sewer 50 e.Y. @ $ 1e.Y. $ I Subtotal $ II. PAVEMENT STRUCTURES I P-l Asphalt overlay, type F, 1-1/2" thick 4,028 SY @ $ ISY $ I P-2 Pavement patch (l0" graded aggregate base and 2-1/2" asphalt patch including removal of 2-112" GAB and placement of bituminous tack coat) I 465 SY @ $ ISY $ P-3 Asphalt pavement leveling I 100 TN @ $ /TN $ P-5 4" thick concrete sidewalk, 3000 psi mix I 38 SY@ $ ISY $ P-7 Asphalt path replacement I 175 SY @ $ ISY $ P-9 24" concrete curb and/or gutter removal and replacement 362 LF@ $ /LF $ I Subtotal $ I P-4 I ITEM NO. DESCRIPTION, QUANTITY, UNIT & UNIT PRICE AMOUNT I III. MISCELLANEOUS M-1 Flowable fill 200 CY@ $ ICY $ I M-2 Rock excavation 890 CY @ $ ICY $ I M-3 Foundation backfill, GA DOT Type IT, for additional unclassified excavation I 950 CY @ $ ICY $ M-4 Clearing and Grubbing 3.5 Acre @ $ I Acre $ I M-6 Cast in place concrete, including reinforcing steel, hatches & embeds I 48 CY @ $ ICY $ M-7 Pre-Cast Grit Chamber, installed complete with piping hatches and appurtenances "1- I 1 EA @ $ lEA $ I M-8 Pre-Cast Sluice Gate Vault (on 30" bypass line), installed complete 1 Each @ $ /Each $ I M-9 Packaged metering manhole, installed complete with base slab, ultrasonic flowmeter, electrical service and I appurtenances Lump Sum $ M-lO Sluice gates, installed complete with appurtenances and I electrical service 3 EA @ $ lEA $ I M-11 Bypass pumping operations, complete Lump Sum $ I M-12 Manhole monuments 6 EA @ $ lEA $ I M-13 Drop inlet, GA DOT Standard 1019A 3 EA $ lEA $ I M-14 18" corrugated plastic pipe (CPP), depth 0' to 6' 40 LF $ /LF $ M-15 36" corrugated plastic pipe (CPP), depth 0' to 6' I 30 LF $ /LF $ M-16 18" plastic flared end section (PES) I 1 EA $ lEA $ I P-5 I I I I I I I I I I I I I I I I I I I ITEM NO. M-17 DESCRIPTION, QUANTITY, UNIT & UNIT PRICE SOD 100 SY @ $ ISY AMOUNT $ M-18 Stone dumped rip-rap, Type 3, 12" 100 S Y @ $ ISY $ M-19 6' chain link fence with barbed wire, installed complete 160 L.F. @ $ /L.F. $ M-20 Chain link double gate with barbed wire, 6' x 14', installed complete 1 Each @ $ /Each $ Subtotal $ IV. LS-1 LUMP SUM CONSTRUCTION: Lump sum construction (includes but is not limited to the items listed) Mobilization, Demobilization Bonds, Insurance Remove and Reset Fences, All Types Remove and Reset Gates, All Types Remove and Reset Storm Sewer and Headwalls, Lengths & Sizes Vary Remove and Reset Light Poles & Electrical Poles, Type Varies Remove and Reconnect Water Services, Complete Reconnect Sanitary Sewer Services, Complete Remove and Reset Signs, Type Varies Remove and Reset Water Sprinkler Systems, Complete Remove and Reset Water Valve, Size Varies Remove and Reset Yard Lamps, Type Varies Remove and Reset Mailboxes, Type Varies Erosion and Sediment Control (Temporary Grassing, Construction Exits, Check Darns, Sediment Traps & Misc. Erosion Control Structures) Silt Fence, Type "A" Silt Fence, Type "C" Traffic Control Miscellaneous Grading Permanent Grassing Trail Reconstruction Raise to Grade Manholes, Valves Boxes Shoring, If Required Lump Sum "1- Subtotal $ $ $ Grand Total I I I * All items which must be removed by the contractor during construction and are not specifically: shown to be paid for otherwise are to be removed without additional payment. All cots for this removal or removal and resetting shall be included in the pay item "Lump Sum Construction". P-6 I - ~HY-~~-~~~4 ~1;~4 i 1 . III i. I I & HEATING CO., INC. I I I I I I I I I I I I I I I Ht<\... r'Ut<\...HH::>INl:l (~O":>.lc:qo~c: r.~.l,,~q SECTION BB BID BOND KNOW All.. MEN BY THESE PRESENTS, that we, the TOMMY L. GRIFFIN PLUMB ING SAFECO INSURANCE COMPAh~ . as Principal, and OF AMERICA as Surety, are hereby held and firmly bound unto the Augusta-Riehmond County Commission of Augustal Georgia as Owner in the penal sum of TEN PERCENT (107.) OF PRINCIPAL'S BID for the payment of which, well and truly to be made, we hereby jointly and severn.lly bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this 14TH day of APRIL , 20.iliL. The condition of the above obligation is such that whereas the Principal has submitted to the Augustu-Richmond County Commission of August!l., Georgia, II certain Bid, attached hereto and hereby mnde a pm hereof to cnter into a contract in writing for PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I, for Augusta, Georgia in accordnnce with plans and specifications of the Augusta Utilities Department. NOW. THEREFORE, (n) If said Bid shull be rejc;:cced, or in the altemare, (b) If said Bid shall be accepted and the Principal shaH execute and detiv~r a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the paymem of all persons perforr.nlng labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otheIWise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value receive, hereby stipulates and agrees that the obligations of s~id Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notlee of any such extension. BB~l MRY-09-~~~4 ~1:~4 H~C t-'U~CHH=>INu .(~b~1.::4b~.:: t-'.~.::/~4 I I I I I I I I I I I I I I I I I I I IN WITNESS WHEREOF, the Principnl and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals [0 be hereto affixed and these presents to be signed by their proper offi~ers, the day and year first set forth above. Signed and sealed this 14TJ:i_ day of APRIL A.D.20,QL. Wllness~l1J U~~ TOMMY L. GRIFFIN PLUMBIN~.& HEATING CO., INC. (Seal) . (princi pal) Atte" 4k~, ~ ~~/ "'- Witness ~ 5~ CAROLYN . SMITH SAFECO INSURANCE COMPANY OF AMERICA (Seal) (SurelY) =ssM~lJ~19~ , SHARON G. DIXON B BB~2 I I I I I. I I I I I I I I I I I I I I IUU-'.L~-UU~ ,- . ~-J/ t:.J.... : IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance .Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insuran.ce company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified ~cts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules df law. At this time there is no premium change resulting from this Act. 5-62481GEEF 2103 FRP MHI-~~-~~~4 ~1;~4 HI-<L t-'UI-<LHH=>INli 7053124502 P.04/04 I ~ S A FEe O. POWER OF ATIORNEY SAFECO INSURANCE COMPANY OF AM~RICA HOME OFFIC2 SAFECO PlAZA SEATTLE. WASHINGTON 98185 I No. 9804 I KNOW AU.. BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corpor\3tion, does hereby appoint a.....................oa..-RJCHARD A. GAZr\ WAY; ROt3ER'f'N. REYNOLDS; DOUG.Li\S It JOHNSON; SHARON G. DIXON; AII:lll~J.. 0001'RW.................u....... I Its we and lawful anomey(s)-ln-fect, with full authority to execute on behalf of the company fidelily and surety bonds or undertakings and other documents of e 6imilar character issued In the course of lIS business. and 10 bind SAFECO INSURANCE COMPANY OF AMERICA then;by as fully as if such InslrumenlS had been duly executed by its regularly elected officers at its home office. I IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents I this 191h day of M~n:h , 1999 R.A. PIERSON, SECRETARY fjJ fkM~ w. RANDALL STODDARD, PRESIDENT I ..J:!R t:1-e? ~ CERTIFICATE I "'- Extract rrom the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: I "AnIcle V, SectJon 13. . FIDELITY AND SURETY BONDS ._ the President, any Vice President. the Seemtar)', and any Assistant Vice Pn;sident appoinled for thai purpose by the officer In charge of sun;ty operations, shall eecll hElVe authority to appoint individuals as anomeys.in.fac[ or lJ1l1jar othef appropriale tiUe5 with authority to executa on behalf of th& company fidelity and surety bonds and other dOctJments of sImilar character issued by the company in the course of its business.., On any instrument making or evidencing such 3ppointment, the signaturea may be affixed by fucsimije. On arry InSI!Umenl conferring such authority or on any bond 0( undertaking of the company, tho seal. or a facsimile thereof, may be impressed or affixed or in any othor manner reproducad: provided. however. that the seal shall not be necessary to the validity of any such instrument 0( undertal<ing." Exmlct from a RP.solution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any cenificate executed by the Secretary or 811 assistant secretary of the Company setting out, (i) Tha provisions 01 Artide V, Section 1301 the By-Laws. and (II) A copy of the powar-cf-anomey appolntmenl exectJted pursuant then;lo. and (iil) Certifying that said power-of-altomey appointment is in full fon;e and effect, the signature of the cenifying officer may be by facsimile, and the seal of the Company may be facsimile thereof." I I I I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hen;by canny mal the foregoing extracts of the By.~s and 0/ B Resolution of the Board of Director:; of this corporation. and of a Powor of Allomcy Issued pursuant thereto, ara we and correct. and that both the 8y-Law6. the Resolution and the Power of Attomey (ll'e still in full force and effect. IN WITNESS WHERE:OF. I have hereunto set my hand and alfued the facsimne ssaJ of said c::orpomtion I I this 14TH day of APRIL 2004. I J;;:R d.k? ~ I I RA. PIERSON. SECRETARY I S.1300/SAEJ' 7/98 C!) Ro:glztere<.1lnla"mark of SAFECO Corpor"lion. 311 9199 PO~ I TOTAL P.04 I I( I I I I I I I I( I I I - ~ NOnCEOFAWARD DATE: 05/10/2004 CONTRACTOR: Griffin Plumbing & Heating Co. ADDRESS: 3743 Atlantic Avenue Macon City GA 31204 State Zip Code PROJECT: Rae's Creek Trunk Line Sewer Replacement - Phase I PROJECT NO: 60110 At a meeting of the Commission you were awarded the Contract for the following Project: held on (Date) 05/04/2004 Construction of Phase I of the Rae's Creek Trunk Line Sewer Replacement Project. Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office 10 days from the date of this letter, excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate; an original and two copies is permissible. Very truly yours, Augusta Program Management Team Hfdf8..c NeALY "~d_~"i4~"YOI J. . 2004, '1 &11. Zffj -~ ~~ py of this Notice of Award Acknowledgement to: CH2M HILL Attn: Program Management Team 360 Bay Street; Suite 100 Augusta, GA 30901 RECEIVED MAY 1 4 2004 CH2MHill AGS 60110 GRIFFIN 04 0510M PHASE I NOA.DOC I I I I I I I I I I I I I I I I I I I SECTION A AGREEMENT THIS AGREEMENT, made on the Lj-tt. of M,,~ ' 20Q'i, by and between AUGUSTA, GEORGIA BY AND THROUGH THE AUGUST -RICHMONDCOUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and Tommy L. Griffin Plumbing & Heating Company, party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans described in the specifications for the project entitled: / PROJECT 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT - PHASE I and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached which are hereby made a part of this agreement. ARTICLE IT - TIME OF COMPLETION -- LlOUIDA TED DAMAGES The work to be performed under this Contract shall be commenced within ten (lQ) calendar days after the date of written notice by the Owner to the Contractor to proceed. The work shall be completed within Two Hundred Forty (240) calendar days after the date of such notice and with such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion there of within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL OR REFUSE TO COMPLETE THE WORK WITffiN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay to the Owner the sum of 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. A-I I I I I I I I I I I I I I I I I I I I The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract and the specifications wherein a definite portion and certain length of time is fixed for the performance of any act whatsoever; and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of the Contract. ARTICLE ill - PAYMENT (A) THE CONTRACT SUM The Owner shall pay to the Contractor for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. ~) PROGRESS PAYMENTS On no later than the fifth day of every month, the Contractor shall submit to the Owner an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only quantities in place and at the unit prices set forth in the bid schedule. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previo~s payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in phice. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. I ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by the Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner . within 15 days after the date of said final certificate. (B) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid, except. that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. A-2 I I I I I I I I I I I I I I I I I I I (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a wai ver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. (r. A~'5~IA As its Mayor 6 'f?uJ:f1' w '1r? U--1't'411 Witness '" ;J~;< l1/)A:IL. YPJL. ~.1J4 cg CONWCWUr"'-..J\Y'-"'"'{ .. 0 By.~JJdll~ iJuu Address:l?'7tp ~);Ju ~ Y0~~) hq~ (SEAL) ATtEST: ~ A-3 I- I I I I Bond No: 6142794 ~ SECTION PH PERFORMANCE BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGEPB-3,INFA VOR OF THE OWNER CONDmONED FOR TIIEPA YMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That Tommy L. Griffin Plumbing & Heating Co., Inc. as Principal, hereinafter called Contractor, and Safeco Insurance Company of America . - a corporation organized and existing under the laws of the State of Washington , with its principal office in the City of Seattle , State of Washington ,as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH TIIE AUGUSTA.RIC:H:l\iOND COUNTY COMMISSION as Obligee, hereinafter all d th 0 i th al f Two Million Four Hundred Forty Thousandll c e e wner, n e pen amount 0 Three HundrgEl i"rt~,. ~linc & ~-9.noo --0" ars ($b.440 .349.59) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, finnly by these presents for the faithful perfonnance of a cenain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the constrUction of PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT -- PHASE I, Augusta, Georgia, in accordance with the drawings and specifications issued by the Augusta Utilities Department and the Augusta-. Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. , NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and void; otl)erwise it shall remain in fu~l force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRAct, the Owner having perfonned Owner's obligations thereund~r. the Surety may promptly remedy the default, or shall promptly (1) Complete the CONTRACT in accordance with its tenus and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder. arrange for a contract between such bidder and Owner, and . make available as Work progresses (even. though there should be a default or a. PB~1 I' I I I I I I I I I I , succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not ei'\ceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the ,total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this A.D. 20_. day of Witness~c.afii) Atte>t~ 4ra Wimcss ~ /Mii Caro. F. Smith TommYJL. Griffin Plumbing & Heating Co., Inc. (Seal) (Contractor) By ~(seal) jo . itle) Safeco Insurance Company of America (Seal) =ss:~~pI~ ! Ka hy~mPton , (Seal) (Title) ay PB.2 I' I I I I I I I I I I I I I I . Bond No: 6142794 SECTION PB LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-I, IN FAVOR OF THE OWNER CONDmONED FOR THE PERFO~CE OF TIlE WORK.) KNOW ALL:MEN BY THESE PRESENTS: That Tommy L. Griffin Plumbing & Heating Co., Inc. as Principal, hereinafter called Contractor, and Safeco Insurance Company of America a corporation organized and existing under the laws of the State of Washington , with its principal office in the City of Seattle ,State of Washington, as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUST A-RICHMOND COUNTY COM:MISSION, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of_ Two Million Four Hundred Forty Thousand Three Hundred Forty Nine & 59/100 Dollars ($ 2,440,349.59) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, finnly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for the construction of PROJECT NO. 60110 RAE'S CREEK TRUNK LINE SEWER REPLACEMENT.. PHASE I, in accordance with drawings and speci.fications issued by the Augusta Utilities Department and Augusta-Richmond County Commission, which contract is by referenc,e made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if the Contractor sha!l promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use hi' the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: (1) A claimant is defined as one having a direct contract with the Conl:ractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the perfonnance of the contract, labor and material being construed as to include that part of water, gas. power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. (2.) The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor, was done or performed, or materials were furnished by such claimant, may sue on this bond. fo, the use of such claimant, prosecute the suit to PB-3 ............. I' I I (3) I I I I I I I I I (4) I I I . - final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or eJtpenses of any such suit. No suit or action shall be commenced hereunder by any claimant, (a) Unless claimaM, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named. within ninety (90) days after such claimant did or pert'onned the last of the work or labor, or furnished the last of .the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the pany to whom the materials were furnished, or for whom the work or labor was done or perfonned. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political Subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in < which the project, or any part thereof, is situated, and not elsewhere. The amount Of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' lienS which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. PB-4 I- . I I I ~ttest I I I I I I I I I I I " Signed and sealed this Vjlne~ day of A.D. 20_, ~~ 4~~ Vitness I!Ilh1!!, /-bd Carol)' F. Smith ~ness~~ Ka hy ~mPton . !!!!! I I - - ... Tommy L. Griffin Plumbing & Hea~~~ Co., Inc. (Contractor) By ~~seal) Ie) Safeco Insurance By Richard A. Gaz Attorney-in-Fact PB-5 I.~ S A FEe O' I POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 9804 KNOW ALL BY THESE PRESENTS: I That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ..........................R1CHARD A. GAZA WAY; ROBERT N. REYNOLDS; DOUGLAS R. JOHNSON; SHARON G. DIXON; Atlanta, Georgia....................... I its true and lawful attomey(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. .. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents . I this 19th day of March 1999 R.A. PIERSON, SECRETARY ~~~ W. RANDALL STODDARD, PRESIDENT I ...kR d-t?~ CERTIFICATE I Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that I purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided. however, that the seal shall not I be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of - SAFECO INSURANCE COMPANY OF AMERICA adopted July 28.1970. I "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attomey appointment. executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, I the signature of the certifying officer may be by facsimile, and the seal of the Company may be facsimile thereof." I. R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the I Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws. the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this day of ...kR d.2? ~ R.A. PIERSON, SECRETARY S-1300/SAEF 7/98 @ Registered trademark of SAFECO Corporation. 3/19/99 PDF I" I I I I I I I I I I IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. losses on some or all of your bonds may be'subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. ii S-62481GEEF 2/03 FRP I ." . OR NOTICE TO PROCEED I DATE: I TO: Name I Attn:Firm Contact I Address1 City, State 30901 I I PROJECT: Rae's Creek Trunkline Sewer Replacement - Phase I PROJECT NO: 60110 You are hereby notified to commence WORK in accordance with the Agreement dated I , and you are to complete the WORK within on or before I consecutive calendar days thereafter. The date of completion of all WORK is therefore I Very truly yours, Augusta Program Management Team I Project Engineer I Receipt of this NOTICE TO PROCEED is hereby acknowledged "t I This, the day of , 2004 C9nlractor: I By: Title: I Please sign and return one copy of this Notice to Proceed Acknowledgement to: I CH2M Hill (Attn:Program Management) I 360 Bay Street; Suite 100 Augusta, GA 30901 I I NP-l CH2M HILL NOTICE TO PROCEED. DOC I I I I ARTICLE I -01. -02. -03. I -04. -05. -06. I -07. -08. -09. I -10. -11. I -12. -13. I -14. -15. -16. I -17. I I I I I I I I SECTION GC INDEX TO GENERAL CONDITIONS Definitions Preliminary Matters Contract Documents: Intent, Amending, Reuse A vailability of Lands, Physical Conditions, Reference Points Bonds and Insurance Contractor's Responsibilities Other Work Owner's Responsibilities Professional's Status During Construction Changes In The Work Change of Contract Price Change of Contract Time Warranty and Guarantee; Tests and Inspections: Correction, Removal or Acceptance of Defecti ve Work Payments to Contractor and Completion Suspension of Work and Termination Dispute Resolution Miscellaneous ~ GC-O I I I I I I I I I I I I I I I I I I I Revision Date August 2001 SECTION GC GENERAL CONDITIONS ARTICLE I--DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order-- A ,document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid documentation submitted pIior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. GC-1 I I I I I I I I I I I I I I I I I I I ., Revision Date August 2001 Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the Augusta-Richmond County Commission, and its authorized designees, agents, or employees. Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings-The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated i~ means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications. Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders. GC-2 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission. Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and/or resident engineer services for the Work. PROGRAM MANAGER - The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project-The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative-The authorized representati ve of PROFESSION AL as PROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information. I prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for. some portion of the Work. GC-3 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Specifications- Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work-Work to be paid for on the basis of unit prices. 1. Work-The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical. conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or I the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. GC-4 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non- engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. '- GC-5 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 2.PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR deli vers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. '< Before Starting Construction: ! 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: GC-6 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER, PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. ' Finalizing Schedules: '< 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample I submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. GC-7 I I I I I I I I I I I I I I I I I I I " Revision Date August 2001 CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. " GC-8 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or . part thereof) to pe constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 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 Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with GC-9 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). I Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. GC-lO I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 4-A V AILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS A vailability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 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 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. GC-11 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. Physical Conditions-Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have fullresponsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the' Contract Price. ' I I 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at orl contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility GC-12 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROF- ESSIONAL will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any., CONTRACTOR shall not be required to resume Work in connection with such hazardous condition I or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special GC-13 I I I I I I I I I I I I I I I I I I I Revision Dale August 2001 condi tions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GC-14 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. CONTRACTOR's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide GC-15 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7. Claims for damages because of bodil y injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is gr~ater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defecti ve . Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such I completed operations insurance for at least two years after final payment and furnish OWNER with: evidence of continuation of such insurance at final payment and one year thereafter. GC-16 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER 's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. GC-17 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 5.9. OWNER shall not be responsi ble for purchasi ng and mai ntai ni ng an y property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 ! will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in GC-18 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. GC-19 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. GC-20 I I I I I I I I I I I I I I I I I I I Revision Date August 200] ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CON- TRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent : necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise I provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish . satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise GC-21 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. Substitutes or "Or-Equal" Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure forreview 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 Comple- tion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. GC-22 I I I I I I I I I I I I I I I I I I I Revision Dale August 2001 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General Requirements. 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 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 submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's accept- ance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person GC-23 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to payor to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys recei ved by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement I of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, GC- 24 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Any loss or damage to CONTRACTOR's or any Subc.ontractor'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 I and hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attomeys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equi-: table, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. GC-25 I I I I I I I I I I I I I I I I I I I Revision Date August 200 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 contaminants resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CON- TRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having , jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and GC-26 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Wark or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required: because of the action taken by CONTRACTOR in response to such an emergency, a Change Order I will be issued to document the consequences of such action. : GC-27 I I I I I 'I I I I I I I I I I I I I I Revision Date August 2001 Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall gi ve notice to PROFESSIONAL of all deviations that the submi ttal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. GC-28 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR~hall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials! and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in : accordance with applicable Laws and Regulations. In addition to any other rights available to i OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result · in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. GC-29 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. GC-30 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 7---0THER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GC-31 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 8---0WNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's rightto stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's rightto termjnate services of CONTRACTOR under certain circumstances. GC-32 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFES- SIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable. from the overall intent of the Contract Documents. If CONTRACTOR believes that a written : clarification and interpretation entitles it to an increase in the Contract Price ancIJor Contract Time, ; CONTRACTOR may make a claim as provided for in Articles 11 or 12. ' GC-33 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not invol ve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection ortesting ofthe Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connectipn with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's I written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, I within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to i the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract GC-34 I I I I I I I I I I I I I I I I I I I Revision Dale Augusl2001 Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitations on PROFESSIONAL's Responsibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omIssIons of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. GC-35 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE lOuCHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time orfrom time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directi ve to CONTRACTOR. Pricing of the Work Change Directi ve will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directi ve. 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 10.6. If notice of any change affecting the general scope of the Work or the provisions of the i Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by I the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRAC- i TOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. : GC-36 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE ll-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, orrevision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the . compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal. to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. GC-37 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance wi th 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the Change Order. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. : 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall GC-38 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. GC-39 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minorexpenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premi ums for addi tional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11AA-all of which are to be considered administrati ve costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). GC-40 I I I I I I I I I I I I I I I I I I I Revision Date August 200 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. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall fi ve percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, ~ 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net de~rease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both GC-41 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances inciude the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contrac;t Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. GC-42 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. 't. GC-43 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GC-44 I I I I I I I I I I I I I I I I I I I Revision Date August 200] ARTICLE 13-- WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defecti ve work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representati ves of OWNER, and authorized representati ves of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 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 ofInspection, testing, or approval. All ' such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the ' direction of PROFESSIONAL and at CONTRACTOR's expense. GC-45 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROF- ESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or . extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, GC-46 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defecti ve Work or remove and replace such defecti ve Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change GC-47 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article ,1 1. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defecti ve Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct I CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not , limited to, employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may GC-48 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. -c GC-49 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 ARTICLE 14-PA YMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: ." 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days 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. GC-50 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROF- ESSIONAL's on-site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1. the Work is defecti ve, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the event~ enumerated in paragraphs 15.2.1 through 15.2:9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSION~ because claims have been made against OWNER on account of CONTRACTOR's performance o~ furnishing of the Work or Liens have been filed in connection with the Work or there are other items GC- 51 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentati ve certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROF- ESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. : Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, GC-52 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part ofthe Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the 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 ofthe Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writ- ing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. I 14.10.3. No occupancy or separate operation of part ofthe Work will be accomplished priot to compliance with the requirements of paragraph 5.15 in respect of property insurance. I GC-53 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in anyway be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as- built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. GC- 54 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the 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 wai ver of claims. CONTRA CTOR '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 GC-55 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A wai ver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. GC-56 I I I I I I I I I I I I I I I I I I I Revision Date August 200 I ARTICLE 15..SUSPENSION OF WORK AND TERMINA TION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of anyone or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; . 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contrac~ Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); GC-57 I I I I I I I I I I I I I I I I I I I Revision Date August 200 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 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. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 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): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; , 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in GC-58 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carryon the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GC-59 I I I I I I I I I I I I I I I I I I I Revision Dale August 2001 ARTICLE 16--DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. GC-60 I I I I I I I I I I I I I I I I I I I Revision Date August 200 I ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the pro- visions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder.to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contra~t Documents will survive final payment and termination or completion of the Agreement. GC-61 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period of time, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.e.G.A. Section 13-11-1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any prOVIsIon of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24-hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENT A TIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete GC-62 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 18. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 19. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 20. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is CH2M lllLL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and I or thtt CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of thei~ obligations, duties, and responsibilities, including, but not limited to, all construction methods; means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. GC-63 I I I I I I I I I I I I I I I I I I I Revision Date August 2001 PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction. contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work GC-64 I I I I I I I I I I I I I I I I I I I SECTION SC-Ol. SC-02. SC-03. SC-04. SC-05. SC-06. SC-07. SC-08. SC-09. SC-lO. SC-11. SC-12. SC-13. SC-14. SC-15. SC-16. SC-17. SC-18. SC-19. SC-20. SC-21. SC-22. SC-23. SC-24. SC-25. SC-26. SCr27. SC-28. SC-29. SC-30. SECTION SC-O INDEX TO SUPPLEMENTARY CONDITIONS Scope of the Work List of Drawings Bonds Contractor's Liability Insurance Project Sign Protection of the Environment Temporary Toilets Plans and Specifications Furnished Record Drawings Shop Drawings Existing Structures Salvage Material Referenced Specifications Traffic Control Surveys Construction Order and Schedule Consulting Engineers Inspection and Testing of Work Site Access Tree Save Georgia Prompt Pay Act City Acceptance Disputes Specified Materials Interest Not Earned on Retainage Basis of Payment Compliance with Laws, Codes, Regulations, Etc. Equivalent Materials After Hours Inspection Master Golf Tournament SC-O I I I I I I I I I I I I I I I I I I I SECTION SC SUPPLEMENTARY CONDITIONS -01. SCOPE OF THE WORK: The project referred to in the Agreement shall consist of furnishing all materials, labor, machinery, etc. necessary to install approximately 5,000 feet of 54-inch ductile iron sewer main and related appurtenances. -02. LIST OF DRA WINGS: The following drawings, prepared by Cranston, Robertson & Whitehurst, P.C. comprise the plans for the project. DATE SHEET NO. TITLE ORIGINAL REVISED 1. Cover Sheet 1/20104 2. Index to Sheets 1120104 3. General Notes 1/20104 4. Detailed Estimate 1120104 5. PlanIProfile Sheet 1/20104 6. Plan/Profile Sheet 1120104 7. PlanIProfile Sheet 1120104 8. Plan/Profile Sheet 1120104 9. PlanIProfile Sheet 1120104 I 10. Plan/Profile Sheet 1120104 11. Details 1120104 12. Details 1120104 13. Details 1/20104 14. Details 1120104 15. Erosion, Sedimentation and Pollution Control 1120104 Details 16. Erosion, Sedimentation and Pollution Control Plan 1120104 SC-l I I I I I I I I I I I I I I I I I I I -03. BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. -04. CONTRACTOR'S LIABILITY INSURANCE: Insurance shall be written with limits of liability shown below or as required by law, whichever is greater: Commercial General Liability (per occurrence) Each Occurrence General Aggregate Products Personal & Adv Injury Fire Damage Automobile Liability (any auto) Combined Single Limit Excess Liability (any auto) Each Occurrence Workers Compensation Employer Liability $ 1,000,000 $ 2,000,000 $ 2,000,000 $ 1,000,000 $ 500,000 $ 1,000,000 $ 5,000,000 Statutory Limits $ 1,000,000 -05. PROJECT SIGN: The Contractor will provide and install two (2) project signs at prominent locations on the construction site as directed by the Engineer. The signs will carry in a prominent manner the names of the project, the Owner, and the names of the Contractor and the Engineer and a 24-hour phone number for the Contractor in 4-inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 8-feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project signs in his Lump Sum Construction bid item. -06. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material from the project area onto adjacent properties or into adjacent water courses. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show: approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in i conformance with printed instructions. SC-2 I I I I I I I I I I I I I I I I I I I -07. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. -08. PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. -09. RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction and at the completion of construction. Prior to submitting his estimate for final payment, as-built drawings are to be prepared and submitted by the contractor to the engineer. As-built drawings shall include tap locations and manholes located to a minimum of two separate surface features. -010. SHOP DRAWINGS: The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details and other descriptive data on every item, where shown on the dra}Vings or specified herein. The Contractor shall check all submittals and so indicate on each copy thereof. Five copies of such shop drawings shall be submitted to the Engineer before ordering of the material. Submittals which have not been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of submittals will cover only general conformity with the project requirements, while responsibility for detailed conformity shall remain with the Contractor. The Contractor will be notified by mail of the results of the submittal reviews within ten (10) days of the receipt by the Engineer thereof. SC-3 I I I I I I I I I I I I I I I I I I I -011. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any sui t, action, or dispute whatever arising from the Contractor's work adjacent to private property. -012. SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor. -013. REFERENCED SPECIFICA TIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part ofthese specifications as if the entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. -014. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. -015. SURVEYS: The Engineer has established base lines for locating the principal component parts of tre work, together with a suitable number of bench marks adjacent to the work. From the information thus provided, the Contractor shall develop and make all detail surveys needed for construction lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be . caused by their unnecessary loss or disturbance. I SC-4 I I I I I I I I I I I I I I I I I I I -016. CONSTRUCTION ORDER AND SCHEDULE: A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified. B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: (1) Breakdown of contract price into units of cost for each item required to complete the total work; this breakdown will be the basis for judging the percentage complete at any time. (2) A statement of the order of procedure to be followed that will result in the required protection and completion of the work within the overall contract time. (3) A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order of construction is clearly shown. e. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. D. Progress Schedule Requirements ~ (1) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate stage of Work as specified and shown, to include at least: (a) Identification and listing in chronological order of those activities reasonably required to complete work, including, but not limited to, subcontract work, major equipment design, factory testing and startup activities, project close out and cleanup and specified work sequences, constraints, and milestones, including Substantial Completion date(s). Listings to be identified by Specification section number. i (b) Identify: (i) horizontal time frame by year, month, and week, (ii) duration, early-start, and completion of each activity and sub-activity and (iii) critical activities and Project float. SC-5 I I I I I I I I I I I I I I I I I I I (2) (c) Provide sub-schedules to further define critical portions of the work. (d) Monthly schedule submissions: show overall percent complete, projected and actual, and completion progress by listed activity and sub-activity. (e) Identify the critical path on the schedule. General: (a) Schedule(s) shall reflect work logic sequences, restraints, delivery windows, review times, contract times and milestones set forth in the Agreement, and shall begin with the date of Notice to Proceed and conclude with the date of Final Completion. (b) The schedule requirement herein is the minimum required. Contractor may prepare a more sophisticated schedule if such work will aid Contractor in execution and timely completion of work. (c) Base schedule on standard 5-day work week. (d) When bar chart or network analysis schedules are specified, use Primavera Project Planner, latest version, SureTrak latest version or a compatible and approved software. (e) Adjust or confirm schedules on a monthly basis as follows: Contractor shall submit to Engineer for acceptance proposed adjustments in the progress schedule that will not change the contract times (or milestones). Such adjustments will conform generally to the progress schedule then if effect and additionally will comply with any provisions of the General Requirements applicable thereto. Proposed adjustments in the progress scheduled that will change the contract times (or milestones) may only be a Change Order. Use of float suppression techniques such as preferential sequencing or logic, special lead/lag logic restraints, and SC-6 I I I I I I I I I I I I I I I I I I I extended activity times are prohibited, and use of float time disclosed or implied by use of alternate float-suppression techniques shall be shared to proportionate benefits to Owner and Contractor. Pursuant to above float-sharing requirement, no time extensions will be granted nor delay damages paid until a delay occurs which (i) impacts project's critical path, (ii) extends work beyond contract completion date. -017. CONSULTING ENGINEERS: The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the Engineer, by preparing plans and specifications for the work and by providing certain services during the bidding and construction phases of the project. The consulting engineer, Cranston, Robertson & Whitehurst, P.e. are authorized to represent the Director of Utilities within the limits of the various duties delegated and assigned to the firm by the Director. Nevertheless the Director of Utilities remains the final authority hereunder and is the "Engineer" as used throughout the Contract Documents. The Program Manager for the project is CH2M Hill, 360 Bay Street, Suite 100, Augusta, Georgia 30901. The Program Manager's representative on the site will serve as the Resident Project Representative (RPR) for the project. The presence or duties of Program Manager's personnel at the construction site, whether as onsite representatives or otherwise, do not make Program Manager or Program Manager's personnel in any way responsible for those duties that belong to Owner and/or the Contractor or other entities, and do not relieve the Contractor or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. Program Manager and Program Manager's personnel have no authority to exercise any control over anYI construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the Contractor(s) or other entity or any other persons at the site except Program Manager's own personnel. The presence of Program Manager's personnel at the construction site is for the purpose of providing to Owner a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction: contractor(s). Program Manager neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. SC-7 I I I I I I I I I I I I I I I I I I I For this Agreement only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers or materials incorporated into the construction work. -018. INSPECTION AND TESTING OF WORK The Owner shall provide sufficient competent engineering personnel for the technical observation and testing of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for any other purpose requiring discharge of their duties for which service no additional allowance shall be made. The inspector shall, at all times, have full permission to take samples of the materials that mayor may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, , and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the: Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such work: is not in accordance with the Contract Documents, the Contractor shall pay such cost. i The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory, to monitor more fully on the Owner's behalf the quality of materials and work, SC-8 I I I I I I I I I I I I I I I I I I I and to perform such tests as may be required under the Contract Documents as conditions for acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through his duly authorized inspector. The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. -019. SITE ACCESS In order to minimize damage to existing paving, and landscaping, access to the site for the Contractor's personnel and equipment will be restricted to the routes designated by the Owner. The Contractor will be required to use only these routes unless prior written approval is given by the Owner. -020. TREE SAVE Prior to beginning grading operations, the Contractor is to notify the Owner and the Engineer so that those trees which are to be saved can be marked in the field. Once these trees are marked, the Contractor shall take every precaution, including tree protection fence, to save these trees. -021. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. , -022. CITY ACCEPTANCE: I Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. -023. DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement, . specifically consents to venue in Richmond County and waives any right to contest the venue in the: Superior Court of Richmond County, Georgia. SC-9 I I I I I I I I I I I I I I I I I I I -024. SPECIFIED MATERIALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation from the product specified will be allowed. 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. -025. INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. -026. BASIS OF PAYMENT: As explained in the section "Instructions to Bidders" and paragraphs 11.91,11.92 and 11.93 of the General Conditions, payment for all items of construction will be made at the total of the actual number of units installed at the unit prices stated in the Bid Schedule to the Proposal. Partial payments will be made based on the actual number of units of work completed during the month and in-place at the unit prices stated in the Bid Schedule. -027. COMPLIANCE WITH LAWS, CODES, REGULATIONS, ETC.: Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: 1. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto", and the Contractor shall comply therewith. 2. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the. contents and requirements of "Act No. 525, Georgia law 1960, and any amendments. thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: SC-lO I I I I I I I I I I I I I I I I I I I A. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but ,shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. 3. Occupational Safety & Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. -028. EOUIV ALENT MA TERIALS: 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. SC-11 I I I I I I I I I I I I I I I I I I I -029. AFTER HOURS INSPECTION: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right-of-way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Planning Commission Development Documents dated September, 1999. If inspectors of Augusta-Richmond County are needed to work outside normal business hours, Augusta-Richmond County needs to be notified in advance. -030. MASTER GOLF TOURNAMENT: Any work planned to be accomplished during or directly before the Masters Golf Tournament must be submitted and approved in writing by the Owner. Consideration will be given only for contract time extensions as a result of delays in accomplishing the work. No consideration will be given for claims for damages. SC-12 I I I I I I I I I I I I I I I I I I I SECTION TS INDEX TO TECHNICAL SPECIFICATIONS SECTION TITLE NO. OF PAGES TS-l Clearing and Grubbing 1 TS-2 Excavation Support Systems 2 TS-3 Excavation and Backfilling 4 TS-3 APPENDIX A - GEOTECHNICAL REPORT 44 TS-4 Dewatering 4 TS-5 Temporary Bypass Pumping Systems 5 TS-6 Sanitary Sewer System 18 TS-7 Graded Aggregate Base Course 1 TS-8 Bituminous Paving 2 TS-9 Curbs and Gutter, Concrete 4 "t TS-IO Concrete Construction 2 I 3 TS-ll Grassing (Bermuda) TS-12 Erosion, Sedimentation & Pollution Control Measures 6 TS-13 Flowable Fill 2 TS-14 Metering Manhole and Flow Recorder 7 TS-15 Chain Link Fencing 5 TS-16 Measurement and Payment 5 TS-Q I I I I I I I I I I I I I I I I I I I SECTION TS-l CLEARING AND GRUBBING -01. SCOPE: Clearing and grubbing shall consist of the removal and disposal of all trees, brush, stumps, logs, grass, weeds, roots, decayed vegetable matter, posts, fences, stubs, rubbish and all other objectionable matter resting on or protruding through the original ground surface and occurring within the construction limits or rights-of-way of any excavation, borrow area, or embankment. -02. CONSTRUCTION METHODS: 1. CLEARING: Clearing shall consist of the felling and cutting up, or the trimming of trees, and the satisfactory disposal of the trees and other vegetation together with the down timber, snags, brush and rubbish occurring within the areas to be cleared. Trees and other vegetation, except such individual trees, groups of trees, and vegetation, as may be indicated on the drawings to be left standing, and all stumps, roots and brush in the areas to be cleared shall be cut off one foot above the original ground surface. Individual trees and groups of trees designated to be left standing within cleared areas shall be trimmed of all branches to such heights and in such manner as may be necessary to prevent interference with the construction operations. All limbs and branches required to be trimmed shall be neatly cut close to the whole of the tree or to main branches, and the cuts thus made shall be painted with an approved tree wound paint. Individual trees, groups of trees, and other vegetation, to be left standing, shall be thoroughly protected by barriers or by such other means as the circumstances require. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures and installations, and to those under construction, and so as to provide for the safety of employees and others. 2. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted roots from the site as indicated on the drawings. In foundation areas, stumps, roots, logs or other timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to a depth of not less than 18 inches below any subgrade, shoulder or slope. All depressions excavated below the original ground surface for or by the removal of stumps and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. I -03. DISPOSAL OF CLEARED AND GRUBBED MA TERIAL: Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to clearing and grubbing shall become the property of the Contractor and may be sold by him, provided such disposal is otherwise in accordance with these specifications. All incombustible matterremoved shall De hauled away and deposited at locations approved by the Owner. Combustible matter may be burned pr may be disposed of as stated above. Burning shall be done at such time and such manner as to prevent fife from spreading and to prevent any damage to adjacent cover and shall further be subject to all requirements of Local, State and Federal Governments pertaining to the burning. No burning will be allowed on the site unless Contractor obtains all necessary permits and all fires are kept under constant attendance by persons having equipment necessary to prevent the spreading of fire. Such equipment shall include, at the minimum, a bulldozer or front end loader, and an approved pump and hose connected to an acceptable source of water. Disposal by burning shall be kept under constant attendance until all fires have burned out or have been extinguished. END OF SECTION TS-l-l I I I I I I I I I I I I I I I I I I I SECTION TS-2 EXCA VA TION SUPPORT SYSTEMS -01. GENERAL A. Submittals: 1. Layout drawings for excavation support system and other data prepared by, or under the supervision of, a qualified professional engineer. System design and calculations must be acceptable to local or federal authorities having jurisdiction. B. Quality Assurance: 1. Engineer Qualifications: A professional engineer must be legally authorized to practice in jurisdiction where Project is located, and experienced in providing successful engineering services for excavation support systems similar in extent to those required for this Project. 2. Supervision: Engage and assign supervision of excavation support system to a qualified professional engineer foundation consultant. 3. Regulations: Comply with codes and ordinances of governing authorities having jurisdiction and to the requirements of OSHA Health and Safety Standards for Excavations, 29 CPR Part 1926, or successor regulations. C. Job Conditions: 1. Before starting work, verify governing dimensions and elevations. Verify condition of adjoining properties. Take photographs to record any existing settlement or cracking of structures, pavements, and other improvements. Prepare a list of such damages, verified by dated photographs, and signed by Contractor and others conducting investigation. D. Existing Utilities: 1. Protect existing active sewer, water, gas, electricity and other utility services and i structures. 2. Notify municipal agencies and service utility companies havingjurisdiction. Comply with requirements of governing authorities and agencies for protection, relocation, removal, and discontinuing of services. TS-2-1 I I I I I I I I I I I I I I I I I I I -02. PRODUCTS A. Materials: 1. General: Provide adequate shoring and bracing materials which will support loads imposed. Materials need not be new, but should be in serviceable condition. 2. Structural Steel: ASTM A 36. 3. Steel Sheet Piles: ASTM A 328. 4. Timber Lagging: Any species, rough-out, mixed hardwood, nominal 3 inches thick, mInImum. -03. EXECUTION A. Shoring: 1. Wherever shoring is required, locate the system to clear permanent construction and to permit access for performing the work. Provide shoring system adequately anchored and braced to resist earth and hydrostatic pressures. 2. Shoring systems retaining earth on which the support or stability of existing structures is dependent must be left in place at completion of work. B. Bracing: 1. Locate bracing to clear columns, floor framing construction, and other permanent work. If necessary,to move a brace, install new bracing prior to removal of original brace. 2. Do not place bracing where it will be cast into or included in permanent concrete work, except as otherwise acceptable to Architect. 3. Install internal bracing, if required, to prevent spreading or distortion of braced frames. 4. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. I 5. Remove sheeting, shoring, and bracing in stages to avoid disturbance to underlying soils: and damage to structures, pavements, facilities, and utilities. 6. Repair or replace, as acceptable to Architect, adjacent work damaged or displaced through installation or removal of shoring and bracing work. END OF SECTION TS-2-2 I I I I I I I I I I I I I I I I I I I April, 2001 SECTION TS-3 EXCA VA TION AND BACKFILLING -01. SCOPE: This section covers all excavation, trenching and backfilling for pipe lines and structures, complete. -02. EXISTING IMPROVEMENTS: The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to the satisfaction of the Engineer any aerial, surface or subsurface improvements damaged during the course of the work. Where and if shown on the plans, the locations and existence or nonexistence of underground utilities are not guaranteed. The Contractor shall contact the various utility companies to determine and/or verify such information prior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed. Work shall not commence within Augusta right-of-way until a Right-of-Way Encroachment Permit is obtained from the Public Works Department. -03. EXCAVATION: All excavation of every description and of whatever substances encountered shall be performed to the depths indicated on the drawings or as specified herein. Excavation shall be made by the open cut method except as otherwise specified or shown on the drawings. Excavation methods shall generally meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and braced. Except where otherwise indicated, trench bottoms shall be not less than 12 inches wider nor more than 16 inches wider than the outside diameter of the , pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6 : inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately. graded to provide uniform bearing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug after the TS-3-1 I I I I I I I I I I I I I I I I I I I April,2001 trench bottom has been graded. Bell holes shall be excavated only to an extent sufficient to permit accurate work in the making of the joints and to insure that the pipe, for a maximum of its length will rest upon the prepared bottom of the trench. Depressions for joints other than mechanical shall be made in accordance with the recommendations of the joint manufacturers for the particular joint used. Excavation for structures and other accessories shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment or timber which may be used to hold the bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. Except at locations where excavation of rock from the bottoms of trenches is required, care shall be taken not to excavate below the depths indicated. Where rock excavation is required, the rock shall be excavated to a minimum overdepth of 4 inches below the normal required trench depth. The overdepth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented that the excavation of such material requires blasting. The excavation shall proceed in a conventional manner with satisfactory effort made to remove hard materials before the Engineer makes a determination of need for blasting. Predrilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs can and will show that the material can or cannot be excavated. Evidence will be provided for the Engineer's review and approval before predrilling and blasting is undertaken. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials of common excavation shall be classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe, as determined by the Engineer or indicated on the drawings, is encountered in the trench bottom, such soil shall be removed to a depth required for the lengths designated by the Engineer, and the trench backfilled to trench bottom grade, as herein specified, with coarse sand, fine gravel, or other suitable material. Backfill with earth under structures will not be permitted and any unauthorized excess excavation below the levels indicated for the foundation of such structures shall be filled with sand, gravel, or concrete, as directed. A. Grading and Stacking: All grading in the vicinity of trench excavation shall be controlled to prevent surface ground water from flowing into the trenches. Any water accumulated in the trenches shall be removed by pumping or by other approved methods. During excavation, material suitable for backfilling shall be stored in an orderly manner a minimum distance of one and one-half times the depth of the excavation back from the edges of trenches to avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling, as determined by the Engineer, shall be removed from the job site and disposed of by the Contractor in a manner as approved by the Engineer. B. Shoring and Sheeting: All shoring, sheeting, and bracing required to perform and protect the excavation and to safeguard employees and the public shall be pelformed. The failure of the Engineer to direct the placing of such protection shall not relieve the Contractor of his responsibility for damage resulting from its omission. TS-3-2 I I I I I I I I I I I I I I I I I I I E. -04. April, 2001 Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. c. Water Removal: Where water is encountered, it shall be prevented from accumulating in excavated areas by pumping, well-pointing and pumping, or by other means approved by the Engineer as to capacity and effectiveness. Water removed from excavations shall be discharged at points where it will not cause injury to public or private property, or the work completed or in progress. All efforts to prevent sedimentation shall be made. Under no circumstances shall trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water shall not be allowed to rise in unbackfilled excavations after pipe or structures have been placed. D. Blasting: Explosives are to used only within legal limitations. Before explosives are used, all necessary permits for this work shall be secured and all precautions taken in the blasting operations to prevent damage to private or public property or to persons. The Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be set off within 50 feet of pipe already laid in the trench. Tree Protection: Care shall be exercised to protect the roots of trees to be left standing. Within the branch spread of the tree, trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly and backfill placed as soon as possible. BACKFILLING: Trenches and other excavations shall not be backfilled until all required tests are perf~rmed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No material shall be used for backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth with an exceptionally high void content. Backfilling within Augusta right-of-way shall conform to Georgia Department of Transportation and City of Augusta specifications. For backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely divided material free from debris, organic material and stone, and may be suitable job excavated material or shall be provided by the Contractor from other sources. The backfill shall be placed in TS-3-3 I I I I I I I I I I I I I I I I I I I April, 2001 uniform layers not exceeding 8 inches in depth. Each layer shall be moistened and carefully and uniformly tamped with mechanical tampers or other suitable tools. Each layer shall be placed and tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility of voids or lateral displacement. The remainder of the backfill material shall then be placed and compacted above the level specified above. In areas not subject to traffic, the backfill shall be placed in 12 inch layers and each layer moistened and compacted to a density approximating that of the surrounding earth. Under roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 8 inch layers and each layer moistened and compacted to density at least equal to that of the surrounding earth so that traffic can be resumed immediately after backfilling is completed. Any trenches which are improperly backfilled, or where settlement occurs, shall be reopened to the depth required for proper compaction, then refilled and compacted with the surface restored to the required grade compaction. Along all portions of the trenches not located in roadways, the ground shall be graded to a reasonable uniformity and the mounding over the trenches left in a neat condition satisfactory to the Engineer. Sheeting not specified to be left in place shall be removed as the backfilling progresses. Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left by the removal of sheeting and shoring shall be carefully filled and compacted. Where, in the opinion of the Engineer, damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. -05. BORING AND .JACKING: Where required by the drawings, the pipeline will be installed in a steel casing, placed by boring and jacking.. Where boring is required under highways, the materials and workmanship will be in accordance 'with the standards of the Georgia Department of Transportation or local authority. Boring andjacking under railroads will be governed by the latest A.R.E.A. standards and those of the railroad involved. The steel casing shall be in accordance with ASTM A252 to the I thicknesses shown on the drawings. -06. PA VEMENT REMOVAL AND REPLACEMENT: Where necessary existing pavements shall be removed and replaced, the applicable specifications of the Georgia Department of Transportation or local authority shall govern this work. Joints shall be sawed, unless joints equally uniform in the opinion of the Engineer result from other means. Refer to Augusta-Richmond County Right-of-Way Encroachment Guidelines for pavement removal and replacement. END OF SECTION TS-3-4 I I I I I I I I I I I I I I I I I I I TS-3 APPENDIX "A" Report of Geotechnical Exploration Rae's Creek Trunk Line Sanitary Sewer Replacement Richmond County, Georgia preparedfor the Augusta-Richmond County prepared by GRA VES ENGINEERING SERVICES, INC. Project No. G-031025 1220 West Wheeler Parkway, Suite F Augusta, Georgia 30909 706-651-9922 FAX 706-651-0810 I I I I I I I I I I I I I I I I I I I GRAVES ENGINEERING SERVICES. INC. '~.2.= ''''j. 'lI'""I-:--:;;::r Fa.r~\'.::. ':'.:_;~:'.. 3:~. ::'-:.- .:': ~H~;~; __ ,:;:'., :,,~, -;OJ '-'- -... ,-,.~-- August 26, 2003 Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.c. 452 Ellis Street P.O. Drawer 2546 Augusta, Georgia 30903 ATIENTION: Mr. Dennis Welch SUBJECT: Report of Geotechnical Exploration Rae's Creek Trunk Line Sanitary Sewer Replacement Project Richmond County, Georgia Graves Engineering Project No. G-031025 Gentlemen: Graves Engineering Services, Inc. is pleased to submit this report of our exploration services for the proposed project. Our services were provided in accordance with our proposal no. P-03851 which was authorized by purchase order number P78383. It should be noted that the field work was delayed due to weather and obtaining access to Augusta National. This report presents a review of the information provided to us, a discussion of the site and subsurface conditions, and our earthwork recommendations. The appendix contains the results of our field and laboratory testing. Project Information The project consists of the replacement of the Rae's Creek Trunk Line Sanitary Sewer in Richmond County, Georgia. The project consists of a main sewer trunk line that starts from near the intersection of the Augusta Canal and Curry Street and extends approximately 14,250 linear feet to the north and west to just east of Berkman Road at the intersection with Rae's Creek. The route has major runs ~long the Augusta Canal, Lake Olmstead and the Augusta National Golf Club and crosses under I'Calhoun Expressway. We anticipate that the proposed sewer easements will generally be 15 to 20 feet wide. The route. is shown on preliminary plan and profile drawings prepared by and provided to us by Cranston, Robertson & Whitehurst, P.C.. The road crossings will likely be open cut or bored and jacked such that the pavement sections will remain intact. In addition, the route crosses topographic high areas that will require cuts of up to 20 to 25 feet deep to install the sewer lines. Purpose Of Exploration The purpose of this exploration was to obtain specific subsurface data at the site and to provide earthwork recommendations for the proposed project. I I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.C. August 26, 2003 -Page 2- Site Conditions We conducted a site reconnaissance to observe and document surface conditions at the site. Information gathered was used to help us interpret the subsurface data and to detect conditions which could affect our recommendations. The main easement generally runs adjacent or parallel to the Augusta Canal and Rae's Creek(which runs into Lake Olmstead). The site has rolling topography and generally slopes to the southeast with approximately 25 to 30 feet of topographic relief. Based on the information contained on the preliminary ., plan and profile drawings, the existing ground surface elevations along the route range from approximately 150 to 180 feet MSL. Surface water was noted at numerous locations along the route and generally correspond to the locations of lakes, creeks and associated wetland areas. Sections of the site are located just off roadway easements or cross the Augusta National and Lake Olmstead park. These areas are generally cleared of vegetation and were covered with paving, gravel, grass or had surface soils exposed. Surface soils exposed consist of a sandy organic topsoil or clayey soils of the piedmont. The remaining portions of the route extend through areas that are moderately to heavily wooded with hardwoods and pines. Clearing was performed to provide access to two boring locations at the Augusta National. Surface soils exposed consist of a sandy, loamy organic topsoil. Site Geologic Conditions The site is located very near the fall line which is the contact area of the Upper Coastal Plain Province and the Piedmont Province. The Coastal Plain soils were encountered only near the eastern section of the route near the Augusta Canal. These soils were deposited during inundation by the ancient oceans and consist of random layers of fine sands and silts interbedded with lenses of clay. The remaining sections of the route are located in the Georgia Piedmont Province which is a broad plateau gently sloping from the Blue Ridge Mountains to the Coastal Plain, covering a distance of approximately one hundred miles in this area. The soil overburden of this area is residuum formed by in-place weathering of the parents rocks. A typical upland soil profile consists of thin topsoil underlain by a few feet of clayey soils that transition with increasing depth into less clayey, coarser grained silts and sands with varying mica content. Separating the completely weathered soil overburden from the unaltered parent rock is a transition zone of residll:um with penetration resistances of more than 60 to 100 blows per foot (bpf) which is locally described as partially weathered rock(PWR). Partially weathered rock retains much of the appearance and fabric of the parent rock formations, and may consist of thinly interlayered very hard or dense soil and rock. The weathering processes that formed the overburden soils and partially weathered rock were extremely variable. Differential weathering of the rock mass has resulted in erratically varying subsurface conditions, evidenced by abrupt changes in soil type and consistency in relati vely short horizontal and vertical distances. Although no rock outcrops were noted at the surface, depths to rock can be irregular, and isolated boulders, discontinuous rock layers, or rock pinnacles can be present within the overburden transition zones. I I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.c. August 26, 2003 -Page 3- Subsurface Conditions The subsurface conditions were explored with widely spaced auger probe and soil test borings drilled according to the procedures presented in the appendix. The boring locations and depths were' selected by Graves Engineering and Cranston, Robertson & Whitehurst, P.c. and are indicated by station number on the attached boring records. Some of the borings were offset slightly from planned drilling locations to provide access to a truck mounted drill rig. The actual field boring locations were detennined by our engineer which used a 100 foot tape and turned estimated right angles relative to staked locations and/or landmarks on the route. Boring elevations were obtained by interpolation between contours on the drawing provided to us. The boring locations and elevations shown in the appendix should be considered accurate only to the degree implied by the method used. The subsurface conditions encountered at the boring locations are shown on the Test Boring Records in the Appendix. These Boring Records represent our interpretation of the subsurface conditions based on the field logs, visual examination of field samples by an engineer and tests of the field samples. The lines designating the interface between various strata on the Boring Records represent the approximate interface location. In addition, the transition between strata may be gradual. Water levels shown on the Boring Records represent the conditions only at the time of our exploration. A total of 33 soil test borings and one hand auger boring were drilled along the route to depths ranging from 2 to 30 feet below the ground surface. The soil test borings performed to the east of station 8+00 revealed a subsurface profile generally consisting of typical coastal plain deposits of interbedded sands, silts and clays. These soils were encountered to the boring tennination depths. The coastal plain soils typically consisted of sands with varying fine grained particle content(SM to SC) interbedded with fine grained clayey silts and silty clays. The sandy soils were generally loose to firm in consistency with standard penetration resistance's ranging from 5 to 13 blows per foot. The clayey silts and silty clays were recorded to be generally very soft to very stiff in consistency with standard penetration resistance's of 1 to 24 blows per foot recorded. Boring B-2 in the coastal plain and several borings near current of former drainage features in the piedmont encountered lenses of very soft to soft, silty clays("muck"). Standard penetration resistance's ranged from 1 to 4 blows per foot. The piedmont soils were typical in that they consisted of a few feet of clayey soils that transition with increasing depth into less clayey, coarser grained silts and sands with varying mica content. The clayey soils ranged from loose to firm clayey sands to stiff to very stiff clayey silts. The clayey soils typically were located within 10 feet of the ground surface in areas that had not been filled or that were not located near current of former drainage features(alluvial soils). Lenses of partially weathered rock(PWR) were encountered within the final stratum in numerous borings. These soils sampled as a slightly clayey sand with standard penetration resistance's of 60 to over 100 blqws per foot. Hard drilling was encountered at several locations. Auger refusal to cqmpetent rock was also encountered in several borings and rock coring was performed in boring B-29. This coring encountered a moderately hard shist with a rock quality designation of 0.65. I I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & \Vhitehurst, P.c. August 26, 2003 -Page 4- The general subsurface conditions encountered at the boring locations are summarized as shown in the following table. Soil Depth Water Encountered Total Hard Auger Boring! Depth(at Boring Location From Drilling To Refusal Coring > 24- # (Feet) PWR (YeslNo) Terminated hours) 1 Station 3+00 0-10 0' No 10' I 7' 2 Station 7+50 0-15 0' No IS' 8.5' 3 Station 11+50 0-8, 12-15' 4' No 15' 10.5' 4 Station 16+50 0-12 8' No 20' 12' 5 Station 20+00 . 0-13 2' No 15' 6.5' 6 Station 24+30 0-3 22' No 25' 12' 6A Station 27+00 0-13.5 7.5' Yes 21.0' 14' 7 Station 30+00 0-3 13.5' Yes 16.5' Cave In 8 Station 35+00 0-6 9' No IS' 10' 9 Station 39+50 0-15 0' No IS' 8.5 10 Station 44+80 0-5 9' Yes 14.0' Cave In 11 Station 50+00 0-3 17' No 20' 14' llA Station 52+50 0-3 12' No IS' N/A 12 Station 55+00(7/30/03) 0-3 6.5' Yes 9.5' 5' 12A Station 55+00(8/18/03) 9.5' AP 7.0 No 16.5 N/A 13* Station 59+60 0-5 8.5' Yes 13.5' 6.5' 14* Station 66+00 0-5 4' Yes 9.0' Cave In 14A Station 69+00 0-10 0' No 10' N/A 15 Station 72+00 0-25 0' No 25' 17' 16 Station 75+00 0-15 0' No IS' 8.5' 17 Station 80+45 0-17 13' No 30.0' 6.5 18 Station 85+00(hand auger) 0-2 0 Yes 2' to gravel None 19 Station 90+00 0-15 0' No 15' 5' 20 Station 95+00 0-20 0' No 20' 11' 21 Station 99+40 0-10 0' No 10' None 22 Station 104+25 0-15 0' No 15' 7.0' 23 Station 111+00 0-15 0' No IS' 4' 24 Station 115+00 0-10 0' No 10' , 6' 25 Station 120+00 0-7 3' No 10' Cave In 26 Station 123+75 0-3 13.5' Yes 16.5' 8' 26A Station 124+00 ? 0-8.5 2' Yes 10.5' 2.5' 27 Station 128+00 0-3 10.5' Yes 13.5' 1.5' 28 Station 131+00 0-9.5 2' Yes 11.5' 5.5' 29* Station 133+75(8/5/03) 0-5.5 I' Yes 6.5' Cave In 29*A Sta. 133+75-Rock Core(8/18) 0-6.5AP 0' N/A 14.5 N/A 30 Station 142+50 0-9 11' No 20' 8.5' .< *-Bold locations indicate borings where refusal was encountered above proposed pipe elevation. PWR - Partially Weathered Rock AP - Au!!er Probe I I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.C. August 26, 2003 -Paae 5- o Groundwater Conditions Groundwater was encountered in the boring~ at depths ranging from 2.5 to 17.0 feet at over 24-hours after drilling(as shown in the above table). In silty sands the water levels can usually be determined accurately near the time of drilling. In fine grained soils and clayey sands, it may take several days for water levels to stabilize. In addition, fluctuations in the groundwater level can occur due to variations in rainfall, evaporation, construction activity, surface runoff, and other site specific factors. The highest groundwater levels are generally encountered in early spring and the lowest in late summer. Utility Construction Considerations Based on our review of the project drawings, the sanitary sewer piping(gravity flow) will be installed to depths ranging from 5 to 22 feet(to bottom of pipe). In addition, some road crossings may be bored and jacked. These deep cuts are to be extended below the groundwater level and are located in areas with some loose sands and very soft clays. This may require wellpoint dewatering as the excavation proceeds(please see the construction water control section of this report). We recommend that the excavations be shored, sloped or benched as required to provide stability and a safe work environment. For the soils encountered, we recommend that cut slopes of 2H: 1 V be utilized. Heavy construction equipment and materials removed from the excavations should not be placed within 5 to 10 feet of the top of the excavation. This may require a wider temporary easement at some locations. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. It is our understanding that these regulations are strictly enforced and if they are not closely followed, the owner and contractor could be liable for substantial penalties. Since preliminary plans call for the pipe at several locations to be installed below the groundwater table and into very soft clays, we recommend that 12 to 18 inches of clean stone be utilized for pipe bedding in these areas. Compaction of pipe backfill at several locations may be extremely difficult due to the anticipated wet conditions. In addition, wet clayey soils removed from the excavations will require significant drying time prior to reutilization as fill. Therefore, construction planning should assume that significant vo~umes of select stone bedding and initial pipe backfill will be required. : , Most of the soils encountered should be amiable to excavation with normal excavation equipment and should not interfere with boring and jacking operations. In the Piedmont soils where PWR was encountered, some veins of difficult excavation can be expected to be encountered. It should be noted that the depth to competent rock can vary widely over short horizontal distances in the Piedmont. Therefore, we recommend that design specifications accommodate the possibility of unanticipated rock excavation and construction bidding be based on the assumption that ledges of hard material or competent rock may be encountered. Our previous experience indicates that partially weathered rock(with penetration resistances above 50 blows to 1 inch of penetration) can be excavated with normal excavation and cutting equipment augmented with ripping tools. We expect that excavation and cutting operations can be expedited by the use of larger, more powerful equipment. Competent rock, as encountered in boring B-29, will likely require removal with blasting techniques, especially in confined areas such as utility excavations. I I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.C. August 26, 2003 -Page 6- Compacted Fill Recommendations We recommend that soils to be used as trench backfills be free of debris and have less than 2% by weight fibrous organic material. They should have a liquid limit less than 60 and a plasticity index less than 25. Before filling operations begin, representative samples of each proposed fill material should be collected. The samples should be tested to determine the maximum dry density, optimum moisture content, natural moisture content, gradation and plasticity of the soil. These tests are needed for quality control during compaction and also to determine if the fill material is acceptable. We have conducted laboratory testing and visually inspected soil samples obtained from the site. We expect that most of the soils encountered in the borings are acceptable for use as compacted backfill. Some of the very soft and loose soils may not be acceptable for use as compacted fill due to organic and moisture content. In addition, as stated previously, wet soils(especially clayey soils) removed from the excavations may require significant drying time prior to reutilization as fill. We recommend that all compacted fill be constructed by spreading acceptable soil in loose layers not more than 10 inches thick. The fill should be compacted in thin lifts to at least 95 percent of the Standard Proctor maximum dry density (ASTM D-698). The upper 12 inches of fill beneath pavements should be compacted to at least 100 percent of the Standard Proctor maximum dry density. The moisture content of the fill soils should be maintained within +3 and -3 percentage points of the optimum moisture content as determined from the Proctor compaction test. This provision may require the contractor to dry the soils during periods of wet weather or wet the soils during the hot summer months. We recommend that the backfill placement and compaction be observed and documented by the geotechnical engineer. Significant deviations, either from specifications or good practice, should be brought to the attention of the owner's representative, along with appropriate recommendations. At least one field density test should be performed for every 100 to 200 linear feet of trench for each lift. Construction Water Control I We expect that groundwater control will be required for sections of the alignment due to the presence of shallow groundwater. In most of the Piedmont areas of the site, groundwater will enter the excavation slowly and the contractor should promptly remove any groundwater from the excavation. This has been done effectively on similar projects by means of pumping as the excavation proceeds. However, since some of the excavations will extend several feet below the groundwater level in sandy soils, we anticipate that a wellpoint dewatering system may be required at these locations. Wellpoints are small diameter wells that are jetted or driven into the soil(at 3 to 10 foot spacings depending upon soil type) and are placed in straight lines along the area to be drained. They are connected at the top to a horizontal suction pipe called a header and then connected to pump specifically designed for dewatering work. The wellpoints may require staging at various levels as the excavation proceeds to provide the required drawdown of the water table. We recommend that the design of the dewatering system be performed by a specialty contractor that is experienced with similar conditions. We also recommend that pumping continue until the trench is completely backfilled such that backfilling"can be completed in as dry a condition possible. I I I I I I I I I I I I I I I I I I I Augusta-Richmond County c/o Cranston, Robertson & Whitehurst, P.c. August 26, 2003 -Page 7- Basis For Recommendations The recommendations provided are based in part on project information provided to us and they only apply to the specific project and site discussed in this report. If the project information section in this report contains incorrect information or if additional information is available, you should convey the correct or additional information to us and retain us to review our recommendations. We can then modify our recommendations if they are inappropriate for the proposed project. Regardless of the thoroughness of a geotechnical exploration, there is always a possibility that conditions between borings will be different from those at specific boring locations and that conditions will not be as anticipated by the designers or contractors. In addition, the construction process may itself alter soil conditions. Therefore, experienced geotechnical personnel should observe and document the construction procedures used and the conditions encountered. Unanticipated conditions and inadequate procedures should be reported to the design team along with timely recommendations to solve the problems created. We recommend that the owner retain Graves Engineering to provide this service based upon our familiarity with the project, the subsurface conditions and the intent of the recommendations. We recommend that this complete report be provided to the various design team members, the contractors and the project owner. Potential contractors should be informed of this report in the "instructions to bidders" section of the bid documents. We wish to remind you that our exploration services include storing the samples collected and making them available for inspection for 60 days. The samples are then discarded unless you request otherwise. We will be happy to discuss our recommendations with you and would welcome the opportunity to provide the additional studies or services necessary to complete this project. We appreciate the opportunity to provide our professional services and look forward to working with you on the remainder of this project and on future projects. If you have any questions concerning this report or wish to have further discussions, please contact us at (706) 651-9922. Respectfully Submitted, . ',' ,",:. :.~~,.. ORA VES ENGINEEtG;&gID,~i~t ~..{/ / / :~ .:~. No. 22223 (v::~" . W j/ ~ '.." ~ -- N C/) \\ $. ~ t'.I. > '''''' ,.'" 1(....... - Richard W. Swanson, ~~.~ :tQrH~ .....\\/ Principal Engineer / PresYde,~ IN . S ':;: Ga. Registration No. 22223"~'~:" ::: .-;>. Attachments: Test Boring Records Field and Laboratory Testing Procedures I I I I I I I I I I I I I I I I I I I GRAVES SOIL TEST BORING,RECORD BVGINEERING SERVlCES BORING NO. B-1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 3+00 - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 Page 1 of 1 DATE COMPLETED: 07/07/03 GROUND SURFACE ELEVATION: 155.5' DRilLING METHOD: 2.25" J.D. AUGER ~ l~ !~ ~~ UJ :I: U.S.C.S. Soil Classification Standard Penetration Resistances . => >- z;t a. > UJ 0 10 20 30 40 50 60 70 BO 90 0-12" Topsoil with rubble Loose,Dark Brown,Clayey, Silty Fine to Medium Sand(SM) with organics S8 05 ----- Very Stiff, Red-Brown-Tan, Pine Sandy, 05 Clayey Silt(MH) 88 18 ..... - 88 16 10 88 24 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 7.0 feet at 24-hours after boring. 15 SS - Split Spoon Sample 20 25 30 35 40 I I I I I I I I I I I I I I I I I I I GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 7+50 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 I GROUND SURFACE ELEV ATION: 160.5' I DRILLING METHOD: 2.25" LD. AUGER BORING NO. B-2 Page 1 of 1 DATE COMPLETED: 07/07/03 ~ i~ U.S.C.S. Soil Classification J: b: w o . .' ,'.' .:. ':. ':.', ........... :::::;::::. .:. .:. ':.', ........... .:. .:. ':.', ........... -:. ':. ':." ........... .:. .:. ':.', ........... ':. .... ':.', 0-9" Red:- Tan Clayey Sand Firm,Brown, Slightly Clayey, Silty Fine to Medium Sand(SM) . . . 05 -' . . . ------- Loose, Dark Brown, Clayey, Silty Fine to Medium Sand(SC) Note: 30.3% Passing 200 Sieve on Sample #2. 10 - ~ Soft to Very Soft, Brown-Grey, Silty ~ Clay(CL) ~ Note: 97.8% Passing 200 Sieve on Sample #4. 15 ~ LL=39~I=17 on Sample #4. Boring Terminated At 15.0 Feet. Groundwater encountered at 9.0 feet at the time of boring. Groundwater encountered at 8.5 feet at 24-hours after boring. 20- SS - Split Spoon Sample 25- 30- 35- 40 a:...J ~~ ~~ w . => Z;i > Standard Penetration Resistances 10 20 30 40 50 60 70 8090 55 13 55 06 55 o 05 ..... S5 O~ 55 ~ 01 I I I I I I I I I I I I I I I I I I I BORING NO. B-3 SOIL TEST BORING RECORD Page 1 of 1 GRAVES ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 11+50 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 DA TE COMPLETED: 07/07/03 GROUND SURFACE ELEVATION: 159.0' ~ i~ 20 25 30 35 40 U.S.C.S. Soil Classification I~ i ~ 0-12" Red-Tan Clayey Sand Very Stiff, Red-Brown, Fine Sandy, Clayey Silt(MH) SS SS SS Partially Weathered Rock-Samples as a Very Dense, Yellow-Tan-Brown, Slightly Clayey, Silty Fine to Coarse Sand(SM) ..... SS Stiff, Red-Gray, Fine Sandy, Clayey Silt(MH) SS Boring Terminated At 15.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 10.5 feet at 24-hours after boring. SS - Split Spoon Sample DRILLING METHOD: 2.25" I.D. AUGER I wi Standard Penetration Resistances z ~ ' > 10 20 30 40 50 60 70 8090 16 17 14 12 I I'.' I I I I I I I I I I I I I I I I I GRAVES SOIL TEST BORING RECORD ENGINEERING SERViCES BORING NO. B.4 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 16+50 - Richmond Co., Georgia ORA VES PROJECT NO.: 0-031025 Page 1 of 1 DA TE COMPLETED: 07/07/03 :.:<.:<.:<.:: 0" Topsoil t:t@i Firm, Brown-Tan, Clayey, Silty Fine Sand(SC) Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) (S :I: ... Cl. W o ~~ " 05 10 II 15 20 25 30 35 40 GROUND SURFACE ELEVATION: 165.5' DRILLING METHOD: 2.25" I.D. AUGER U.S.C.S. Soil Classification I~ i~ 10 20 30 40 50 60 70 8090 Standard Penetration Resistances w . ::> Z</. > SS 50/4 16 SS 12 Note: 90.0% Passing 200 Sieve on Sample #3. LL=59, PI=20 on Sample #3. SS 14 Very Firm, Yellow-Brown-Tan, Slightly Clayey, Silty Fine Sand(SM) S5 26 y Partially Weathered Rock-Samples as a Very Dense, Tan-Brown to Olive-Gray, Slightly Clayey, Silty Fine to Coarse Sand(SM) 55 55 50/1 Boring Terminated At 20.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 12.0 feet at 24-hours after boring. SS - Split Spoon Sample I I I I I I I I I I I I I I I I I I I SOIL TEST BORING,RECORD GRAVES ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 20+00 - Richmond Co., Georgia GRAVES PROJECT NO.: 0-031025 I GROUND SURFACE ELEVATION: 157.0' I DRILLING METHOD: 2.25" I.D. AUGER BORING NO. B-5 Page 1 of 1 DATE COMPLETED: 07/07/03 ~ J: f- a. UJ o l~ U.S.C.S. Soil Classification ........... .:. ':. ':.', ........... ':. ':. ':.', ........... ':.'''.':.', ........... .:..,'..:.', ........... ':. .:. ':." ........... ':. ':. ':.', ........... .).:.;:-:.:::/ Note: 20.8% Passing 200 Sieve on Sample #1. 05 - :::::?:?::?: ........... ':. .:. ':.': ........... ::::::::::. T . . . . Very Loose, Bro;;Red, Clayey, Silty Fin;tQ"" - Medium Sand(SC) 0-9" Tan Clayey Sand Firm to Loose,Tan-Brown, Silty Fine to Medium Sand(SM) . 10 -" ~ ~ Very Soft, Brown-Grey, Fine Sandy, Silty " " "" Clay(CH) """" """" , , 1 5 20- 25- 30- 35- 40 Partially Weathered Rock-Samples as a Very Dense, Tan-Olive-Gray, Slightly Clayey, Silty Fine to Coarse Sand(SM) - - Boring Terminated At 15.0 Feet. Groundwater encountered at 7.0 feet at the time of boring. Groundwater encountered at 6.5 feet at 24-hours after boring. SS - Split Spoon Sample ~~ i~ Standard Penetration Resistances UJ .:J z;t > 10 20 30 40 50 60 70 6090 55 ! 55 ............~ ......................... ..........r-... r---......."l 55 J 41 55 55 16 07 04 0" 50/2' I I I I I I I I I I I I I I I I I I I GRA YES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B-6 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 24+30 - Richmond Co., Georgia. GRAVES PROJECT NO.: G-031025 Page 1 of 1 DA TE COMPLETED: 07/08/03 GROUND SURFACE ELEVATION: 162.5' DRILLING METHOD: 2.25" I.D. AUGER ~ J: .- ll. UJ o 55 SOlO", 05 10 15 55 50/3" 20 Boring Terminated At 25.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 12.0 feet at 24-hours after boring. 25 SS - Split Spoon Sample 30 35 40 I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-6A SOIL TEST BORING RECORD BVGINEERING SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 27+15 - Richmond Co., Georgia ORA YES PROJECT NO.: G-031025 DA TE COMPLETED: 08/05/03 GROUND SURFACE ELEVATION: 166.0' DRll...UNG METHOD: 2.25" I.D. AUGER ~ J: I- a. w o l~ 05 U.S.C.S. Soil Classification 0-6" Tan Clayey Sand with rubble Possible Fill-Firm, Tan-Brown-Gray, Fine Sandy, Clayey Silt(MH) with rubble Loose, Dark Brown, Silty Fine to Medium Sand(SM) with organics Very Loose, Gray, Clayey, Silty Fine to :.:.:.:. Medium Sand(SC) Note: 34.1 % Passing 200 Sieve on Sample #4. 10 15 20 25 30 35 40 Partially Weathered Rock-Samples as a Very Dense, Tan-Brown to Olive-Gray, Slightly Clayey, Silty Fine to Coarse Sand(SM) Auger Refusal Encountered At 21.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 14.0 feet at 24-hours after boring. SS - Split Spoon Sample ~~ T -= i~ Standard Penetration Resistances w . => Z;i > 10 20 30 40 50 60 70 8090 55 07 50/6' 55 07 55 01 55 01 55 55 50/0. I I I I I I I I I I I I I I I I I I I GRAVES SOIL TEST'B.oRING~RECORD BVGINEERING SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer,Replacement LOCATION: Station 30+00 - Richmond Co., Georgia GRAVES PROJECf NO.: G-031025 BORING NO. B-7 DATE C01v1PLETED: 07/09/03 GROUND SURFACE ELEVATION: 161.0' DRILLING METHOD: 2.25" I.D. AUGER ~ i~ ~ U.S.C.S. Soil Classification ~~ i ~ Standard Penetration Resistances w ,=> z;i > '0 20 30 ~o 50 60 70 8090 0-12" Topsoil Very Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) Partially Weathered Rock-Samples as a Very Dense, Tan-Brown to Olive-Gray, Slightly Clayey, Silty Fine to Coarse Sand(SM) 55 29 55 55 67 55 55. 50/1 " Auger Refusal Encountered At 16.5 Feet. No groundwater encountered at the time of boring. Hole moist and caved at 6.75 feet at 24-hours after boring. 20 SS - Split Spoon Sample 25 30 35 40 I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-8 SOIL TEST BORING RECORD ENGINEERING SERV/CE$ Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary.Sewer Replacement LOCATION: Station 35+00 - Richmond Co., Georgia ORA YES PROJECT NO.: G-031025 DA TE COMPLETED: 07/09/03 GROUND SURFACE ELEVATION: 158,0' DRll...LING 11ETHOD: 2.25" 1.D, AUGER ~ ~~ (j 15 20 25 30 35 40 U.S.C.S. Soil Classification . i~ ~ ~ Standard Penetration Resistances w - ::> z~ > '0 20 30 40 50 60 70 8090 0-12" Topsoil with rubble Very Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) Note: 77.2% Passing 200 Sieve on Sample #1. LL=56, PI=18 on Sample #1. 55 22 55 44 Partially Weathered Rock-Samples as a Very Dense, Tan- Yellow-Brown, Slightly Clayey, Silty Fine to Coarse Sand(SM) 55 61 .... 55 55 50/6 Boring Terminated At 15.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 10.0 feet at 24-hours after boring. SS - Split Spoon Sample LL - Liquid Limit PI - Plasticity Index I I I I I I I I I I I I I I I I I I I BORING NO. B.9 SOIL TEST BORING RECORD GRA YES ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 39+50(offset 20' north) - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 161.0' I DRilLING METHOD: 2.25" J.D. AUGER Page 1 of 1 DATE COMPLETED: 07/09/03 ~ J: I- Q. UJ o ........... ':. ':. ':.', ........... ':. ':. ':." ........... ':. ':. ':.', ........... ':. ':. .:.', ........... 'o'. ':. ....', ........... ':.':.':.'. ........... ':.':.':.', . .' 00.' . . . 05 -. . . . 10-~ . 15 20- 25- 30- 35- 40 i~ l:l U.S.C.S, Soil Classification 0-12" Topsoil Firm, Red-Brown, Clayey, Silty Fine to Medium Sand(SC) ------- Very Loose, Brown-Red-Tan, Slightly Clayey, Silty Fine to Medium Sand(SM) Stiff, Brown-Grey, Fine Sandy, Silty Clay(CL) Dense, Yellow-Brown-Tan, Slightly Clayey, Silty Fine Sand(SM) Boring Terminated At 15.0 Feet. Groundwater encountered at 5.5 feet at the time of boring. Groundwater encountered at 8.0 feet at 24-hours after boring. SS - Split Spoon Sample I~ ~~ Standard Penetration Resistances UJ . ::;) Z;;! > 10 20 30 40 50 60 70 6090 SS ~\.. ~ SS "\ "'1\ \. SS .. / SS y SS 11 04 02 10., 37 I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-IO SOIL TEST BORING RECORD BVG/NEER/NG SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 44+80 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 DA TE COMPLETED: 07/09/03 GROUND SURFACE ELEVATION: 161.2' DRILLING METHOD: 2.25" LD. AUGER (S l~ 15 20 25 30 35 40 U.S.C.S. Soil Classification ~~ i~ Standard Penetration Resistances w . ::> Z;;! > 10 20 30 .0 5060708090 0-15" Topsoil Very Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) Very Dense, Tan-Brown-Olive, Calyey, Silty Fine to Coarse Sand(SC) Partially Weathered Rock-Samples as a Very Dense, Tan-Brown to Olive-Gray, Slightly Clayey, Silty Fine to Coarse Sand(SM) with gravel 55 16 55 52 55 55 Auger Refusal Encountered At 14.0 Feet. No groundwater encountered at the time of boring. Hole moist and caved at 8.5 feet at 24- hours after boring. I I I i 5010". ! i I 55 SS - Split Spoon Sample I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B.ll SOIL TEST BORING RECORD ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 50+00 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 Page 1 of 1 DATE COMPLETED: 07/09/03 ~ l~ 25 30 35 40 GROUND SURFACE ELEVATION: 163.2' DRilLING METHOD: 2.25" LD. AUGER U.S.C.S. Soil Classification I~ i ~ 10 20 30 40 50 60 70 8090 Standard Penetration Resistances UJ . ::;) Z<t > 0-6" Tan Clayey Sand Very Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) Partially Weathered Rock-Samples as a Very Dense, Tan-Brown to Olive-Gray, Slightly Clayey, Silty Fine to Coarse Sand(SM) Note: 28.8% Passing 200 Sieve on Sample #5. ss 17 SS SS SS 62 ..... SS ~ ss 50/6 Boring Terminated At 20.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 14.0 feet at 24-hours after boring. SS ~ Split Spoon Sample I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B.llA SOIL TEST BORING RECORD ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 52+50 - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 162.0' I DRlLLING METHOD: 2.25" I.D. AUGER Page 1 of 1 DATE COMPLETED: 08/18/03 ~ J: f- a. w a ........... ':. ':. .:.', ........... ':. ':. .. . ......... ':. ':. ':.', ........... .' . '. ':.', ........... ':. ':. ':.', . " " " 05 - 10 15- 20- 25- 30- 35- 40 l~ ~~ i~ Standard Penetration Resistances w . ::> Z;;;! > U.S.C.S. Soil Classification 10 20 30 .0 SO 60 70 8090 0_3" Topsoil Firm, Red-Tan, Clayey, Silty Fine to Medium Sand(SC) Partially Weathered Rock-Samples as a Very Dense, Tan-Brown, Slightly Clayey, Silty Fine to Coarse Sand(SM) SS .............. 15 r---..r-- ............- ....'050/6' SS SS 050/2' SS 4 .s%,~ SS HSO/3" Boring Terminated At 15.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample I I I I I I I I I I I I I I I I I I I BORING NO. B-12 SOIL TEST BORING RECORD G RAVES ENGINEERING SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 55+00(offset 10' northwest) - Richmond Co:, Georgia GRAVES PROJECT NO.: G-031025 DATE COMPLETED: 07/30-08/18/03 GROUND SURFACE ELEVATION: 162.5' DRILLING METHOD: 2.25" I.D. AUGER l~ 20 U.S.C.S. Soil Classification ~ ~ i ~ Standard Penetration Resistances w . ~ z<i > 10 20 30 40 50 60 70 8090 0_8" Topsoil Very Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) Partially Weathered Rock-Samples as a Very Dense, Tan-Brown to Gray-Olive, Slightly Clayey, Silty Fine to Coarse Sand(SM) with gravel -= 5011 55 19 ..... 55 50/4 55 55 50/C" 55 50/2" Boring Terminated At 16.5 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 5.0 feet at 24-hours after boring. SS - Split Spoon Sample Note: Auger refusal originally encountered at 25 9.5 feet on 07/30/03. Redrilled with larger rig from 9.5 to 15 feet on 08/18/03. 30 35 40 I I I I I I I I I I I I I I I I I I I SOIL TEST BORING RECORD GRAVES BVGINEERING SERViCES . BORING NO. B-13 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 59+60(offset 10' northwest)- Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 163.0' I DRILLING METHOD: 2.25" I.D. AUGER Page 1 of 1 DATE COMPLETED: 07/30/03 ~ i~ i~ ~~ UJ J: U.S.C.S. Soil Classification Standard Penetration Resistances _ ::J f- z;t 0.. > UJ [) __ 0-12" Topsoil 0 10 20 30 40 50 60 70 eo 90 Very Firm to Dense, Yellow-Brown-Tan, I Slightly Clayey, Silty Fine Sand(SM) SS .~ 24 ~ Note: 39.5% Passing 200 Sieve on Sample #1. "'...... 05 - SS ~ 49 Partially Weathered Rock-Samples as a Very i , Dense, Yellow-Tan-Brown-Gray, Slightly ,.. Clayey, Silty Fine to Coarse Sand(SM) with - ') ~50/2"1 quartz gravel at 6 to 8' SS ~ , : lO- SS .~50/6"i SS l SOIl" Auger Refusal Encountered At 13.5 Feet. 15- No groundwater encountered at the time of boring. Groundwater encountered at 6.5 feet at 24-hours after boring. 20 - SS - Split Spoon Sample 25- 30- 35- 40 I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-14 SOIL TEST BORING RECORD ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 66+0Q(offset 5' north) - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 162.0' I DRILLING METHOD: 2.25" I.D. AUGER Page 1 of 1 DATE COMPLETED: 07/30/03 ~ i ~ U.S.C.S. Soil Classification ~ ~ fu ~ o 10-3" Topsoil Possible Fill-Very Stiff, Red-Gray-Tan, Fine Sandy, Clayey Silt(MH) ':'::":':'::":':'::'~':':: Very Firm, Tan-Brown-Gray, Slightly Clayey, 05 -I ~~:~;;;::,~~~~) Rock-Samples as a Very Dense, Brown-Tan, Slightly Clayey, Silty Pine to Coarse Sand(SM) 10- Auger Refusal Encountered At 9.0 Feet. No groundwater encountered at the time of boring. Hole moist and caved at 8.0 feet at 24- hours after boring. 15- SS - Split Spoon Sample 20- 25- 30- 35- 40 i~ Standard Penetration Resistances w . :> Z;i > 10 20 30 40 SO 60 70 8090 55 . 22 55 11II 21 55 ..................... I r"-r-.. ..... '1 ~50/6" " 4 5010" 55 55 I I I I I I "I I I I I I I I I I I I I GRAVES BORING NO. B-14 SOIL TEST BORING RECORD ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 66+00(offset 5' north) - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 162.0' I DRILLING METHOD: 2.25" I.D. AUGER Page 1 of 1 DATE COMPLETED: 07/30/03 ~ i ~ U.S.C.S. Soil Classification ~ ~ o 10-311 Topsoil Possible Fill-Very Stiff, Red-Gray-Tan, Fine Sandy, Clayey Silt(MH) ':'::":':'::":':'::":':':: Very Firm, Tan-Brown-Gray, Slightly Clayey, :':..:--::..:',:':.-:<-:.. Silty Fine Sand(SM) 05 -'" .... Partially Weathered Rock-Samples as a Very Dense, Brown-Tan, Slightly Clayey, Silty Fine to Coarse Sand(SM) 10- Auger Refusal Encountered At 9.0 Feet. No groundwater encountered at the time of boring. Hole moist and caved at 8.0 feet at 24- hours after boring. 15- SS - Split Spoon Sample 20- 25- 30- 35- 40 i~ Standard Penetration Resistances w .~ z~ > o 10 20 30 ~o 50 60 70 8090 55 . 22 55 11II 21 ...................... I r--..r--.. .............. 50/6" , 4 50/0" 55 55 55 I I I I I I I I I I I I I I I I I I I SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCA TrON: Station 69+00 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 159.0' I DRlLLING METHOD: 2.25" I.D. AUGER BORING NO. B-14A Page 1 of 1 DATE COMPLETED: 08/18/03 \f. J: t- ll. W o 05 - 10 ~~:~i 15- 20- 25- 30- 35- 40 i~ i~ o Standard Penetration Resistances w - => z;i > U.S.C.S. Soil Classification i~ 0" Topsoil Possible Fill-Firm to Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) with some shale fragments 55 55 Very Firm to Firm, Tan-Brown-Olive, Slightly Clayey, Silty Fine to Medium Sand(SM) 55 55 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample 10 20 30 40 50 60 70 8090 " .'. \ v~ 07 16 23 I ! 1h; . I I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-15 SOIL TEST BORING RECORD ENGINEERING SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 72+00 - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 I GROUND SURFACE ELEV AnON: 168,5' I DRILLING METHOD: 2.25" I.D. AUGER DA TE COMPLETED: 07/14/03 ~ ~ 0- W o ........... ':. ':. ':.', ........... -:t':.':." ........... ':.'''.':.', ........... ':.':.':.'. ........... ':. ':. ':.', ........... ,',',' . 05 - . . . i~ Cl U.S.C.S. Soil Classification 0-3" Topsoil Firm, Red- Tan, Clayey, Silty Fine to Medium Sand(SC) ------- Loose, Brown-Tan, Silty Fine to Medium Sand(SM) ------- Firm,Brown-Red, Slightly Clayey, Silty Fine to Medium Sand(SM) ........... .:. .... ':.', ........... 10 - .:.:::-:.:::.:.:::.:.: ........... ':. ':. ':.', ........... ':. ':. ':.', ........... .:. .:. ','.', ........... ':. ':. ':.': ........... ':. ':. ':.', ........... ':. .:. ':.', ':,":,":,": - - - - -- ::::::::::::::: Firm, Tan-Brown, Silty Fine to Medium 15 -~jf,1rt Sand(SM) ~ Very Soft to Soft, Brown-Grey, Silty 20 - ~ Clay(CL) ~ ~ - 25 Boring Terminated At 25.0 Feet. Groundwater encountered at 17.0 feet at the time of boring and at 24-hours after boring. 30- 35- 40 SS - Split Spoon Sample ~~ i~ Standard Penetration Resistances w .:::> Z<1. > '0 20 30 ~o 50 60 70 ao 90 SS , .I \ \ 13 "L 12 SS 05 55 09 SS 18 01 55 . 04 I I I I I I I I I I I I I I I I I I I GRA YES BORING NO. B-16 SOIL TEST BORING RECORD BVGINEERING SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 75+00 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 161.5' I DRILLING NlETHOD: 2.25" J.D. AUGER DA TE COMPLETED: 07/14/03 ~ J: I- a. w o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 05-~ ~ . . . . . . . . . . . . . . . . . . . . . . . . 10- . . . . . . . . . . . 15 ~ I~~~~:~~ ~'" , , , ~~ ~ , 20- 25- 30- 35- 40 l~ U.S.C.S. Soil Classification ~~ 0-3" Topsoil Possible Fill-Loose, Red-Brown, Slightly Clayey, Silty Fine to Medium Sand(SM) Soft to Very Soft, Brown-Grey, Fine Sandy, Silty Clay(CL) Loose, Dark Brown, Clayey, Silty Fine to Medium Sand(SC) ..... Firm, Brown-Grey, Silty Clay(CL) BOtlng Terminated At 15.0 Feet. Groundwater encountered at 9.0 feet at the time of boring. Groundwater encountered at 8.5 feet at 24-hours after boring. SS - Split Spoon Sample i~ Standard Penetration Resistances W .::> Z;i > 10 20 30 ~o 50 60 70 8090 55 I' 04 10 55 55 tI 02 55 ~ 06 55 o 07 I I I I I I I I I I I I I I I I I I I GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B-17 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 80+45 - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 GROUND SURFACE ELEVATION: 166.0' DRilLING METHOD: 2.25" I.D. AUGER i I Page 1 of 1 DATE COMPLETED: 07/18/03 ~ 1: .... a. w o . ~ I z~. >: l~ ~~ ~~ Standard Penetration Resistances U.S.C.S. Soil Classification 10 20 30 .0 5060 708090 05 :.:..;:.:.-::-::~:.:: 0-9" Topsoil ::.:::::.:::::.:::::.: Firm, Brown, Silty Fine to Medium Sand(SM) ?:::::::::::::::::. with organics Soft to Very Soft, Red-Tan-Brown-Gray, Fine Sandy, Clayey Silt(!v1H) 04 SS Note: Hydrocarbo odor noted at 3 to 10 feet. ..".. 14 5S S5 03 5S 01 10 Firm, Yellow-Brown-Tan, Slightly Clayey, Silty Fine Sand(SM) SS 10 15 Partially Weathered Rock-Samples as a Very Dense, Yellow-Tan-Brown, Slightly Clayey, Silty Fine to Coarse Sand(SM) SS 20 25 5S 50/2' SS 50/0 30 Boring Tenninated At 30.0 Feet. Groundwater encountered at 4.0 feet at the time of boring. Groundwater encountered at 6.5 feet at 24-hours after boring. 35 SS - Split Spoon Sample 40 I I I I I I I I I I I I I I I I I I I GRAVES ENGINEERING SERVICES. INC. CONE PENETROMETER TEST RECORD PROJECT: Raes Creek Trunk Line Sewer Replacement PROJECT NO.: G-031025 B-18 DATE: 07/09/2003 TECNICIAN: W.W. Butler RORTNCi NO.: LOCATION: Richmond County, GA STA 85 + 00 T N D h Penetration Resistance Values I I 75" 2 d I 75" 3 d I 75" S '1 CI 'fi t' est o. ept 01 assl lca Ion st n r I Surface Dark Brown Silty F-M Sand 3 4 4 2 I' Red -Brown F-M Sandy Clayey Silt 9 8 8 3 2' Red -Brown F-M Sandy Clayey Silt wi Quartz Gravel I I 9 I 9 Auger refusal to gravel encountered at 25'. Moved hole several times with auger refusal at same general depth i I I I .~ Groundwater Level: 0 Note: The standard blow count is the average of the blow counts for the second and third increment. I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-19 SOIL TEST BORING RECORD ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION:' Station 90+00 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 163.0' I DRILLING METHOD: 2.25" J.D. AUGER Page 1 of 1 DATE COMPLETED: 07/03/03 \!;. J: f- a. w o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . "" 05-"" "" "" "" "" "" "" 1 0 15 20- 25- 30- 35- 40 ~~ U.S.C.S. Soil Classification I~ 0-6" Topsoil Possible Fill-Loose, Brown-Red, Clayey, Silty Fine to Medium Sand(SC) with organics Soft to Very Soft, Dark Brown-Grey, Silty Clay(CL) ..... Very Stiff, Gray-Yellow-Brown, Fine to Medium Sandy, Silty Clay(CL) Note: S1.7% Passing 200 Sieve on Sample #4. Boring Terminated At 15.0 Feet. Groundwater encountered at 5.5 feet at the time of boring. Groundwater encountered at 5.0 feet at 24-hours after boring. SS - Split Spoon Sample ~~ Standard Penetration Resistances w . :> Z;;! > 10 20 30 .0 5050 708090 55 I' 03 10 55 SS .,,_ ~ 01 5S 16 5S u 17 I I I I I I I I I I I I I I I I I I I BORING NO. B-20 SOIL TEST BORING RECORD Page 1 of 1 GRAVES ENGINEERING SERVICES PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 9S+00(offset 10' south) - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 DATE COMPLETED: 07/03/03 GROUND SURFACE ELEVATION: 168.5' DRILLING METHOD: 2.25" J.D. AUGER [f. r f- a. LU o i~ 05 10 15 20 25 30 35 40 U.S.C.S. Soil Classification 0-3" Topsoil Stiff, Brown-Tan-Red, Fine Sandy, Clayey Silt(MH) Firm, Brown-Tan, Silty Clay(CL) ------ Very Stiff to Stiff, Gray-Tan-Brown-Olive, Fine to Medium Sandy, Silty Clay(CL) Boring Terminated At 20.0 Feet. Groundwater encountered at 10.5 feet at the time of boring. Groundwater encountered at 11.0 feet at 24-hours after boring. SS - Split Spoon Sample ~~ i~ SS SS SS SS ..... SS. SS Standard Penetration Resistances w . ::> Z;J, > 10 20 30 40 50 60 70 eo 90 15 13 07 08 16 12 I I I I I I I I I I I I I I I I I I I SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B-2! Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 99+40(offset 10' south) - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 DA TE COMPLETED: 07/03/03 GROUND SURFACE ELEVATION: 160.0' DRILLING METHOD: 2.25" I.D. AUGER ~ i~ CJ U.S.C.S. Soil Classification I~ i~ Standard Penetration Resistances w . ::::l z~ > o 10 20 30 ~o 50 60 70 eo 90 0_6" Topsoil Stiff to Very Stiff, Tan-Red-Brown, Fine Sandy, Clayey Silt(MH) 55 10 55 1 B Stiff to Very Stiff, Gray-Tan-Brown-Olive, Fine to Medium Sandy, Silty Clay(CL) 55 14 10 55 17 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring or at 24-hburs after boring. 15 SS - Split Spoon Sample 20 25 30 35 40 I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-22 SOIL TEST BORING RECORD ENGINEERING SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 104+25 - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 ! I GROUND SURFACE ELEVATION: 164.0' I DRILLING METHOD: 2.25" J.D. AUGER i wi - ::> I Z;j,1 >i DATE COMPLETED: 07/03/03 [!;. :t f- a. w o ........... ':. .... ':.', ........... ':. .:. ':.', ........... ':. ':. ':.', ........... ':. ':. ':.', ........... ':. ':. ':." ........... .... ':. ':.', ........... ':. ':. ':.', . " .' " i~ Cl U.S.C.S. Soil Classification 0-3'1 Topsoil Firm, Red-Tan, Clayey, Silty Fine to Medium Sand(SC) . ~ Firm, Tan-Brown-Grey, Fine Sandy, Silty 05 - ~ Clay(CL) I II lO-IIH~~~ ~'" , , , .. .. .. .. , , , "" ... .. "" , , , 15 20- 25- 30- 35- 40 Dense, Yellow-Brown-Olive-Gray, Slightly Clayey, Silty Fine Sand(SM) Boring Terminated At 15.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 7.0 feet at 24-hours after boring. SS - Split Spoon Sample ~~ 55 55 ..... ~~ Standard Penetration Resistances o 10 20 30 40 50 6070 8090 /~ 20 05 I I 05 I 1 07 i 55 31 I I I I I I I I I I I I I I I I I I I GRAVES SOIL TEST BORING RECORD Bl/GINEERING SERVICES BORING NO. B-23 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 111+00 - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 161.0' I DRll...UNG METHOD: 2.25" J.D. AUGER Page 1 of 1 DATE COMPLETED: 07111/03 €. J: f- a. w o i~ Cl i~ i~ Standard Penetration Resistances w . ::J z;J. > U.S.C.S. Soil Classification 10 20 30 40 50 80 706090 . . . . . . . . 0-12" Topsoil Loose, Brown-Red, Clayey, Silty Fine to Medium Sand(SC) with organics 06 . . . . . . . . . . . . . . . . S5 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . y ~ Very Soft to Soft, Brown-Grey, Silty Clay(CL) - 05-~ ~ Stiff, Gray-Olive, Fine to Medium Sandy, Silty 10 - Clay(CL) S5 . 02 55 04 55 1 1 Dense, Brown-Tan-Olive, Slightly Clayey, Silty Fine Sand(SM) 15- 55 34 Boring Terminated At 15.0 Feet. Groundwater encountered at 4.5 feet at the time of boring. Groundwater encountered at 4.0 feet at 24-hours after boring. 20- SS - Split Spoon Sample 25- 30- 35- 40 I I I I I I I I I I I I I I I I I I I G RAVES SOIL TEST BORING RECORD BVGINEER/NG SERVICES BORlNG NO. B-24 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 115+00 - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 I GROUND SURFACE ELEV ATlON: 158.0' I DRILLING :METHOD: 2.25" J.D. AUGER Page 1 of 1 DATE COMPLETED: 07/11/03 ~ l~ ~~S&\X ~'" , , , , , , ~: ~ 05-~ ~~ ~~ w , ::> Z<I. > Standard Penetration Resistances J: f- a. w o U.S.C.S. Soil Classification o 10 20 30 '0 50 60 70 eo 90 0-12" Topsoil Firm, Red-Brown-Tan, Fine Sandy, Silt(MH) Soft, Brown-Grey, Silty Clay(CL) Clayey SS r SS i ". \ - SS 5S '- 14 05 03 10 . ., Loose, Gray. Clayey, Silty Fine to Medium . .. Sand(SC) ... ------- :::;::..;::..;::: Firm, Tan-Olive, Slightly Clayey, Silty Fine ::::::::::::::: Sand(SM) .:......:..: - - Boring Terminated At 10.0 Feet. Groundwater encountered at 5.0 feet at the time of boring. Groundwater encountered at 6.0 feet at 24-hours after boring. 07 15- SS - Split Spoon Sample 20- 25- I I I 30- I , ! I I i I I 35- 40 I I I I I I I I I I I I I I I I I I I BORING NO. B-25 SOIL TEST BORING RECORD PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 120+0Q(of alternate route) - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 I GROUND SURFACE ELEV ATlON: 160.5' I DRll...LlNG METHOD: 2.25" J.D. AUGER Page 1 of 1 DATE COMPLETED: 07/11/03 i~ ~ ~ ~ Firm, Black-Gray, Fine Sandy, Silty Clay(CL) 05 -~ Note: 61.0% Passing 200 Sieve on Sample #2. ~~ LL=30, PI=14 on Sample #2. .lpartiallY Weathered Rock-Samples as a Very B Dense, Tan-Brawn-Olive, Slightly Clayey, Silty Fine to Coarse Sand(SM) with gravel 10 - - Boring Terminated At 10.0 Feet. Groundwater encountered at 7.0 feet at the time of boring. Hole moist and caved at 3.0 feet at 24-hours after boring ~ ~~ I b: w o U.S.C.S. Soil Classification 0_4" Graded Aggregate Soft, Red-Brawn-Tan, Fine Sandy, Clayey Silt(NIH) T 15- SS - Split Spoon Sample LL - Liquid Limit PI - Plasticity Index 20- 25- 30- 35- 40 ~~ GRAVES BVGINEERlNG SERVICES Standard Penetration Resistances w . ::> z;i > 10 20 30 40 5050708090 55 \ 55 55 55 55 03 07 ........................... .......... .........r--,~ " i'. 50/3: 61 I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-26 SOIL TEST BORING RECORD ENGINEERING SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 123+75 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 DATE COMPLETED: 07/11103 GROUND SURFACE ELEVATION: 174.0' DRILLING METHOD: 2.25" 1.D. AUGER \i;. l~ ~~ ~~ w U.S.C.S. Soil Classification Standard Penetration Resistances - ::> z;i > 10 20 30 40 50 60 70 6090 0-3" Topsoil Very Firm, Yellow-Brown-Tan, Slightly Clayey, Silty Fine Sand(SM) SS 29 Partially Weathered Rock-Samples as a Very Dense, Tan-Brown to Olive-Gray, Slightly SS 50/6" Clayey, Silty Fine to Coarse Sand(SM) with gravel S8 50/6" .... - 88 50/2" 20 25 30 35 40 SS Auger Refusal Encountered At 16.5 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 8.0 feet at 24-hours after boring. SS - Split Spoon Sample 50/0" I I I I I I I I I I I I I I I I I I I GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B-26A PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 124+00(of alternate route) - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 I GROUND SURFACE ELEVATION: 165.0' DRILLING METHOD: 2.25" I.D. AUGER Page 1 of 1 DATE CO~1PLETED: 08/05/03 ~ l ~ J: .... a. w 0 ~~ i~ Standard Penetration Resistances w . ::> Z;;! > U.S.C.S. Soil Classification 10 20 30 40 50 60 70 8090 0" Topsoil Fill-Loose, Red-Tan-Brown, Very Clayey, Silty Fine to Medium Sand(SC) ~ 55 05 T :::::-: Fill-Loose, Gray, Slightly Silty Fine to Coarse 05 - :-:-:: Sand and Gravel(SW/GW) . . . ~~~ Firm, Gray-Tan-Brown, Fine Sandy, Clayey ~'\~ Silt(MH) Partially Weathered Rock-Samples as a Very Dense, Brown-Tan-Gray, Slightly Clayey, 1 0 -~ Silty Fine to Coarse Sand(SM) _ Auger Refusal Encountered At 10.5 Feet. Groundwater encountered at 2.5 feet at the time of boring. t 55 06 55 0_ 07 r--- r-- -- -- - ""'- - -05014 S5 15- 55 SS - Split Spoon Sample 20- 25- 30- 35- 40 I I I I I I I I I I I I I I I I I I I GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B-2? PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 128+00(offset 6' south)- Richmond Co., Georgia GRAVES PROJECf NO.: G-031025 I GROUND SURFACE ELEVATION: 172.0' I DRrr...LING METHOD: 2.25" J.D. AUGER Page 1 of 1 DATE COMPLETED: 07/11/03 ~ ~ ~ U.S.C.S. Soil Classification fu c.:> o 10-611 Topsoil Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) I Partially Weathered Rock-Samples as a Very Dense, Tan-Brown to Olive-Gray, Slightly 05 - Clayey, Silty Fine to Coarse Sand(SM) . ~~ ~~ Standard Penetration Resistances w - => Z;i > o 10 20 30 40 50 60 70 8090 y SS '", ~, ... I r\ '\ .50/4"1 i i . ~50/~"1 SS 09 55 71 10~ 55 -- Auger Refusal Encountered At 13.5 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 1.5 feet at 24-hours after boring. I I . ~50/0"1 I I I 55 15- 20 - SS - Split Spoon Sample 25- 30- 35- 40 I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-28 SOIL TEST BORING RECORD BVGINEERING SERVICES Page 1 of 1 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 131+00 - Richmond Co., Georgia GRA YES PROJECT NO.: G-031025 I GROUND SURFACE ELEV A TrON: 169.0' I DRILLING METHOD: 2.25" I.D. AUGER DA TE COMPLETED: 08/05/03 Partially Weathered Rock-Samples as a Very Dense, Brown-Tan to Gray, Slightly Clayey, ~ Silty Fine to Coarse Sand(SM) - Auger Refusal Encountered At 11.5 Feet. Groundwater encountered at 7.0 feet at the time of boring. Groundwater encountered at 5.5 feet at 24-hours after boring. Q;. l~ ~ ~I~~~ ~~~ ~ os-I a ~" :I: f- a. w o 10- 15- 20- 25- 30- 35- 40 U.S.C.S. Soil Classification ~~ 0-4" Topsoil Stiff to Firm, Brown-Tan, Fine to Medium Sandy, Clayey Silt(MH) Note: 71.5% Passing 200 Sieve on Sample #2. LL=52, PI=18 on Sample #2. Y. -= SS - Split Spoon Sample ~~ 55 55 5S SS Standard Penetration Resistances w -::> Z:;;! > o 10 20 30 40 50 60 70 8090 I 09 05 \~ r--__ --"~r- - """'1.50/1; 1 0 I I I I I I I I I I I I I I I I I I I SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B-29 PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 133+25 - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G-031025 DATE COMPLETED: 08/05-18/03 I GROUND SURFACE ELEVATION: 171.5' I DRILLING METHOD: 2.25"I.D.AUGER 05 10 - ~ i= Cl. w o l~ U.S.C.S. Soil Classification ~~ i~ Standard Penetration Resistances w . :::> z~ > 10 20 30 40 50 60 70 8090 0-9" Tan Sand with gravel Stiff to Very Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) SS ~ 1\-- SS _ Partially Weathered Rock-No Recovery Auger Refusal Encountered At 6.5 Feet Moderately Hard,Olive-Gray Chlorite Schist Fissured at +/- 60 Degrees (Rock Quality Designation = 0.65) R o C K C o R E - 15- Coring Terminated at 14.5 feet on 08/18/03. No groundwater encountered at the time of boring. Hole moist and caved at 6.0 feet at 24- hours after original boring. 20 - SS - Split Spoon Sample 25- 30- 35- 40 09 19 -"1--"",- .......t-.N .5010' I I I I I I I I I I I I I I I I I I I GRAVES BORING NO. B-30 SOIL TEST BORING RECORD ENGINEERING SERVICES Page I of 1 o I I i DRILLING METHOD: 2.25" LD. AUGER I z~1 > I 20 30 40 50 60 70 6090 I PROJECT: Rae's Creek Trunk Line Sanitary Sewer Replacement LOCATION: Station 142+50 - Richmond Co., Georgia GRAVES PROJECT NO.: G-031025 \;. DATE COMPLETED: 07/11/03 GROUND SURFACE ELEVATION: 180.0' l~ 15 20 25 30 35 40 U.S.C.S. Soil Classification 0-6" Tan Sand with rubble Very Stiff to Stiff, Red-Brown-Tan, Fine Sandy, Clayey Silt(MH) Partially Weathered Rock-Samples as a Very Dense, Yellow-Tan-Brown to Olive-Gray, Slightly Clayey, Silty Fine to Coarse Sand(SM) Note: 32.8% Passing 200 Sieve on Sample #4. Boring Tenninated At 20.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 8.5 feet at 24-hours after boring. SS - Split Spoon Sample ~~ i~ 55 55 55 .... 55 55 5S Standard Penetration Resistances 10 20 13 18 50/6" / I 65 i 50/1"1 I I I I I I I I I I I I I I I I I I I FIELD AND LABORATORY TESTING PROCEDURES SOIL TEST BORINGS Soil sampling and penetration testing were perfonned in general accordance with ASTM D 1586. The borings were made by mechanically twisting a continuous steel flight hollow stem auger into the soil. At regular intervals, soil samples obtained with a standard 1.4 inch J.D., two inch O.D., split-barrel sampler. The sampler was first seated six inches to penetrate any loose cuttings, then driven an additional foot with blows of a 140-pound hammer falling 30 inches. The number of hammer blows required to drive the sampler the final foot was recorded as the "penetration resistance". The penetration resistance, when properly evaluated, is an index to the soil strength and foundation supporting capability. Representative portions of the soil samples, obtained from the sampler, were placed in glass jars and transported to our laboratory. In the laboratory, the samples were examined by an engineer to verify the driller's field classifications. Test Boring Records are attached, graphically showing the soil descriptions and penetration resistances. . PERCENT FINES For this test, each sample was dried and then washed over a No. 200 sieve. The percentage of soil by weight passing the No. 200 sieve is the "Percent Fines" (the portion of the sample in the silt and clay size range). This test was conducted in general accordance with ASTM D 1140. Materials finer than the number 200 sieve were suspended in water and the grain size distribution computed from the time rate of settlement of the different size particles. These tests were similar to those described by ASTM D 421 and D 422. The test results are summarized on the enclosed Soil Test Boring Records. LIQUID AND PLASTIC LIMITS Liquid Limit and Plastic Limit tests aid in the classification of the soils and provide an indication of the soil behavior with moisture change. The Plasticity Index is bracketed by the Liquid Limit (LL) and the Plastic Limit (PL). The Liquid Limit is the moisture content at which the soil will flow as a heavy viscous fluid, as determined in accordance with ASTM D 423. The Plastic Limit is the moisture content at which the soil begins to lose its plasticity, as determined in accordance with ASTM D 424. The data obtained are summarized on the enclosed Soil Test Boring Records. I I I I I I I I I I I I I I I I I I I -01. A. B. C. D. SECTION TS-4 DEW A TERING GENERAL RELA TED DOCUMENTS 1. Drawings and general proVIsIons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY 1. This Section includes construction dewatering. 2. Related Sections include the following: a. TS-3 Section "Excavation and Backfilling." PERFORMANCE REQUIREMENTS 1. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground-water flow into excavations and permit construction to proceed on dry, stable subgrades. a. Maintain dewatering operations to ensure erosion control, stability of _. excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. b. Prevent surface water from entering excavations by grading, dikes, or other means. c. Accomplish dewatering without damaging existing buildings adjacent to excavation. d. Remove dewatering system when no longer needed. QUALITY ASSURANCE 1. Regulatory Requirements: Comply with Augusta, Georgia requirements for erosion control with regard to water disposal. I TS-4- 1 I I I I I I I I I I I I I I I I I I I E. F. -02. -03. A. PROJECT CONDITIONS 1. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PRODUCTS (Not Used) EXECUTION PREPARATION 1. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. a. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared sub grades, and from flooding site and surrounding area. b. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. c. Protect all soil stock piles from damage due to rain or water accumulation. 2. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. a. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner. Provide alternate routes around: closed or obstructed traffic ways. B. INST ALLA TION 1. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls where such system is needed to control water. TS-4- 2 I I I I I I I I I I I I I I I I I I I 2. Before excavating below ground-water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. 3. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations. a. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. 4. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. a. Maintain piezometric water level a minimum of 24 inches below surface of excavation. 5. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control devices as needed. 6. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. a. -. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches below overlying construction. 7. Damages: Promptly report and repair damages to adjacent facilities caused by dewatering operations. c. OBSER V A TION WELLS 1. Provide, take measurements, and maintain observation wells or piezometers as may be required to provide reliable information as to the effectiveness of the dewatering, system. 2. Observe and record daily elevation of ground water and piezometric water levels in observation wells. TS-4- 3 I I I I I I I I I I I I I I I I I I I 3. Repairorreplace, within 24 hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation-well risers to demonstrate that observation wells are functioning properly. 4. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION TS-4- 4 I I I I I I I I I I I I I I I I I I I -01. A. B. -02. A. B. SECTION TS-5 TEMPORARY BYPASS PUMPING SYSTEMS SCOPE Under this item the Contractor is required to furnish all materials, labor, equipment, power, maintenance, etc. to implement a temporary pumping system for the purpose of diverting the existing flow around the work area for the duration of the project. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility. The Contractor shall employ the services of a vendor who can demonstrate to the engineer that he specializes in the design and operation of temporary bypass pumping systems. The vendor shall provide at least five (5) references of projects of a similar size and complexity as this project performed by his firm within the past three years. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction. REQUIREMENTS FOR SUBMITTING BIDS The Contractor shall submit to the Engineer detailed plans and descriptions outlining all provisions and precautions to be taken by the Contractor regarding the handling of existing wastewater flows. This plan must be specific and complete, including such items as schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and/or required to insure proper protection of the facilities, including protection of the access and bypass pumping locations from damage due to the discharge flows, and compliance with the requirements and permit conditions specified in these Contract Documents. No construction shall begin until all provisions and requirements have been reviewed by the Engineer. The plan shall include but not limited to details of the following: 1. Staging areas for pumps; 2. Sewer plugging method and types of plugs; 3. Number, size, material, location and method of installation of suction piping; 4. Number, size, material, method of installation and location of installation of discharge pIpmg; 5. Bypass pump sizes, capacity, number of each size to be on site and power: requirements; I 6. Calculations of static lift, friction losses, and flow velocity (pump curves showing pump operating range shall be submitted); 7. Standby power generator size, location; 8. Downstream discharge plan; TS-5-1 I I I I I I I I I I I I I I I I I I I -03. A. -04. A. 9. Method of protecting discharge manholes or structures from erosion and damage; 10. Thrust and restraint block sizes and locations; 11. Sections showing suction and discharge pipe depth, embedment, select fill and special backfill; 12. Method of noise control for each pump and/or generator; 13. Any temporary pipe supports and anchoring required; 14. Design plans and computation for access to bypass pumping locations indicated on the drawings; 15. Calculations for selection of bypass pumping pipe size; 16. Schedule for installation of and maintenance of bypass pumping lines; 17. Plan indicating selection location of bypass pumping line locations. EOUIPMENT All pumps used shall be fully automatic self-priming units that do not require the use of footvalves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. All pumps used must be constructed to allow dry running for long periods oftime to accommodate the cyclical nature of effluent flows. 1. The Contractor shall provide the necessary stop/start controls for each pump. 2. The Contractor shall include one stand-by pump of each size to be maintained on site. Back-up pumps shall be on-line, isolated from the primary system by a valve. 3. Discharge Piping - In order to prevent the accidental spillage of flows all discharge systems shall be temporarily constructed of rigid pipe with positive, restrained joints. Under no circumstances will aluminum "irrigation" type piping or glued PVC pipe be allowed.. Discharge hose will only be allowed in short sections and by specific permission from the Augusta Utilities Department. SYSTEM DESCRIPTION Design Requirements: 1. Bypass pumping systems shall have sufficient capacity to pump a peak flow of 10,000 gpm. The Contractor shall provide all pipeline plugs, pumps of adequate size to handle peak flow, and temporary discharge piping to ensure that the total flow of the main can be safely diverted around the section to be repaired. Bypass pumping system will be required to be operated 24 hours per day. 2. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. One standby TS-5-2 I I I I I I I I I I I I I I I I I I I B. -05. pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. 3. Bypass pumping system shall be capable of bypassing the flow around the work area and of releasing any amount of flow up to full available flow into the work area as necessary for satisfactory performances of work. 4. The Contractor shall make all arrangements for bypass pumping during the time when the main is shut down for any reason. System must overcome any existing force main pressure on discharge. Performance Requirements: 1. It is essential to the operation of the existing sewerage system that there be no interruption in the flow of sewage throughout the duration of the project. To this end, the Contractor shall provide, maintain and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and back-up units as required), conduits, all necessary power, and all other labor and equipment necessary to intercept the sewage flow before it reaches the point where it would interfere with his work, carry it past his work and return it to the existing sewer downstream of his work. 2. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction. 3. The Contractor shall provide all necessary means to safely convey the sewage past the work area. The Contractor will not be permitted to stop or impede the main flows under any circumstances. 4. The Contractor shall maintain sewer flow around the work area in a manner that will not cause surcharging of sewers, damage to sewers and that will protect public and private property from damage and flooding. a. The Contractor shall protect water resources wetlands and other natural resources. FIELD QUALITY CONTROL AND MAINTENANCE A. Test: 1. The Contractor shall perform leakage and pressure tests of the bypass pumping discharge piping using clean water prior to actual operation. The engineer will be given 24 hours notice prior to testing. TS-5-3 I I I I I I I I I I I I I I I I I I I -06. A. -07. A. B. 2. Inspection: a. Contractor shall inspect bypass pumping system every two hours to ensure that the system is working correctly. 3. Maintenance Service: a. The Contractor shall insure that the temporary pumping system is properly maintained and a responsible operator shall be on hand at all times when pumps are operating. 4. Extra Materials: a. Spare parts for pumps and piping shall be kept on site as required. b. Adequate hoisting equipment for each pump and accessories shall be maintained on the site. PREPARA TION Precautions 1. Contractor is responsible for locating any existing utilities in the area the Contractor selects to locate the bypass pipelines. The Contractor shall locate his bypass pipelines to minimize any disturbance to existing utilities and shall obtain approval of the pipeline locations from the City and the Engineer. All costs associated with relocating utilities and obtaining all approvals shall be paid by the Contractor. 2. During ~ll bypass pumping operation, the Contractor shall protect the Pumping Station and main and all local sewer lines from damage inflicted by any equipment. The Contractor shall be responsible for all physical damage to the Pumping Station and main and all local sewer lines caused by human or mechanical failure. INST ALLA TION AND REMOVAL The Contractor shall remove manhole sections or make connections to the existing sewer and construct temporary bypass pumping structures only at the access location indicated on the Drawings and as may be required to provide adequate suction conduit. Plugging or blocking of sewage flows shall incorporate primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance or work, it is to be removed in a manner that permits the sewage flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. TS-5-4 I I I I I I I I I I I I I I I I I I I C. When working inside manhole or force main, the Contractor shall exercise caution and comply with OSHA requirements when working in the presence of sewer gases, combustible oxygen-deficient atmospheres, and confined spaces. D. The installation of the bypass pipelines is prohibited in all saltmarsh/wetland areas. The pipeline must be located off streets and sidewalks and on shoulders of the roads. When the bypass pipeline crosses local streets and private driveways, the contractor must place the bypass pipelines in trenches and cover with temporary pavement. Upon completion of the bypass pumping operations, and after the receipt of wri tten permission from the engineer, the Contractor shall remove all the piping, restore all property to pre-construction condition and restore all pavement. The Contractor is responsible for obtaining any approvals for placement of the temporary pipeline within public ways from the City. END OF SECTION TS-5-5 I I I I I I I I I I I I I I I I I I I April, 2001 SECTION TS-6 SANITARY SEWER SYSTEM -01. STANDARDS FOR SANITARY SEWER LINES: A. COVER 1. Minimum cover to finished grade over sanitary sewer shall be four (4) feet unless otherwise approved by the Augusta Utilities Department. 2. Maximum cover shall be 20 feet unless otherwise approved by the Augusta Utilities Department. B. HORIZONTAL SEPARATION 1. Ten (10) feet to water lines and storm sewer lines. 2. Fifteen (15) feet to buildings, top of bank of lakes/streams/creeks, other structures (10 feet absolute minimum - only when unavoidable, and pipe material is required to be DIP). 3. Ten (10) feet minimum separation to gas mains. 4. Ten (10) feet minimum to underground electric cable. 5. All separation distances above are edge to edge. C. VERTICAL SEPARATION Eighteen (18) inch minimum separation (edge to edge) between all pipes and cables shall be maintained (6 inch absolute minimum separation with DIP) D. LA YOUT 1. The Contractor is responsible for verifying the exact location, size and material of any existing sewer facility proposed for connection or use by the project. I 2. Individual sewer services shall be a minimum of six (6) inches in ~ diameter and shall extend from the main and terminate with a clean- out constructed at the edge of right-of-way. If the main is installed I outside of the right-of-way, the services with clean-outs shall terminate at the edge of the permanent easement. Sewer lines installed parallel to lakes/streams/creeks shall leave a 25-foot undisturbed buffer along the edge of the bank. The required service lateral with clean-out shall be inspected by the Augusta Utilities TS-6-1 I I I I I I I I I I I I I I I I I I I E. April,2001 Inspector prior to physical tie-in of private service line. The use of donuts or tying into the stack pipe of the clean-out is strictly prohibited. 3. Under no circumstances shall house sewer services and water services be laid in the same trench. 4. A drop manhole shall be provided for a sewer entering a manhole at an elevation of 24-inches or more above the manhole invert. Where the difference in elevation between the incoming sewer and the manhole invert is less than 24-inches, the invert shall be filleted to prevent solids deposition. 5. Where indicated on the plans, pipe stub-outs for the connection of future sewers shall be provided during the construction of new manholes. Each stub-out shall be plugged in the bell end of the stub- out with plug approved by Augusta Utilities. SANIT AR Y SEWER MATERIAL 1. Pipe for sanitary sewers shall be polyvinyl chloride (PVC) or ductile iron pipe (DIP) as outlined below. Standard pipe lengths not greater than 20 feet shall be used. Force main pipe shall be of approved C900-CL200 water pipe. -c 2. PVC pipe shall be manufactured from virgin resin conforming to ASTM D-3034 (latest version) with minimum classification of SDR- 35. All ductile iron pipe and fittings shall be delivered to the job with an internal lining of PROTECTED 401 ceramic epoxy applied in accordance with the latest published specification for PROTECTED 401. Design methods shall conform to A WW A C ISO/ANSI A21.50 (latest version). DIP shall be Class 350 for 12" and smaller and Class 250 for 14" and larger. 3. All fittings shall be of the same quality and material as the pipe to be used. Pipe classes shall be determined based upon the installation and the use intended. Pipe shall be appropriately labeled on the drawings. WYE fittings shall be utilized. TEE fittings and saddles shall not be allowed. All DIP fittings shall be ductile iron or cast Iron. 4. Aerial pIpe shall be mechanical joint DIP or continuous weld, TS-6-2 I I I I I I I I I I I I I I I I I I I April,2001 wrapped and coated steel pipe. Piers shall be placed at every joint directly behind the bell. Site conditions may dictate construction utilizing more stringent requirements than indicated in the standard detail. Anchor collars shall be constructed on the pipe whenever pipe grade is 20% or greater. Restrainers may be used in lieu of collars when a particular brand and method are determined equivalent. a. DIP shall be required in the following circumstances: 1) When sanitary sewer line has less than four (4) feet of cover. Minimum depth of DIP is two (2) feet. 2) When a sanitary sewer line cross over storm pipe (Must be one joint of DIP centered on the crossing) 3) When a sanitary sewer line passes laterally within one (1) foot of a storm sewer line (Must be one joint of DIP centered on the crossing). 4) When a sanitary sewer line is to have in excess of eighteen (18) feet of fill. 5) When a sanitary sewer line is at the maximum slope of 20%. 6) For last joint of pipe at all drop manholes greater than three (3) feet. 7) When a sanitary sewer is less than six (6) feet under a street. 8) The Utilities Director may mandate DIP in any instances of off-site or on-site construction where future abuse to the line is possible due to location or circumstances, extensive length under pavement, or in private property away from right-of-way areas. b. PVC shall be jointed with a rubber gasket and shall conform to ASTM F477 (latest version) and manufacturer's recommendations. Solvent weld is prohibited. DIP shall be of the bell and spigot type with push-on joints conforming to ANSI A21.11 (latest version) or mechanical joints. c. Sewer Pipe Bedding: 1) Bedding requirements shall apply to sanitary sewer. lines only. They are to be considered minimum I bedding requirements and as such, do not relieve the ~ Contractor of the responsibility to provide any additional bedding necessary for proper construction. TS-6-3 I I I I I I I I I I I I I I I I I I I April,2001 2) Bedding shall be carefully placed along the full width of the trench so that the pipe is true to line and grade of the pipe barrel. Bell holes shall be provided so as to relieve pipe bells of all load, but small enough to ensure that support is provided throughout the length of pipe. Crushed stone embedment mateIial shall conform to ASTM C33, Graduation #57 (3/4" to #4). Bedding material shall be placed underneath and be carried up the sides of the pipe as specified below. 3) Class B Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-half the outside diameter ofthe pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the springline of pipe to 18 inches above the pipe. A minimum Class B Bedding shall be used for all plastic pipes. 4) Class C Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-fourth the outside diameter of the pipe. Select backfill placed i'n six (6) inch layers and compacted shall be the backfill from the bedding material to 18 inches above the pipe. A minimum Class C Bedding shall be used for all ductile iron pipes. TS-6-4 I I I I I I I I I I I I I I I I I I I April,2001 d. Jack and Bore Installations: 1) Casing pipe used with jack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) or railway specifications. e. New sewers shall be tied-in to the existing sewers at locations indicated on the plans. No lines smaller than six (6) inches shall be tied to a sewer line or manhole. All tie-ins to existing manholes shall be cored. The Contractor shall be responsible. for maintaining uninterrupted service of the sanitary sewer during tie-in operations. No connection to existing sanitary sewer shall be allowed until the proposed sewer line is inspected and approved by the Augusta Utili ties Department's Inspector. f. Side sewers shall be installed where shown on the plans. A side sewer consists of a sewer extending from a connection to the street or main sewer to its connection to the house sewer or other point. For new 8" through 12" diameter sewers, the side sewer connection shall be constructed with a wye fitting in the street sewer with a 45-degree elbow. For new IS" and larger pipes, or existing sewers, the connection shall be made by machine made tap and suitable saddle, unless otherwise approved by the Augusta Utilities Department. Belled pipe shall be laid with the bell end up grade and in general, all pipe laying shall start and proceed up grade from the point of connection at the street sewer or other starting point. Pipe shall be laid in a straight line at a uniform grade between fittings or on a uniform horizontal or vertical curvature achieved by deflecting the pipe joints within the manufacturer's recommended limits. The maximum; deflection permissible at anyone fitting shall not exceed 45 : I degrees. The maximum deflection of any combination of two i adjacent fittings shall not exceed 45 degrees unless straight! pipe not less than 2 \12 feet in length be installed between such! adjacent fittings or unless one of such fittings is a wye branch! with a cleanout provided on the straight leg. TS-6-5 I I I I I I I I I I I I I I I I I I I April,2001 g. Material for transition (e.g., PVC to DIP) shall be indicated and specified. Where offset of DIP is required, mechanical joint DIP shall be installed with mechanical joint heavy body DIP sleeves at the reconnections. h. Sanitary Sewer Manholes: 1) Precast manholes shall conform to the latest edition of ASTM C-478 (five inch wall thickness). Use six (6) inch wall thickness if manhole exceeds 20 feet in depth. All holes for incoming and outgoing pipe will, . whenever possible, be precast, with pipe tie-in made using PS 10 flexible gasket, manufactured by PressSeal Gasket Corporation, or approved equal. In the event of the necessity of cutting new holes, the holes shall be machined cored neatly and carefully so as not to damage the structural integrity of the manhole and large enough to allow the insertion of a flexible rubber boot. Precast holes shall be flexible boot fitted. 2) Round manhole bases shall be sized to allow for proper seat of the pipe to manhole connectors, conforming to ASTM C923. Minimum round manhole diameters shall be as follows: Pipe <24 24" 30" 36" 42" 48" 54" " PVClDlP 48" 60" 72" 84" 96" 120" 120" 3) Tindall T-Series bases or other pre-approved alternative base configurations shall be an acceptable alternative to the round bases specified above. 4) Barrel joints shall be tongue and groove with performed plastic meeting the requirements of Federal Specifications SS-S-0021O, "Sealing Compound, Preformed Plastic Pipe Joints" Type I, rope form, also known as "Ram Neck." Eccentric manholes cones are required. Inverts shall be constructed of 3,000 psi plant mix. Manhole steps shall be installed in all sections of each manhole as indicated on the drawings. Frame and covers shall be cast or ductile TS-6-6 I I I I I I I I I I I I I I I I I I I April,2001 iron and set in a bed of mortar on the top of the manhole and completely grouted outside and wiped smooth. Ring and cover shall be as shown on plans or approved equal. Cover shall read "Sanitary Sewer." 5) The minimum diameter of manholes shall be 48 inches; larger diameters are required for large diameter sewers. A minimum access diameter of 22- 1/4 inches shall be provided. 6) Outside drop manholes shall be precast and constructed for incoming lines having invert 24 inches or more above the invert of the manhole outlet, with DIP and tie rods per Augusta Utilities Department Detail No. 14.08. Shallow manholes shall be precast or Type B slab top precast and shall be constructed in accordance with ASTM C-478 (latest version). 7) Drop manholes should be constructed with an outside drop connection. Inside drop connection (when necessary) shall be secure to the interior wall of the manhole and provide access for cleaning. Inside drop connections shall be used only when approved by the Utilities Department Engineering Division. 8) Due to the unequal earth pressure that may result from the backfilling operation in the vicinity of the manhole, the entire outside drop connection shall be encased in concrete. 9) A bench shall be provided on each side of any manhole channel when the pipe diameter(s) are less than the manhole diameter. The bench should be sloped no less than '12 inch per foot (4 percent). No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. a) All construction material shall be first quality, I not previously used. Repair clamps are not I acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to TS-6-7 I I I I I I I I I I I I I I I I I I I April,2001 existing valves or fittings, gaskets shall be replaced, not reused. b) The Contractor shall provide a complete set of shop drawings, which shall indicate the Augusta Utilities Department's specific material requirements. In general, material requirements will be guided by the latest versions of the specifications of A WW A and ASTM. -02. CONSTRUCTION: A. INSTALLATION Authorization must be obtained from the Augusta Utilities Department to construct, alter or modify a sanitary sewer line. Construction of sewer infrastructure will be authorized by the Utilities Department upon approval of submitted plans and notification of the Augusta Utilities Department at least 24 hours prior to starting construction (706-772-5503). Where sewer lines will encroach public right-of-way, a Right-of-Way Encroachment Permit approved by the Public Works Department is required prior to construction. A Right-of-Way Encroachment Permit application is available through the Public Works Department (706-821-1706). Installation of sanitary sewer pipe and associated appurtenances shall be in accordance with current ASTM specifications and manufacturer's requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to avoid damage. All pipe shall be carefully examined before it is installed in the trench. Damaged pipe or pipe which does not meet specification requirements shall be rejected and removed from the work site. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be : placed in a dry trench with a stable bottom. Wet trench installation shall be I allowed only upon written approval of the Utilities Director. Backfill shall be free of boulders and debris, and shall conform to Georgia I Department of Transportation Specifications. Sharp or rocky material I encountered in the base shall be replaced with proper bedding. Pipe shall be I laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department's Inspector. TS-6-8 I I I I I I I I I I I I I I I I I I I April, 2001 All concrete cradles, saddles, or encasements shall be installed as shown on the plans. These structures shall be constructed in strict accordance to the details shown on the plans. Concrete shall have a 28 day compressive strength of3,000 psi when tested in accordance with ASTM Specification C- 39. All manholes indicated on the plans shall be furnished and installed by the Contractor in strict accordance with the plans. The invert channels shall be smooth and accurately shaped to the semicircular bottom conforming to the inside of the adjacent sewer sections as shown on the plans. Changes in direction of the sewer and entering branches shall have as long a radius of the true curvature as the size of the manhole will permit. The top of manholes shall be topped out with brick as indicated on the plans. The number of courses will depend on the required elevation of the top of the manhole. The maximum number of brick courses allowed shall be three (3). The camera inspection of new sewer lines will not be required, either at installation or within the warranty period, unless the Owner deems it necessary for problematic eval uati on. For problematic eval uation, the Owner may request that any amount or all of the new sewer line be inspected, either during project construction or in the warranty period. The cost of all requested camera inspections will be incurred by the Contractor. Upon the Owner's request, sewer lines shall be inspected through the use of camera inspection equipment with an Augusta Utilities Department inspector present. The Contractor is to provide the Augusta Utilities Department with a color VHS system videotape of the inside of every reach of the sanitary sewer inspected. The tape shall record the manhole number to manhole number, date of recording, and distance from start of run. The tap shall include a' distance, and location description of every service line. The cost of vacuum testing each manhole should be included in the unit price for each manhole. 1. Installation: a. Sewer Pipe Laying: The pipe shall be laid with bell or groove end upgrade. Pipe shall be tested for soundness, clear interior and satisfactory joint surfaces before lowering the pipe into the trench. Pipe shall be laid in straight lines and on uniform grades between points where changes in alignment or grade are shown. The pipe barrel shall be uniformly bedded. The line and invert grade of each pipe shall be checked from a top line carried on batter boards not over 25 feet apart or by use TS-6-9 I I I I I I I I I I I I I I I I I I I April, 2001 of a laser beam target inserted in each joint. Pipes shall be laid to form a smooth, uniform invert. A stopper shall be installed in the pipe mouth when pipe laying is not in progress. PVC gravity sewer pipe and force main shall be installed in accordance to ASTM D2321, latest version. Ductile iron force main shall be installed in accordance with A WW A C600, latest version. b. Backfilling Around Pipe: As soon as the joint material has . set, fine earth shall be carefully tamped around each joint, and around and over the pipe to a depth of at least 2 feet above the top of gravity pipelines. In addition, all PVC sewer pipe shall be bedded in selected material from the pipe centerline down to a point 3 to 6 inches below the pipe invert. Selected materials for this purpose shall be Class I or II soils as specified in ASTM D2321. Reconstruction of any roadway section or right-of-way shall be in accordance with the Georgia Department of Transportation and City of Augusta Specifications. c. Sewer Structures: Appurtenant sewer structures shall be constructed according to one or more of the following methods: 1) Masonry: Brick for manholes and other sewer structures shall be laid with shove joints completely filled with mortar. Horizontal joints shall not exceed 1/2 inch, vertical joints 1/4 inch on their interior face. In circular structures, all brick shall be laid as header with joints broken between courses. Interior joints shall be struck or wiped smooth with the face of the wall. The exterior of sanitary sewer manholes shall be plastered to a thickness of at least 1/2 inch. 2) Laying Brick and Concrete Block Work: Only clean brick or block shall be used. The brick or block shall be moistened by suitable means, as directed, until they are neither so dryas to absorb water from the mortar, nor so wet as to be slippery when laid. TS-6-1O I I I I I I I I I I I I I I I I I I I April,2001 Each brick or block shall be laid in a full bed and joint of mortar without repairing subsequent grouting, flushing, or filling, and shall be thoroughly bonded as di rected. 3) Plastering and Curinl? Brick or Block Masonry: Outside faces of masonry shall be plastered with mortar from 1/4 inch to 3/8 inch thick. If required, the masonry shall be properly moistened prior to application of the mortar. The plaster shall be carefully spread and troweled so that all cracks are thoroughly worked out. After hardening, the plaster shall be carefully checked by being tapped for bond and soundness. Unbonded or unsound plaster shall be removed and replaced. Masonry and plaster shall be protected from too rapid drying by the use of burlap kept moist, or by other approved means, and shall be protected from the weather and frost, all as required. 4) Manhole Inverts: Manhole flow channels shall be constructed of concrete, sewer pipe, brick or precast, and shall be of semicircular section. Each manhole shall be provided with such channels for all connecting sewers. The inverts shall conform accurately to the size of the adjoining pipes. Side inverts shall be curved and main inverts (where direction changes) shall be laid out in smooth curves of the longest possible radius which is tangent to the centerlines of adjoining sewers. 5) Drop Manholes: Drop inlets shall be provided into manholes on sanitary sewers for incoming lines having inverts 2 feet or more above the inverts of the manhole outlet lines. Drop pipe and fittings shall be encased in masonry integral with the manhole and extending from the manhole base to the top of the incoming sewer. Diameter of drop manholes to be four feet at a minimum. TS-6-11 I I I I I I I I I I I I I I I I I I I April, 2001 6) Setting Manhole Frames and Covers: Manhole frames shall be set with the tops conforming accurately to the grade of the pavement or finished concentric with the top of the masonry and in a full bed of mortar so that the space between the top of the manhole masonry and the bottom flange of the frame shall be completely filled and made watertight. A thick ring of mortar extending to the outer edge of the masonry shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush with the top of the flange and have a slight slope to shed. water away from the frame. Manhole covers shall be left in place in the frames on completion of other work at the manholes. 7) Setting Precast Manholes Sections: Precast- reinforced concrete manhole sections shall be set so as to be vertical and with sections and steps in true alignment. All holes in sections, used for their handling, shall be thoroughly plugged with mortar. The mortar shall be 1 part cement to 1 1/2 parts sand; mixed slightly damp to the touch until it is dense and an excess of paste appears on the surface; and then finished smooth and flush with adjoining surfaces. d. Bulkheads and Flushing: The contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until its removal is authorized by the Engineer. Care shall be taken to prevent earth, water and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings for manholes. All sanitary sewer, except building connections shall be flushed with water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects corrected. As soon as possible after the pipe and manholes are completed on any line, the Contractor shall flush out the pipeline using a rubber ball ahead of the water. None of the flushing water or debris shall be permitted to enter any existing sewer. TS-6-12 I I I I I I I I I I I I I I I I I I I April, 2001 e. Temporary Plugs: At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or by other approved means. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. f. Joints and Structure Rightness: All pipe joints shall be made as nearly watertight as practicable. There shall be no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipelines at the joints. Leaks in the pipelines which cause infiltration or exfiltration to exceed limits herein specified shall be repaired by replacing defective pipe. Grouting and/or caulking to repair pipelines where excessive infiltration orexfiltration is evident will not be permitted. g. Fittings and Stoppers: Branches and fittings shall be laid by the Contractor as indicated on the drawings and/or as directed by the Engineer. Open ends of pipe and branches shall be closed with premolded gasket joint stoppers which conform with the same requirements as pipe being used. h. Sewer Line Relation to Water Lines: Sewer lines and sewer force mains in relation to water lines shall conform to "Ten States Standard" Section 29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe-to-pipe horizontal separation from known or proposed water mains. When a sewer crosses under a water main, there shall be at least 18 inches from the crown of the sewer line to the bottom of the water main. In all cases where adequate vertical separation as stated above cannot be achieved (or whenever sewer lines must be installed to cross above a water main), both the water and sewer lines shall be constructed of ductile iron pipe a distance of 10 feet on each side of their intersection with one full length of water main centered on the sewer line. TS-6-13 I I I I I I I I I I I I I I I I I I I April, 2001 I. Minimum Cover for Sewer Lines: Gravity sewer lines shall have a minimum of 4 feet of cover at the crown of the pipe. In cases where this minimum cover cannot be achieved, ductile iron pipe shall be used. J. Detectable Tape: Detectable tape as manufactured by Reef Industries of Houston, Texas, or equal shall be installed during the backfill operation at a point 1 foot below the final finished grade. The detectable tape shall be a 5.5 mil cOmpOSItIOn film containing one layer of metalized foil laminate between two layers of inert plastic film specifically formulated for prolonged use underground. The tape shall be highly resistant to alkalis, acids and other destructive agents found in the soils. The detectable tape shall bear a continuous printed message "Caution Sanitary Sewer Line Buried Below." The message shall be printed in permanent ink formulated for prolonged use underground. Letters shall be clearly legible and have a minimum height of 1.2 inches. k. Boring and Jacking: Where required by the drawings, the sanitary sewer line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. 1) Casing: Pipe: The casing pipe shall conform to the materials standards of ASTMDesignation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. TS-6-14 I I I I I I I I I I I I I I I I I I I April,2001 2) Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. 3) Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. When installing water lines through casing, the Contractor shall mechanical joint pipe with retainer glands throughout the length of the casing. The sanitary sewer line shall be strapped to treated wooden skids with metal straps throughout the length of the casing. The empty space shall then be filled with sand and the ends of the casing shall be sealed with brick and mortar. 1. Force Main Installation: In general, sewerforce main must be installed in accordance with the water distribution system specifications. Polyvinyl chloride (PVC) force main must conform to ASTM D-2241, latest version. Ductile iron force main must conform to ASTM A-377, latest verSIOn. m. Removal and Replacement of Existing Pipe and Equipment: where indicated on the drawings or required to properly place the work under this contract, as approved by the Engineer, the Contractor shall remove and replace such pipe lines and equipment in a manner as approved by the Engineer. 2. SEWER LINE AND MANHOLE TESTING: a. Sewer Lines: Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a satisfactory test to measure the infiltration or exfiltration for at least three consecutive days. The amount of infiltration including "Y" branches, and connections shall not exceed 100 gallons per inch diameter TS-6-15 I I I I I I I I I I I I I I I I I I I April, 2001 per mile of sewer pipe per 24 hours for gravity sewer pipe. The amount of 50 gallons per inch diameter per mile of sewer per 24 hours shall not be exceeded for ductile iron pipe. The Contractor shall be responsible for the satisfactory watertightness of the entire section of sewer. As required, suitable bulkheads shall be installed to permit the test of the sewer. Where the ground water level is less than 1 foot above the top of the pipe at its upper end, or as directed by the Engineer, the sewer shall be subjected to exfiltration testing by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height 4 feet above the top of the sewer at its upper end. The leakage out of the sewer, measured by the volume of the water necessary to maintain meter level in the highest manhole, shall not exceed 200 gallons per inch diameter per 24 hours per mile of sewer for gravity sewer pipe. The amount of 50 gallons per inch diameter per 24 hours per mile of sewer shall not be exceeded for ductile iron pipe. The sewer shall be tested before any connections are made to buildings or to active sewers. The Contractor shall construct such weirs and bulkheads as may be required, shall furnish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. The Contractor may use a low pressure air test as an option to the hydraulic infiltration/exfiltration leakage test for gravity lines provided the Contractor established a correlation between the air test results and the quantity of infiltration/exfiltration actually being experienced by the line and the allowable air pressure drop shall be that corresponding to the allowable hydraulic leakage specified previously in this section. Such a correlation is to be established according to a procedure satisfactory to the Engineer. The low pressure air test shall be performed in accordance with the applicable sections of the Uni-Bell UNI- B-6-98, latest version. TS-6-16 I I I I I I I I I I I I I I I I I I I April, 2001 b. Vacuum Testing Manholes: All manholes shall be free of visible leakage and shall successfully complete a vacuum test prior to acceptance. Plugging all inlets and outlets: Plug all inlets and outlets, excluding the manhole top access, using pneumatic or mechanical plugs. Plugs shall be rated for the pressure required in the test. The Engineer or Authorized Engineers representati ve shall be notified at least 48 hours before tests are conducted. Testing Equipment and Procedure: Contractor is to furnish all necessary testing equipment and perform tests in a manner satisfactory to the Engineer. Provide an arrangement of testing equipment which will provide observable and accurate measurements of air leakage under specified conditions. Gauges for the vacuum testing shall be calibrated with a standardized testing gauge prior to testing. The calibration shall either be witnessed by the Engineer or Certified as being calibrated by licensed calibration technician. After all of the plugs are in place and securely blocked, install the manhole tester on the ring of the manhole and attach the vacuum pump assembly suction hose to the manhole tester. Start the vacuum pump and allow the pre-set rpm to stabilize. Open the inlet/outlet valve and allow the vacuum pump to evacuate the manhole to five pounds per square inch (5 psigv) or (10 inches Hg). Close the inlet/outlet val ve and monitor the vacuum for the test period specified on the following table. The manhole will be considered acceptable if the vacuum drops less than one half per square inch (0.5 psigv) or (1 inch Hg) within the given test time. TS-6-17 I I I I I I I I I I I I I I I I I I I END OF SECTION April, 2001 DEPTH TIME TIME TIME TIME FEET SECONDS SECONDS SECONDS SECONDS 48-inch diam. 6O-inch diam. 72-inch diam. 120-inch diam. 8 20 26 33 65 10 25 33 41 79 12 30 39 49 93 14 35 46 57 107 16 40 52 65 121. 18 45 59 73 135 20 50 65 81 149 22 55 72 89 163 24 59 78 97 177 26 64 85 105 191 28 69 91 113 205 30 74 98 121 219 Time of Testing: The vacuum test shall be conducted after all the pipes and manholes have been backfilled, all final grading is complete, and the base layer of asphalt has been spread. Repairs: Repair or replace and retest, in a manner approved by the Engineer, any manhole not meeting the vacuum test requirements, at no cost to the Owner. Subsequent Failure: Infiltration of groundwater, following a successful vacuum test as specified, should be considered good evidence that the original test was in error or that subsequent failure of the manhole has occurred. The Contractor will correct such i I failures in a manner approved by the Engineer and at no cost to the I Owner should this occur within the I-year warranty period. I TS-6-18 I I I I I I I I I I I I I I I I I I I SECTION TS-7 GRADED AGGREGATE BASE COURSE -01. SCOPE: This section covers a graded aggregate base course to receive bituminous paving under another section, complete. -02. GENERAL SPECIFICATIONS: The graded aggregate base course shall conform to all applicable specifications of Section 300 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation, Latest Edition. -03. PREPARATION OF SUBGRADE: The subgrade to receive the graded aggregate base course shall be constructed in accordance with requirements of Section 209 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. -04. MA TERIALS & CONSTRUCTION FOR BASE COURSE: Materials and construction for the graded aggregate base course shall be in accordance with Section 310 of the Standard Specifications for Roads and Bridges of the Georgia State Department of Transportation. END OF SECTION ""' TS-7-1 I I I I I I I I I I I I I I I I I I I SECTION TS-8 BITUMINOUS PAVING -01. SCOPE: This section covers the replacement of pavement for sewer line cuts in roads and driveways, complete and asphalt overlay of existing roadways. -02. GENERAL: After installation of the sanitary sewer lines and compaction requirements are met, 10" of graded aggregate base shall be installed and compacted in accordance with Section TS-4. The top 2" of the graded aggregate base material shall be removed and replaced with Type "B" asphalt binder upon installation of the asphalt cap. A 1-1/2" overlay of Type "F" asphalt will be applied for a 50' width along transverse cuts and for the width of street in longitudinal cuts. Asphalt driveway patches will be 2 inches thick on compacted subgrade. This also applies to cuts through asphalt valley gutters. -03. SEASONAL LIMIT A TIONS: No bituminous mixtures shall be applied for surface treatment between October 21st and April 10th, except as directed by the Engineer. -04. WEA THER LIMIT A TIONS: Bituminous mixtures shall not be produced or placed during rainy weather, when the subgrade or base course is frozen or shows any evidence of excess moisture nor when the moisture on the surface to be paved would prevent proper bond nor when the air temperature is less than 45 degrees F. in the shade away from artificial heat. -os. APPLICABLE SPECIFICATIONS: All work and materials required under this section of the specifications shall conform to the applicable sections of the Standard Specifications of the Augusta Utilities Department -06. SUBGRADE: The subgrade shall be prepared as specified under the sections of the above specifications covering subgrade preparation. -07. SURFACE COURSE: 1. ASPHALT CONCRETE: The asphalt concrete mixture shall conform to the Georgia I Department of Transportation, Standard Specifications for Highway Construction, for Type B asphalt binder for pavement patches and Type F asphalt concrete for pavement overlays. The job mix shall be approved by the engineer and no material shall be used until approved. 2. TRANSPORTATION AND DELIVER Y: The mixture shall be transported from the mixing plant to the point of use in approved vehicles. Loads shall not be of such size or weight as TS-S-l I I I I I I I I I I I I I I I I I I I to interfere with the efficient operation of the spreader. Loads shall not be sent out so late in the day as to prevent the completion of spreading and compaction of the mixture during daylight, unless artificial light is provided. The mixture shall be delivered at a temperature between 225 degrees F. and 325 degrees F. and within 20 degrees F. of temperature set at the mixing plant. 3. SPREADING: Upon arrival at the point of dumping, the mixture shall be dumped into the hopper and spread by mechanical pavers, true to line, grade and cross section specified and to the loose depth that will secure the required compacted thickness of 1-1/2 inches. The hot mixture shall be free from lumps and shall be spread while it is in a workable condition. After the mixture has been screeded and before roller compaction is started, the surface shall be checked, all fat spots and irregular areas removed and replaced with satisfactory material. All irregularities in alignment and grade along the outside edge shall also be corrected by the addition or removal of mixture before the edge is rolled. 4. COMPACTION: While the mixture is hot, it shall be compacted thoroughly and uniformly by rolling. The surface of the compacted mixture shall be smooth, and true to crown and grade. Any mixture that becomes loose or broken, mixed with dirt, or is in any way defective, shall be removed and replaced with fresh hot mixture which shall be immediately compacted to conform to the surrounding area. Any area showing an excess of bituminous materials shall be removed and replaced, and the edges shall be kept to a reasonable straight line and trimmed. The density after compaction shall be at least 98 percent of the laboratory-determined density. 5. PROTECTION OF PAVEMENT: The newly finished pavement shall be protected from vehicular traffic of any kind until the pavement has cooled and hardened and in no case less than 6 hours. 6. TOLERANCE: The finished surface shall not vary more than Va inch in 10 feet from the true profile and cross section. -10. TESTS: The above work will be subject to thickness and compaction tests as deemed necessary by the Engineer. Such tests will be at the expense of the Contractor. END OF SECTION TS-8-2 I I I I I I I I I I I I I I I I I I I SECTION TS-9 CURBS AND GUTTERS, CONCRETE -01. SCOPE: This section covers construction of Portland cement concrete curbs and gutters, complete. -02. CONCRETE: Concrete and the equipment, workmanship and materials therefor shall conform to the applicable requirements of the CONCRETE CONSTRUCTION section, except as hereinafter specified. The maximum size of coarse aggregate shall be 1 \t2 inches and not less than 1 inch. Concrete shall have a slump of nor more than 3 inches. The concrete mixtures shall have an air content by volume of 4.5 percent, plus or minus 1.5 percent, based on measurement made on concrete immediately after discharge from the mixer. -03. SUBGRADE PREPARA TIONS: The subgrade shall be constructed true to grade and cross section. The subgrade shall be of materials equal in bearing quality to the subgrade under the adjacent roadway or street and shall be placed and compacted to conform with applicable requirements of the specifications entitled "Sand-Clay Base Course" with the following modifications. The subgrade for curb and gutter shall extend in all cases at least 1 foot in width back of the curb or gutter or valley pavement. The subgrade shall be tested for grade and cross section by means of a template extending the full width of the curb, gutter, or combination curb and gutter. The subgrade shall be maintained in a smooth, compacted condition, in conformity with the required section and established grade until the concrete is placed. In cold weather, the subgrade shall be prepared and protected so as to produce a subgrade free from frost when the concrete is deposited. -04. FORMS: Forms shall be of wood or steel, straight, and of sufficient strength to resist springing during depositing and consolidating the concrete. The outside forms shall have a height equal to the full depth of the curb or gutter. The inside form of curb shall have better as indicated and shall be securely fastened to and supported by the outside form. Straight forms of wood shall be 2 inch nominal surface plank, and of steel, shall be of approved section with a flat surface at the top. Rigid forms shall be provided for curb returns except that benders or thin plank forms may be used for curb or curb returns with a radius of 10 feet or more, when grade changes occur in I the return, or where the central angle is such that a rigid form with a central angle of 90 degrees cannot be used. Back forms for curb may be made of 1/2 inch benders, for the full height of the curb, cleated together. Curb forms shall be carefully set to alignment and grade and to conform to the ~ dimensions of the curb. Forms shall be held rigidly in place by the use of stakes placed at intervals not to exceed 4 feet. Clamps, spreaders, and braces shall be used where required to insure rigidity in the forms. The forms on the front of the curb shall be removed not less than 2 hours nor more than 6 hours after the concrete has been placed. Forms back of curb shall remain inplace until the face and top of the curb have been finished as specified in the Finishing paragraph. Gutter forms shall not be removed for 12 hours after the concrete has been placed. Forms shall not be removed while the concrete is sufficiently plastic to slump in any direction. Forms shall be cleaned and TS-9-1 I I I I I I I I I I I I I I I I I I I coated with form oil each time before concrete is placed. Wood fonns may, instead, be thoroughly wetted with water before concrete is placed, except that with probable freezing temperatures, oiling is mandatory. -05. .JOINTS: Expansion joints and contraction joints shall be constructed at right angles to the line of curb, gutter, and combination curb and gutter. Dowels, tie-bars and reinforcement when required will be shown on the plans and shall be installed in accordance with the applicable details. 1. CONTRACTION JOINTS: Contraction joints shall be constructed by mean so 1fe inch thick separators, of a section conforming to the cross section of the curb, gutter, entrance pavements, and combination curb and gutter. Contraction joints shall be so placed that monolithic sections between curb returns will not be less than 5 feet nor greater than 15 feet after the concrete has set sufficiently to preserve the width and shape of the joint. After separator plates have been removed, all exposed edges of joints shall be rounded with the proper edging tool to a radius of 1,4 inch. 2. EXPANSION JOINTS: Expansionjoints shall be formed by means of preformed expansion joint filler material cut and shaped to the cross section of the curb, gutter, entrance, and combination curb and gutter. Expansion joint filler, unless otherwise specified, shall conform to ASTM Standard D1751- 60 or D1752-60 or shall be resin-impregnated fiberboard conforming to the physical requirements of ASTM Standard CI752-60. Expansionjoints shall be provided in curb and combination curb and gutter at the ends of all returns. Expansion joints at least Yz inch in width shall be provided at intervals not exceeding 50 feet. Expansion joints shall be provided in nonreinforced concrete gutter at the locations indicated. -06. CONSTRUCTION: 1. CURBS AND GUTTERS: Curbs, gutters and combination curb and gutters shall be of the dimensions ancd sections shown on the drawings. 2. RECONSTRUCTION: Where the plans provide for reconstruction of existing curb, combination curb and gutter and the limit of new work specified does not fall on a joint, the entire section shall be removed and the new curb, combination curb and gutter or entrance pavement shall join the old curb at the first join line beyond the specified limit. 3. PLACING CONCRETE: The faces and adjacent edges of abutting rigid pavements and structures shall be painted with an approved bituminous material prior to placing concrete. Concrete shall be placed in the forms to the specified depth in 6 inch layers and thoroughly consolidated by tamping and spading to that there are no rock pockets at forms, and mortar entirely covers the top surfaces. Concrete may be compacted by means of mechanical vibrators. 4. FINISHING: The edges of the gutter and top of the curb shall be rounded with an edging tool to a radius of 1,4 inch and the surfaces shall be floated and finished with a smooth wood float until true to grade and section and uniform in texture. The floated surfaces shall then be brushed with a fine-hair brush with longitudinal strokes. Immediately after removing the front curb form, the face of the curb shall be rubbed with a wood or concrete rubbing block TS-9-2 I I I I I I I I I I I I I I I I I I I and water until blemishes, form marks, and tool marks have been removed. The surface, while still wet, shall be brushed in the same manner as the gutter and curb top. The top surface of gutter and entrance shall be finished to grade with a wood float. Except at grade changes or curves, the finished surfaces shall not vary, from the testing edge of a 10 foot straightedge, more than 1fa inch for gutter and entrance and 1;4 inch for top and face of curb. Irregularities exceeding the above shall be satisfactorily corrected. Visible surfaces and edges of the finished curb, gutter, and combination curb and gutter shall be free of blemishes and form and tool marks, and shall be uniform in color, shape, and appearance. 5. CURB FORMING MACHINES: Use of curb-forming machines for constructing curb and gutter will be approved based on trial use on the job. Use of the equipment shall be discontinued at any time during the construction if the equipment produces unsatisfactory results, and the work shall be removed and reconstructed for the full length between regularly scheduled joints. Removed portions shall be disposed of as directed. -07. CURING AND PROTECTION: 1. CURING: Immediately after the finishing operations, the exposed concrete surfaces shall be cured by one of the following methods as the Contractor may elect: A. Mat Method: The entire exposed surface shall be covered with cotton mats conforming to Federal Specification CCC-C-467b having a combined weight of 14 ounces or more per square yard when dry. Mats shall overlap each other at least 6 inches. The mat shall be thoroughly wetted with water prior to placing on the concrete surface and shall be kept continuously in a saturated condition and in intimate contact with concrete for not less than seven days. B. Impervious-Sheeting Method: The entire exposed surface shall be wetted with a fine spray of water and then covered with waterproof paper conforming to ASTM Standard C171-63, or with wetted polyethylene-coated burlap or polyethylene sheeting conforming to the water-retention requirements of ASTM Standard C171- 63, polyethylene sheeting and polyethylene film bonded to burlap shall be not less than 0.004 inch thick. Sheets shall be laid directly on the concrete surface with a light-colored side up and overlapped 12 inches when a continuous sheet is not used. The curing medium shall not be less than 18 inches wider than the concrete surface to be cured and shall be securely weighted down by placing a bank of moist earth on the edges just outside the forms and over the transverse laps of form closed joints. Sheets shall be satisfactorily repaired or replaced if damaged during curing. The curing medium shall remain on the concrete surface to be cured for not less than seven days. C. Membrane-Curing Method: The entire exposed surfaces shall be covered with a pigmented membrane-forming curing compound. The curing compound shall be applied in two coats by hand-operated pressure sprayers at the coverage of approximately 200 square feet per gallon for both coats. The second coat shall be applied in the direction approximately at right angles to the direction of application of the first coat. The compound shall form a uniform continuous coherent film that will not check, crack, or peel and shall be free from pin-holes or other imperfections. Concrete surfaces that are subjected to heavy rainfall within three hours after the during compound has been applied shall be resprayed by the method and at the TS-9-3 I I I I I I I I I I I I I I I I I I I coverage specified above at no additional cost to the Owner. Joint openings shall be sealed at the top by inserting moistened paper or fiber rope or covering with strips of waterproof paper prior to application of the curing compound, in a manner to prevent the curing compound from entering the joint. Concrete surfaces to which membrane- curing compounds have been applied shall be adequately protected for seven days from pedestrian and vehicular traffic and from any other action which might disrupt the continuity of the membrane. Any area covered with curing compound and damaged by subsequent construction operations within the seven-day period shall be resprayed as specified above at no additional expense to the Owner. 2. PROTECTION: After curing, debris shall be removed and the backfill shall be placed as indicated. The completed curb, gutter, and combination curb and gutter shall be protected from damage until accepted. The Contractor shall repair damaged concrete and clean concrete discolored during construction. Curb, gutter, and combination curb and gutter that are damaged shall be removed and reconstructed for the entire length between regularly scheduled joints, not by refinishing the damaged portion. Removed damaged portions shall be disposed of as directed. -08. SEALING JOINTS: The sealing of expansion joints in curb and gutter sections will not be required. Any expansion joint material protruding after the concrete is cured shall be trimmed flush with the surface. Expansion joints in the valley pavement shall be sealed with an approved joint sealer, conforming to Federal Specification SS-S-164. The joint opening shall be thoroughly cleaned of all foreign material before the sealing material is placed. The sealing shall be done in such manner that the material will not be spilled on the exposed surfaces of the concrete. Any excess material on the exposed surfaces of the concrete shall be removed immediately and the exposed concrete surfaces cleaned. END OF SECTION TS-9-4 I I I I I I I I I I I I I I I I I I I SECTION TS-lO CONCRETE CONSTRUCTION -01. SCOPE: This section covers concrete construction, complete, including reinforcement thereof. -02. FORMS: Forms shall be of wood, metal, structural hardboard or other suitable material that will produce the required surface finish. Forms placed for successive pours for continuous surfaces shall be fitted to accurate alignment to assure a smooth completed surface free from irregularities, and shall be sufficiently tight to prevent the loss of mortar. No forms shall be left permanently in place without approval of the Engineer. Holes resulting from removal of form ties shall be filled solid within 12 hours after removal of forms with cement mortar. -03. REINFORCING AND E1\1BEDDED METALS: Bar reinforcement shall be intermediate grade new billet steel conforming to the requirements of the ASTM Designation A15. All bars 3fa inch and larger shall be deformed bars conforming to ASTM Designation A305. Detailing, fabrication and tagging of reinforcement shall be done in accordance with ACI "Manual of Standard Practice for Detailing Reinforced Concrete Structures" (ACI 315), except that where longer laps are indicated on the design drawings, the drawings shall govern. Wire fabric reinforcement shall consist of steel wire conforming to the requirements of ASTM Designation A185. Anchor bolts and structural shapes shall conform to ASTM Designation A36. Exposed surfaces of embedded steel shall be gi ven one shop coat of Red Lead Iron Oxide conforming for Federal Specification IT -P-86c, Type II, unless otherwise noted on the drawings. Anchor bolts and miscellaneous steel items to be embedded in concrete shall be accurately placed in accordance with the drawings, and adequately secured in position to prevent dislodgement during concrete placing operations. Anchor bolts shall be protected after concrete has been placed and set by'daubing with grease, wrapping with burlap, and covering bolts with wooden boxes. -04.' CONCRETE: All concrete shall be equivalent to ready mix concrete manufactured and delivered in accordance with the requirements of ASTM Designation C94 and having a compressive strength at 28 days of 3,000 psi, except as noted herein. The concrete manufacturer shall assume the responsibility of the design of the concrete mix in accordance with Alternate No.2 of ASTM C94. Air entrained concrete shall be used for all concrete. TS-lO-l I I I I I I I I I I I I I I I I I I I 1. MATERIALS: A. Cement: Cement shall be Type I or IA "Portland" cement, all one manufacturer, conforming to ASTM, C150 or ASTM C175, respectively. B. Aggregates: Aggregates shall conform to ASTM C33. Coarse aggregate shall be crushed rock or gravel and graded from % inch to number 4 sieve for mass or foundation concrete. Fine aggregate shall be natural sand. C. Water: Mixing water shall be proportioned so that slump when measured with standard slump cone does not exceed the following: Slabs on grade Footings All others Max. 4", Min. 3" Max. 5", Min. 3" Max. 6", Min. 3" D. Joint Filler Strips: Premolded joint filler strips shall be resilient compressive, bituminous and fiber materials saturated with at least 35 percent and not over 50 percent by weight of asphalt. Poured type joint composition for expansion joints shall be elastic compound made up of asphalt and colloidal mineral fillers. 2. PLACING CONCRETE: Runways for wheeled equipment shall be provided to convey concrete. Runways shall not be supported on the reinforcement. Concrete shall be placed and compacted in layers not over 24 inches deep. Vibrators may be used provided they are used under experienced supervision and the mixture is dry enough to prevent segregation. Form vibrators shall not be used. Vibration shall not be used for transporting or moving concrete inside forms. No more concrete shall be placed than can be consolidated and finished the same day as placed. Free fall of concrete shall be limited so that no segregation of materials occurs. 3. JOINTS: Construction joints not indicated on drawings shall be approved by the Engineer in advance of pour. Joints in foundation walls shall be keyed. Before depositing the concrete is resumed, the hardened surface shall be roughened, cleaned of foreign matter and thoroughly wetted but not saturated. The cleaned and wetted surfaces shall be slushed with a coating of neat cement grout against which the new concrete shall be placed before the grout has attained its set. 4. FINISlllNG: After stripping forms, all voids and honeycombs shall be patched by chipping and scarifying the defective areas and treating it with an approved bonding agent. All such voids shall be patched, not merely plastered. Grout mixture shall consist of one part Portland cement and one part sand. Immediately following removal of forms, all fins and irregular, projections shall be removed from all surfaces except from those which are not to be exposed : or waterproofed. Slabs shall be struck-off and consolidated by approved machine or hand methods, screeding and tamping concrete so that upon completion, the surface shall be true to grade as shown on drawings and free of surface voids. All floors shall have a monolithic steel trowel finish unless otherwise indicated on the drawings. Exterior walls shall be compacted, screeded and floated to a true even surface with wood floats and then broomed. END OF SECTION TS-1O-2 I I I I I I I I I I I I I I I I I I I -01. -02. -03. SECTION TS-ll GRASSING BERMUDA GENERAL A. DESCRIPTION 1. This section covers the furnishing of all labor and materials and the performance of all work required to assure the establishment of a temporary cover of grass where required on all disturbed areas of the site not intended for paving, and a dense permanent cover of grass on all disturbed areas of the site owned by the City of Augusta which are not intended for paving. PRODUCTS A. MATERIALS 1. The following material shall be as specified by the "Standard Specifications," published by the State Department of Transportation of Georgia, latest edition. Agriculture Lime ................................. Article 882.02 Fertilizer ....................................... Article 891.01 Sod ........................................... Article 890.03 Seed ........................................... Article 890.01 EXECUTION A. CONSTRUCTION 1. GROUND PREP ARA TION: Final grades shall be as existed prior to construction. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate uniform drainage after establishment of the turf. Graded surfaces will be maintained in a smooth and even condition until the required cover is established. 2. After the areas to be grassed have been brought to an even and smooth grade, they shall be thoroughly loosened to a depth of at least 6 inches by plowing, discing, harrowing, or other approved methods until the tillage is acceptable as suitable for planting. During tillage operation, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations. Any operations of the Contractor, shall be smoothed our before grassing operations are begun. TS-11-1 I I I I I I I I I I I I I I I I I I I 3. APPLICA TrON OFFERTll..JZER AND LIME: Fertilizer shall be distributed uniformly at a rate of 1500 pounds per acre of commercial 6-12-12 analysis fertilizer, and shall be incorporated into the soil to a depth of approximately 3 inches by discing, harrowing, or other approved methods. The incorporation of fertilizer may be a part of the tillage operation specified above, or a part of the hydroseeding procedure as described below. 4. Immediately following, or simultaneousl y wi th, the incorporation of fertilizer, lime shall be distributed at the rate of 3000 pounds per acre, and shall be " incorporated into the soil to a depth of at least three inches by discing, harrowing, or other acceptable methods. The incorporation of lime along with the fertilizer may form a part of the tillage operation specified above. 5. Not less than 30 days after completion of seeding, the Contractor shall furnish and apply Nitrate of Soda or Ammonium Sulphate to the planted areas. Nitrate of Soda shall be a commercial product, containing not less than 16 percent Nitrogen and Ammonium Sulphate not less than 20 percent Nitrogen. The Nitrogen fertilizer shall be uniformly spread and distributed with approved equipment at a rate that will give not less than 60 pounds of available Nitrogen per acre. Other commercial types of nitrogenous material may be substituted at the option of the Contractor. The time of application shall "be limited to the season of June through August. B. PERMANENT SEEDING 1. Between the dates of April 1 and June 1, Hulled Common Bermuda seed shall be applied at a rate of 10 pounds of seed per acre. 2. Between the dates of October 1 and March 1, Unhulled Common Bermuda seed shall be applied at a rate of 10 pounds of seed per acre. 3. If seeding is undertaken between September 15 and February 15, Unhulled Common BeImuda seed shall be applied at a rate of 6 pounds of seed per acre simultaneously with Rye seed at a rate of 28 pounds per acre. 4. Seed may be applied by means of a hydro-seeder or other means approved by the Engineer. 5. Immediately after seeding operations have been completed, the areas shall be compacted by means of a cultipacker, roller wood float, or other approved equipment sufficiently weighted, or compacted by hand methods, to reduce air pockets to a minimum. The complete planted area shall be left with a firm, even surface, free from abrupt humps and hollows, and to the established grade. TS-II-2 I I I I I I I I I I I I I I I I I I I 6. All areas seeded for temporary or permanent grass shall be uniformly mulched with hay or straw at the rate of 2 Y2 tons per acre, except where hydroseeding is employed using a cellulose mulch mixed with the seed and fertilizer. C. TEMPORARY GRASS: Temporary grass shall be used when directed by the Engineer to control erosion where permanent grassing cannot be planted. 1. Temporary grass shall be a quick growing species such as rye grass suitable to the area and season. Seeding shall be done in accordance with the permanent grassing requirements above, except that ground preparation shall be the minimum required to provide a seed bed where further grading will be required. Areas that require no further grading shall be prepared as described in "GROUND PREPARATION" above. Lime shall be omitted unless the area will later be planted in permanent grass without further grading, in which case lime shall be applied as described above. Fertilizer shall be applied at the rate of 400 pounds per acre. Nitrogen shall be omitted. 2. In March or April of the following year, as soon as weather is suitable, all areas planted in temporary grass which are owned by the City of Augusta shall be thoroughly plowed up and grassed in accordance with the applicable permanent grassing method described above. 3. MAINTENANCE: The Contractor shall erect necessary warning signs and barriers, mow grassed areas, and repair or replace grassed areas failing to show a uniform growth of grass or damaged by his operations, and shall otherwise maintain the grass until final acceptance of the contract. _. Replacement of dried out or damaged grass shall be at the Contractor's expense. D. ACCEPTANCE 1. Grassed areas will be accepted when a 95% cover by permanent grasses is obtained and weeds are not dominant. 2. The work may be accepted in whole or in part as determined by the Engineer and the Owner. END OF SECTION TS-l1-3 I I I I I I I I I I I I I I I I I I I SECTION TS-12 EROSION, SEDIMENT A TION & POLLUTION CONTROL MEASURES -01. GENERAL: This section covers erosion. sedimentation and storm water oollution control measures as shown on the olan or reauired on the iob and are intended to comolv with the reauirements of the Georf!iaEnvironmental Protection Division's General Permit No. GAR 100002. latest edition. For the oumose of this oroiect and as referenced in the General Permit. the Owner and the Contractor are considered the "Primary Permittee," and the Contractor and all his subcontractors shall be considered the "Operator." The measures shown on the olans and soecified herein are minimum reauirements and mav be aUf!mented bv the Enf!ineer if oositive control is not established for storm magnitudes up to and including a 25 year rainfall event. These specifications and the corresponding plans do not, in any way, relieve the Contractor of any obligations with respect to permits for wetlands, storm water, stream buffers, flood plains or any other local, state or federal requirements. -02. CONSTRUCTION SCHEDULE: The construction schedule is as shown on the Erosion, Sedimentation and Pollution Control Plan. -03. DEFINITIONS: All terms used in this section shall be interpreted in accordance with the definitions set forth in the General Permit, some of which are restated as follows: A. "Best Management Practices (BMP's)" means schedule of activities, prohibitions of practices, maintenance procedures and other management practices to prevent or reduce the pollution of waters of the state. BMP's also include treatment requirements, operating procedures and practices to control site runoff, spillage or leaks, sludge or waste disposal or drainage from raw material storage. B. "Buffer" means the area of land immediately adjacent to the banks of state waters in its natural state of vegetation, which facilitates the protection of water quality and aquatic habitat. C. "Construction Activity" means the disturbance of soils associated with clearing, grading, excavating, filling of land or other similar activities which may result in soil erOSIOn. D. "Final Stabilization" means that all soil disturbing activities on the site have been completed and that unpaved areas have a minimum of 95% uniform coverage by permanent vegetation or equivalent permanent stabilization measures such as riprap, gabions or permanent geotextiles have been employed. TS-12-1 I I I I I I I I I I I I I I I I I I I E. "Grading" means altering ground surfaces to specified elevations, dimensions and/or slopes; this includes stripping, cutting, filling, stockpiling and shaping or any combination thereof. F. "Qualified Personnel" means a person who has successfully completed an erosion and sediment control short course or an equivalent course approved by the Environmental Protection Division (EPD) and the State Soil and Water Conservation Commission. G. "Waters of the State" means any and all rivers, streams, creeks branches, lakes, reservoirs, ponds, drainage systems, springs wells, wetlands and all other bodies of surface or subsurface water, natural or artificial, lying within or forming a part of the boundaries of the State which are not entirely confined and retained completely upon the property of a single individual, partnership or corporation. -04. - GENERAL PROCEDURES: The Contractor shall utilize, at a minimum, Best Management Practices, including sound construction practices to prevent and minimize erosion and resultant sedimentation, which are consistent with and no less stringent than those practices contained in the "Manual for Erosion and Sediment Control in Georgia," published by the State Soil and Water Conservation Commission as of January 1 of the year in which the land disturbing activity was permitted, as well as the following: A. Striooin!! of ve!!etation. !!radin!! and other development activities shall be conducted in such a manner as to minimize erosion. Earth areas which are not to be paved shall be grassed at the earliest possible time during the construction phase, so as to minimize exposure to rainfall and run-off. B. Unnecessary cut and fill operations shall be kept to a mInImUm, except that temporary berms, wherever possible, should be constructed at the end of each day of grading, in order to contain sediment and slow down erosion, should rainfall occur during the night. Berms shall also be constructed, where needed, to prevent sediment from being transported onto areas outside the actual construction limits, C. Whenever feasible, existing natural vegetation shall be retained, protected and supplemented. D. Disturbed areas and the duration of exposure to erosive elements shall be kept to a practicable minimum. E. Temporary vegetation and/or mulching shall be employed to protect exposed critical areas during development. F. Permanent vegetation and structural erosion control measures shall be installed as soon as practicable. G. To the extent necessary, sediment in run-off water shall be trapped by the use of debris basins, silt traps, silt barriers, or similar measures until the disturbed area is stabilized. TS-12-2 I I I I I I I I I I I I I I I I I I I N. o. P. -05. H. Adequate provisions shall be provided to minimize damage from surface water to the cut face of excavations and the sloping surfaces of fills. 1. Cuts and fills shall not endanger adjoining property. J. Fills shall not encroach upon natural water courses or constructed channels in a manner so as to adversely affect other property owners. K. Construction equipment shall cross flowing streams by means of bridges or culverts, except when such methods are not feasible, provided in any case that such crossings shall be kept to a minimum and provided that the appropriate stream buffer variances and wetlands approvals have been obtained from the Environmental Protection Division (EPD) and the Corps of Engineers, respectively. L. Should the specified erosion, sedimentation and pollution control measures prove to be inadequate, additional measures as directed by Engineer shall be provided for treatment or control of any source of sediments. Additional adequate sedimentation control facilities to retain sediments on site or to preclude sedimentation of adjacent waters shall be implemented. M. Except when a prior variance has been obtained from EPD or where a drainage structure must be constructed with adequate erosion control measures, no construction activities shall be conducted within a 25 foot buffer along the tops of banks on all state waters nor within a 50 foot buffer along the tops of banks on all state waters classified as "trout streams." If required for construction purposes, a buffer variance will be applied for by the Owner. Whenever possible, proposed storm water piping systems and detention ponds shall be constructed prior to other earth disturbing operations. The storm water piping and detention system shall then be used as a means to control erosion and sediment on the site. Sediment basins of the temoorarv nature shall be constructed as shown on plans and as required to retain sediment on the site. All temporary sediment basins shall be maintained in accordance with the "Manual for Erosion and Sediment Control in Georgia," latest edition and then removed when final stabilization is attained. Where erosion due to wind is likely to be of concern, trees or groups of trees and bushes should be left standing, wherever possible, to serve as windbreaks. ELEMENTS OF THE PLAN: The minimum requirements for the prevention of erosion and sedimentation for this site are depicted on the plans and specified herein. The elements of the plan are discussed as follows, and are listed in chronological order, as far as is practical. The construction activities should proceed in the order listed. A. Remove all marketable timber from the limits of construction, rights-of-way, utility easements, designated fill areas, and other areas to be cleared. TS-12-3 I I B. I I C. I D. I I E. I I F. I G. I I H. I I I. I J. I K. I -06. I I Begin clearing and grubbing operations only after silt barriers are installed. Immediately after the area has been cleared for their placement, install dams, berms and all other remaining erosion and sedimentation control measures as shown on the drawings and specified herein. Care shall be taken not to clear and grub beyond the construction limit. Contractor shall notify Engineer within 24 hours after the installation of the initial soil erosion control measures so that the Engineer may inspect the measures in accordance with the EPD General Permit. As grading operations commence, the topsoil shall be stripped and stockpiled in mounds surrounded by berms. As mentioned above, berms or windrows shall be constructed each afternoon at approximately 100 foot intervals across the graded areas, except in the low-lying areas of the project. This action will tend to check erosion should rainfall be experienced during the night. Construction on the sanitary and storm sewer Jines should be commenced as soon as grading operations have been substantially completed. The disturbed strip along each line which is located outside of a street right-of-way should be grassed immediately upon the completion of trench backfilling, as described below. A graded depression around each catch basin on the site shall be used to contain sediment during construction in accordance with the "Manual for Erosion and Sediment Control in Georgia," latest edition. As soon as the graded areas which are not to be paved, to be built upon, or receive underground utilities have been brought to final grade, three or four inches of topsoil shall be spread over these areas. Grassing operations should begin immediately, as described in the grassing specifications. Roadway shoulders and slopes shall receive a similar treatment as soon as the installation of the utilities are complete. All grassing will be performed in accordance with the section of the specifications titled "Grassing." Should seasonal limitations prevent the establishment of the permanent grass cover, the area to be grassed shall be covered with temporary grass cover; then the permanent grass will be established as soon as its growing season is reached. The hay bale dams and silt fencing described above shall not be removed until the surrounding pavement base material has been placed and is ready for priming andJor areas are properly stabilized. In no instance, shall any pollutants, hazardous waste or solid materials including petroleum products, building materials, etc. be discharged to waters of the State. All work shall be in accordance with good grading practice and shall conform to accepted practices in Erosion Control. INSPECTIONS. SAMPLING & MONITORING: The Contractor shall be aware that the Owner may contract with a third party to TS-12-4 I I I I I I I I I I I I I I I I I I I perform additional site inspections of erosion, sedimentation and pollution control measures and also procure samples of storm water runoff for testing in accordance with the requirements of the EPD General Permit No. GAR 100002. Third party inspections and samplings shall not relieve the Contractor of any obligations with respect to the plans, these specifications or that required by the EPD General Permit GAR 100002. Should any inspections determine that there are deficiencies in the Contractor's work, then corrective action will be required as directed by the Engineer or Owner. A. Contractor's Requirements. With respect to inspections, sampling and monitoring for compliance with EPD General Permit, the Contractor shall, at a minimum, be responsible for the following: 1. Each day when any type of construction activity has taken place on site, qualified personnel provided by the Contractor shall inspect: a) all areas on . the site where petroleum products are stored, used or handled for spills and leaks from vehicles and equipment; b) all locations on the site where vehicles enter or exit the site for evidence of off-site sediment tracking; and c) all silt retention basins, traps, barriers, etc. for evidence of fai lures, potential fail ures or excess silt accumulation. 2. These inspections must also occur after each rainfall event on the site and must be continued until sHch time that the project is complete and the site has achieved final stabilization. The Contractor shall document these daily inspections on a form provided by or approved by the Engineer and must submit these forms weekly and after each rainfall event to the Owner's designated representative. Additionally, should a deficiency in any of the erosion control measures be noted, the Contractor shall notify the Engineer within 24 hours. 3. Erosion and sedimentation control measures shall be inspected by a representative of the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. Storm water monitoring, sampling and testing will be accomplished by personnel representing the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. The Contractor shall allow the monitoring agency access to the site at all hours of the day by providing a key to any locked gates and shall also coordinate these services by notifying the monitoring agency when: a) the first rainfall event of 0.5 inch or more in 24 hours occurs on the site after the soil erosion and sedimentation control measures have been installed; and b) whenever a rainfall event greater than 1 inch in 24 hours occurs on the site thereafter. I I B. Subcontractor's Requirements: Subcontractors shall be considered as acting under! the direction of the Contractor in his role as the Operator under the EPD General Permit. The Contractor shall insure that all subcontractors comply with the Permit. : Subcontractors shall be responsible, at a minimum, for the following: : 1. Each day when any type of construction activity has taken place on his: portion of the site, the Subcontractor shall inspect: a) all areas on the site where petroleum products are stored, used or handled for spills and leaks TS-12-5 I I I I I I I I I I I I I I' I I I I I from vehicles and equipment; b) all locations on the site where vehicles enter or exit the site for evidence of off-site sediment tracking; and c) all silt retention basins, traps, barriers, etc. for evidence offailures, potential failures or excess silt accumulation. 2. These inspections must also occur after each rainfall event on the site and must be continued until such time that the project is complete and the site has achieved final stabilization. 3. The Subcontractor shall immediately report any noted deficiencies to the Contractor, who will take appropriate corrective action. TS-12-6 I I I I I I I I I I I I I I I I I I I SECTION TS-13 FLOW ABLE FILL -01. SCOPE: The work covered by this section of specifications consists of furnishing all labor, equipment, appliances, and materials, and in performing all operations in connection with the installation of flowable fill work, complete, in strict accordance with this specification and the applicable drawings, and subject to the terms and conditions of the Contract. -02. FLOW ABLE FILL MIX DESIGN: The mixes fall into the categories of "very flowable" and "less flowable," which is controlled by the amount of water that is added. The less flowable mix should be used when it is desirable to put traffic back on a roadway quickly (usually 8 to 10 hours) or when being used to backfill pipes which could "float" out of position due to the buoyant effect of the very flowable fill mix. This mix will still self-consolidate around pipes without any "honeycomb" areas. Adding water to flowable fill to obtain the desired plastic characteristics will not compromise the quality of the hardened flow able fill. Less Flowable Mix (Mix 1) Wei2:hts Volume Min. 50lbs Cement 0.25 Min. 600 lbs. Fl y Ash 4.24 SSD 2500 lbs Sand 15.17 55gal. 458 lbs Chlorides Water 7.34 Total Cubic Feet 27 Reference ASTM C150, Type I or II ASTM C618, Class C Clean, potable, < 500 ppm Above values are based on specific gravities - cement 3.15, fly ash 2.27, sand 2.64, and water 1.00. Anticipated unconfined compressive strength is 80 psi at 28 days and 150 psi at 56 days. For "very flowable" fill (Mix 2), add 10 gallons of water per cubic yard of Mix 1. -03. INST ALLA TION OF FLOW ABLE FILL: The trench shall be prepared and the pipe joints placed as normal. There should be at least 6 inches of flowable fill above any utility line. Once the pipe is covered, it will be sufficiently anchored and water may be added to the remaining flowable fill to ease placement I without danger of floating the pipe. If it is important to quickly return traffic to the roadway, the flowable fill mixture shall not be altered by the addition of water. TS-13-1 I I I I I I I I I I I I I I I I I I I The flowable fill may be discharged from the ready-mix truck into the space to be filled, or by other methods approved by the Utilities Department representative. The mix may be placed in part depth or full depth as conditions at the site dictate. Formed walls or other bulkheads shall be constructed to withstand the mounded soil rather than wood or metal forms. When backfilling utility lines, flowable fill shall be distributed evenly to prevent movement of the line. The material is self-consolidating and there is no need to use vibrators. Finishing can be accomplished with a square shovel if the fill surface is at the bottom of pavement or with a wood float if the surface will be temporarily used as a finished surface. Once the flowable fill is in the trench, the self-consolidating material displaces the extra water not needed for maximum density. Provision shall be made for this "bleed water' to run off and away from the surface of the hardening flowable fill (use of vapor barriers suc as plastic sheets is not desired). The material will usually support foot traffic within an hour after the bleeding ends. Typically, full traffic can be allowed on the hardened flowable fill within 8 to 20 hours (depending on site conditions, volume to be backfilled, etc.). Without damage to the fill or any structures below. If it is necessary to return traffic in less than 8 hours, or if there is concern that traffic flow will "rut" the hardening flowable fill, steel plates shall be used to bridge over the hardening flowable fill as directed by the Utilities Department representative. If the filled cavity is too wide to bridge, steel plates shall be placed on top of the hardening flowable fill as soon as it is able to support foot traffic (one hour after bleeding ends), and full traffic can be allowed without damage to the fill or structure below. As the extra water is displace from the consolidating flowable fill, there will be an initial subsidence of about one-eighth (l/8) of an inch per vertical foot. Once the flowable fill hardens, there will not be future settlement. The hardened flowable fill can be shaped to grade the next day to allow the patch thickness required. The patch may be applied directly to the cured flowable fill. It will be the responsibility of the Contractor to furnish the necessary information to obtain approval of the mix design and to use the necessary construction techniques to assure that the fini~hed material will perform as intended. END OF SECTION TS-13-2 I I I I I I I I I I I I I I I I I I I -01. A. B. C. D" SECTION TS-14 METERING MANHOLES AND FLOW RECORDER GENERAL SECTION INCLUDES 1. Metering manholes. 2. Flow Recorder RELATED SECTIONS REFERENCES 1. ASTM C 581 - Practice for Determining Chemical Resistance of Chemical Thermosetting Resins Used in Glass-Fiber Reinforced Structures Intended for Liquid Service. 2. ASTM D 638 - Standard Test Method for Tensile Properties of Plastics. 3. ASTM D 695 - Standard Test Methods for Compressive Properties of Rigid Plastics. 4. ASTM D 790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 5. ASTM D 2583 - Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor. 6. ASTM D 2584 - Standard Test Method for Ignition Loss of Cured Reinforced Resins. 7. ASTM D 3753 - Standard Specification for Glass-Fiber Reinforced Polyester Manholes. 8. AASHTO H-20 - Axial Loading. SUBMITI' ALS 1. Product Data: Test results of representative fiberglass reinforced plastic laminate. 2. Shop Drawings: Show: a Critical dimensions, jointing and connections, fasteners and anchors. b Materials of construction. I c Sizes, spacing, and location of structural members, connections, attachments, I openings, and fasteners. I d Color(s). 3. Samples: 8-inch square sample of representative fiberglass reinforced plastic: laminate. 4. Manufacturer's installation instructions. TS-14-1 I I I I I I I I I I I I I I I I I I I B. E. DELIVERY, STORAGE, AND HANDLING 1. Store products indoors or in weather protected area until installation. Protect from construction traffic and damage. 2. During the loading, unloading, and storage, care should be taken to ensure that the manhole is not dropped or otherwise damaged. 3. The manhole should be stored on a smooth surface free of sharp objects. 4. Nylon or fabric slings should be used in conjunction with a spreader bar to lift or move the manhole. 5. UNDER NO CIRCUMSTANCES SHOULD CABLES OR CHAINS BE USED. 6. If the manhole is stored horizontally, the manhole should be placed in such a way as to avoid damage to the flume, cover, and end adapters. -02. PRODUCTS A. MANUFACTURER 1. The product shall be manufactured by TRACOM, Inc.; 6575-A Industrial Way, Alpharetta, Georgia 30004; Toll-Free Voice (877) 435-8637, Toll-Free Fax (866) 435-8637, www.tracomfrp.com. 2. Requests for substitution must be made in writing and received by the engineer's office a minimum of fifteen (15) business days before bid opening. 3. Substitutions: Manufacturers not pre-approved shall not be allowed. 4. Fiberglass tanks modified for flume installation shall not be allowed. 5. Warranty: Manholes shall be warranted to be free of defects in workmanship and materials for a period of two years from shipment. METERING MANHOLES 1. Provide packaged metering manhole(s) of the following size(s): a Size: 72 inch diameter by approximately 11 feet high. The manhole height shall be as measured from inlet invert to surface grade plus 2-feet (typical). 2. Construction: a One piece construction, sectioning of the manhole shall not be allowed. b Fiberglass reinforced plastic, complying with ASTM D 375, latest edition. c Factory-assembled, ready for installation except for field-installed equipment. d The exterior surface shall be relatively smooth with no sharp projections. The surface shall be free of blisters larger than 0.5 inch in diameter, delamination and fiber show. e The interior surfaces shall be resin rich with no exposed fibers. The interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5 inch in diameter, and wrinkles of 0.125 inch or greater in depth. TS-14-2 I I I I I I I I I I I I I I I I I I I B. C. D. E. f Minimum 0.480 inch wall thickness. g Integral fiberglass ladder bolted and glassed to the manhole wall with 1-112 inch diameter pultruded fiberglass rungs with a photoluminescent high visibility non-slip top sUlface and reinforced with threaded T-304 5/6 inch diameter stainless steel rods and solid 1-1/4 inch diameter pultruded fiberglass spacers. h Inlet and outlet end connections molded to the flume and laminated to the manhole barrel. The end connections shall be provided with 48-inch diameter PVC or fiberglass pipe stubs with flexible PVC boots and stainless steel bands to connect to 48-inch diameter, ductile iron pipe. A 3/4 inch thick expanded polystyrene bead board shall be supplied to place under the manhole on the concrete slab. J A four (4) inch FRP integral mounting flange shall be molded to the base of . the manhole barrel for anchoring the manhole to the concrete slab. k An OSHA approved "Confined Space Entry" sign shall be applied to the interior surface of the manhole above the first ladder rung (H-20 type) or on the underside of the manhole top (dome top or aluminum hatch types). One (1) 2 inch NPT coupling to facilitate the installation of sample or bubble tubing, electrical power, or other cabling into the manhole. Run sample lines and electrical lines in separate conduits or cross-talk may occur across unshielded electrical lines. -03. MA TERIALS: A. The resins used shall be unsaturated, supplier certified, isophthalic polyester resins. Mixing lots of resin from different manufacturers or "odd-lotting" of resins shall not be permitted. Quality assurance records on the resin shall be maintained. Non-pigmented resin (with u.v. inhibitors) to allow for light or "sand" color of manhole surface in order to facilitate easy from grade interior inspection. 15 mil gray isophatlic U.V. resistant gel coat on all exterior surfaces Reinforcing materials shall be high performance commercial grade with a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. The manhole laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer / chemical environment shall be resin rich and shall have no exposed fi bers. The flume laminate shall be a minimum of 3/16 thick with a 15 mil isopthalic V.V. resistant gel coat, with those portions of the flume extending outside the manhole sufficiently thickened and reinforced as necessary to withstand the forces of the intended application. TS-14-3 I I I I I I I I I I I I I I I I I I I -04. MA TERIAL PROPERTIES: A. Manhole Barrel and Reducer: 1. Flexural strength (ASTM D 790): 15,400 PSI (reducer - hoop). 17,200 PSI (reducer - axial). 22,500 PSI (reducer - hoop). 14,300 PSI (reducer - axial). 2. Compressive Strength (ASTM D 695): 18,900 PSI (barrel) 3. Barrel Stiffness (ASTM D2412): Manhole Length (ft.) PSI 3-6 0.72 7-12 1.26 13-20 2.01 21- 25 3.02 . 26-35 5.24 B. Flume: 1. Tensile strength (ASTM D 638): 14,000 PSI. 2. Flexural strength (ASTM D 790): 27,000 PSI. 3. Flexural modulus (ASTM D 790): 1,000,000 PSI. 4. Barcol hardness (ASTM D 2583): 50. C. Manhole Type: Provide metering manholes of the following types(s): 1. Dome Top: a .A fully opening dome top cover rated for 1,000 p.sJ. static loading with a solid FRP hinge block, soft neoprene sponge gasket for sealing, and stainless steel hardware (consisting of a piano hinge, lockable hasp, and cover support bar with locking pin on a chain). D. Flume Type and Size: 1. Palmer-Bowlus, 48-inch size flume with integral inlet and outlet end connections. E. Flume Options: 1. Laminated, high visibility staff gauge: a Graduated in 1110 foot and 1/100 foot increments. TS-14-4 I I I I I I I I I I I I I I I I I I I -05. A. B. C. I 2. Ultrasonic mounting bracket: a Fixed position T-316 stainless steel. 3. Removable open cell fiberglass grating over the flume, with cut-out for ultrasonic sensor beam. FLOW RECORDER GENERAL 1. There shall be furnished a recording, totalizing open channel flow meter suitable for fixed-site monitoring. An ultrasonic sensor shall be used to measure level. ULTRASONIC SENSOR 1. The sensor shall consist of a single ultrasonic transducer housed in a rugged, watertight, dust-tight, submersible, corrosion resistant enclosure. The sensor shall include a temperature probe to automatically compensate for air temperature changes. The sensor shall have telemetry and SCADA integration capabilities. 2. The level measurement span shall be from 1 to 26 feet. 3. The sensor cable shall be 25 feet long. The cable shall terminate in a sealed, military style connector so that the sensor can be easily replaced in the field. An optional 60 ft. extension cable shall be supplied. A stainless steel mounting bracket shall be supplied for mounting the sensor. 4. The sensor shall be Echomax XRS-5 Transducer as manufactured by Siemens Milltronics or approved equal. FLOW METER CONTROLLER 1. Controller shall be a non-contacting level monitoring controller that features advanced relay alarming, differential level measurement, open flow monitoring and volume conversion. It shall have single point monitoring with 6-relays standard, as well as digital communications with built-in Modbus RTU via RS-485. 2. Range shall be 1 to 50-feet with an achievable resolution of 0.1 % and accuracy to I 0.25% of range. 3. Outputs shall be 4-20 mA. TS-14-5 I I I I I I I I I I I I I I I I I I I B. 4. The Controller shall require 120 Vac, 60 Hz power supply. 5. The Controller shall be housed in a rugged, lockable, watertight, dust-tight, corrosion resistant NEMA 4X enclosure. The enclosure shall include a wall mounting bracket and a clear polycarbonate window for viewing the LCD without opening the enclosure. An internal, easily replaceable, rechargeable desiccant canister shall keep the inside of the flow meter free of moisture. 6. The Controller shall be a Hydro Ranger 200 as manufactured by Siemens Milltronics or approved equal. -06. EXECUTION A. EXAMINATION 1. Verify that the flume dimensions are correct and project conditions are suitable for installation. Do not proceed with installation until condition deficiencies have been corrected. INST ALLA TION 1. Install products in accordance with engineer's instructions, plans, blueprints, etc, local codes, and in a manner consistent with the installation instruction and recommendation of the manufacturer. 2. Ensure that the product is installed plumb and true, free of twist or warp, within the tolerances specified by the manufacturer and as indicated in the contract documents. 3. Nylon or fabric slings should be used in conjunction with a spreader bar to lift or move the manhole. UNDER NO CONDITIONS SHOULD CHAINS OR CABLES BE USED. 4. Excavate an area large enough to contain the manhole and the concrete pad while allowing for sufficient space to allow for a safe work environment. 5. Follow all OSHA requirements for open trench construction. 6. Pour a minimum 7' x 17' base slab to support all of the manhole, the flume, and the connecting piping. The thickness of the pad shall be 18" and shall be used as an anchor slab to ensure that the manhole will not float. The surface of the pad should be level to within 118 inch. TS-14-6 I I I I I I I I I I I I I I I I I I I 7. Clean the concrete slab of all sharp objects and debris before laying the foam pad provided with the manhole. 8. If PVC boots are provided, install them on the manhole pipe stubs before lowering the manhole into the opening. 9. Lower the manhole onto the pad. 10. Drill holes in the base mounting flange, foam, and concrete pad to accept the stainless steel anchor bolts. 11. Check to ensure that the flume is level from side to side and from front to back, adjust the pad and anchor bolts, shimming if necessary. 12. Connect and secure piping. DO NOT LUBRICA TE THE PVC BOOTS. 13. Grout the areas between the flume and the concrete pad outside of the manhole. 14. Backfill with pea gravel, 1/4 inch to 3/4 inch in diameter, using uniform lifts of no more than 12 inches. 15. Mount the flow recorder to the ultrasonic mounting bracket and the controller to the electrical service pole in accordance with manufacturer's recommendations. WARNING: METERING MANHOLES MAY BE CLASSIFIED AS CONFINED SPACE ENTRY LOCATIONS. CONSULT ALL APPROPRIATE LOCAL, STATE, AND FEDERAL REGULATIONS BEFORE ENTERING. C. ADJUST AND CLEAN 1. Clean surfaces in accordance with the manufacturer's instructions. 2. Remove trash and debris, and leave the site in a clean condition. TS-14-7 I I I I I I I I I I I I I I I I I I I SECTION TS-15 CHAIN LINK FENCING -01. GENERAL: The extent of chain link fencing is indicated on the drawings. Provide fences and gates complete, including all erection accessories, fittings and fastenings. Installer must be experienced in fence installations and must examine conditions under which fence and gates are to be installed. Notify the Engineer in writing of improper conditions of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to the Engineer. Do not proceed until final grading is completed. -02. MA TERIALS: A. POSTS, RAILS AND BRACES All structural and roll-formed shapes shall conform to provisions of ASTM A123 for galvanized coating. All tubular members shall comply with provisions of ASTM A120, Schedule 40, for weight and coating. 1. End. Corner and Pull Post: Fence up to and including 12'-0" in height: 3Y2" x 3Yz" roll-formed corner section shall have a minimum bending strength of 452 pounds. (2.875" O.D., Schedule 40 Pipe with a minimum bending strength of 381 pounds.) 2. Line Posts: Fabric up to 8'-0" in height: "C"-Section, Standard roll-formed, 1.875" x 1.625" with minimum bending strength of245 pounds. (1.90" O.D., Schedule 40 Pipe with minimum bending of 117 pounds.) 3. Gate Posts: a. Gate leaves up to and including 6'-0" wide: 3Yz" x 3Yz" roll-formed section (2.875" O.D., Schedule 40 pipe). b. Gate leaves over 6'-0" and up to and including 13'-0" wide: 4" O.D. Schedule 40 pipe. c. Gate leaves over 13'-0" and up to and including 18'-0" wide: 6%" O.D. Schedule 40 pipe. d. Gate leaves over 18'-0" wide: 8%" O.D. Schedule 40 pipe. TS-15-1 I I I I I I I I I I I I I I I I I I I 3. 4. Top Rail: 1.625" x 1.25" roll-formed section, with minimum bending strength of 192 pounds. (1.660" O.D., Schedule 40 pipe, with minimum bending strength of 202 pounds. Furnish in manufacturer's standard lengths, of approximately 21'0" with couplings approximately 6" long for each joint, one coupling in each 5 shall have expansion spring. Provide means for attaching top rail securely to each gate, corner, pull and end posts. Top rail shall form continuous brace from end-to-end to each run of fence. 5. Tension Wire: (In lieu of top rail and/or bottom offabric) 7 gage galvanized or aluminum coated coil spring wire. 6. Post Bracing Assembly: Shall match top rail. Brace rail assembly shall be complete with % diameter rod and adjustable take-up. B. CHAIN LINK FABRIC 1. One piece of fabric widths for fences up to 12'0"-2" mesh, 6 fa., or 11 ga., as indicated on contract drawings. 2. Selvage edges: Fabric 72 inches and over shall be knuckled at bottom selvage and twisted and barbed at top. 3. Finishes: Heavy galvanized - 2.0 ounces zing per square foot, complying with ASTM A392, Class II or *aluminum coated - 0.40 ounces aluminum per square foot, complying with ASTM A491, Class II. c. ACCESSORIES 1. All accessories, except tie wires and barbed sires shall be galvanized to comply with ASTM A153. 2. Barbed Wire Supporting Arms: Heavy pressed steel, complete with provisions for anchorage to tubular end, corner, and pull posts attaching 3- rows of barbed wire to each arm. Barbed wire arms are not required on roll- formed terminal posts. Single arms shall be integral with a post top weather cap. Intermediate arms shall have hole for passage oftop rail. Arms shall be capable of withstanding, without failure, 250 Ibs. downward pull at outermost end of arm. Barbed Wire: 2-strand, 12Yz ga. wire with 14 ga., 4 point round barbs spaced approximately 5" O.C. finishes as follows: Galvanized: ASTM A121, Class 3 Aluminized: ASTM A585, Class 2 TS-15-2 I I I I I I I I I I I I I I I I I I I 4. Post Tops: Pressed steel, or malleable iron, (Designed as a weathertight closure cap for tubular posts.) Where top rail is used, provide tops to permit passage of top rail. 5. Stretcher Bars: (For tubular end, corner, pull or gate posts only) One piece lengths equal to full height of fabric with a minimum cross-section of 3/1/ x %". Provide one stretcher bar for each gate and end post, and 2 for each corner and pull post. 6. Stretcher Bar Bands: Heavy pressed steel, spaced not over 15" O.C. to secure stretcher bars to tubular end, corner pull and gate post. D. GATES 1. Fabricate gate perimeter frames of 1.90" O.D. tubular members galvanized, ASTM A120. Provide additional horizontal and vertical members to insure proper gate operation and for attachment of fabric, hardware and accessories. Assemble gate frames by welding or fittings and rivets for rigid connections. Use same fabric as for fence, unless otherwise indicate. Use same fabric as for fence, unless otherwise indicated. Install fabric with stretcher bars at vertical edges, and tie at top and bottom edges. Attach stretcher bars to gate frame at not more than 15" O.c. Attach hardware with rivets or by other means which will provide security against removal or breakage. Provide diagonal cross-bracing consisting 0f3/8" diameter adjustable length truss rods on gates where necessary to provide frame rigidity without sag or twist. a. Gate Hardware: Provide the following hardware and accessories for each gate; finish - heavy galvanized: b. Hinges: Pressed steel or malleable iron to suit gate size, non-lift-off- type, offset to permit 180 F. gate opening. Provide one pair of hinges for each leaf. c. Latch: Forked type or plunger-bar type to permit operation from either side of gate. Provide padlock eye as integral part of latch. d. Keeper: Provide keeper for all vehicle gates, which automatically engages the gate leaf and holds it in the open position until manually released. e. Double Gates: Provide gate stops for all double gates, consisting of mushroom type of flush plat with anchors. Set in concrete to engage the center drop rod or plunger bar. Provide locking device and padlock eyes as an integral part of the latch, requiring one padlock for locking both gate leaves. TS-15-3 I I I I I I I I I I I I I I I I I I I f. Sliding Gates: Provide manufacturer's standard heavy-duty track, ball bearing hanger sheaves, overhead framing, and supports, guides, stays, bracing, and accessories as required. -03. MISCELLANEOUS MATERIAL AND ACCESSORIES: A. Wire Ties: For tying fabric to line posts, use 11 ga. steel wire clips for "C"- section posts and a minimum 9 ga. aluminum wire ties for tubular posts, spaced 14" O.c. For tying fabric to rails and braces, use 9 ga. aluminum wire ties spaced 24" O.c. For tying fabric to tension wire, use 11 FA. hog rings spaced 24" O.C. B. Concrete: Provide concrete consisting of Portland cement complying with ASTM C150, aggregates complying with ASTM C33 and clean water. Mix materials to obtain concrete with a minimum 28-day compressi ve strength of 2500 psi, using at least 4 sacks of cement per cubic yard. -04. EXECUTION: A. INST ALLA TION 1. Do not begin prior to completion of final grading. Drill holes for post footings in firm, undisturbed or compacted soil. Holes shall have a diameter equal to three times the diameter of the post. Excavate hole depths approximately 3" deeper than post bottom, with bottom of posts set not less than 36" in concrete base. Place concrete around posts in a continuous pour, tamp for consolidation. Check each post for vertical and top alignment. a. Accessories: Set keepers, stops, sleeves and other accessories into concrete as required. b. Brace Assemblies: Install braces so posts are plumb when diagonal rod is under proper tension. c. Tension Wire: Install tension wires before stretching fabric and tie to each post with ties or clips. d. Fabric: Pull fabric taut and tie to posts, rails, and tension wires. Install fabric on security side of fence, and anchor to framework so that fabric remains in tension after pulling force is released. e. Stretcher Bars: Thread through fabric and secure to posts with metal bands spaced not over 15" O.c. f. Barbed Wire: Install 3 parallel wires on each extension arm; on security side of fence, unless otherwise shown. Pull wire taut. TS-15-4 I I I I I I I I I I I I I I I I I I I END OF SECTION g. Gates: Install gates plumb, level, and secure for full opening without interference. Install ground-set items in concrete for anchorage, as recommended by the fence manufacturer. Adjust hardware for smooth operation. TS-15-5 I I I I I I I I I I I I I I I I I I I 4MOREVISED MAY 2002 SECTION TS-16 MEASUREMENT AND PAYMENT -01. SCOPE: This section describes the methods for measurement and payment of all contract bid items. -02. MEASUREMENT AND PAYMENT: The following item numbers correspond to the contract bid items in the proposal section of these contract documents. A. SANITARY SEWER ANID APPURTENANCES ITEMS S-l throu2h S-16 - All piping line items shall be measured in linear feet and shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs for closed circuit camera inspection of the sanitary sewer system, including mobilization, demobilization, inspection, video tape copies, and field reports. No additional payment shall be made for these items. ITEM S-18 - Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume. The maximum trench width used to calculate the volume will be 10 feet. No additional payment shall be made for these items. . ITEMS S-20 AND S-23 - Pre-cast manholes shall be measured individually (each) and shall include costs for manholes, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing as specified. Manhole vacuum testing shall include all costs for testing equipment, testing labor, mobilization, demobilization and reporting. Manholes failing testing shall be retested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. No additional payment shall be made for these items. ITEMS S-21. S-22, S-24 AND S-25 - Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, dewatering, and backfill as specified by type, class and diameter. No additional payment shall be made for these items. TS-16-1 I I I I I I I I I I I I I I I I I I I REVISED MAY 2002 ITEM S-28 - Outside drop piping shall be measured individually (each) and shall include the cost for all items associated with the drop manhole detail, exclusive of the manhole or manhole extensions. No additional payment shall be made for these items. ITEM S-30 - Sanitary sewer connections shall be measured individually (each) and shall include costs for 6-inch PVC piping, precast concrete valve ring with rebar, PVC . twist-off plug, excavation, mainline tee, fittings, cleanout, excavation, dewatering, asphalt/concrete cutting, (including service markings) installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM S-31 - Cut and plug manholes shall be measured individually (each) and shall include costs for cutting of existing pipelines, plugging of existing pipelines, excavation, dewatering, asphalt/concrete cutting, and normal backfill. No additional payment shall be made for these items. ITEM 8-33 - Sanitary sewer manhole tie-ins shall be measured individually (each) and shall include costs for cutting/coring of existing manholes, collars, rubber boots, any required gaskets, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM S-35 - Polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. ITEM S-36 - Concrete pipe encasement shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. B. PAVEMENT STRUCTURES ITEM P-l - Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P-2 - Aggregate base and asphalt patch shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2.5" aggregate removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). No additional payment shall be made for these items. TS-16-2 I I I I I I I I I I I I I I I I I I I REVISED MAY 2002 ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. ITEMS P-S - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P-7 - Asphalt path replacement shall be measured in square yards and shall include cost for asphalt, aggregate base, installation, and site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representati ve. No additional payment shall be made for the items. ITEM P-9 - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. C. MISCELLANEOUS ITEM M-l- Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. ITEM M-2 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. Quantities shall be verified by trench volume calculation up to a maximum trench width of lO-feet. No additional payment shall be made for these items. ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation up to maximum trench width of lO-feet. No additional payment shall be made for these items. ITEM M-4 - Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting. No additional payment shall be made for these items. ITEM M-6 - Cast in place concrete, including reinforcing steel, hatches and embeds shall be measured in cubic yards and shall include costs for 3000 psi concrete, reinforcing TS-16-3 I I I I I I I I I I I I I I I I I I I REVISED MAY 2002 steel, hatches, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other corrections, embeds, installation, site preparation, form work, finishing and normal backfill as specified. No additional payment shall be made for these items. ITEM M-7 - Precast grit chamber installed, complete with piping, hatches and appurtenances shall be measured individually (each) and shall include costs for the structure, internal piping, hatches, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation, and normal backfill as specified. No additional payment shall be made for these items. ITEM M-8 - Precast sluice gate vault, installed complete shall be measured individually (each) and shall include costs for the structure, hatches, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation and normal backfill as specified. No additional payment shall be made for these items. ITEM M-9 - Packaged metering manhole, installed complete wih base slab, ultrasonic flowmeter, electrical service and appurtenances shall be measured as a lump sum and shall include structure, ultrasonic flowmeters, electronic service base slab, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation and normal backfill as specified. No additional payment shall be made for these items. ITEM M-lO - Sluice gates, installed complete with appurtenances and electrical service, shall be measured individually (each) and shall include costs for the gate assembly, actuators, appurtenances, installation, electrical service, and electrical connections. No additional payment shall be made for these items. ITEM M-ll - Bypass pumping operations shall be measured as a lump sum and shall include the cost for all delivery charges, site preparation, pumps, piping, fittings, and labor necessary to install, operate, maintain and remove the various bypass pumping operations needed to install the proposed sewer Jines and structures. No additional payment shall be made for these items. ITEMM-12 - Manhole monuments shall be measured individually (each) and shall include the monument, site preparation, excavation, installation, and normal backfill as specified. No additional payment shall be made for these items. ITEMS M-13 AND M-16 - Drainage structures shall be measured individually (each) and shall include costs for the structure, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation, and normal backfill as specified. No additional payment shall be made for these items. TS-16-4 It. I I I I I I I I I I I I I I I I I I I REVISED MAY 2002 ITEMS M-14 AND M-15 - All storm piping items shall be measured in linear feet and shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, and normal backfill. No additional payment shall be made for these items. ITEM M-17 - Sod shall be measured in square yards and shall include costs for materials, installation, transportation, stockpiling, soil stabilization and soil amendments (fertilizer, etc.) as required. No additional payment shall be made for these items. ITEM M-18 - Stone dumped riprap shall be measured in square yards of accepted material of the specified thickness and shall include costs for riprap, grout or cushioning sand (if required) and installation. Area measurements will be made parallel to the surface on which the material is place. No additional payment shall be made for these items. ITEM M-19 - 6' chain link fence with barbed wire, installed complete shall be measured in linear feet and shall include costs for all labor, materials and equipment necessary for a complete installation. No additional payment shall be made for these items. ITEM M-20 - Chain link double gate with barbed wire, 6' x 14', installed complete shall be measured individually (each) and shall include costs for all labor, materials and equipment necessary for a complete installation. No additional payment shall be made for these items. D. LUMP SUM CONSTRUCTION ITEM LS-l- Lump sum construction includes, but is not limited to, the items described in the bid schedule under Lump Sum Construction. No separate or additional payment shall be made for these items. TS-16-5 ...